HomeMy WebLinkAboutReg 2019-11-18 Item 4E - Agreement - 2020 Overlay and Repair Program Design with KPG for $189,775COUNCIL AGENDA SYNOPSIS
-------------------Initials
Meetin Date
Prepared by
Ma or's review
Council review
11/18/19
GL
C
ITEM INFORMATION
ITEMNO.
4.E.
STAFF SPONSOR: SCOTT BATES
ORIGINAI. AGF,NDA DATE,: 11/18/19
AGENDA ITEM TITLE, 2020 Annual Overlay & Repair Program
Design Consultant Agreement with KPG, Inc.
CATEGORY ❑ Discussion
Mtg Date
® Motion
Mtg Date 11118119
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
❑ Other
Mtg Date
SPONSOR ❑Council ❑Mayor ❑HR ❑DCD ❑Finance ❑Fire ❑TS ❑P&R ❑Police ®PWI ❑Court
SPONSOR'S This contract is for design of the 2020 Annual Overlay and Repair Program. Three
SUMMARY engineering firms were evaluated and KPG was determined to be the most qualified. Cost
estimates will determine which of the nine street sections designed will be improved in
2020. This design contract also includes a new comprehensive pavement management
survey. Council is being asked to approve the design contract with KPG in the amount of
$189,775.00.
REVIEWED BY ❑ C.O.W. Mtg. ❑ CDN Comm ❑ Finance Comm. ❑ Public Safety Comm.
® Trans &Infrastructure ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 11/05/19 COMMITTEE CHAIR: ZAK IDAN
RECOMMENDATIONS:
SPONSOR/ADMIN. Public Works Department
COMMIT"TEE Unanimous Approval; Forward to Consent Agenda
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$189,775.00 $200,000.00 $
Fund Source: 104 ARTERIAL STREET FUND
Comments: (page 16, 2019 CIP)
MTG. DATE
RECORD OF COUNCIL ACTION
11/18/19
MTG. DATE
ATTACHMENTS
11/18/19
Informational Memorandum dated 11/01/19
Consultant Selection Scoring Matrix
Page 16, 2019 CIP
Vicinity/Candidate Map
KPG Contract, Scope of Work, and Fee
Minutes from the Transportation and Infrastructure Committee 11/05/19
41
42
City of Tukwila Allan Ekberg, Mayor
Public Works Department - Henry Hash, Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
FROM: Henry Hash, Public Works Director i1 /V.
BY: Scott Bates, Traffic Engineering Project Manager
CC: Mayor Ekberg
DATE: November 1, 2019
SUBJECT: 2020 Overlay and Repair Program
Project No. 92010401
Design Consultant Selection and Agreement
ISSUE
Execute a contract with KPG, Inc. (KPG) to provide design services for the 2020 Overlay and Repair
Program.
BACKGROUND
Three engineering firms were evaluated from the MRSC Consultant Roster to provide design services
for the 2020 Overlay and Repair Program (see attached scoring & selection matrix). All of the firms
offer baseline qualifications, however KPG provides a unique blend of knowledge and understanding
of the City's overlay program that provides efficiency and benefits which cannot be matched at this
time by any other firm. KPG has also performed very well in providing construction management
services.
DISCUSSION
KPG has provided a contract, scope of work, and fee estimate to complete the design of the 2020
Overlay and Repair Program and advertise for construction bids. Starting the design phase earlier in
the year for a projected construction advertisement date of March 2, 2020, should provide a more
favorable bidding climate. Preliminary locations for 2020 Overlay are shown on the attached vicinity
map. Also included in this year's design is a new comprehensive pavement management survey that
can be integrated into the City's Lucity maintenance management program.
FISCAL IMPACT
The fee estimate is more than the available 2020 budget. Funds from the 2019 Overlay budget will be
carried over and applied to the 2020 design. Staff anticipates a minimum carryover amount of $50,000
from the 2019 Overlay.
Contract Budget
2020 CIP $ 150,000.00
2019 Carryover 50,000.00
KPG Design Contract $ 189 775.00 $ 200 000.00
RECOMMENDATION
Council is being asked to approve the design contract with KPG, Inc. for the 2020 Overlay and Repair
Program in the amount of $189,775.00 and consider this item on the Consent Agenda at the November
18, 2019, Regular Meeting.
Attachments: Consultant Selection Scoring Matrix
Page 16, 2019 C I P
Vicinity/Candidate Map
Consultant Agreement, Scope of Work and Fee Estimate
WAPW EngIPROJECTS%- RW & RS ProjecMAnnual Overlay & Repair Programs12020 Overlay & Repair Program (92010401)0esignMesign Consultant Selection12020 Overlay To TICIInfoMemo Overlay 2020 Design 101920.docx
43
m
2020 Overlay Program
Contract for Design Services
a
U_
Y
0
Y
Paving Project Design and Construction Management Experience with the City
0
3
5
Knowledge of FHWA, State, and Tukwila Standards and Procedures
5
4
5
Environmental Experience
5
5
5
Experience with Similar Projects.
3
4
5
Traffic Control Design Expertise.
4
4
4
Experienced Design Project Manager.
4
4
4
Small Scale Project Experience.
2
3
4
Utilities Coordination Experience.
5
4
5
Storm water, Drainage, and Detention Design.
4
4
5
Public Outreach Experience.
3
3
4
Survey Crew In -House.
4
4
4
TOTALS
39
42
50
For each category, highest score is 5 (with the lowest or worst score 1)
Consultant with the highest score is ranked the best.
Staff: Scott Bates
Selection Date: 9/18/19
Selected Consultant: KPG, Inc.
Selection Justification: The selected firm has demonstrated relevant pavement overlay
design experience on multiple past federal and locally funded paving projects including
the City overlay program. KPG has provided excellent design construction
management results on City drainage projects as well. They have exceptional
familiarity with City Public Works systems, WSDOT and FHWA standards. Based on
overall score KPG prevailed. Consultants percieved ablility to perform CM services
was also reviewed since the design contract could be extended to include those
services as well.
45
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2019 to 2024
PROJECT: Annual Overlay and Repair Program Project No. 9xx10401
DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets.
JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also
minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects.
STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay.
MAINT. IMPACT: Reduces annual maintenance.
COMMENT: Ongoing project. Only one year actuals shown in first column.
FINANCIAL Through Estimated
fin tnnn,,i 2n17 2n1R 2n19 2n2n 2n21 2022 2023 2024 BEYOND TOTAL
EXPENSES
Design
149
150
150
150
150
150
150
150
150
1,349
Land(R/W)
0
Const. Mgmt.
151
200
200
200
200
200
200
200
200
1,751
Construction
526
1,050
1,050
1,050
1,050
1,050
1,050
1,050
1,050
8,926
TOTAL EXPENSES
826
1,400
1,400
1,400
1,400
1,400
1,400
1,400
1,400
12,026
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
826
1,400
1,400
1,400
1,400
1,400
1,400
1,400
1,400
12,026
TOTAL SOURCES
826
1,400
1,400
1,400
1,400
1,400
1,400
1,400
1,400
12,026
2019 - 2024 Capital Improvement Program
fro
f(�V
L
c N
s rafi ' i / g4p` MUSEUM
w 5 gB 5< jam/ � S OF
RJGHT
S99ST n
S 100 ST
S 104 Sfj�
^' gf 1 tit BOEING ACCE� Ro
S IDS ST ra P *N� ST y
RAINIER
GOLF k
COUNTRY
CLUB S III PL r S 112 ST S 111 ��� y1+
SINST S 'S
a g1�] ST 5' `� r
S 116 1. f�l"�15T 1b SS S /P�
- i S 116 Si � : ,`,;;
S 18 ST En
S 111r f .. \�'Will A ST \�
599
�S120Si \ti9 .3"t> S121
y rt "S122ST �4
S 124 ST a �' 1 S 124 ST � r
�+ S 124 Sr
w S 127 ST L Sj 126 �� rn�`�'2�f a,.....
S128
HIGHUNE ' S 130IST 599
h — >co
\ ST
C CENTER al �9 I -
ti
S 133 ST I I r-`� N �1= SwT—J-
IS 134.
S 135 ST
S 138 ST �^ I ti y 5
136 y H S 136 ST/ FOSTER
cc I $ S 137 Si H -c N j,` r5 136 ST �cl a� F
`n �v+lA S 137 ST ` n l�^� Fs COURSE
C -'Ico S 1
$ �4o ST N N `n -s s9 s7Sstinsr�`E f �$,
S 140 ST $ 7 1 .me/jy.
C
S 142 Sf > � S 42_ � C;I 1"n \\ E
S 144 57 rn Loa ,!R442 PL it�
1 " $ I
I
F4(( S 144 ST a 11 ' y 1
m S 146 Si \ly / H INfy i$ $�44
f0� y S 146 ST t H rTAt 1
S 146 ST w > N N FORT
S 148 ST ti 147
518 S 150 ST 5 S 149 ST S 1�9\6T DENT
t S 150 ST S 149 U r—
w rsj� S j PARK
2 ST
S 151 ST S 15] S 51 5����1�
S y S 152 ST ? S 152 ST
S 154 ST S 154 ST / ' r^ 4 py� �W
518 " �( S 153 $-\SSI ✓ ' .:,. "
.bj
_ & N NIA " t1 PAFdiAY
15� ST S jT7�
6tTS � S 160 E4NLS
f S16] _ st ucK T
162
ST
Iv'5 16n I
��'` STRANDER BLw 164 S ST �'
w h
S 1 T THE
fr
�r � 7ISIz~ -
S a'' 1�
CORPORATE
ret N \
K CORPORATE
MW S MINE1LER \.
UP -MD DR
�y
City of Tukwila ""°`""° °R ,� I
2020 Overlay Program 9 'RILANDDR
S 180 ST 1 S W 4 S�
;1 SEGUE PK DR
Arterial Street Candidates j N
co / � N
Residential Street Candidates h ' AID
� ram. ��
BF
200 ST
47
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and KPG, Inc., hereinafter referred to as "the Consultant", in consideration
of the mutual benefits, terms, and conditions hereinafter specified.
Proiect Designation. The Consultant is retained by the City to perform engineering services
in connection with the project titled `2020 Overlay Program'.
2. Scone of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2020, unless sooner
terminated under the provisions hereinafter specified. Work under this Agreement shall
commence upon written notice by the City to the Consultant to proceed. The Consultant shall
perform all services and provide all work product required pursuant to this Agreement no later
than December 31, 2020 unless an extension of such time is granted in writing by the City.
4. Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall
not exceed $189,775.00 without express written modification of the Agreement signed by
the City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion
of the work under this Agreement and its acceptance by the City.
D. Payment as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
we
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1: Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall be
endorsed to provide contractual liability coverage.
50
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self-insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Consultant
before commencement of the work. Certificates of coverage and endorsements as
required by this section shall be delivered to the City within fifteen (15) days of execution
of this Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
51
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this warrant,
the City shall have the right to annul this contract without liability, or in its discretion to
deduct from the contract price or consideration, or otherwise recover, the full amount of such
fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree
that venue shall be properly laid in King County, Washington. The prevailing party in any
such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive termination
of this Agreement.
52
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
KPG
3131 Elliott Avenue, Suite 400
Seattle, WA 98121
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
DATED this day of
CITY OF TUKWILA
Mayor, Allan Ekberg
Attest/Authenticated:
City Clerk, Christy O'Flaherty
2019.
CONSULTANT
L'In
Printed Name: Nelson Davis, KPG
Title: Principal
Approved as to Form:
Office of the City Attorney
53
EXHIBIT A
City of Tukwila
2020 Overlay Program
Scope of Work
October 16, 2020
The Consultant shall prepare final Plans, Specifications and Estimates for the 2020
Overlay Program. Specific projects will be determined from the following list of
candidate streets:
❑ S 200th Street
❑ 51St Avenue S/Klickitat Dr
❑ S 126th Street
❑ 44th Avenue S
❑ 48th Avenue S
❑ S 109th St
❑ S 150th St
❑ 54th Avenue S
❑ S 158th St
Southcenter Parkway to Green River Bridge
Southcenter Bridge to SR518 Bridge
East Marginal Way to 37th Ave S
S 140th St to end
S 109th S, North to Dead End
47th Avenue S to 48th Avenue S
46th Avenue S, East to Dead End
S 166th St to Slade Way
39th PI S to 42"d Ave S
The 2020 Overlay Program will be bid as a single bid package as budget allows.
Projects may be re -prioritized or deferred to a future overlay program based on
available budget and other considerations. Detailed estimates will be prepared at the
50% design to verify the final project list to be included in the 2020 Overlay Program.
The Consultant shall manage and coordinate a complete update to the pavement
management program, including data collection and analysis. Infrastructure
Management Service (IMS) has been identified as the service provider to perform the
data collection and update the City's pavement management plan. The Consultant shall
oversee all operations and work with IMS directly to successfully update the pavement
management program.
The City of Tukwila may require other services of the consultant. These services could
include additional design, right of way, environmental documentation, construction phase
services, or other work tasks not included in the scope of work. At the time these services
are required, the Consultant will provide the City with a detailed scope of work and an
hour and fee estimate. The Consultant will not proceed with the work until the City has
authorized the work and issued a Notice to Proceed.
54
Assumptions for the 2020 Overlay Program Bid Package
• Roadway and utility casting mapping will be based on aerial photography, GIS,
and field reviews by the Consultant. Topographic field survey may be required
for ADA ramp improvements and will be performed by the Consultant as
required.
• Typically, only surface utilities requiring adjustment to grade will be shown.
• No utility upgrades are anticipated in the project design.
• Drainage & Water Quality Reports will not be required.
• Environmental Documentation will not be required.
Deliverables
• 50% review submittal with Plans and Estimate (6 copies)
• 90% review submittal with Plans, Specifications, and Estimate (6 copies)
• Routing of 50% and 90% Plans to utilities for review and comment.
• Bid Documents and Engineer's Estimate for 2020 Overlay Program
• 10 sets of Plans (11" X 17") and specifications for the Bid Documents.
• Coordinate upload of Plans and Specifications to Builders Exchange.
• Bid Analysis and recommendation for award.
• Draft and final .pdf of Pavement Management Plan update
SCOPE OF WORK
TASK 1 — 2020 OVERLAY PROGRAM
1.1 The Consultant shall provide continuous project management and administration for
the duration of the Project. (Estimate 6 months).
• Hold project coordination meetings with the City to update progress and
review submittals. Assume (4) meetings.
• The Consultant shall provide monthly status reports and billings.
• The Consultant shall provide independent QA/QC reviews by senior in-
house staff of all deliverables prior to submittal to the City.
1.2The Consultant shall prepare base maps for all project locations using field
measurements, available record drawings, and/or ortho-photography. Topographic
survey will be utilized only at ADA ramp locations where field conditions require it to
meet ADA compliance
1.3The Consultant shall prepare 50%, 90%, and final Plans for the proposed
improvements including the following:
55
• Plans shall be prepared with such provisions in such detail as to permit field
layout and construction within a degree of accuracy acceptable to the City and
per industry standards.
• It is assumed there will be approximately thirty (30) plan sheets at 1"=20' scale
full size (22" X 34"), 1"=40' at reduced scale (11" X 17").
• Typical sections and details will be prepared for items not available as standard
details from the City, State, or WSDOT standard drawings.
• Plans will identify curb ramp replacement limits and pedestrian push button
modifications in accordance with ADA requirements.
• The plans shall illustrate complete details of construction of the proposed
improvements including limits of construction and removals, utility adjustments,
surfacing depths and details, and applicable channelization and signing for the
segments selected for final design.
• Plans and specifications will include required criteria for traffic control plans and
pedestrian traffic control during construction. Criteria will be developed in
collaboration with the City.
• The Consultant shall perform site walkthroughs with the City maintenance staff
to determine extent of roadway improvements / resurfacing (Estimate 2
meetings) and to prioritize candidate streets within the available budget.
• Pavement sections will be determined through consultation with the City's
maintenance staff and previous experience. No geotechnical investigations
are anticipated.
1 AThe Consultant shall calculate quantities and prepare Engineers Estimate of Probable
Construction Cost for each review submittal and the Bid Documents. Projects will be
prioritized in collaboration with the City following the 50% Submittal to determine final
project segments.
1.5The Consultant shall prepare the Contract Specification per 2020 WSDOT Standard
Specifications for the 90% Review Submittal and the Bid Documents.
1.6The Consultant shall distribute 50% and 90% review submittals to franchise utility
owners for adjustments within the Project limits.
1.7The Consultant shall assist the City with Project Advertisement and Award by
uploading plans and specifications to bxwa.com, preparing addenda, bid tabulation,
and recommendation for award.
56
TASK 2 — PAVEMENT MANAGEMENT PLAN UPDATE
2.1 The Consultant shall provide necessary management and coordination to
Infrastructure Management Service (IMS) for a complete update to the City's
pavement management program. IMS will perform tasks identified by the City and
Consultant according to the attached quote. Work items include new updated field
data collection, processing, and analysis tools that are provided to the City and
Consultant. The Consultant shall provide necessary management service to see that
the IMS data is compatible with the City's existing geographical information systems.
57
w
EXHIBIT B
PRIME CONSULTANT COST COMPUTATIONS
City of Tukwila
2020 Overlay Program
October, 2019
][<1E:1bqC3W*
Interdisciplinary Design
Task
No.
Task Description
Labor Hour Estimate
Total Hours and Labor Fee
Estimate by Task
Principal
Survey Mgr
Sr. Engineer
Construction
Mgr
Business
Manger
Project
Eng/Surveyor
Design
Engineer
CAD
Technician
Sr. Admin
Engineering
Technician
Survey Crew II
Office Admin
$ 232
$ 210
$ 184
$ 166
$ 150
$ 140
$ 117
f 100
$ 115
$ 100
$ 216
$ 92
Hours
Fee
Task 1 - Project Management
1.1
Project Manage ent and Administrative Services
12
6
12
12
42
$ 6,168
1.2
Prepare Project Base Maps
4
4
48
60
8
60
40
224
S 30,756
1.3
Prepare 50%, 90%, and Final Plans
40
80
120
60
160
12
472
$ 55,704
1.4
Project Cost Estimates (50%, 90%, Final)
4
4
4
40
24
12
88
S 11,936
1.5
Project Specifications
4
16
6
40
16
8
92
S 13,408
1.6
Utility Coordination
2
16
4
2
4
28
S 3,644
1.7
Project Advertisement and Award
4
4
4
8
4
8
4
8
44
$ 5,976
Task Total
24
4
70
16
6
232
228
76
16
242
40
36
990
$ 127,592
Task 2 - Pavement Management Program Update
2.1
JIMS Coordination and subconsultant support
1 4
4
16
4
128
S 4,226
Task Total
4
0
0
0
4
16
0
0
4
0
0
0
28
$ 4,228
Total Labor Hours and Fee
28
4
70
16
10
248
228
76
20
242
1 40
36
1 1,018
131,820
Subconsultants
IMS Services
I S 55,955.00
Total Subconsultant Expense
I $ 55,955.00
Reimbursable Direct Non -Salary Costs
Mileage at current IRS rate
S 500.00
Reproduction Allowance
S 1,900.00
Total Reimbursable Expense
$ 2,000.00
Total Estimated Budget
1 $ 189,775.00
FEE ESTIMATE
312019
Cn
Citv Council Transportation & Infrastructure Committee
TRANSPORTATION & INFRASTRUCTURE COMMITTEE
Meeting Minutes
November 5, 2019 - 5:30 p.m. - Hazelnut Conference Room, City Hall
Councilmembers: Zak Idan, Chair; Kate Kruller, Thomas McLeod
Staff: Henry Hash, Hari Ponnekanti, Bryan Still, Vicky Carlsen, Han Kirkland, Gail
Labanara, Scott Bates, Tim Kirkland, David DeGroot, Scott Mitchell, Laurel
Humphrey
CALL TO ORDER: Committee Chair Idan called the meeting to order at 5:30 p.m.
I. BUSINESS AGENDA
A. DesiEn Contract: 2020 Overlav and Repair Program
Staff is seeking Council approval of a design contract with KPG, Inc. in the amount of
$189,775.00 for the 2020 Overlay and Repair Program. The scope of work includes nine
preliminary locations from which final projects will be selected. The 2020 design also includes
a comprehensive pavement management survey that can be integrated into the City's asset
management system. Committee members asked clarifying questions and discussed the
importance of having different companies perform work for the City. UNANIMOUS APPROVAL.
FORWARD TO NOVEMBER 18, 2019 REGULAR CONSENT AGENDA.
B. Purchase of SLR 8000 VHF Base Radio
Staff is seeking Committee approval to purchase an SLR 8000 VHF (136-174MHz) Base Radio
and Battery Back-up System in the amount of $9,389.48. The existing base radio has reached
the end of its serviceable life and was not reliable during the February 2019 snowstorms.
UNANIMOUS APPROVAL.
C. Public Works Street Division Report
Staff provided an overview of the Public Works Street Division, including staffing, unit
descriptions, budget, and programs. New initiatives including Tukwila Works, Neighborhood
Traffic Calming, and locking mailboxes along with support to other departments have
significantly impacted the street division's workload. As a result, maintenance in areas such as
crack sealing, sidewalk trip hazards, TIB cleaning emphasis and more are being deferred. The
Finance Department is working on a 10-year sustainability model, and in addition the 2021-
2022 budget process will consider programs, processes and revenues across departments.
Chair Idan asked that staff work to identify an appropriate date for a full Council presentation.
DISCUSSION ONLY.
The Transportation & Infrastructure Committee Meeting adjourned at 6:30 p.m.
Committee Chair Approval
Minutes by LH, Reviewed by GL
61