HomeMy WebLinkAboutReg 2021-12-06 Item 4E - Contract - 2022 Overlay and Repair Program with KPG Inc for $149,400COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared by
Mayor's review
Council review
12/06/21
JR
ITEM INFORMATION
ITEM No.
4.E.
45
STAFF SPONSOR: SCOTT BATES
ORIGINAL AGENDA DATE: 12/06/21
AGENDA ITEM TITLE 2022 Overlay and Repair Program
Design Consultant Selection and Agreement
CATEGORY ❑ Discussion
Altg Date
Motion
Date 12/06/21
❑ Resolution
Mtg Date
❑ Ordinance
M Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
❑ Other
Mtg Date
Mtg
SPONSOR ❑Council Mayor HR DCD Finance Fire TS P&R Police 11 PW ❑Court
SPONSOR'S Three engineering firms were evaluated from the MRSC Consultant Roster to provide
SUMMARY design services for the 2021 Overlay and Repair Program. KPG, with their unique blend of
knowledge and understanding of the City's overlay program, has been selected. Council is
being asked to approve the design contract with KPG, Inc. for the 2022 Overlay and Repair
Program in the amount of $149,400.00.
REVIEWED BY
Trans&Infrastructure
❑ CommunitySvs/Safety ❑ Finance Comm. ❑ Planning/Economic Dev.
❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
COMMITTEE CHAIR: VERNA SEAL
❑ LTAC
DATE: 11/22/21
RECOMMENDATIONS:
SPONSOR/ADMIN.
COMMITTEE
Public Works Department
Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$149,400.00 $150,000.00 $0.00
Fund Source:
Comments: 2021 CIP, Page 12
MTG. DATE
RECORD OF COUNCIL ACTION
12/06/21
MTG. DATE
ATTACHMENTS
12/06/21
Informational Memorandum dated 11/19/21
Consultant Agreement, Scope of Work and Fee Estimate
Consultant Selection Scoring Matrix
2021 CIP, Page 12
Minutes from Transportation and Infrastructure Committee meeting of 11/22/21
45
46
City of Tukwila
Allan Ekberg, Mayor
Public Works Department - Had Ponnekanti, Director/City Engineer
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Hari Ponnekanti, Public Works Director
BY: Scott Bates, Traffic Engineering Project Manager
CC: Mayor Ekberg
DATE: November 19, 2021
SUBJECT: 2022 Overlay and Repair Program
Project No. 92210401
Design Consultant Selection and Agreement
ISSUE
Execute a contract with KPG, Inc. (KPG) to provide design services for the 2022 Overlay and Repair
Program.
BACKGROUND
Three engineering firms were evaluated from the MRSC Consultant Roster to provide design services
for the 2021 Overlay and Repair Program (see attached scoring & selection matrix). All of the firms
offer baseline qualifications, however KPG has 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 2022
Overlay and Repair Program and advertise for construction bids. This year's scope will include updating
the Pavement Management priority list and working with staff to select up to ten paving projects. Final
project selection will be made after the design cost estimates are completed.
FISCAL IMPACT
2022 Design Contract
Contract Estimate
$149,400.00
2022 Budget
$150,000.00
RECOMMENDATION
Council is being asked to approve the design contract with KPG, Inc. for the 2022 Overlay and Repair
Program in the amount of $149,400.00 and consider this item on the Consent Agenda at the December
6, 2021 Regular Meeting.
Attachments: Consultant Agreement, Scope of Work and Fee Estimate
Consultant Selection Scoring Matrix
2021 CIP, Page 12
https://tukwilawa.sharepoint.com/sites/publicworks/engineering/PW Drop Box/01 TIC Agenda/2021 Agenda Items/TIC 11-22-21/1.2022 Overlay Program Design Consultant Selection/InfoMemo Overlay 2022 Design 11921.docx
47
48
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional services)
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and KPG, P.S., hereinafter referred to as "the Consultant", in consideration
of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform Engineering
services in connection with the project titled 2022 Overlay Program.
2. Scope 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.
3. 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, 2022, 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, 2022 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 $149,400.00 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.
49
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.
2. Commercial General Liability insurance with limits no less than $2,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop -gap independent contractors
and personal injury and advertising injury. The City shall be named as an
additional insured under the Consultant's Commercial General Liability insurance
policy with respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO endorsement form CG 20 26.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised May 2020
50
Page 2
4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the Public Entity shall be insured for
the full available limits of Commercial General and Excess or Umbrella liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract or whether any certificate of
insurance furnished to the Public Entity evidences limits of liability lower than those
maintained by the Contractor.
C. 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.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
E. 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 Contractor
before commencement of the work. Upon request by the City, the Consultant shall
furnish certified copies of all required insurance policies, including endorsements,
required in this Agreement and evidence of all subcontractors' coverage.
F. 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.
G. 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.
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.
CA revised May 2020
Page 3
51
11. Discrimination Prohibited. Contractor, 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,
the presence of any disability, or any other protected class status under state or federal law,
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.
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:
3131 Elliot Avenue Suite 400
Seattle, WA 98121
Entire Agreement; Modification. This Agreement, together with attachments or addenda,
18. 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.
CA revised May 2020
52
Page 4
DATED this day of , 2021.
CITY OF TUKWILA CONSULTANT
By: _Z19
G5'n''—i:di
Allan Ekberg, Mayor
Printed Name: Bryce Corrigan
Title: Project Manager
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised May 2020
Page 5
53
54
EXHIBIT A
City of Tukwila
2022 Overlay Program
Scope of Work
November 9, 2022
The Consultant shall prepare final Plans, Specifications and Estimates for the 2022
Overlay Program. Specific projects will be determined from the following list of tasks
below. It is anticipated between five and eight sites will be included in the final Plans
Specifications, and Estimates.
The 2022 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
30% design to verify the final project list to be included in the 2022 Overlay Program.
The Consultant shall utilize the data collection and analysis provided by Infrastructure
Management Service (IMS) to identify additional roadway segments to be included in
the design and construction of the 2022 Overlay 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.
Assumptions for the 2022 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.
• 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").
• Drainage & Water Quality Reports will not be required.
City of Tukwila KPG, PS
2022 Overlay Program Page 1 of 4 November 2022
55
• Environmental Documentation will not be required.
• Consultant shall not be responsible for printing and supplying City or Contractor
with hard copies of plans and specifications at interim submittals or contract
award.
Deliverables
• Meeting notes during during selection process
• 50% review submittal with Plans and Estimate (electronic copies)
• 90% review submittal with Plans, Specifications, and Estimate (electronic
copies)
• Routing of 50% and 90% Plans to utilities for review and comment.
• Bid Documents and Engineer's Estimate for 2022 Overlay Program.
• Coordinate upload of Plans and Specifications to Builders Exchange.
• Bid Analysis and recommendation for award.
• Preconstruction Meeting Attendance.
SCOPE OF WORK
TASK 1 — Project Management
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 (6) 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.
TASK 2 — Roadway Segment Selection
2.1 The Consultant shall update the IMS EZStreet Analysis spreadsheet and provide a
preliminary list of roadway segments to be considered by the City. The list will include
up to twelve roadway segments. The Consultant and the City will meet to discuss the
feasibility of the roadway segments and provide direction for which segments shall
proceed to to Task 3.
Deliverables
• Meeting notes during during selection process.
• Selection of Ten roadway segments
City of Tukwila KPG, PS
2022 Overlay Program Page 2 of 4 November 2022
56
TASK 3 — Preliminary Design
3.1 The Consultant shall prepare base maps for up to ten roadway segments identified in
Task 2. The basemaps shall be created utilizing 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.
3.2The Consultant shall prepare 30% Plans for up to ten roadway segments selected in
Task 2.
3.3The Consultant shall calculate quantities and prepare a Preliminary Engineers
Estimate of Probable Construction Cost for the 30% Plans. Up to eight roadway
segments will be prioritized in collaboration with the City following the Preliminary
Design Deliverables of Task 3 to determine final project segments for Task 4.
3.4The Consultant shall distribute 30% review submittals to franchise utility owners for
adjustments within the Project limits.
Deliverables
• 30% Plans for up to ten roadway segments
• 30% Cost Estimate
• Selection of up to eight segments
TASK 4 — Final Design
4.1 The Consultant shall prepare 90%, and Final Plans for up to eight roadway segments
selected in Task 3. The proposed improvements including the following:
• 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.
• 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.
City of Tukwila KPG, PS
2022 Overlay Program Page 3 of 4 November 2022
57
• 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.
4.2 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable
Construction Cost for each review submittal and the Bid Documents.
4.3The Consultant shall prepare the Contract Specification per 2022 WSDOT Standard
Specifications for the 90% Review Submittal and the Bid Documents.
4.4 The Consultant shall distribute 90% review submittals to franchise utility owners for
adjustments within the Project limits.
Deliverables
• 90% & Final Plans for up to eight roadway segments
• 90% & Final Cost Estimate
• 90% & Final Contract documents including Project Special Provisions
TASK 5 — Bid Period Services
5.1 The 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.
City of Tukwila KPG, PS
2022 Overlay Program Page 4 of 4 November 2022
58
EXHIBIT B
PRIME CONSULTANT COST COMPUTATIONS
Client: City of Tukwila
Project 2022 Overlay Program
DATE: 11/9/2021
Task
No.
Task Description
Labor Hour Estimate
Total Hours and Labor Fee
Estimate by Task
Ta
2-
•L
0
a
Engineering
Manager
Senior
Engineer
Senior Project
Engineer
Project
Engineer II
Project
Engineer I
Design
Engineer
Engineering
Technician
Engineering
Assistant
Senior CAD
Technician
CAD
Technician
Senior Admin
Office Admin
Office
Assistant
274
246
203
179
153
140
126
104
90
134
112
112
96
80
Hours
Fee
Task 1 Project Management
1.1
Project Management
6
24
6
36
$ 5,820.00
Task Total
0
6
0
0
24
0
0
0
0
0
0
6
0
0
36
$ 5,820.00
Task 2 Roadway Segment Selection
2.1
Segment Selection
8
40
48
$ 8,088.00
0
8
0
0
40
0
0
0
0
0
0
0
0
0
48
$ 8,088.00
Task 3 Preliminary Design
3.1
Prepare 30% Basemap
20
20
20
16
40
40
156
$ 18,940.00
3.2
Prepare 30% Plans
16
24
60
60
40
200
$ 24,320.00
3.3
Preapare 30% Cost Estimate
8
8
24
16
16
72
$ 8,976.00
3.4
Utility Coordination
8
8
8
24
$ 3,064.00
Task Total
0
0
24
0
60
0
112
104
72
40
40
0
0
0
452
$ 55,300.00
Task 4 Final Design
4.1
Preapre 90% & Final Plans
4
24
60
80
60
60
296
$ 38,260.00
4.2
Preapre 90% & Final Cost Estimates
4
8
24
40
20
20
124
$ 16,704.00
4.3
Prepare 90% & Final Contract Documents
4
24
40
20
96
$ 16,000.00
4.4
Utility Coordination
16
8
8
32
$ 4,288.00
Task Total
0
12
56
0
140
0
148
88
80
0
0
0
0
0
548
$ 75,252.00
Task 5 Bid Period Services
5.1
Advertisement and Award Support
4
16
8
28
$ 4,440.00
Task Total
0
4
0
0
16
0
8
0
0
0
0
0
0
0
28
$ 4,440.00
Total Labor Hours and Fee
0
30
80
0
280
0
268
192
152
40
40
6
0
0
1,112
$ 148,900.00
Reimbursable Direct Non -Salary Costs
Mileage at current IRS rate
$ 500.00
Total Reimbursable Expense
$ 500.00
Total Estimated Budget
$ 149,400.00
O
O
2022 Overlay Program — Contract for Design
Services
Parametrix I
KPFF
KPG, Inc.
MRSC Consultant
SAM Search Prior to
Offering Design Contract
Paving Project Design and Construction Management Experience with the City.
0
3
5
htto://www.koo.com
KPG
Yes
Knowledge of FHWA, State, and Tukwila Standards and Procedures
5
4
5
http://www.parametrix.com
Parametrix
Environmental Experience
5
5
5
http://www.kpff.com
KPFF
Experience with Similar Projects.
3
4
5
Traffic Control Design Expertise.
4
4
5
Experienced Design Project Manager.
4
4
5
Small Scale Project Experience.
2
3
5
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
5
TOTALS
39
42
54
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: 11/3/21
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 perceived ablility to perform CM services
was also reviewed since the design contract could be extended to include those
services as well.
62
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
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:
STATUS:
MAINT. IMPACT: Reduces annual maintenance.
COMMENT: Ongoing project. Only one year actuals shown in first column.
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 proiects.
Each year various sections of roadway throughout the City are designed and constructed for asphalt
overlay.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Design
209
190
150
150
150
150
150
150
150
1,449
Land (R/W)
0
Const. Mgmt.
121
15
200
200
200
200
200
200
200
1,536
Construction
1,224
312
1,050
1,050
1,050
1,050
1,150
1,150
1,300
9,336
TOTAL EXPENSES
1,554
517
1,400
1,400
1,400
1,400
1,500
1,500
1,650
12,321
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
1,554
517
1,400
1,400
1,400
1,400
1,500
1,500
1,650
12,321
TOTAL SOURCES
1,554
517
1,400
1,400
1,400
1,400
1,500
1,500
1,650
12,321
2021 - 2026 Capital Improvement Program
12
63
64
City of Tukwila
City Council Transportation & Infrastructure Services Committee
Meeting Minutes
November22, 2021 5:30 p.m. - Electronic Meeting due to COVID-19 Emergency
Councilmembers Present: Verna Seal, Chair, De'Sean Quinn, Thomas McLeod
Staff Present: David Cline, Hari Ponnekanti, Brittany Robinson, Scott Bates, Mike
Perfetti, Cyndy Knighton, Griffin Lerner
Chair Seal called the meeting to order at 5:30 p.m.
I. BUSINESS AGENDA
A. Consultant Agreement: 2022 Overlay & Repair Program Design
Staff is seeking Council approval of a contract with KPG, Inc. in the amount of $149,400.00 for
*design of the 2021 Overlay & Repair Program
Committee Recommendation
Unanimous approval. Forward to December 6, 2021 Regular Consent Agenda.
B. Bid Award: West Valley Highway/Longacres Way Project Construction
Staff is seeking Council approval to award a bid to Road Construction Northwest, Inc. in the
amount of $4,129,407.40 (including contingency) for construction of the West Valley
Highway/Longacres Way project.
Committee Recommendation
Unanimous approval. Forward to December 6, 2021 Regular Consent Agenda.
C. Contract Amendment: East Marginal Way South Stormwater Outfalls
Staff is seeking Council approval of Amendment No. 1 to Contract No. 17-070 with KPG, Inc. in
the amount of $54,446.00 for additional engineering services and a time extension caused by
unexpected utility conflicts.
Committee Recommendation
Unanimous approval. Forward to December 6, 2021 Regular Consent Agenda.
D. 2021 Committee Work Plan
Committee members and staff reviewed the work plan. Items of continued interest include
neighborhood traffic calming, bridge inspections, BNSF Intermodal access, Waste
Management service issues.
Committee Recommendation
Discussion only.
65