HomeMy WebLinkAboutTrans 2009-04-06 COMPLETE AGENDA PACKET Distribution: 3. Morrow N. Olivas
City of Tukwila D. Quinn B. Giberson M. Miotke
D. Robertson F. Iriarte C. Parrish
Transportation Committee V. Griffin P. Brodin B. Arthur
Mayor Haggerton G. Labanara File Copy
I Hernandez C. Knighton Single side tom
De Sean Quinn, Chair R. Berry R. Tischmak 3 Extra Copies
K. Matej P. Lau
s ♦i♦ Dennis Robertson e-mail cover to
D. Speck M. Mathia B.Saxton, M. Hart,
i Verna Griffin C. O'Flaherty S. Anderson C. O'Flaherty, K.
M. Hart S. Hunstock Narog, S. Norris
S. Norris 3. Pace and S. Kirby
S. Kerslake 3. Harrison
AGENDA
MONDAY, APRIL 6, 2009
Time; 5.-00 PM Place; Conference Room #1
4 ACt #lilt
v_ z<
Rem dedage
TV
I. Current Agenda Review I.
II. Presentation(s) II.
WSDOT I -405 Project On -Ramp Closure Information Only
III. Business Agenda III.
A. Walk Roil Plan Design Report A. Forward to 4/13/09 C.O.W. P9. 1
Consultant Selection and Agreement and 4/20/09 Regular
B. E Marginal Wy S /92 PI S Signal Pole Replacement B. Forward to 4/20/09 Regular Pg. 15
Project Completion and Acceptance Consent Agenda
C. Green River Pedestrian and Utility Bridge Re -Bid C. Forward to 4/20/09 Regular Pg. 17
Painting Project Completion and Acceptance Consent Agenda
IV. Old Business IV.
Future Agendas:
Next Scheduled Meeting: Monday, April 20, 2009
S The City of Tukwila strives to accommodate individuals with disabilities
Please contact the Public Works Department at 206 433 -0179 for assistance.
TO:
City of Tukwila
DATE: April 6, 2009
SUBJECT:
Attachment: Perteet Contract
CIP Page
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
FROM: Jack Pace, Community Development Director
Consultant Selection and Contract Negotiation Tukwila Bicycle Routes and
Sidewalk Segments Design Report
P:ILong Range ProjectslWalk and RolRRMeetings Events\Council Meetings\TC Memo 4- 6- 09.doc 04/01/2009 4:01 PM
Jim Haggerton, Mayor
ISSUE
Staff is seeking approval of a contract with Perteet, Inc. to develop a design report for bike route
and sidewalk projects in the Walk and Roll Plan.
BACKGROUND
The City of Tukwila Walk and Roll Plan was adopted by Ordinance No. 2222 on January 20
2009. The ordinance adopting the plan contained a Nonmotorized Capital Facilities List that
includes projects for new bicycle facilities, missing sidewalk segments, and trails recommended
within the Walk and Roll Plan, as well as a Bicycle Routes Design Report and a Sidewalk
Segments Design Report.
In February 2009, staff sent out an RFP for a Design Report which combines the Bicycle Routes
and Sidewalk Segments design reports listed in the Nonmotorized Capital Facilities List. The
RFP was sent to a selected "short list" of design and engineering consultants. The selected firm,
Perteet, Inc., submitted the highest- scoring proposal based on the criteria listed in the Tukwila
Bicycle Friendly Routes and Missing Sidewalks RFP.
ANALYSIS
The attached contract, with scope and budget, has been negotiated with Perteet, Inc. by staff
from DCD and the Public Works Department. The amount budgeted for design for the Walk and
Roll program is $110,000.00 (see attached CIP sheet), and the Perteet contract is for
$60,357.00. The set of tasks outlined in the scope will result in a conceptual design
recommendation for each bicycle route and missing sidewalk segment, as listed in section 3.1
of the scope. Also included for each project will be a planning -level cost estimate for the
recommended design, and a ranking of projects based on how difficult they will be to construct
(taking into consideration the need for permits, additional widening, additional right -of -way, etc.).
The results will help provide essential background information for future decisions regarding
which nonmotorized facilities should be built first.
RECOMMENDATION
The Council is being asked to approve this contract, scope, and budget for a Bicycle Friendly
Routes and Missing Sidewalk Segments design report in the amount of $60,357.00 and
consider this item at the April 13, 2009 Committee of the Whole meeting and the subsequent
April 20, 2009 Regular Meeting.
CONSULTANT AGREEMENT FOR
PRELIMINARY DESIGN SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred
to as "the City and Perteet Inc., 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 design and
engineering services in connection with the project titled Tukwila Bicycle Friendly Routes and
Missing Sidewalks Design Report.
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. Time for Performance. Work under this contract shall commence upon the giving of 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 within 120 calendar days from
the date written notice is given to proceed, 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 $60,357 without express written modification of the Agreement signed by the
City.
B. The Consultant shall 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 is 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 state for a period of three (3)
years after final payments. Copies shall be made available upon request.
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 to be rendered under this Agreement.
7. Indemnification. The Consultant shall indemnify, defend and hold harmless the City, its
officers, agents and employees, from and against any and all claims, losses or liability,
including attorney's fees, arising from injury or death to persons or damage to property
occasioned by any act, omission or failure of the Consultant, its officers, agents and
employees, in performing the work required by this Agreement. With respect to the perform-
ance of this Agreement and as to claims against the City, its officers, agents and employees,
the Consultant expressly waives its immunity under Title 51 of the Revised Code of
Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the
obligation to indemnify, defend and hold harmless provided for in this paragraph extends to
any claim brought by or on behalf of any employee of the Consultant. This waiver is mutually
negotiated by the parties. This paragraph shall not apply to any damage resulting from the
sole negligence of the City, its agents and employees. To the extent any of the damages
referenced by this paragraph were caused by or resulted from the concurrent negligence of the
City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid
and enforceable only to the extent of the negligence of the Consultant, its officers, agents and
employees.
8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this
contract comprehensive general liability insurance, with a minimum coverage of $500,000 per
occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/
aggregate for property damage, and professional liability insurance in the amount of
$1,000,000.
Said general liability policy shall name the City of Tukwila as an additional named insured
and shall include a provision prohibiting cancellation of said policy except upon thirty (30)
days prior written notice to the City. Certificates of coverage as required by this section shall
be delivered to the City within fifteen (15) days of execution of this Agreement.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an inde-
pendent 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.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, color, national origin, religion,
creed, age, sex or the presence of any physical or sensory handicap 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. Attorneys Fees and Costs. In the event either party shall bring suit against the other to
enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to
recover its costs, including reasonable attorney's fees, incurred in such suit from the losing
party.
16. Notices. Notices to the City of Tukwila shall be sent to the following address:
Mayor
Notices to Consultant shall be sent to the following address:
17. Integrated Agreement. 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. This Agreement may be
amended only by written instrument signed by both the City and the Consultant.
DATED this
CITY OF TUKWILA
Attest /Authenticated:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Perteet, Inc.
Attn: Steve Sindiong
505 5 Avenue, Suite 210
Seattle, Washington 98104
day of 20
CONSULTANT
By:
Printed Name:
Title:
Approved as to Form:
City Clerk Office of the City Attorney
1
EXHIBIT A
SCOPE OF SERVICES
City of Tukwila Bicycle Friendly Routes and Missing Sidewalks
Background
The City of Tukwila currently has bike lanes along limited roadways, 10 miles of paved
trails, 2 miles of unpaved trails, and 57 miles of sidewalk throughout the City. The City's
Comprehensive Plan includes policies aimed at the implementation of complete streets to
improve mobility for all users; allowing them to reach existing and planned schools, civic
and recreational facilities, transit facilities, regional trails, and major activity centers. A
non motorized system should complement existing and future roadway networks, and
allow pedestrians and bicyclists to reach key activity centers.
The City recently adopted the Walk and Roll Plan, the City's first nonmotorized
transportation plan. The Walk and Roll Plan is based on policies outlined in the City's
Comprehensive Plan, and offers a perspective of "complete streets" that allows for
mobility for all users and modes. The Walk and Roll Plan includes an analysis of existing
conditions, recommended actions, bicycle and pedestrian infrastructure goals, a list of
pedestrian and bicycle projects, and performance goals and measurements.
The Walk and Roll Plan identifies approximately 28.5 miles of Tukwila streets
designated as Bicycle Friendly Routes, and twelve selected segments missing sidewalks
which amount to approximately 41,130 linear feet of street edge missing sidewalks.
Project Purpose
The purpose of the project is to develop a design report that includes researching existing
conditions, preliminary design concepts, alternatives, and opinions of cost for
constructing bike facilities on Tukwila's designated Bicycle Friendly Routes, and for
future sidewalk construction projects. The key project tasks include:
Analysis of existing roadway conditions (to include available right -of -way width,
traffic volumes and speeds, topography, infrastructure)
Recommend a facility type for each route and segment (ie, bike lane, paved
shoulder, drainage improvements). On routes where conditions change (due to
right -of -way constraints, etc.) more than one cross section may be necessary.
Design recommendations, costs of construction, and a ranking of construction
feasibility for each bike route and sidewalk segment.
Optional future work by supplemental agreement includes final design for
construction purposes of selected bicycle and sidewalk segments with plans,
specifications, estimates and bid documents. Optional future (supplemental) work
may also include construction management of these projects.
P.\Long Range Projects \Walk and Roll\Projects, Cost Estimates, Funding, Priorities\RFP materials \Tukwila_Scope of Work_Final Draft 4- I- 09.doc
Deliverables:
1. Project Work Plan
2. Monthly Progress Reports and invoices.
3. Project Schedule
P\Long Range Projects Walk and Roll\Projects, Cost Estimates, Funding, Priorities\RFP materials \Tukwila_Scope of Work_Final Draft 4- I- 09.doc
Perteet
Scope of Services
Perteet, Inc. (Herein called the CONSULTANT) will conduct the following work
elements for the City of Tukwila (Herein called the CITY), as part of the Bicycle
Friendly Routes and Sidewalk Segments Design Report project: The project is
anticipated to begin in late April, 2009, with a project duration anticipated to be
approximately 4 months.
Task 1: Project Management
This work element will have the following sub elements:
1.1. Kick -Off Meeting: The CONSULTANT will coordinate and participate in an
initial project kick off /chartering meeting with the CITY and other stakeholders at
a location within the City. A Work Plan will be prepared, and reviewed by the
CITY in advance of the kick -off meeting.
1.2 Client Contact: Maintain day -to -day contact with CITY project manager via e-
mail and telephone. The CITY will be kept informed on issues concerning work
progress and factors affecting project progress. In addition, a project Sharepoint
site will be developed by the CONSULTANT, that allows for the ability of the
CONSULTANT and CITY to share files.
1.3. Progress Reports: Prepare monthly progress reports and invoices that document
progress to date, expenditures to date, and work anticipated in future months.
CONSULTANT shall identify on the monthly invoice any changes and/or
potential impacts to scope, schedule, and budget. The CITY and CONSULTANT
shall review the issue(s) and both shall agree, in writing, as to the nature of the
need for the change and/or impact, potential strategies to resolve the issue(s), and
corrective action necessary to maintain and/or adjust the scope, schedule, and
budget. The CITY project manager shall be kept up -to -date with anticipated
changes and/or potential impacts to scope, schedule, and budget on a weekly basis
by phone, as outlined in sub element 1.2 above.
1.4 Schedule: Prepare, monitor, and update project schedule monthly. It will identify
work element duration, deliverables, review periods and milestones.
1.5 Meetings: The CONSULTANT will attend up to four (4) additional meetings
with the City project staff during the course of the project. It is anticipated that the
CITY will prepare meeting notes for each meeting.
1.6 Quality Assurance Quality Control: The CONSULTANT will conduct
QA/QC review of deliverables within this scope, including the Improvement
Options report, preliminary design concepts, and opinions of cost.
Task 2: Analysis of Right -of -Way Availability, Roadway Conditions, and Available
Improvement Options
This work element will have the following sub elements:
Perteet
2.1. Review Existing Plans and Standards: The CONSULTANT will review the
City's Walk and Roll Non Motorized Transportation Plan to better understand the
City's goals for non motorized connectivity, the initial identified conditions and
issues, and current design recommendations for specific pedestrian and bicycle
facilities. The CONSULTANT will also review other documents, including the
CITY's Design Standards, plans for adjacent jurisdictions, and transit routes.
2.2. Review GIS Mapping: The CITY will provide and the CONSULTANT will
review existing available GIS information for the roads that are affected by the
project. The available GIS data will be used to review the available rights of way,
utilities, contours, and other pertinent information. Project locations will be
overlaid with the aerial photographs. Locations where pedestrian and bicycle
projects overlap (Macadam Road, 53rd Avenue S, and S 130th Street) will be
identified as high priority. This task will help us to determine whether the right of
way is adequate for projects to meet the City's standards.
2.3. Conduct Field Reviews: The CONSULTANT will organize a field trip with the
combined core team, focused on some of the most important and most
challenging of the projects. Prior to this staff field trip, Perteet will identify
corridors that have more significant issues, such as right -of -way. This field trip
will occur early on in the project schedule, and could occur immediately
following the kick -off meeting. The CITY will provide a vehicle and fuel, or
bicycles for this field trip. Candidates include Boeing Access Road/S Ryan Way,
Tukwila International Boulevard, and Southcenter Boulevard. The objective will
be to make sure that everyone understands the context and trade -offs, and the
consultant team has the best available information about the desired direction
going forward.
After the initial field trip, the CONSULTANT will conduct an additional field
review for each project location listed in Task 3.1, and document the existing
conditions, including road width, availability of or need for additional right -of-
way, channelization, existing curb conditions, shoulder conditions, parking,
posted and observed speed limits, freight use, adjacent land use, major
obstructions such as culverts, utility poles, rockeries or retaining walls, and
hillsides. The field review will be used to identify opportunities and constraints.
Personal Digital Assistants (PDAs) may be used (if budget is available) to
document existing conditions. An inventory matrix will be created to document
existing conditions.
P.\Long Range Projects \Walk and Roll\Projects, Cost Estimates, Funding, Priorities\RFP materials \Tukwila_Scope of Work_Final Draft 4- 1- 09.doc
Perteet
2.4. Improvement Options Report: The CONSULTANT will prepare an
Improvement Options draft report. The report will include a summary of existing
conditions, constraints /barriers (such as inadequate right of way, utility poles),
opportunities, and potential design solutions, including typical cross sections for
the range of design solutions, for each project location.
2.5. Workshop: The CONSULTANT will conduct a half day workshop with selected
City staff, to review preliminary identified improvement options for each project,
and provide additional input toward the improvement options for each facility.
Issues, needs and policy implications will be identified such as the removal of on-
street parking, right -of -way availability and areas where additional right -of -way
may be required, emergency access, utility impacts, landscape buffers, low impact
development opportunities, opportunities for use of sharrows or bike boulevards,
and minimum width for bike lanes or shared lanes. A goal will be to identify a
preferred design solution for each corridor, prior to the development of the
preliminary design recommendations (Task 3). Based on the results of the
workshop, the Improvement Options report will be edited into a final draft report.
The workshop format will include use of maps, field inventory data, photos, and if
the room allows, use of internet resources, such as Google maps.
Deliverables:
1. Draft Improvement Options Report 1 electronic copy, 15 hard copies
2. Final Improvement Options Report 1 electronic copy, 20 hard copies
Task 3: Design Recommendations and Cost Estimates
This work element will have the following sub elements:
3.1. Preliminary Design Recommendations: The CONSULTANT will prepare
conceptual design plans (to include signage, such as the recommended type and
number /spacing per project) and conceptual cross sections for each bicycle
friendly route and missing sidewalk segment based on the results of the
Improvement Options Report, workshop and input from City of Tukwila staff.
Preliminary concepts will be developed for each corridor after alternatives have
been reviewed and a preferred alternative is agreed upon for each corridor. Based
upon feedback and review of the concepts, refined concepts will be developed.
Conceptual design recommendations will be made for the following locations:
Bicycle Friendly Routes
W. Marginal Place S from 14 Avenue S to existing trail
E. Marginal Way S from north city limit to S Boeing Access Road
Boeing Access Road/ S Ryan Way from Marginal Way S to 51 Avenue S
P \Long Range Projects \Walk and Roll\Projects, Cost Estimates, Funding, Priorities\RFP materials \Tukwila_Scope of Work_Final Draft 4- 1- 09.doc
Perteet
On- and off- ramps to /from Airport Way and Boeing Access Rd
S 112 Street from Tukwila International Blvd to Interurban Avenue
Tukwila International Boulevard from Boeing Access Road to S 154
Street
E Marginal Way from Boeing Access Road to SR599
S 102 Street and Norfolk Street from W Marginal Place S to Airport
Way
S 115 Street/ 42 Avenue S from Interurban to S 130 Street
S 135 Street/ 37 Avenue S from Military Road to Tukwila International
Boulevard
40 Avenue S/ 42 Avenue S from S 128 Street to S 160 Street
S 133 St/East Marginal Way S between 40 Ave S and Macadam Rd S
S 125 Street/ 50 Place S from 46 Avenue S to east city limit
51 Ave S/Macadam Road S from S 130 Street to S 144 Street
53 Ave S 56 Ave S from S 144 Street to 50 Place S
S 144 Street from Military Road to Macadam Road S
Macadam Road from S 144 Street to Southcenter Boulevard
51 Avenue S/ Klickitat Drive from S 144 Street to Southcenter Parkway
S 160 Street 53 Ave S from 42 Avenue S to Klickitat Drive
Southcenter Blvd from 53 Ave S to Interurban Ave S
Tukwila Parkway from 61 Ave S to 66 Ave S
61 Ave S bridge
66 Ave S bridge
Andover Park E from S 180 Street to Tukwila Parkway
Baker Boulevard from Andover Park W to Christensen Road
Minker Bld. from Southcenter Pkwy. to Green River
S 180 St. from Southcenter Pkwy to BNSF RR
Sidewalk Seements
S 130 Street from Tukwila International Boulevard to Macadam Rd S
S 140 Street from Tukwila International Boulevard to 46 Avenue S
S 141 Street from Tukwila International Boulevard to 42 Avenue S
S 142 Street from 37 Avenue S to Tukwila International Boulevard
S 144 Street south side of street from Tukwila International Boulevard to
51 Avenue S
S 146 Street from Tukwila International Boulevard to 47 Avenue S
P:\Long Range Projects Walk and Roll\Projects, Cost Estimates, Funding, Priorities\RFP materials \Tukwila_Scope of Work_Final Draft 4- 1- 09.doc
z
Items to Be Furnished by the City of Tukwila
P.\Long Range Projects \Walk and Roll\Projects, Cost Estimates, Funding, Priorities\RFP materials \Tukwila_Scope of Work_Final Draft 4- 1- 09.doc
Pe rteet
S 148 Street from Tukwila International Boulevard to 46 Avenue S
S 152 Street from Tukwila International Boulevard to 42 Avenue S
52 Place S /53 Avenue S from Interurban Avenue S to S 144 Street
Macadam Road S from S 144 Street to S 150 Street
Klickitat Drive from SR518 to 53rd Ave S
3.2. Planning Comparison Level Opinions of Cost: The CONSULTANT will
prepare planning/ comparison level opinions of cost for each pedestrian and
bicycle project. The opinions of cost will include engineering, and construction.
Costs will be developed using the City's critical areas mapping and parcel lines
and other layers available in the City's GIS database. This task will also include a
screening analysis and matrix for the feasibility of construction of each pedestrian
and bicycle project, taking into consideration factors including any environmental
permits that would be required for construction of the project, and extra costs and
difficulty that would be posed by steep slopes, the need to acquire additional
right -of -way, etc.
Deliverables: (1 electronic copy, 15 hard copies will be provided for each deliverable
below)
1. Draft Preliminary Concept Plan for each pedestrian and bicycle project
2. Final Preliminary Concept Plan for each pedestrian and bicycle project
3. Planning/ comparison level opinions of cost for each pedestrian and bicycle
project
4. Screening analysis and ranking by feasibility (permits, widening efforts, etc.).
1. GIS datasets and other associated data for the update of all mapping for the study,
including edge of pavement, right -of -way, building lines, contours, aerial
photography
2. Electronic (WORD) version of the Walk and Roll Plan
3. Available pedestrian and bicycle accident data
4. Available average daily traffic counts (ADT) for all project locations and intersection
turning movements)
5. Current functional classifications
6. Engineering design/as- builts for upcoming and past CIP projects (i.e., Tukwila
International Blvd, 42 Ave S)
(206)252 -7233
EXHIBIT B: Project Budget
Project: Bicycle Friendly Routes and Sidewalk Segments Design Report
Client: City of Tukwila
April 1, 2009
TASK/PHASE
Rates
Project Aga :tit
Kick Oft Meeting
Client Contact
Progress Reports
Progress Schedule
Meetings
QA/QC
Analysis of ROW, Roadway Conditions, Improvement Options
Review Existing Plans Standards
Review GIS Mapping
Conduct Field Reviews
Improvement Options Report (Draft/ Final)
Workshop
Design Recommendations and Cost Estimates
Preliminary Design Recommendations
Planning Level Cost Estimates Screening of Projects
1 Total Hours
1 Total Dollars
Principal
VC Dulnr
$58.32
rota) Task total task
Project Manager Project Mgr, Associate Eng III Eng II Sr. Proj Mgr. Lead Planner Accounting Clerical Hours Dollars
JInwong D. Dovey n.. L.uJeolau 151. nenuncas 151. lvracias ivi. notion J. Lrotweu V. Ivroan w: iveison
$57:69' $40.87 $26.50 $52.76 $41.02 $30.45 $26.00
0 0 0 0 0 3 0
0 1
$50.41 $52.00
6 18 12
2 4 2
2 2
3
1
8 8
4
8 44 18
4 1
3
4 12 8
20 2
4 8 4
9 5 29
7 4 24
2 1 5
23 1 67 1 59
$1,341 1 83,3771 $3,068
Project Hour Estimate
6 18 26
2 2
4 16 16
2 8
2 70 220
2 60 180
10 40
8 88 246
$462 $3,597 $6,519
7
2
2
3
0
0
0
7
Direct Salary Cost $19,287 Expenses'
Overhead Cost (172.47) $33,264 Printing .20 ea. $440
Sub -total $52,551 CAD $15/hr $1,380
Net Fee 30% DPS $5,786 Mileage ($0.55 /mile) $200
Expenses $2,020
Total
TOTAL COMPENSATION
Perteet Engineering, Inc. Confidential
$60,357
860,357
TOTAL 82,020
6
2
4
4
4
$369 I $410
3
01 2
0
0
2
0
$91
0
10 1 3 2
$52
39 $1,973
8 $422
4 $205
6 $243
1 $50
16 $819
4 $233
135 L $6,059
7 $359
91 5373
62 $2,668
37 $1,650
20 $1,009
339
281
58
513
$11,255
$9,360
$1,896
$19,287
Worksheet Page 1
PROJECT: Walk Roll Plan (Nonmotorized Transportation Plan)
DESCRIPTION: Select, design, and construct non motorized projects including bike lanes, sidewalks, and trails.
Enhance bicycle, pedestrian, and vehicle safety, provide missing link connections to the City and the region's
JUSTIFICATION: non motorized transportation network and encourage use of walking and biking as an alternative. Dependent
on adoption of the Walk Roll Plan.
STATUS: Walk Roll Plan to be adopted in 2009. Funding of $60,000 is included in 2009 (with Climate funds) for a
bicycle signage program. Funds will also be used for an engineering feasibility and design study for bicycle routes.
MAINT. IMPACT:
COMMENT:
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2009 to 2014
LINE ITEM: 104.02.595. .32 PROJECT NO. 07 -RWO4
This project is flagged as a potential project for Climate Change Initiative funds. Ongoing program, funding
available as street improvement projects, new development and /or as other opportunities arise. Next update is
scheduled in 2015.
FINANCIAL Through Estimated
(in $000's) 2007 2008 2009 2010 2011 2012 2013 2014 BEYOND TOTAL
EXPENSES
Design 60 50 50 50 50 50 310
Land(R/W) 0
Const. Mgmt. 30 30 30 30 30 30 180
Construction 170 120 120 120 120 120 770
TOTAL EXPENSES 0 0 260 200 200 200 200 200 0 1,260
FUND SOURCES
Awarded Grant 0
Proposed Grant 0
Mitigation Actual 0
Impact Fees 0
City Oper. Revenue 0 0 260 200 200 200 200 200 0 1,260
TOTAL SOURCES 0 0 260 200 200 200 200 200 0 1,260
Project Location
2009 2014 Capital Improvement Program
24
Mayor Haggerton
Transportation Committee
FROM: Jim Morrow, Public Works Directo
DATE: March 30, 2009
SUBJECT: E Marginal Wv S 92 PI S Signal Pole Luminaire Replacement
Project No. 08 -RW04, Contract No. 08 -059
Project Completion and Acceptance
TO:
City of Tukwila
INFORMATIONAL MEMORANDUM
ISSUE
Accept contract as complete and authorize for release of the retainage.
BACKGROUND
This project replaced a signal pole with luminaire that was damaged by an errant
southbound pickup truck at the southwest corner of East Marginal Way South and South
92nd Place. The first Notice to Proceed for Contract No. 08 -059 with TransTech Electric,
Inc. of Kent, Washington, was issued on August 5, 2008 for approval of the signal pole
drawings and pole procurement. The second Notice to Proceed was issued on
December 1, 2008 for the actual construction of the signal pole replacement.
Construction was physically completed on February 23, 2009. No change orders were
issued for the project construction.
Jim Haggerton, Mayor
ANALYSIS
The finalized project cost is the same as the authorized construction award. The driver's
insurance company will pay for the total construction contract amount, as well as utility
potholing, design and construction management.
Contract Award Amount
Change Orders
Total Amount Paid (including retainage)
RECOMMENDATION
The Council is being asked to formally accept and authorize the release of retainage,
subject to standard claim and lien release procedures, for the contract with TransTech
Electric, Inc. in the amount of $83,061.00 and to consider this item on the consent
agenda of the April 20, 2009 Regular Meeting.
Attachment: Dept of Revenue Notice of Completion
$83,061.00
0.00
$83.061.00
P.\PROJECTS\A- RW RS Projects \08RW04 EMW_92nd P1. Signal Pole Replacement \Construction Phase \After ConstructionVnfo Memo Info Memo Closeout TransTech 3 -30 -09 bg gl doc
State of Washington
Department of Revenue
PO Box 47474
REV Olympia WA 98504 -7474
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Comments:
REV 31 0020e (6 27 01)
Contractor's Registration No. (UBI No.) 601 617 500
Date 1 -14 -2009
NOTICE !1T COMPLETION T�T9T T, TT�IAT OF PUBLIC WORKS VTT? A ('T
r i r. L jr l lli it LL 11V1\ Vl' I v1� 1� "r �l�v e0 i .l�c� 1
From:
Name Address of Public Agency
Transtech Electric, Inc.
Contractor's Address
P.O. Box 1108, Kent, WA 98031
Reductions 0.00
Assigned To
Date Assigned
Signature
Type or Print Name Diane Jaber
Phone Number 206- 433 -1871
Department Use Only
Notice is hereby given relative to the completion of contract or project described below
Description of Contract Contract Number
E. Marginal Way S. and S. 92nd Pl. Signal Pole Replacement 08 —RW04 08 -059
Contractor's Name Telephone Number
253- 872 -5343
Date Work Commenced Date Work Completed Date Work Accepted
8/5/08 1/6/09
Surety or Bonding Company
American Contractors Indemnity Company
Agent's Address
9841 Airport Boulevard, 9th Floor, Los Angeles, CA 90045
Contract Amount 83,061.00
Additions 0.00 Liquidated Damages 0.00
Sub -Total 83,061.00 Amount Disbursed 78,907.94
Amount of Sales Tax Paid at 0.0 0.00 Amount Retained 4,153.06
(If various rates apply, please send a breakdown.)
TOTAL 83,061.00 TOTAL 83,061.00
1 Disbursing Officer
The Disbursing Officer must complete and mail THREE copies of this notice to the Department of Revenue,
PO Box 47474, Olympia, WA 98504 -7474, immediately after acceptance of the work done under this contract. NO
PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of Department's certificate, and then only in
accordance with said certificate.
To inquire about the availability of this document in an alternate format for the visually impaired, please call (360) 753 3217. Teletype
(TTY) users please call (800) 451 -7985. You may also access tax information on our Internet home page at http: /dor.wa.gov.
TO:
ISSUE
BACKGROUND
City of Tukwila
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
FROM: Jim Morrow, Public Works Directoy
DATE: March 30, 2009 CJ
SUBJECT: Green River Pedestrian and Utility Bridge Rebid Painting
Project No. 07 -RW02, Contract No. 08 -074
Project Completion and Acceptance
Accept contract as complete and authorize for release of the retainage.
Jim Haggerton, Mayor
The Notice to Proceed for Contract No. 08 -074 with Purcell Painting Coating, LLC of
Tukwila, Washington, was issued on September 8, 2008 for the Green River Pedestrian
and Utility Bridge Rebid Painting Project. This project provided cleaning and painting of
an arched wood pedestrian bridge across the Green River.
Construction was physically completed on October 22, 2008. One Change Order was
issued during construction to allow the contractor to close the bridge during blasting and
repainting at no cost to the City.
ANALYSIS
The finalized project cost is under the authorized construction budget. Minor unit price
under -runs were due to force account items not entirely used during construction:
Contract Amount (Sales Tax included)
Change Order No. 1 (no cost):
Unit Price Under -runs
Total Amount Paid (including retainage)
RECOMMENDATION
$134,000.00
0.00
($7,390.42)
$126.609.58
The Council is being asked to formally accept and authorize the release of retainage,
subject to standard claim and lien release procedures, for the contract with Purcell
Painting Coating, LLC in the amount of $126,609.58 and to consider this item on the
consent agenda of the April 20, 2009 Regular Meeting.
Attachment: Dept of Revenue Notice of Completion
P:\PROJECTS\A- RW RS Projects \07RW02 Gr Riv Ped Br\2008 Sealing Re- Bid \Construction Phase\After Construction\Info Memo Closeout
Purcell Painting 3 -30 -09 bg gl.doc
From:
State of Washington
Department of Revenue
//4 PO Box 47474
REVEN Olympia WA 98504 -7474
Contractor's Registration No. (UBI No.) 602 440 422
Date 1/14/09
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
N(lTTCT' nF U(1MPT ..F.TTON ()F PTTRT .TU WORKS rnNTR A CT
Name Address of. Publiie'Agency
Notice is hereby given relative to the completion of contract or project described below
Description of Contract Contract Number
Green River Pedestrian and Utility Bridge Painting 07 —RW02 08 -074
Contractor's Name Telephone Number
Purcell Painting Coatings, LLC 206 835 -6878
Contractor's Address
6456 South 144 Street, Tukwila WA 98168
Date Work Commenced Date Work Completed Date Work Accepted
9/8/08 10/22/08
Surety or Bonding Company
Western Surety Company
Agent's Address
999 3 Avenue, Suite 2500, Seattle, WA 98104
Contract Amount 122,935.78
Additions 0.00
Reductions 6,780.20
Sub -Total 116,155.58
Amount of Sales Tax Paid at 9.0 10,454.00
(If various rates apply, please send a breakdown.)
TOTAL 126,609.58
Comments:
0
Department Use Only
Assigned To
Date Assigned
Amount Disbursed
Amount Retained
Signature
Type or Print Name Diane Jaber
Phone Number 206 433 -1871
Liquidated Damages 0.00
arsng..
120,801.79
5,807.79
TOTAL 126,609.58
ffiice!
The Disbursing Officer must complete and mail THREE copies of this notice to the Department of Revenue,
PO Box 47474, Olympia, WA 98504 -7474, immediately after acceptance of the work done under this contract. NO
PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of Depat.tnient's certificate, and then only in
accordance with said certificate.
To inquire about the availability of this document in an alternate format for the visually impaired, please call (360) 753 -3217. Teletype
(TTY) users please call (800) 451 -7985. You may also access tax information on our Internet home page at http: /dor.wa.gov.
REV 31 0020e (6- 27 -01)