HomeMy WebLinkAboutCOW 2005-02-14 Item 4A - Contract - 2005 Overlay and Repair Design Consulting with W&H Pacific for $38,384.92 J ,etillA. 1y
COUNCIL AGENDA SYNOPSIS
'rinds ITEM NO.
f� i, i Meairz Date I Pnpard b i Mayor's review i Cp rail reriev
mN� j 2 I 2/14/05 I R131 -t'{ I L-- t 1 1 I 1 1 4 a,
I I 1 1 I
ITEM INFORMATION
I CAS NUMBER: 05-017 I OmGIu. AGENDA DATE: FEBRUARY 14, 2005
AGENDA ITEM TITLE 2005 Annual Overlay and Repair Consultant's Agreement with W&H Pacific.
CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other
a\ItgDate Aftg Date MtgDot. MtgDate \ftg Date MtgDate JltgDate:2 /14/05
(SPONSOR cows Mayo Adm Svcs DCD p Finance Fin Legal Polt. Police PIY/ 1
SPONSOR'S The contract is for design of the 2005 Annual Overlay and Repair Program. The street
SUMMARY improvements include overlay for 43` Ave S (S 160"' to north end), S 164 St (Military to
51 49 Ave S (S 164 to north end), Macadam Rd S (5 150 to S 144"'), S 115 St
(Interurban to 40 Southcenter Blvd (61 to 66 and 42" Ave S (Interurban to S 124).
REVIEWED BY COW Mtg. CA&P Cmte F&S Cmte Transportation Cmte
Utilities Cmte Arts Comm. Parks Comm. Planning Comm.
DATE: 1/24/05
RECOMMENDATIONS:
SPONSOR/ADMIN. Authorize Mayor to sign the consultant's agreement with W&H Pacific.
Co?n nr TEE Forward to COW and then Regular with approval.
COST IMPACT FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$38,384.92 $275,000.00
Fund Source: 104.02 Commercial Streets (page 48, 2005 CJP)
Comments: Total amount budgeted for Engineering also includes construction management and design of 2006 projects.
MTG. DATE I RECORD OF COUNCIL ACTION
2/14/05 1
1
I I I
I I
MTG. DATE I ATTACHMENTS I
1 2/14/05 1 Information Memo dated January 19, 2005
Consultant Selection Rating Sheet
Consultant Contract with Scope of Work
1 Transportation Committee Meeting Minutes from January 24, 2005
1 1
1 i
INFORiv1ATION MEMO
To:
From:
Date:
Subject:
Mayor Mullet
Public Works Directo~
January 19, 2005
2005 Overlav Pro!!l'am - Consultant Selection. Scope of Work. and Fee Estimate
ISSUE
Select a consultant to provide design'and PS & E for the City's 2005 Overlay Program.
BACKGROU1\'D
The C.I.P. includes the Annual Overlay Program to provide repairs and overlays on the City's
street system. Design of this year's overlay program needs to take place now in order to
construct during the dry summer months.
ACTION TAKEN
Three firms were short-listed from the City's consultant roster of firms that indicated they
provide expertise in pavement design, overlay design and pavement management, All three
firms were rated based on the expertise and experience necessary to perform the work. W &H
Pacific was selected as the most qualified. (Rating sheet is attached,)
KPG, Inc., has been the design consultant for the City's Overlay Program since 1992, but was
not considered for this project due to their commitment necessary for other Tukwila projects
anticipated throughout 2005.
RECOMMENDATION
Approve the selection of W &H Pacific as the 2005 Overlay Program design consultant and
authorize the Mayor to execute a contract with W&H Pacific in the amount of $38,384.92.
attachments: Rating Sheet, Scope of Work, Fee Estimate
(P"~_""'i.Wa:RS~<<i.ft1Jrr.' ')(.~
CONSULTANT SELECTION
2005 OVERLAY PROGRAM
W&H David Evans
Pacific Perteet & Associates
Project Manager I 2 /
Pavement Design I Rehabilitation Z Z 3
Repair Experience
Agency Overlay , 2
Program Management I 2-
Tukwila Overlay L 2 Z
Program Knowledge
Pavement Management } / l
System Experience
TOTALS 7 9 /0
Score consultant 1 to 4 with 1 being highest and 4 being lowest
Lowest score is consultant ranked highest
CONSULTAi'\'T AGREEMENT FOR
ENGINEERING DESIGN SERVICES
TillS AGREEMENT is entered into between the City of Tulmila, Washington, herein-after referred
to as "the City", and W &H Pacific, 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 design
services in connection with the project titled 2005 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. Time for Performance. Work under this contract shall co=ence 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 60 calendar days rrom
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 $38,384.92 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 ,viII 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/ oj J-
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 infonnation, 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, ITom and against any and all claims, losses or liability,
including attorney's fees, arising ITom 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 perfonn-
ance of this Agreement and as to claims against the City, its officers, agents and employee",
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 ITom 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 ITom 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. Insnrance. 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 po]icy except upon thirty (30)
days prior written notice to the City. Certificate" of coverage as required by this section shall
be delivered to the City \vithin 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 \vith 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
2
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 rrom 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-\Vaiver. 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, ifthe 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.
3
16. Notices. Notices to the City ofTukwila shaH be sent to the following address:
City Clerk
City ofTukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
Sam Richard
W &H Pacific
3350 Monte Villa Parkway
Bothell, W A 98021
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
day of
,20_.
CITY OF TUK\VILA
CONSULTANT
B;:S~~\~
Steven M. Mullet, Mayor
Printed Name: Brad Bastin
Title: Vice President
Attest! Authenticated:
Approved as to Form:
JaneE. Cantu, CMC, City Clerk
Office of the City Attorney
4
ATTACHMENT "An
CITY OF TUKWILA
2005 OVERLAY PROGRAM
SCOPE OF WORK
PROGRAM DESCRIPTION
Provide engineering design selVices to the City of Tukwila for preparation of the 2005 overlay
program. The candidate projects for this program are included in the list of roadways shown below.
The design of the overlay projects will generally follow the 50% review submittal plans prepared by
KPG, dated December 4, 2004.
Street From
43'" Avenue S S 160'" Street
S 164'" Street Military Road
49th Avenue S S 164th Street
Macadam Road S 220' S of S 1315' Place
Macadam Road S S 150th Street
S 115th Street Interurban Avenue S
. Southcenter Blvd. 615' Avenue S
. 42"" Avenue S Interurban Avenue S
. Projects Not Included in KPG Plans
To
North End of Road
51s1 Avenue S
North End of Road
170' N of S 128th Street
S 144th Street
40th Avenue S
66th Avenue S
S 124th Street
1,0 MANAGEMENT, ADMIN/STRAT/ON, AND COORDINATION
Length
310'
2,550'
440'
1,180'
1,790'
1,030'
2,000'
1,140'
The Consultant shall provide project management and administration, liaison with the City,
monthly progress reports and invoices. The Consultant shall attend and/or conduct up to
two (2) project related meetings with City staff, prepare and distribute meeting notes
(minutes) as necessary to coordinate the project activities.
2.0 QUALITY ASSURANCE / QUALITY CONTROL
The Consultant shall complete a quality assurance check prior to submitting any work for
the City's review. A quality assurance check shall be used to confirm that the design work
follows the City standards and that the work is professional quality, meeting industry
standards, The quality assurance check shall include review of engineering, drafting and
clerical errors or omissions. Lead designers shall review detailed technical work while it
is in progress, as well as after the work products are assembled for submittal.
The City will provide additional quality review. This will be coordinated with the Consultant,
Project Manager and pertinent staff members.
C:\WINDOWSlTEMP\2005 overlay design SCOPE.doc
3,0 ON-SITE PROJECT REVIEWS
The Consultant shall review on-site conditions for each of the candidate projects to identify
the specific construction items to be included in the project improvements. The City shall
supply the Consultant with street pavement evaluation data or recommendations. Based on
the on-site field information and other data provided by the City, the Consultant shall provide
the City with recommendations for each of the projects. No on-site pavement and subgrade
testing is expected for the candidate projects. The 'Consultant shall submit a written
summary of the on-site findings to the City for review and approval.
4.0 FINAL PLANS, SPECIFICATIONS, AND ESTIMATES
Based on the City approved project on-site findings list, the Consultant shall provide the
following engineering services consisting of the preparation of detailed construction
drawings, specifications, special provisions, construction cost estimates and other relative
information in accordance with the City of Tukwila standards.
A. Prepare base maps at a scale of one (1) inch equals forty (40) feet for each project. The
City shall provide the Consultant with DXF computer files of available mapping. The City
shall also provide the Consultant with electronic or hard copies of one (1) inch equals one
hundred (100) foot aerial photographs, utility plans, as-built drawings and other available
information.
B. Prepare construction plans for the overlay candidate projects, including the following:
a. Plans shall be prepared with such provisions and in such detail as to permit
convenient layout in the field for construction and other purposes within a degree of
accuracy acceptable to the City. The plans shall be prepared using AutoCAD 2002
software.
b. Plans shall show complete details for the construction of the proposed improvements
including details for: paving, preleveling and limits of construction; widening for
shoulder stabilization, parking or walkways; curb, gutter, and sidewalk
improvements; drainage improvements necessary forsubgrade stabilization such as
adding ditches andlor subgrade drains; existing surfacing preparation such as crack
sealing, digouts, utility trench repair and fabric interlayers; utility adjustments; and
channelization, signing, and signal detector loop replacements.
c. Plans will include typical sections and special details other than standard details
available from the City, WSDOT, and APWA Standard Drawings.
d. The horizontal scale for the plan sheets shall be one (1) inch equals forty (40) feet.
e. Finalize the plans and prepare project specifications including special provisions in
accordance with City review comments. The Consultant shall make such minor
changes, amendments, or revisions in the detail of work as may be required by the
City.
C. Prepare bid items and calculate quantities for the contract proposal. Group streets into
C:\WINDOWS\TEMP\2005 overlay design SCOPE.doc
overall program schedule with contractor to bid on summary of total quantities.
D. Prepare detailed project specifications including special provisions. The City shall provide
an electronic copy of the contract provisions to be modified and copy of the standard
notices, forms, and certificates to include in the specifications.
E. Prepare a final engineer's estimate of construction costs based on the construction plan
sheets, bid item quantities, and current bid prices. .
F. Submit plans for City to review at approximately the eighty (80) percent stage of completion
and respond to the City's review comments following the submittal. The Consultant shall
provide one (1) reproducible plan set, one (1) cost estimate, and (1) specification at the
eighty (80) percent complete submittal. The City will return one (1) "red-line" plan,
specification and cost estimate with review comments.
G. Provide the City with 40 sets of Half-size plans, 40 sets of provisions and 10 sets of full size
plans.
H. Provide to the City all final mylar plan sheets (11" x 17"), design calculations, and project
specifications including special provisions on 8.5" x 11" sheets. Provide electronic files of
plan sheets! provisions.
I. Supply infonnation to prospective bidders with respect to design and prepare addenda as
necessary during bidding period to support the City staff.
J. Attend preconstruction conference with the successful bidder.
TIME OF BEGINNING AND COMPLETION
The Consultant shall not begin work under the terms of this agreement until authorized in
writing by the City. The estimated notice to proceed date is January 25, 2005. Final plans,
specifications, and cost estimate shall be submitted to the City by March 1,2005.(5 weeks
including City review time.)
OPTIONAL SERVICES
Upon written approval by the City, the Consultant shall provide engineering services beyond
the scope of work identified in tasks 1.0 through 4.0. SelVices may include adding new
streets to the programs, including projects with utility systems replacement, adding additional
or increasing the existing design tasks or other work deemed necessary by the City. Such
work will be specified in a written supplement to this agreement, which will establish the
scope and costs.
C:\WINDOWSlTEMP\200S overlay design SCOPE.doc
2005 Overlay Program
~
-gS3g,~
~grt~%
-..;::>- -.. ...
~. ""
-;;
~8
j
~q.~q
---
~
"
~
~g8~2:.
...-aacrigYl,
E~ -
0'"
-
-~ <I>
?~-o
~s:.
"
o "
u 0
-';\0
'"
gg-~
_'SM~
'%
~~
0'"
o
o
,;
.g
~
~
~
~ ~
\!
if>
A
g
~
"
1\
.€, ~
~-% ~
~:t.~
$:.'a~
-~.~~
~ ->)<
po~
~t...;
~~.g~<
~ ~-~ ~~
-e.~O~~O
1!'$~O~~
;,;
'"
'"
~
~
"'
g
,;
-ft
o
.:t> ...
i::. '"
~8
<i>
~
~
..,
-
;>
'"
~
U
'"
"?,
'"
'"
,;
~3S.g.~
~~QO;'
'" - ,.
..,;< $.
~.
'"
-'
~
'"
i
'"
-"'-
.- '"
~:3
0~
~
-- '"
:3g-
3
'"
..
~
~
.,.,
;>
'"
~
u
'"
"?,
'i
~
..
'"
.~
~
~
;,;
'"
u
-
";>
~
oft
i
~
-
~
...
c
1)
:3: .~
~b
"-,,,
'ojE~
" i ~
'5 c .S
~~~c.'
.'.1"-,,,,0-'
. ' ' ,.(.
-.;~"S~b
f.~??2"
'B
U
~
'"
oft
i
~
~
o
'i
~
~
~
u
u
-~
oft
""
~
~
s: .;;
!6'
-
Transportation Committee
January 24,2005
Jim Haggerton; Chair
Joe Duffie
Pam Carter
Jim Morrow
Bob Giberson
Gail Labanara
Robin Tischmak
Frank marte
Pat Brodin
Cyndy Knighton
Rhonda Berry
Lisa Verner
LucyLauterbach
Brent Carson
David 1vlarkley
Dave Kautz
Bill Arthur
Greg Sherlock
1. Boeing Access Road Bridge Deck Proiect Acceptance Concrete Barner, Inc won the
contract to reconstruct the bridge deck and overlay the Boeing Access Bridge over the railroad.
The work was done last summer, and had one price overrun due to increased depth of bridge
deck removal, repair and bridge deck overlay. The project has been approved, and is ready for
final acceptance. It is within budget. Recommend contract approval on consent agenda of a
Regular Meeting.
2. 2005 Traffic Count Contract Traffic counts are done monthly at 12 locations, and annually
in the CBD. Requests for proposals led to a proposal that is even lower than last year's contract.
Traffic Data Gathering won the contract with a proposal for 55,275. Committee approval.
3. 2005 Overlay Staff explained that they did not include KPG, who has done the design for
~. street overlays fur many years in Tul-wila, to bid, as they are involved in too many Tukwila
\ '.. projects already. Thr~e otherfmns,"we~e. sh()rt~listed, and W &H Pacific was selected. They \~ill
, design 43'" Ave. 160'"-end; S. 164' j\Ohhtary-)I "; 49'" Ave. S S.I64'" - end; Macadam Roaa S.
, S. of 131stPI- N.ofS.128Ih; !vfacadam Road S. S. ISO'"-S. 144!"; S. !IS'" Interurban to 40'"; and
tow alternatives: SouthcenterBh'd 61"_66'"; and 42nd Ave. Intenuban- S. 124'". Approve
selection of'V&H to design 2005 overlay to CO'V and Regular iYleetings.
4. Crosswalk Request The School Disirict has asked the City to approved a mid-block
crosswalk at Thorndyke from the school to across S. 150'". The problem is that the parking lot
gets too congested by all the parents who pick their kids up. Some parents wait on the north side
ofS. 150'", and with all the traffic, the school thinks it dangerous for kids'to be crossing to those
waiting parents. Jim H agreed with Jim lvI's suggestion that it's a children/parent problem. A
crossing guard could be used instead of a crosswalk, which provides a false sense off safety. Jim
H also noted a better method would be to build the roadway from the parking lot to go around
the school, coming out on the east side of the school. The school had looked at that, ,md asked if
the City would build it. Committee support for Public Works decision.
5. Klickitat Design Consultant Selection A report was done after a charette and study on the
Klickitat area. A Modified 3-B option would haye brought a flyover ramp oYer 1-5 !Tom the
southbound 1-5 lanes. When.they asked for design proposals from three firms, they offered
510,000 if the firms would look at Option 3-B and analyze its feasibility, cost-benefit, and
perhaps suggest another alternative. The finn HNTB came up with what staff described as an
elegant and simple replacement for the flyover. It is a combination bridge under the- northbound