Loading...
HomeMy WebLinkAboutTrans 2010-10-18 COMPLETE AGENDA PACKET V`1 Distribution: B Giberson R. Still 41 "y o� Tu k W� V Seal F Iriarte M. Miotke 4 Y: Z J Hernandez R. Tischmak J Trantina Transportation Committee D Quinn P Brodin C Parrish 4 D Robertson G. Labanara B. Arthur i .p ti. •i° Verna Seal, Chair Mayor Haggerton C Knighton File Copy S Lancaster P Lau Single side to Ana 908 Joan Hernandez K. Matej M. Mathia 2 Extra Copies D Speck S Anderson a -mail cover to •i• De'Sean Quinn C O'Flaherty S Hunstock B Saxton, M. Hart, M. Hart J Pace C O'Flaherty, D S Norris J Harrison Atmberg- Dideon, S S Kerslake N. Olivas Norris and S Kirby AGENDA MONDAY, OCTOBER 18, 2010 Time: 5:00 PM Place: Conference Room #1 Item Recommended Action I Page 1. PRESENTATION(S) 2. BUSINESS AGENDA a. 2011 Overlay and Repair Program a. Forward to 10/25/10 Pg. 1 Consultant Selection and Agreement C.O.W. and 11/1/10 Regular b. Budget Review b. Council Review Pg. 15 2011 2012 Biennial Budget 2011 2016 CIP 3. ANNOUNCEMENTS 4. MISCELLANEOUS Future Agendas: Next Scheduled Meeting: Monday, November 1, 2010 Committee Goal: s Establish a process to provide updates to Council on issues that are brought forward at Council meetings during citizen comment opportunities 1 6. The City of Tukwila strives to accommodate individuals with disabilities. P /ease contact the Public Works Department at 206 433 0179 for assistance. 4 City of Tukwila a Jim Haggerton, Mayor 190 I MEMORANDUM TO: Mayor Haggerton TRANSPORTATION COMMITTEE FROM. Public Works Director, DATE: October 13, 2010 SUBJECT: 2011 Overlay and Repair Program Project No. 91110401 Consultant Selection and Agreement ISSUE Execute a contract with KPG, Inc. to provide design services for the 2011 Overlay Program. BACKGROUND The City uses the Municipal Research and Services Center (MRSC) consultant roster whenever possible to select engineering firms to provide necessary services. From that roster, a list of firms which provide pavement design overlay services was developed. Three firms that have previously worked with the City and have proven knowledge and expertise in pavement design were selected for consideration The final scoring sheet is attached. KPG, Inc. has been selected to provide design services for the City's 2011 Overlay and Repair Program Starting the design process in the fall and advertising for construction bids in January or February of each year allows the City to take advantage of the optimal bidding climate that usually occurs early in the year. This contract will complete final design and advertise the project for construction bids. The list of streets for the 2011 program was developed using the City's Pavement Management Program and input from our engineering and maintenance staff. DISCUSSION KPG, Inc. has provided a contract, scope of work, and fee estimate to design the 2011 Overlay and Repair Program and advertise for construction bids (see attached). Contract Budget Design Budget (2010) $99,596 67 $75,000.00 Design Budget (2011) 25.000.00 $99.596.67 $100.000.00 INFORMATIONAL MEMO Page 2 The list includes: 1. Interurban Ave S 1 -5 to S 143 St (select areas only) 2. East Marginal Way: 200 yards south of S 81 PI to north city limits 3. East Marginal Way 9400 block 4. Tukwila Parkway: Andover Park W to Bahama Breeze (including 61 Ave S to bridge) 5. S 150 St: Tukwila International Blvd. to 42 Ave S 6 Beacon Avenue Bangor St to S 107 St 7 Andover Park East: Strander Blvd. to Tukwila Parkway 8 Andover Park West: S 180 St to Minkler Blvd. (including intersection) 9. 49 Avenue South: S 107 St to S 114 St 10. S 114 St: 49 Ave S to 51 Ave S 11 41 Ave S: S 139 St to north end RECOMMENDATION The Council is being asked to approve and forward the proposed contract with KPG, Inc. in the amount of $99,596.67 for consideration at the October 25, 2010 Committee of the Whole meeting and subsequent November 1, 2010 Regular Meeting. Attachments: Consultant Selection Scoring Sheet Vicinity Map Contract, Scope of Work and Fee Estimate W \PW Eng \PROJECTS\A- RW RS Projects\91110401 (2011 Overlay and Repair Program) \Consult Select 10- 14- 10.doc CONSTSELECTION 2011 OVERLAY REPAIR PROGRAM David Evans W H Associates Pacific KPG Project Manager 1 1 1 Pavement Design Rehabilitation Repair Expertise 2 2 1 Agency Overlay Program Management 1 1 1 Tukwila Overlay Program Knowledge 2 1 1 Pavement Management System Experience 2 2 1 Expertise Using WSDOT Standards 1 1 1 TOTALS 9 8 6 For each category, highest score is 1 (with the lowest or worst score at 4) Consultant with the lowest score is ranked the best. W \PW Eng \PROJECTS\A- RW RS Projects \09RWO1 2009 -10 Overlay\2011 consel is' 333 St =3, CITY 395 OF 39931 A. TUKWILA 51003 3,0)3 1 3•046 t'., 1 5 i Illitt u Ion 11 y 3551n9 47 :i 0 col�i6ip5 a i Wa 91 cdunvy 1 /1 1 14145 511tH s112 sf 4,1 s 163 er s 9 b19 3 b, is3 5A 5115 St Wq $115 u S 91153' T\ 311x3 I, o-'s"'"' 61x4 5' 2 1 a m sua3 I z Ax y f— r 8 N 31245, Z 314]31_.,.. 1x5 `p t1 =l 0 0 fir. b 7 saeea a A 9 I 31393 s -3� k. P qj_ 3, X 11 ii H 't�. 519.53 9 T O 31053 m y 31 t 383 4. -PIPPF� 1,531 t ,9 5��■_m 3 d .,Ox ,1353 ��j1�4 S1405 1 3,.93! I I� v I I G7 St9S ICI I R 3143 91431 ,t "a �,s,., 5143 r I 51N3I� r F ort 1 91453 1 1f S140 1 w Mint Y K I 514951 t Mi a I 1s,3a9 _.'�,.n J t; 15150 51 e189 51496 p I s 513 319x3 5 3 515251 5t 31423} U 5 11' h 91513 I I 5143 a 515951 5159 �t 1 s 4 a ,z�_ tJ tic m cos s Y 9 9 al W I w i p 1 r 918' iva T _01 N S i n '3 I War Mt s. 9 T 5V.9. 0 31.3 d 2 nd t s i Ia+r e s UphM p '14. Yellin or g e S s., 1�:. SW133 LEGEND x r 659.444 .44. i a CITY LIMITS IR STREET CENTERLINE ac S m BRIDGE II SCALE. 1" =1500 i DATE JANUARY 26, 2001 a�� Ueda�mar Tne l e eaueapWe'm an0 6 are mlen 0e5 Zr Dory 320551 C�r. CONSULTANT AGREEMENT FOR ENGINEERING DESIGN SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred to as "the City and KPG, Inc., hereinafter referred to as "the Consultant in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform engineering design services in connection with the project titled 2011 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 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 365 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 $99,596.67 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 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 2 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. 3 16. Notices. Notices to the City of Tukwila shall be sent to the following address: City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: KPG, Inc. 753 9th Avenue N. Seattle, WA 98109 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 2010 CITY OF TUKWILA CONSULTANT By: Jim Haggerton, Mayor Nelson Davis, KPG Principal Title: Attest/Authenticated: Approved as to Form: Christy O'Flaherty, CMC, City Clerk Office of the City Attorney 4 EXHIBIT A City of Tukwila 2011 Overlay Program Scope of Work October 12, 2010 PROJECT DESCRIPTION The Consultant shall prepare final Plans, Specifications and Estimates for the 2011 overlay program. Specific projects will be determine from the following list of candidate streets: Interurban Ave S I -5 to S 143rd St (select areas only) East Marginal Way 200 yards south of 81st to north city limits o East Marginal Way 9400 block Tukwila Parkway Andover Park West to Bahama Breeze (including 61st Ave to S -line bridge) S 150th St Tukwila International Blvd to 42nd Ave S o Beacon Ave Bangor St to S 107th St o Andover Park East Strander to Tukwila Parkway Andover Park West S 180th St to Minkler (including intersection) 49th Ave S S 107th St to S 114th St o S 114th St 51st Ave S to 49 Ave S 41st Avenue S: S 139th Street to north end The Consultant shall review the street segments above to do a visual confirmation and budget level estimates. This information will be summarized in a technical memorandum with recommended street segments amounting to a total program construction budget of approximately $1 Million. Upon approval by the City, selected road segments for the 2011 Overlay Program will be advanced into final design. The Consultant shall provide all necessary field reviews, base mapping, and utility notification required to complete final bid documents. The Consultant shall also prepare the bid tabulation, check low bidder(s) references, and provide a recommendation for award to the City. Projects will be bid as a single bid package as budget allows. Projects may be re- prioritized or deferred to a future overlay program based on available budget and other considerations. Detailed estimates will be prepared at the 50% design to verify the final project list to be included in the 2011 Overlay Program. An allowance is included to provide support and to the City's pavement management system. This work will be performed by the Consultant and /or Pavement Engineers Inc. under subcontract to the Consultant as required. SCOPE OF WORK City of Tukwila KPG, Inc. 2011 Overlay Program Page 1 of 3 October 12, 2010 TASK 1 MANAGEMENT /COORDINATION /ADMINISTRATION 1.1 The Consultant shall provide continuous project management and administration for the duration of the Project. (Estimate 6 months). Hold project coordination meetings with the City to update progress and review submittals. Assume (4) meetings. The Consultant shall provide monthly status reports and billings. 1.2 The Consultant shall provide independent QA/QC reviews by senior in -house staff of all deliverables prior to submittal to the City. TASK 2 PREPARE DESIGN BASEMAPS/PRIORITY BUDGET MEMO 2.1 The Consultant shall review the street segments included in the project description to do a visual confirmation of condition and budget level estimates. This information will be summarized in a technical memorandum with recommended street segments amounting to a total program construction budget of approximately $1 Million. Upon approval by the City, selected road segments for the 2011 Overlay Program will be advanced into final design. 2.2 The Consultant shall prepare base maps for the selected project segments using field measurements, available record drawings and ortho- photography. Assumptions The Consultant shall provide existing mapping or record drawings, GIS information, and existing aerial ortho photography for the Project areas. Field survey will not be required. Typically, only surface utilities requiring adjustment to grade will be shown. Deliverables Technical memorandum with budget estimates and program recommendations. Base maps for selected Project sites. TASK 3 PREPARE PLANS, SPECIFICATIONS AND ESTIMATE 3.1 The Consultant shall prepare final Plans for 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. It is assumed there will be thirty (30) plan sheets at 1 =20' scale full size (22" X 34 1 =40' at reduced scale (11" X 17 Typical sections and details will be prepared for items not available as standard details from the City, State, or APWA standard drawings. City of Tukwila KPG, Inc. 2011 Overlay Program Page 2 of 3 October 12, 2010 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. The Consultant shall perform Project site walkthroughs with the City to determine extent of roadway improvements /resurfacing (Estimate 2 meetings). Pavement sections will be determined through consultation with the City's maintenance staff and previous experience. 3.2 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction Cost for each review submittal and the bid documents. 3.3 The Consultant shall prepare the Contract Specification per 2010 WSDOT Standard Specifications. 3.4 The Consultant shall distribute 50% and 90% review submittals to franchise utility owners for utility adjustments within the Project limits. 3.5 The consultant shall assist the City with Project Advertisement and Award. Assumptions No federal funding is anticipated for the Project engineering or construction. No utility upgrades are anticipated in the project design. Drainage Water Quality Reports will not be required. Geotechnical Engineering services will not be required. Environmental Documentation will not be required. Deliverables 50% review submittal with Plans and Estimate 90% review submittal with Plans, Specifications, and Estimate. Bid Documents and Engineer's Estimate 6 sets of Plans (11" X 17 and specifications provided for each review submittal. 10 sets of Plans (11" X 17 and specifications for the Bid Documents. Coordinate upload of Plans and Specifications to Builders Exchange. TASK 4 PAVEMENT MANAGEMENT SUPPORT (AS NEEDED) 4.1 The City may require other services of the consultant in updating the City's Pavement Management Program. This work will be conducted on an as needed basis within the budget allowances contained in Schedule B. For budgeting purposes, we have included 24 hours of staff time and a $2,000 allowance for Pavement Engineers under subcontract to the Consultant. City of Tukwila KPG, Inc. 2011 Overlay Program Page 3 of 3 October 12, 2010 HOUR AND FEE ESTIMATE EXHIBIT B Project: City of Tukwila I P G- Architecture Landscape Architecture 2011 Overlay Program Civil Engineering Labor Hour Estimate 1 Total Fee Project Senior Project Design CAD Const Survey Senior Office Task Description Manager Engineer Engineer Engineer Technician Inspector Crew Admin Admin 179 18 129.22 114 85 100 49 81 41 94 10 139 01 100 49 58.11 Fee Task1 Management /coordination /administration 1 1 Management and administration (estimate 6 months) 6 1 0 1 0 0 0 1 0 0 1 2 1 6 1$ 1,624 71 1.2 QA/QC reviews 8 1 8 1 0 1 0 0 0 I 0 0 1 4 1$ 2,699 60 Reimbursable expenses see breakdown for details 1 1 1 1 1 1 1 1 I 1$ 40.00 Task Totals 1 14 1 8 1 0 1 0 1 0 0 1 0 I 2 1 10 1$ 4,364.31 Task 2 Prepare Design Basemaps /Priority Budget Memo 2.1 Project prioritization memo 4 1 4 1 12 12 0 0 0 1 0 1 0 1$ 3,817 69 2.2 Basemap preparation 8 1 16 1 60 120 120 0 1 0 1 0 1 0 1$ 32,219 55 Reimbursable expenses see breakdown for details 1 1 1 1 1 400.00 Task Totals 12 1 20 72 1 132 1 120 1 0 1 0 1 0 1 0 1$ 32,619.55 Task 3 Plans, Specifications and Estimate 3.1 Project Plans 24 40 60 1 100 160 0 0 0 4 39,666 53 3.2 Project Cost Estimates 4 8 16 24 16 0 0 0 0 7,302.34 3.3 Project Specifications 4 8 24 16 0 0 0 0 8 1$ 6,579 63 3 4 Utility Coordination 2 0 4 4 0 0 0 0 4 1$ 1,452.16 3.5 Project Advertisement and Award 4 0 1 8 0 0 0 1 0 0 8 1$ 2,100.42 Reimbursable expenses see breakdown for details 1 1,100 00 Task Total 1 38 1 56 112 144 176 1 0 1 0 1 0 24 1$ 58,201.08 Task 4 Pavement Management Support (As Needed) 4 1 Pavement Management Support Allowance 0 1 0 1 0 24 0 i 0 0 0 0 1$ 2,411 74 Reimbursable expenses see breakdown for details 1 1 2,000.00 Task Total 0 1 0 0 0 0 0 0 1 0 0 I$ 4,411.74 Total Estimated Fee: 99,596.67 10/13/2010 HOUR AND FEE ESTIMATE EXHIBIT B KPG Architecture Civil Engineering Project: City of Tukwila Civil En �neerin 2011 Overlay Program Reimbursable Breakdown Cost Task1 Management /coordination /administration Mileage 20 00 Reproduction 20 00 Task 1 Total 40.00 Task 2 Prepare Design Basemaps /Priority Budget Memo Mileage 300 00 Reproduction 100.00 Task 2 Total 400.00 Task 3 Plans, Specifications and Estimate Mileage 100 00 Reproduction 1,000 00 Task 3 Total 1,100.00 Task 4 Pavement Management Support (As Needed) Pavement Engineers Allowance 2,000 00 Reproduction Task 3 Total 2,000.00 Total Reimbursable Costs: 1,540.00 10/13/2010 ate sy Z City of Tukwila a o City Council 29 °a,' MEMORANDUM TO: Transportation Committee FROM: Kimberly Matej, Legislative Analyst CC: Steve Lancaster, City Administrator Shawn Hunstock, Finance Director DATE: October 8, 2010 SUBJECT: Budget Review Committee Schedule Council Committees have each been assigned portions of the Preliminary 2011 -12 Biennial Budget to review over the course of two consecutive meetings The review schedule for the Transportation Committee is listed below Transportation Committee Review Schedule Monday, October. 18, 2010 Budget Pg. Numbers* CIP Pg. Numbers* Public Works GF -149 to GF -162 Facility Maintenance GF -163 to GF -166 Street Maintenance GF -167 to GF -171 Monday, November 1, 2010 Budget Pg. Numbers CIP Pg. Numbers* Street Fund OF -5 to OF -6 CIP 1 -5 Arterial Street Fund /Bridges OF -7 to OF- 8 CIP 7 -47 Land Acq /Parks Dev OF -19 to OF -20 CIP 49 -73 Facility Replacement OF -21 CIP 75 -89 General Govt Improvements OF -22 Equipment Rental OF -41 to OF -42 1 Attachment A CIP VII -IX 1 Attachment B CIP XI Attachment C CIP XII *The Preliminary Budget and CIP are included in the same binder for review The Budget has been inserted first, separated as General Fund (GF) and Other Funds (OF). The CIP is second, separated by a green page divider entitled CIP.