Loading...
HomeMy WebLinkAboutTrans 2014-05-27 Item 2C - Agreement - East Marginal Way South Design with TransOlympic EngineeringCity of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Transportation Committee FROM: Bob Giberson, Public Works Directorre9 BY: Dave Sorensen, Project Manager DATE: May 23, 2014 SUBJECT: East Marginal Way S (BAR — S 112th St) Project No. 98910405 Consultant Selection and Agreement ISSUE Approve a consultant agreement with TransOlympic Engineering, Inc. to provide a design report for East Marginal Way S. BACKGROUND East Marginal Way South between Boeing Access Road and S 112th St has been identified as a capacity improvement project in the City's transportation forecasting. The project is included on the mitigation list for transportation improvements and traffic impact fees have been collected by the City. A consultant selection process using the Municipal Research and Services Center (MRSC) Consultant Roster was performed and six (6) engineering firms were evaluated to provide a Design Report (see attached scoring and selection matrix). TransOlympic Engineering was scored as the most qualified to provide the requested design services as they have prepared preliminary plans for several other municipal projects statewide and have performed very well. DISCUSSION The East Marginal Way S project is a design feasibility report which will consider the cost benefit of design and construction of curb, gutter, drainage, lighting, turn lanes, traffic control, and other transportation improvements as identified in the final report that could be needed over the next 20 years. Upon completion of the design feasibility report, staff will evaluate the cost benefit to either move forward with full design or discontinue the traffic impact fee collection zone. The west half of East Marginal Way S was completed by Sound Transit as part of the Link Light Rail Project. FINANCIAL IMPACT In the 2014 CIP, $50,000 is budgeted yet traffic impact fees collected to date total $112,642.00. TransOlympic Engineering has submitted a design report contract for $88,032.00. Additional expenditures will be needed from the 104 Arterial Street Fund's traffic impact fees. Design Feasibility Report Additional Traffic Impact Fee Revenue Contract Budget Traffic Impact Fees $88,032.00 $ 50,000.00 $ 112,642.00 33,032.00 (88,032.00) $ 88 032.00 $ 24 610.00 RECOMMENDATION Council is asked to approve the consultant agreement with TransOlympic Engineering, Inc. in the amount of $88,032.00 for the design feasibility report for the East Marginal Way S (BAR — S 112th St) Project and consider this item at the June 9, 2014 Committee of the Whole and subsequent June 16, 2014 Regular Meeting. Attachments: Consultant Selection Matrix Page 27, 2014 CIP Contract, Scope of Work, and Fee Estimate W: \PW Eng \PROJECTS\A- RW & RS Projects \EMW Feasibility (BAR - 113) (98910405) \Consultant Selection \To TC \Info Memo Consult Select & Contract 5- 23- 14.docx 19 CONSULTANT SELECTION E. Marginal Way 9 (BAR - S. 112 St) For each category, highest score is 1 (with the lowest or worst score at 4) Consultant with the lowest score is ranked the best. 20 DKS Associates TransOlympic Engineering, Inc. KPFF Parametrix Perteet W & H Pacific, Inc. Survey Crew In -House 3 1 1 1 1 1 Bikeway & Walkway Design 2 2 2 2 2 2 Past Performance on Similar Projects 4 2 3 2 3 3 Stormwater Drainage & Detention Design 2 2 3 2 3 3 Pedestrian Path / Facilities Planning and Design 3 2 3 3 3 2 Recent Experience with Tukwila Standards and Procedures 4 4 3 4 4 4 TOTALS 18 13 15 14 16 15 Justificaiton of Prevailing Consultant: Based on rewiew of the consultants website and MRSC online profile, including completed projects, TransOlympia Engineering was chosen to perform this study. This contract includes the possiblity the consultant could be chosen to provide further design work, including a Prelimanry Engineering contract. For each category, highest score is 1 (with the lowest or worst score at 4) Consultant with the lowest score is ranked the best. 20 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 PROJECT: E Marginal Way (BAR - S 112 St) * Project No. 98910405 Zone 4 DESCRIPTION: Design and construct curb, gutter, drainage, lighting, turn lanes, and traffic control. JUSTIFICATION: Safety, capacity, and drainage items needed to serve this area of increasing vehicle and pedestrian traffic. STATUS: Design report needed. Project will include improvements in conjunction with Sound Transit Light Rail. MAINT. IMPACT: Reduction in maintenance. COMMENT: Project is on impact fee list for only the design costs. FINANCIAL Through Estimated (in $000's) 2012 2013 2014 2015 2016 2017 2018 2019 BEYOND TOTAL EXPENSES Design 50 170 220 Land (R/W) 700 700 Const. Mgmt. 280 280 Construction 2,150 2,150 TOTAL EXPENSES 0 0 50 0 0 0 0 0 3,300 3,350 FUND SOURCES Awarded Grant 0 Proposed Grant 1,300 1,300 Mitigation Actual 0 Traffic Impact Fees 113 50 990 1,153 City Oper. Revenue (113) 0 0 0 0 0 0 0 1,010 897 TOTAL SOURCES 0 0 50 0 0 0 0 0 3,300 3,350 Project Location 2014 - 2019 Capital Improvement Program 27 21 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: CONSULTANT AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and Trans Olympic Engineering, 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 services in connection with the project titled E. Marginal Way (BAR — S. 112th ST). 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, 2014, 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 November 30, 2014 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 he made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $88,032 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. 22 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 propel ty 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: I. 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 he endorsed to provide contractual liability coverage. CA revised 1-2013 Page 2 23 2. Commercial General Liability- insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall he written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liabilitv with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not he contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days' notice to the Consultant to correct the breach, immediately ten-ninate 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 he 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. CA revised : 1-2013 Page 3 24 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13, Non-Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the teens 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. CA revised : 1-2013 Page 4 25 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: /Lir No, 1 8. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. DATED this /2114 day of CITY OF TUKWILA CONSULTANT 7T7-4/Vc-l-P°Pqf ‘-'1V6,;(inrkriez/ve:, //le.: - By: * 11--41/4, 416 Mayor, Jim Haggerton Printed Name: C-C1- ilf&A/Ya' Title: fr(24/1/c/A44- Attest/Authenticated: Approved as to Form: City Clerk, Christy OTlaherty Office of the City Attorney CA revised : 1-2013 Page 5 26 EXHIBIT "A" City of Tukwila E. Marginal Way (BAR — S. 112th ST) Scope of Work May 7, 2014 Scope: TransOlympic Engineering, Inc. in collaboration with Skillings Connolly, Inc. is to provide engineering services to the City of Tukwila for preparation of an alternatives analysis /feasibility study to identify a project to improve East Marginal Way. The work associated with this agreement involves the study of alternatives to improve safety and levels of service for motorized and non - motorized modes of transportation along East Marginal Way from the NB stop bar at the intersection of East Marginal Way and the South Boeing Access Road to and including the intersection of East Marginal Way with South 112th Street. The goal of this project is to identify a preferred alternative that will provide the desired outcome while being financially feasible. Following is the scope of work to accomplish this goal: Assumptions 1. TransOlympic Engineering will lead a team to provide the services required by this task. 2. Level 1 Screening will be conducted on a range of alternatives by a team of City, TransOlympic Engineering, Skillings Connolly, and DKS Associates members. It will consist of a qualitative approach (order of magnitude only, not actual quantities) based on existing information and knowledge of the team representatives. The screening criteria will include costs, constructability, environmental considerations and the purpose and need of the improvement. The intent of the screening is to identify "fatal flaws" and to qualitatively rank the remaining alternatives for the Level 2 Screening process to follow. No field data will be collected to support this effort. 3. Level 2 Screening will be conducted on the viable alternatives identified in the Level 1 process by a City selected evaluation team. It will be quantitative in nature and based on conceptual designs to include footprints and key features that will impact cost and constructability. Retaining walls, bridges, storm water facilities, channelization, signals and other structural components, right -of -way acquisition, 27 displacements, environmental impacts and materials quantities will be utilized for the analysis with the intent of providing rough estimates of types, sizes, locations, costs etc. Tasks 1. Develop a purpose & need statement that defines the purpose of the project and its supporting need(s). Submit to the City for review. Incorporate review comments and resubmit for concurrence. 2. Develop a list of reasonable alternatives for consideration in the Level 1 Screening process. 3. Identify the environmental elements to be considered. Submit to the City for review. Incorporate review comments and resubmit for concurrence. 4. Collect necessary environmental data via site visit and literature search. 5. Level 1 Screening: a. Gather background data. b. Evaluate reasonable alternatives & identify fatal flaws. c. Apply Level 1 Screening criteria. d. Meet with the City to review the reasonable alternatives evaluated and initial screening. Select viable alternatives to be considered in the Level 2 Screening process. e. Document the Level 1 Screening process in a Technical Memorandum. Submit the Draft Technical Memorandum to the City for review. Incorporate review comments and resubmit for concurrence as final. 6. Level 2 Screening: a. Gather data, collect field data and prepare conceptual designs with plans and cost estimates. b. Develop Level 2 screening criteria to be used by the City evaluation team. Submit to the City for review. Incorporate review comments and resubmit for concurrence. c. Meet with the City evaluation team to: 1) Present proposed viable alternatives. 2 28 2) Present proposed screening criteria. 3) Screen and rank viable alternatives. Select the preferred alternative. 4) Document the Level 2 Screening process in a Technical Memorandum. Submit the Draft Technical Memorandum to the City for review. Incorporate review comments and resubmit for concurrence as final. Deliverables 1. Purpose & Need Statement. 2. Level 1 Screening Technical Memorandum. 3. Level 2 Screening Technical Memorandum. 3 29 EXHIBIT "B" CITY OF TUKWILA E. Marginal Way (BAR — S. 112th ST) Fee Summary NEGOTIATED HOURLY RATE (NHR): Classification Man Hours X Rate = Cost PRINCIPAL -IN- CHARGE 125 x $139.00 = $17,375.00 ENGINEER 62 x $85.00 = $5,270.00 TECHNICIAN 38 x $60.00 = $2,280.00 PROJECT ADMINISTRATOR 4 x $80.00 = $320.00 Total Hours = 230 Total NHR = REIMBURSABLES: Mileage 400 X $0.560 = 5224.00 Miscellaneous Expenses 51,085.00 x 10% = 51,193.50 Total Expenses= SUBCONSULTANT COST (See Exhibit G): Geotechnical $0.00 X 15% _ $0.00 Skillings Connolly $50,790.00 x 10% _ $55,869.00 DKS- Allowance 55,000.00 X 10% _ $5,500.00 ** $0.00 x 10% $0.00 Total Subconsultants SUB -TOTAL (NHR + REIMBURSABLES + SUBCONSULTANTS): MANAGEMENT RESERVE FUND: Sub Total = SUB TOTAL = $88,031.50 x 0% = MRF GRAND TOTAL GRAND TOTAL = PREPARED 30 EXHIBIT "B" CITY OF TUKWILA E. Marginal Way (BAR - S. 112th ST) Sub Consultant Fee Summary 31 NEGOTIATED HOURLY RATE (NHR): Classification Man Hours X Rate = Cost PRINCIPAL -IN- CHARGE 46 x 5146.00 = $6,716.00 SENIOR PROJECT MANAGER 1 X $0.00 = $0.00 PROJECT MANAGER 93 x $126.00 = $11,718.00 SENIOR PROJECT ENGINEER 0 x 5140.00 = $0.00 PROJECT ENGINEER 0 X 5140.00 = $0.00 ENVIRONMENTAL MANAGER 14 x 5146.00 = $2,044.00 SR ENVIRONMENTAL SCIENTIST 0 x 5146.00 = $0.00 STAFF SCIENTIST 0 x $72.00 = 50.00 PUBLIC INVOLVEMENT COORDINATOR 16 x 580.00 = $1,280.00 ENGINEER 146 x $112.00 = $16,352.00 RIGHT OF WAY AGENT 0 x 5129.00 = 50.00 SURVEY MANAGER 4 x $160.00 = $640.00 SURVEYOR 0 x 5114.00 = 50.00 1 MAN SURVEY CREW 24 x $80.00 = $1,920.00 2 MAN SURVEY CREW 0 x $230.00 = $0.00 3 MAN SURVEY CREW 26 x $260.00 = $6,760.00 TECHNICIAN 32 x 595.00 = $3,040.00 INSPECTOR 0 x $130.00 = $0.00 PROJECT ADMINISTRATOR 4 x $80.00 = $320.00 ADMINISTRATIVE ASSISTANT 0 x $90.00 = $0.00 Total Hours = 406 Total NHR' J� .*� 'S.KC REIMBURSABLES: Mileage 0 X $0.560 = $0.00 Miscellaneous Expenses $0.00 x 10% = $0.00 Total Expenses = SUBCONSULTANT COST (See Exhibit 0): Geotechnical $0.00 X 15% _ $0.00 Subconsultant 1 $0.00 X 10% _ $0.00 Subconsultant 2 $0.00 X 10% = 50.00 Subconsultant 3 $0.00 x 10% = 50.00 Total Subconsultants = , #x, „r;�,t., SUB -TOTAL (NHR + REIMBURSABLES + SUBCONSULTANTS): Sub Total - �yrr .�'z�`�.'�7="``�a �� *,!s�9� MANAGEMENT RESERVE FUND: SUBTOTAL= $50,790.00 x 0% = MRF,yy"'' GRAND TOTAL GRAND TOTAL = '� PREPARED 31