Loading...
HomeMy WebLinkAboutTrans 2012-10-15 Item 2A - Agreement - 2013 Overlay and Repair Program with KPG for $148,959.24TO: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton TRANSPORTATION COMMITTEE FROM: Bob Giberson, Public Works Directo BY: Robin Tischmak, City Engineer DATE: October 12, 2012 SUBJECT: 2013 Overlay and Repair Program Project No. 91310401 Consultant Selection and Agreement ISSUE Execute a contract with KPG, Inc. to provide design services for the 2013 Overlay and Repair Program. BACKGROUND The City uses the Municipal Research and Services Center (MRSC) consultant roster whenever possible to select engineering firms to provide necessary services. Six (6) engineering firms were evaluated to provide design services for the City's 2013 Overlay Program (see attached scoring and selection matrix). Each consulting firm provides services with expertise in multiple engineering disciplines. All of the firms are well qualified, but KPG provides a unique knowledge and understanding of the City's program that provides efficiency and benefits which cannot be matched at this time by any other firm. KPG has prepared preliminary plans for several of the project segments as part of the 2012 Overlay Program and has also performed very well on previous City projects. The selection of a consultant to provide these services will continue to be evaluated annually as a consultants staffing and expertise changes overtime. Starting the design process in the fall and advertising for construction bids in the 11 quarter of each year allows the City to take advantage of the optimal bidding climate. The list of streets was developed using the City's Pavement Management Program with input from engineering and maintenance staff. DISCUSSION KPG, Inc. has provided a contract, scope of work, and fee estimate to complete design of the 2013 Overlay and Repair Program and advertise for construction bids. Contract Budget Remaining 2012 Budget $100,000.00 2013 Final Design Contract & Budget $ 148,959.24 100,000.00 Totals $148.959.24 $ 200.000.00 1) Beacon Ave South: Bangor St to S 107th St 2) South 107th St: 491h Ave S to Beacon Ave S 3) South 114th St: 49" Ave S to 51st Ave S 4) 49th Ave South: S 107th St to S 114th St 5) S 150th St: Tukwila Intl Blvd to 42nd Ave S 6) Andover Park East: Strander Blvd to Tukwila Pkwy 7) Interurban Ave S: S 143rd St to Fort Deny Wy RECOMMENDATION Council is being asked to approve the design contract with KPG, Inc. for the 2013 Overlay and Repair Program in the amount of $148,959.24 and consider this item on the Consent Agenda of the November 5, 2012 Regular Meeting. Attachments: Consultant Selection Scoring Matrix Vicinity Map Page 14, Proposed 2013 CIP Contract, Scope of Work and Fee Estimate W.1P W Eng't.PROJECTS1A- RW & RS Projects12012 Overlay 8 Repair Program (91210401) Into Memo Consult Select 2013 0&R 10 -12 -12 gl sb.docx 1 CONSULTANT SELECTION 2013 OVERLAY & REPAIR PROGRAM For each category, highest score is 1 (with the lowest or worst score at 4) Consultant with the lowest score is ranked the best. 2 CH2M Hill, Inc. Gray and Osborne, Inc. KPG Parametrix Perteet W & H Pacific, Inc. Project Manager 2 2 1 2 2 2 Tukwila Overlay Program Knowledge 4 4 1 3 4 2 Roadway, Bikeway, & Walkway Design 1 1 1 1 1 1 Stormwater Drainage & Detention Design 1 1 1 1 1 1 Signal, Illumination & Electrical Design 1 1 1 1 1 1 Land Surveying & Mapping 1 1 1 1 1 1 Pedestrian Path / Facilities Planning and Design 1 1 1 1 1 1 Construction / Project Administration / Management 1 1 1 1 1 1 Construction Inspection 1 1 1 1 1 1 Transportation / Traffic 1 1 1 1 1 4 Utilities 1 1 1 1 1 1 Landscape Design & Surveying 1 1 1 1 1 4 Plan Review 4 1 1 1 4 1 Illumination 4 1 1 1 4 1 TOTALS 24 18 14 17 24 22 For each category, highest score is 1 (with the lowest or worst score at 4) Consultant with the lowest score is ranked the best. 2 0 Stu PI 15� ■ S Boeing Li:\At 5 O '5 `9 lit w` /� ` �� Z� �O e' y Lp) N 0 —® S112 St NTS z q�� WO 115 St , ,ii „moo, d f 4 S't F \ //�11 . 5116 St 2 S 18 St St SR 599 18 St > ' c4 Site Project p 2 N v No m y A R y 9 S 124 .' a St O IF # Locations ns like oc ^ Z o �__ f S S S 124 St c Oosr ?< 126 St 0 �I <a7 r0 127 St S St 1 0 i 128 a'k°n a Ito i S P J S 1 133 \ ��� , St 6a pe S PO ao ti.. C r � Co m f- , a oy St S135 St r` y = �� 5 134 St s ��11 w rS y St G Sry s m SEt �, { IL TI 1. c" 70�N lb c "1Z � N \ ,p "p as <C t2 �1 Si 5 138 a 137 St . y ti ° D y < m y Zy °s S 136 St / s6 5. y ZD 1" S 140 St 1111 ., m 9Lp 139 St �' rn S S 140 St 142 a yq `,o S 142 St it ,f o co. a0iS 3 < St s S 142 04 a m 1y y S 144 St y . 2 S 144 St Wy Si 9 , BM5 a` N " a y m G D 9L I c 0 11 146 St S 1148 St S 148 St 3 N N .. 5 S149 St 147 Sty 17 C -9 P A N O Z 3 7 S 150 St y S 149 St F .F cF y 151 St c S S 150 St S 152 St $ R 51: 5 152 St S 152 St S 154 St ��, a i`152 St g,' m S 153 St 153 St *0;0.3 \ In m c N 1 j S 156 St SO4 *hCp a m a N y A ��yl►J /,�1. n , S 158 St y h p^ m SR 4p5 I� 4111 y i� y U 74k1/a Park ay < _ t 5 158 z a�S 0 F' F ti 5 160 St N a D A y u N y 60 S o i Q4$ yA • O Strander Blvd y o S 164 St y -.-_1._ 1 q ._ Treck in ° " "' City of T jkwila 6 2013 Overlay Program �stie'' Department of Public Works 10/9/2013 Vicinity Map 3 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2013 to 2018 PROJECT: Annual Overlay and Repair Program Project No. 91210401 DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets. JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure, to minimize costs. Some individual sites may be coordinated with water, sewer and surface water projects. STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay. MAINT. IMPACT: Reduces annual maintenance. COMMENT: Ongoing project. Only one year actuals shown in first column. FINANCIAL Through Estimated in $000's 2011 2012 2013 2014 2015 2016 2017 2018 BEYOND TOTAL EXPENSES Design 55 100 100 100 125 125 150 150 175 1,080 Land (R/W) 0 Const. Mgmt. 123 150 175 175 175 175 200 200 225 1,598 Construction 726 1,100 1,175 1,225 1,250 1,260 1,300 1,320 1,325 10,681 TOTAL EXPENSES 904 1,350 1,450 1,500 1,550 1,560 1,650 1,670 1,725 13,359 FUND SOURCES REET 2 Second Qtr. 130 130 112 115 123 125 127 862 Motor Vehicle Tax 112 112 127 384 391 393 396 1,915 Parking Tax 151 151 117 120 123 125 127 914 Mitigation 0 City Oper. Revenue 904 1,350 1,057 1,107 1,194 941 1,013 1,027 1,075 9,668 TOTAL SOURCES 904 1,350 1,450 1,500 1,550 1,560 1,650 1,670 1,725 13,359 2013 - 2018 Capital Improvement Program 14 4 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 2013 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 $148,959.24 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 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. 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 2 6 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. 3 7 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 , 2011 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 8 EXHIBIT A City of Tukwila 2013 Overlay Program Scope of Work October 8, 2012 The Consultant shall prepare final Plans, Specifications and Estimates for the 2013 Overlay Program. Specific projects will be determined from the following list of candidate streets: ❑ Beacon Ave Bangor St to S 107th St ❑ 49th Ave S S 107th St to S 114th St ❑ S 114th St 51st Ave S to 49th Ave S ❑ S 107th St S 114th St to Beacon Ave ❑ Andover Park East Strander to Tukwila Parkway ❑ S 150th Street 42nd Avenue S to Tukwila International Boulevard ❑ Interurban Avenue S Fort Dent Way to S 143rd St The Consultant performed preliminary mapping and design on the first four project sites to the approximate 30% level of completion for budget estimating purposes in 2012. Design and specifications for the first four project sites will be completed through the 90% and final bid documents. The Consultant shall provide all necessary field reviews, base mapping, and utility notification required to complete final bid documents for the 2013 Overlay Program. The Consultant shall also prepare the bid tabulation, check low bidder(s) references, and provide a recommendation for award to the City. The 2013 Overlay Program will be bid as a single bid package as budget allows to include the first 4 projects at a minimum. Projects may be re- prioritized, deferred to a future overlay program, or bid as a separate capital improvement project based on available budget and other considerations. Detailed estimates will be prepared at the 90% design to verify the final project list to be included in the 2013 Overlay Program. Andover Park East design will consist of general overlay and repair as well as additional repairs associated with an upcoming water improvement project being prepared by the City. The overlay portion may be included in the 2013 Overlay Program or bid separately as part of the water improvement project at the City's sole discretion. City of Tukwila 2013 Overlay Program Page 1 of 2 KPG, Inc. October 8, 2012 9 S 150th Street design will consist of general overlay and repair as well as additional repairs associated with upcoming small drainage improvements. This project is also a candidate for sidewalk improvement grant funds to improve pedestrian safety along the school walking route. The overlay portion may be included in the 2013 Overlay Program or bid separately as part of the small drainage or sidewalk improvement project at the City's sole discretion. Interurban Avenue S was completed to approximately the 90% design level in 2010. This project has been identified as a potential funding candidate on the PSRC contingency list. The 90% design will be revised to incorporate recent sewer improvements by the City and ongoing developer frontage improvements. The overlay portion may be included in the 2013 Overlay Program or bid separately as part of the larger federally funded capital improvement project at the City's sole discretion. The City of Tukwila may require other services of the consultant. These services could include additional design, right of way, environmental documentation, construction phase services, or other work tasks not included in the scope of work. At the time these services are required, the Consultant will provide the City with a detailed scope of work and an hour and fee estimate. The Consultant will not proceed with the work until the City has authorized the work and issued a Notice to Proceed. Assumptions for the 2013 Overlay Program Bid Package • Topographic field survey will not be required for the 2013 Overlay Program. • Typically, only surface utilities requiring adjustment to grade will be shown. • Drainage & Water Quality Reports will not be required. • Geotechnical Engineering services will not be required. • Environmental Documentation will not be required. • Grant funding requirements may require additional environmental documentation on S 150th and /or Interurban Avenue S which are not included in this scope of work. Deliverables • 90% review submittal with Plans, Specifications, and Estimate for 2013 Overlay Program. • Routing of 90% Plans to utilities for review and comment. • Bid Documents and Engineer's Estimate for 2013 Overlay Program • 6 sets of Plans (11" X 17 ") and specifications provided for 90% review submittal. • 10 sets of Plans (11" X 17 ") and specifications for the Bid Documents. • Coordinate upload of Plans and Specifications to Builders Exchange. City of Tukwila KPG, Inc. 2013 Overlay Program Page 2 of 2 October 8, 2012 10 HOUR AND FEE ESTIMATE Project: City of Tukwila 2013 Overlay Program EXHIBIT B KPG • Architecture • Landscape Architecture ♦ Civil Engineering • Task Description Labor Hour Estimate Total Fee Project Manager $ 165.00 Senior Engineer $ 143.58 Project Engineer $ 114.85 Design I CAD Engineer ! Technician $ 100.49 $ 83.65 Const Survey Inspector Crew $ 94.10 $ 139,01 Senior Admin $ 100.49 Office Admin $ 58.11 Fee Task 2 - 2013 Overlay Program A. Management and administration (estimate 8 months) 8 0 0 0 0 0 0 2 8 '$ 1,985.86 B. QA/QC reviews 8 4 0 0 0 0 0 0 0 $ 1,894.33 C. Prepare Project Base Maps 4 8 20 60 32 0 40 0 0 $ 18,372.22 Beacon Avenue 0 0 2 2 4 0 0 0' 0 49th Avenue S 0 0 4 4 8 0 0 0 0 S 114th Street 8 0 0 0 0 S 107th Street 0 0 2 2 4 0 0 0 0 Andover Park East 0 0 4 4 4 0 0 0 0 S 150th Street 0 0 4 4 4 0 0 0 0 Interurban Avenue S 4 8 0 40 0 0 40 0 0 D. Prepare 90% Plans 32 72 160 250 288 0 0 0 12 $ 83,904.04 Beacon Avenue 0 2 8 24 16 0 0 0 1 49th Avenue S 0 2 12 16 32 0 0 0 1 S 114th Street I 0 6 16 20 40 0 0 0 1 S 107th Street 0 2 12 24 24 0 0 0 1 Andover Park East 0 8 12 16 16 0 0 0 2 S 150th Street 8 12 20 30 40 0 0 0 2 Interurban Avenue S 24 40 80 120 120 0 0 0 4 E. Project Cost Estimates 4 8 16 16 8 0 0 0 0 $ 5,923.29 F. Project Specifications 4 16 24 16 8 0 0 0 8 $ 8,455.65 G. Utiiity Coordination 2 4 8 8 8 0 0 0 4 $ 3,528.67 H. Finalize 2013 Overlay Program Bid Documents 8 _ 16 24 40 40 0 0 0 8 $ 14,204.07 I. 2013 Overlay Program Ad and Award 4 4 _ 8 8 8 0 0 0 8 $ 4,091.11 Reimbursable - Mileage $ 400.00 Reimbursable - Reproduction $ 1,000.00 Reimbursable - Traffic Control $ 2,000.00 Reimbursable - Title Reports for Interurban (8) 8 3,200.00 Task Total 74 132 260 398 392 0 40 _ 2 I 48 $ 148,959.24 Total Estimated Fee: $ 148,959.24 10/9/2012