HomeMy WebLinkAboutTrans 2007-10-08 COMPLETE AGENDA PACKET Distribution:
City of Tukwila P. Carter C. O'Flah R. Tischmak
y J. Duffle Jon Harrison B. Arthur
Transportation Committee V. Griffin N. Olivas K. Fuhrer
�i P. Linder S. Anderson S. Kerslake
D. Robertson P. Brodin M. Miotke
�tp ti, Pam Carter, Chair R. Berry B. Giberson J. Pace
)k Joe Duffle K_ Matej F. hiarte C. Parrish
908 Mayor Mullet C. Knighton
•i• Pam Linder D. Speck G. Labanara File Copy
J. Cantu J_ Morrow 3 Extra Conies
S. Norris B. Shelton
e -mail to B.Sax
AGENDA
M ONDAY, OCTOBER 8, 2007; 5:00 PM
Conference Room #1
e> obe'aken Pa
I. Current Agenda Review I.
I1. Presentation(s) H.
A. Rapid Ride by King County Metro Transit. A. Information.
III. Business Agenda III•
A. 2007 Bridge Inspections Consultant Selection and A. Move to COW 10/15/07. Pg. 1
Contract.
B. Tukwila Urban Center Signal Interconnect and ITS B. Move to COW 10/15/07. Pg. 11
Project— Contract Closeout and Acceptance.
C. Proposed 2008 Budget and CIP (Please bring your C. Review.
budget books).
I
Public Works General
Budget Pages 117 -136
Attachment C
CIP Pages- XI -XIV
Street Fund 103
Budget Pages 138 -139, CIP Pages 1 -5
Bridles
Budget Pages 140 -142, CIP Pages 31 -35
Arterial Street 104
Budget Pages 140 -142, CIP Pages 36 -70
IV. Old Business IV.
Next Scheduled Meeting: Monday, October 22, 2007
The City of Tukwila strives to accommodate individuals with disabilities
Please contact the Public Works Department at 206- 433 -0179 for assistance.
attachment: Consultant Selection
Draft Contract
INFORMATION MEMO
To: Mayor Mullet
From: Public Works Director
Date: September 26, 2007
Subject: 2007 Bridge Inspections
Project No. 07 -RWO7
Consultant Selection, Scope of Work, and Fee Estimate
ISSUE
Approve the selection of Sargent Engineers to provide 2007 Bridge Inspections and authorize
the Mayor to execute a contract to provide bridge inspection services.
BACKGROUND
The 2007 Annual Bridge Inspections include City -owned bridges due for routine inspections in
2007. Every publicly accessible bridge is required to be inspected every two years. Nine (9)
bridges are scheduled for routine inspections in 2007. They are as follows:
Macadam Road Bridge over South 133r Street
South 180 Street Bridge over the Green River
Strander Boulevard Bridge over the Green River
56 Avenue South Bridge over the Duwamish River
51' Avenue South Bridge over Southcenter Boulevard
East Marginal Way Bridge over the Duwamish River
Boeing Access Road Bridge over Airport Way
South 118 Street Bridge over the Duwamish River
South Grady Way Bridge over the U.P. and B.N. Railroads
ANALYSIS
Sargent Engineers was selected as the most qualified and knowledgeable film and has been
inspecting the City's bridges for a number of years. Sargent continually provides outstanding
services consistently within budget. A contract in the amount of $7,523 has been prepared
that will provide nine (9) bridge inspections.
RECOMMENDATION
Approve the selection of Sargent Engineers to perform the City's 2007 bridge inspections. The
Mayor may execute the contract in the amount of $7,523 to perform the work (as under
$25,000.00).
I:\PUBWORKSIPROJECTS A- RN' RS Projects \07RW07 2007 Bridge Inspections\Info Memo 2007 Bridge Inspections.doc
1
CONSULTANT SELECTION
2007 BRIDGE INSPECTION PROGRAM
Project Manager
Inspection Staff
Bridge Inspection
Program Management
For Public Agencies
Totals
INCA Sargent Eng. TranTech
1
2
2
1.5 1
1 2
Tukwila Bridge 2.5 1 2
Program Knowledge
Knowledge of Various 1.5 1 1
Structure Types
9 5.5 7
Score consultant 1 to 3 with 1 being highest and 3 being lowest.
Lowest score is consultant ranked highest.
2
S. GENT
Sargent Engineers, Inc.
320 Ronise Lane NW
Olympia, Washington 98502
Tel 360 867 -9284
Fax 360 867-9318
www sargentengineers.com
Mr. Robin Tischmak
City of Tukwila Public Works Department
6300 Southcenter Boulevard
Tukwila, WA 98188 -2544
RE: 2007 Bridge Inspections
Project No.: A06100.00
Dear Mr. Tischmak:
Thank you for calling me to discuss your bridge inspection needs. You would like to
inspect nine bridges and provide maintenance recommendations on two bridges. I have prepared
a contract for the inspection of these bridges. Please review the agreement and let me know if it
is acceptable.
If you should have any questions regarding this proposal, please give me a call.
MJS
\\Server Miles \MonteS\My Documents \Tukwila \07Inspections.doc
Sincerely,
Sargent Engineers, Inc.
1
Monte Smith
Principal
September 24, 2007
3
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred
to as "the City and Sargent Engineers, 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 nine bridge
inspections in connection with the project titled 2007 Bridge Engineering Services.
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 60 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 $7,523 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.
4
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 hamiiess 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
5
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
6
16. 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:
Sargent Engineers, Inc.
320 Ronlee Lane NW
Olympia, WA 98502
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 TUKWILA CONSULTANT
Steven M. Mullet, Mayor
By:
Printed Name:
Title:
Attest/Authenticated: Approved as to Form:
Jane E. Cantu, CMC, City Clerk Office of the City Attorney
4
7
EXHIBIT A
SCOPE OF SERVICES
The scope of work includes the inspection of nine bridges and the repair recommendations on
two bridges. The scope of work more specifically is:
Bridge Inspections
All inspections for the bridges shall be routine inspections and shall conform to the State of
Washington standards for routine inspections and the reporting of routine inspections. The
Consultant will not use any lift or special access equipment to inspect these bridges. The following
bridges need inspections:
TUK 1— Macadam Road Bridge
TUK 2 Frank Zepp Bridge
TUK 3 Lois T Newton Bridge
TUK 6 Foster 56 Ave. South Bridge
TUK 7 51 Avenue South Bridge
TUK 9 East Marginal Way Bridge
TUK 11— Boeing Access Road over Airport Way Bridge
TUK 16 South 118 Street Bridge
TUK 8 Grady Way Bridge
Repair Recommendations
TUK 1 Prepare recommendations for how to repair the spalling that is occurring on the
bridge.
TUK 15 Prepare recommendations on how to remove the graffiti and how to prevent it in
the future by limiting access to the girders.
These recommendations will be presented in a letter report to the City. They will include
potential repair methods as well as preliminary cost estimates.
5
8
The cost estimate assumes that the bridges will be inspected with ladders and climbing
techniques only. This does not provide a detailed inspection of any of the bridges. If a more detailed
inspection is required (not included in this estimate), then an under bridge inspection truck will be
required along with traffic flagging (neither is included in the estimate).
Bridge Inspections
Meetings
Travel for first day
Travel for second day
Travel for third day
TUK 1 Macadam Road
Prepare State documentation
TUK 2 Frank Zepp Bridge
1 Prepare State documentation
1TUK 3 Lois T Newton
Prepare State documentation
TUK 6 Foster 56 Ave South
1 Prepare State documentation
ITUK 7 51st Avenue South Bridge
1 Prepare State documentation
ITUK 9 East Marginal Way
Prepare State documentation
ITUK 11 Boeing Access Road over Airport Way
1 Prepare State documentation
ITUK 16 S 118th Street
1 Prepare State documentation
ITUK 8- S Grady Way
Prepare State documentation
Prepare options for repairs to TUK 15 and TUK 1
Total Direct Salary Cost 0
Direct Costs
Mileage
Total Direct Costs
Total
EXHIBIT B
PAYMENT
Senior Project Design
Principal Engineer Engineer Engineer Drafter II Task Cost
Rate:) $139.00 1 $114.00 1 $89.00 $77.00 $74.00
$200.00
3
2.5
2.5
2.5
1.5
1
1.5
2
1.5
2
1.5
2
1.5
1
1.5
2
1.5
1
4
2
4
1
3
46
0
$342
2.5 $478
2.5 $478
2.5 $478
1.5 $287
$114
1.5 $287
$228
1.5 $287
$228
1.5 $287
$228
1.5 $287
$114
1.5 $287
$228
1.5 $287
$114
4 $764
$228
4 $764
$114
1 $419
27 0 $7,323
$200
$7,523
6
9
Contract Award Amount
Net Change Orders
Unit Price Bid Item Overruns
Sales Tax (N /A Rule 171)
Total Amount Paid (incl. retainage)
RECOMMENDATION
INFORMATION MEMO
To: Mayor Mullet
From: Public Works Director to
Date: October 2, 2007
Subject: Tukwila Urban Center Signal Interconnect and ITS Project
Project No. 88 -RWO2
Project Completion and Acceptance
ISSUE
Accept contract as complete and authorize release of retainage.
BACKGROUND
The Notice to Proceed for Contract No. 06 -090 with Valley Electric Company of Mount
Vernon, Inc. was issued January 8, 2007 for this project.
This contract was completed on August 20, 2007. Two change orders were issued during
construction. Change Order 1 was a credit of $5,783.95 for not installing future transit
priority hardware (Metro Transit technology is changing and could not commit to participate
at this time). Change Order 2 was for miscellaneous extra work in the amount of $20,000,
primarily replacing conduits and junction boxes that proved to be unusable due to damage or
lack of excess capacity for running cables and/or fiber optics. The unit price bid item
overruns listed below were primarily due to significantly more traffic control labor than
estimated (estimated 800 hours and used over 2,300 hours) and additional concrete
restoration due to increases in junction boxes and conduits.
$693,081.00
14,216.05
123,838.97
0.00
831.136.02
It is recommended that this contract be forwarded to the Tukwila City Council on the
Consent Agenda for formal acceptance and authorization to release the retainage, subject to
the standard claim and lien release procedures.
attachments: Notice of Completion of Public Works Contract
P:\PROJECTSIA- RW RS Projects \88rvA2 Traf Sig Intrcnt\JNFO MEMO Acceptance Valley Electric NC ITS.doc
11
From:
State of Washingt on
Department of Revenue
PO Box 47474
RE VENUE Olympia WA 985047474
Contractors Registration No. (UBI No.) 911 275 610
Date 9/7/07
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Description of Contract
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
N ame& Address=ofPublic Agency
Notice is hereby given relative to the completion of contract or project described below
Tukwila Urban Ctr Signal Interconnect ITS Project #88RW02 06 -090
Contractor's Name Telephone Number
Valley Electric Company of Mt. Vernon, Inc.
Contractor's Address
1100 Merrill Creek Parkway, Everett, WA 98203
Date Work Commenced Date Work Completed
1/8/07 8/20/07
Surety or Bonding Company
Fidelity and Deposit Company of Maryland
Agent's Address
HUB International Northwest, PO BOx 3018, Bothell, WA 98041
Sub -Total
Amount of Sales Tax Paid at 0.0 0.00
(Ifvarious rates apply, please send a breakdown.)
TOTAL 831,136.02
Comments: Retainage Bond in place;
Sales Tax not paid pursuant o "Rule 171".
Finance Approval:
U
Contract Amount 693,081.00
Additions 138,055.02 Liquidated Damages 0.00
Reductions 0.00
Signature
Type or Print Name Diane Jaber
Phone Number 206 433 -1871
Department Use O n ly
Assigned To
Date Assigned
Contract Number
425 407 0832
Date Work Accepted
Amount Disbursed 831,136.02
Amount Retained 0.00
TOTAL 831,136.02
Disbursing Officer
The Disbursing Officer must complete and mail THREE copies of this notice to the Department of Revenue,
PO Box 47474, Olympia, WA 98504 -7474, immediately after acceptance of the work done under this contract. NO
PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of Department's certificate, and then only in
accordance with said certificate.
To inquire about the availability of this document in an alternate format for the visually impaired, please call (360) 753 -3217. Teletype
(TTY) users please call (800) 451 -7985. You may also access tax information on our Internet home page at http: /dor.wa.gov.
REV 31 0020e (6- 27-01)
12