Loading...
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