Loading...
HomeMy WebLinkAboutTrans 2009-02-02 COMPLETE AGENDA PACKET Distribution: J. Morrow N. Olivas City of Tukwila D. Quinn B. Giberson M. Miotke D. Robertson F. Inarte C. Parrish Transportation Committee V. Griffin P. Brodin B. Arthur Mayor Haggerton G. Labanara File Copy 4• 3. Hernandez C. Knighton Single side t 3 De Sean Quinn, Chair R. Berry R. Tischmak 3 Extra Copies K. Matej P. Lau e-mail cover to Dennis Robertson D. Speck M. Mathia C. O'Flahe S. Anderson B.Saxton, M. Hart, i Verna Griffin C. 071aherty, K. M. Hart S. Hunstock Narog, S. Norris S. Norris I Pace and S. Kirby S. Kerslake I Harrison AGENDA MONDAY, FEBRUARY 2, 2009 Time: 5:00 PM Place, Conference Room #1 I. Current Agenda Review I. II. Presentation(s) II. III. Business Agenda III A. 2009 2010 Overlay Program A. Forward to 2/9/09 C.O.W. Pg. 1 Consultant Selection and Agreement and 2/17/09 Regular IV. Old Business IV. Future Agendas: Next Scheduled Meeting: Monday, February 17, 2009 f The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206- 433 -0179 for assistance. City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM TO: Mayor Haggerton TRANSPORTATION COMMITTEE Public Works Directo~ January 28, 2009 FROM: DATE: 2009 - 2010 Overlav ProQram Project No. 09-RW01 Consultant Recommendation & Agreement SUBJECT: ISSUE Execute a contract with KPG, Inc. to provide design services for the 2009 - 2010 Overlay Program. BACKGROUND In 200B KPG, Inc. was selected to provide design services for the City's Overlay Program in both 200S and 2009. By selecting a consultant for two consecutive years, the City was able to save time and money by starting design for the 2009 - 2010 program in the 4th quarter of 200B. Base mapping for the selected projects was completed in 200B. This contract will complete final design and advertise the project for construction bids. The list of streets for the 2009 program was developed using the City's Pavement Management Program and input from our engineering and maintenance staff. The list includes: 1 . S 133rd Street: 2. Corporate Drive N: 3. S 150th Street: 4. 33rd Avenue South: 5. 32nd Avenue South: 6. S 130th Place: 7. S 144th Street: B. S 130th Place: 9. S 115th Street: 10. E Marginal Way: 11. Upland Drive: 12. 51st Avenue S: 13. S 112th Street: 14. 34th Avenue S: 15. 41st Avenue S: 16. 45th Place S: 17. S 13Bth Street: 1B. S 14Sth Street: 19. S 146th Street: 20. S 131st Street: 21. S 142nd Street: 22. 41st Avenue S: 32nd Avenue South to 34th Avenue South Andover Park West to west cul-de-sac Military Road to Tukwila International Boulevard S 132nd Street to S 130th Street S 135th Street to S 133rd Street 56th Avenue S to 57th Avenue S Interurban Avenue S to east end 50th Place S to 56th Avenue S Interurban Avenue S to 42nd Ave S S 126th Street to SR-599 Bridge Andover Park W to west cul-de-sac S 13Sth Street to north end West end to Tukwila International Blvd S 135th Street to S 132nd Street S 131 st Street to S 130th Street S 13ih Street to S 136th Street 51st Avenue S 0N) to 51st Avenue S (E) Military Road to Tukwila International Blvd Military Road to Tukwila International Blvd 41st Avenue S to 42nd Avenue S Military Road to east cul-de-sac S 139th Street to north end INFORMATIONAL MEMO Page 2 DISCUSSION KPG, Inc. has provided a contract, scope of work, and fee estimate to design the 2009 - 2010 Overlay Program and advertise for construction bids. (See attached.) Design (2009) Design (2010) Contract $144,333.06 Bud~et $100,000 100,000 $200,000 $144,333.06 RECOMMENDATION The Council is being asked to approve and forward the proposed contract with KPG, Inc. in the amount of $144,333.06 for consideration at the February 9,2009 Committee of the Whole meeting and subsequent February 17, 2009 Regular Meeting. Attachments: Contract Scope of Work Fee Estimate Vicinity Maps (2) P:\PROJECTSIA- RW & RS Projects\09RW01 2009--10 Overlay\lnfoMemo2009.doc HOUR AND FEE ESTIMATE EXHIBIT B Project: City of Tukwila 2009 2010 Overlay Program Task Description Task1 2009 2010 Overlay Program 1.1 Management Coordination Administration 1.2 Utility coordination 1.3 Prepare base maps S 133rd Street Corporate Drive N S 150th Street 33rd Avenue S 32nd Avenue S S 130th Place S 144th Street S 130th Place S 115th Street E Marginal Way Upland Drive 51st Avenue S S 112th Street 34th Avenue S 41st Avenue S 45th Place S S 138th Street S 148th Street S 146th Street S 131st Street S 142nd Street 41st Avenue S 1.4 Prepare overlay plans (estimate 40 sheets) 1.5 Quantities estimates 1.6 Prepare specifications 1.7 Prepare review submittals Reimbursable expenses see breakdown for details Task Totals Estimated rates are based on: Overhead as 163.63% of direct salary cost Fee calculated as 15% of direct salary overhead Reimbursable Breakdown Task1 2009 2010 Overlay Program Mileage Reproduction 1000 1/2 size plans $0.20 Reproduction 40 full size mylars $10.00 Reproduction Specifications Upload Charges for BXWA.com Allowance for Pavement Management Support Task 1 Total *Labor Hour Estimate Senior Project Engineer Engineer 177.45 113.57 01/28/2009 KPG Architecture Landscape Architecture Civil Engineering Total Fee Technician Clerical 85.18 65.78 Fee 8 8 0 8 2,854.40 0 8 0 1 8 1$ 1,434.80 0 8 1 16 0 1$ 2,271.44 0 4 1 12 0 1$ 1,476.44 0 4 1 12 0 1$ 1,476.44 0 8 16 0 1 2,271.44 0 8 16 0 1 2,271.44 0 4 12 0 1 1,476.44 0 8 16 0 1 2,271.44 2 1 12 1 36 0 1$ 4,784.22 2 j 12 1 36 0 1$ 4,784.22 2 1 12 36 0 1 4,784.22 0 4 12 0 1$ 1,476.44 0 1 8 16 1 0 I$ 2,271.44 2 j 8 1 16 1 0 2,626.34 2 8 16 1 0 2,626.34 0 4 12 0 1 1,476.44 0 4 12 1 0 1$ 1,476.44 0 4 12 1 0 1,476.44 0 4 12 1 0 1$ 1,476.44 0 4 12 1 0 1$ 1,476.44 0 4 12 0 1 1,476.44 0 4 12 0 1 1,476.44 0 8 16 0 1 2,271.44 40 240 320 1 0 1 61,612.40 16 1 40 80 1 0 1 14,196.40 8 1 24 16 1 8 1 6,034.40 8 16 16 1 8 5,125.84 1 1 3,600.00 90 1 480 800 1 32 1 144,333.06 Total Estimated Fee: 144,333.06 Cost 400.00 200.00 400.00 400.00 200.00 2,000.00 3,600.00 CONSULTANT AGREEMENT FOR ROADWAY DESIGN SERVICES TillS 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 roadway design services in connection with the proj ect titled 2009 - 2010 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 $144,333.06 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 pertammg 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 proj ect 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 ofthe 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 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. 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, W A 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 , 2009 CITY OF TUKWILA CONSULTANT By: Nelson Davis Jim Haggerton, Mayor Principal Title: Attest! Authenticated: Approved as to Form: Christy O'Flaherty, CMC, City Clerk Office of the City Attorney EXHIBIT A City of Tukwila 2009 - 2010 Overlay Program Scope of work January 27, 2009 TASK 1 - 2009 - 201 0 OVERLAY PROGRAM The Consultant shall prepare final Plans, Specifications and Estimates for the following overlay projects: o S 133rd Street: o Corporate Drive N: o S 150th Street: o 33rd Avenue South: o 32nd Avenue South: o S 130th Place: o S 144th Street: o S 130th Place: o S 115th Street: o E Marginal Way: o Upland Drive: o 51st Avenue S: o S 11 ih Street: o 34th Avenue S: o 41st Avenue S: o 45th Place S: o S 138th Street: o S 148th Street: o S 146th Street: oS 131st Street: o S 142nd Street: o 41st Avenue S: 32nd Avenue South to 34th Avenue South Andover Park West to West Cul-de-sac Military Road to Tukwila International Boulevard S 132nd Street to S 130th Street S 135th Street to S 133rd Street 56th Avenue S to 5th Avenue S Interurban Avenue S to east end 50th Place S to 56th Avenue S Interurban Avenue S to 42nd Ave S S 126th Street to SR-599 Bridge Andover Park W to West Cul-de-sac S 138th Street to north end West end to Tukwila International Blvd S 135th Street to S 132nd Street S 131st Street to S 130th Street S 13th Street to S 136th Street 51st Avenue S f'N) to 51st Avenue S (E) Military Road to Tukwila International Blvd Military Road to Tukwila International Blvd 41st Avenue S to 42nd Avenue S Military Road to East Cul-de-sac S 139th Street to north end The Consultant shall provide all necessary field reviews, base mapping, and utility notification required to complete final bid documents. The Consultant will provide full size record mylar plans (1 copy) and 10 copies of the final plans and specifications to the City at time of bid advertisement. Plans and specifications will also be uploaded to Builder's Exchange for bid purposes. Interim review submittals (5 copies) will be prepared at the 50% and 90% stage of plan completion. The Consultant shall also prepare the bid tabulation, check low bidder(s) references, and provide a recommendation for award to the City. Mapping will be based on aerial photos, GIS information and field measurements by Consultant staff. Topographic survey, right of way determination, permitting, environmental documentation, geotechnical review, or stormwater detention and water quality have not been included in this scope and estimate. 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 determine the final projects to be included in the 2009 - 2010 Overlay Program. An allowance of $2,000 is included to provide support and to the City's pavement management system. This work will be performed by Pavement Engineers Inc. under subcontract to the Consultant. 2009 - 2010 Overlay Projects vicinity Map 2009 - 2010 Overlay Projects Vicinity Map