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