HomeMy WebLinkAboutSpecial 2006-12-11 Item 5E - Agreement - 2007 Neighborhood Drainage Program Design with KPG Inc COUNCIL A GENDA SYNOPSIS
k y _Tnitials ITEMNO.
J O i t Meeting Date Prepared b Mayor's review Council review
I p 12/11/06 1 RL j6X1 i- I (4.:\ R
eit
fir I UI I
1908
1
ITEM INFORMATION
CAS NUMBER: 06-151 I ORIGINAL AGENDA DATE: DECEMBER 11, 2006
AGENDA ITEM TITLE 2007 Annual Neighborhood Drainage Program Consultant's Agreement with KPG
CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other
Mtg Date 12 /11/06 Mtg Date 12 /11/06 Mtg Date Mtg Date Mtg Date Mtg Date Mtg Date:
SPONSOR Council Mayor Adm Svcs DCD Finance Fire Le PAR Police PTV
SPONSOR'S The contract is for design of the 2007 Annual Neighborhood Drainage Program. Three
SU firms were short- listed from the Consultant Works Roster and KPG was chosen as the most
qualified. This year we are designing seven projects for construction in 2007.
REVIEWED BY COW Mtg. CA &P Cmte F &S Cmte Transportation Cmte
Utilities Cmte Arts Comm. Parks Comm. Planning Comm.
DATE: 12/05/06
RECOMMENDATIONS:
SPONSOR /ADMIN. Authorize Mayor to sign the consultant's agreement with KPG.
COMMITTEE Unanimous approval; forward to 12/11/06 Council meeting.
COST IMPACT FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$108,920.66 $130,000.00
Fund Source: 412.02 Surface Water (page 139, Proposed 2007 CIP)
Comments: Total amount budgeted includes Design and Construction Management.
MTG. DATE RECORD OF COUNCIL ACTION
12/11/06
MTG. DATE ATTACHMENTS
12/11/06 Information Memo dated November 29, 2006
Map of Sites
Consultant Agreement with Scope of Work
Utilities Committee Meeting Minutes from December 5, 2006
INFORMATION MEMO
To: Mayor Mullet
From: Public Works Director
Date: November 29, 2006 (J
Subject: 2007 Annual Neighborhood Drainage Program
Consultant Recommendation
Project No. 07 -DRO1
ISSUE
Approve KPG, Inc., to design the 2007 Annual Neighborhood Drainage Program.
BACKGROUND
The Annual Neighborhood Drainage Program identifies projects through maintenance activities as well
as citizen complaints. This year, we are designing or completing the design of seven projects for
construction in 2007.
ANALYSIS
The Public Works staff reviewed the list of known system deficiencies and compiled projects for design
and construction in 2007. Three of these project designs were started during the last design contract
but were not completed due to other needs. Two projects involve permits with the Washington State
Department of Fish and Wildlife WSDFW) and were reviewed in the field with their area biologist for
preliminary approval and expected required mitigation.
The current consultant roster was reviewed and three firms were short- listed to design the selected
seven projects. The firms were:
1. KPG, Inc.
2. Penhallegon Associates Consulting Engineers, Inc.
3. Perteet, Inc.
KPG has designed the Annual Drainage Program since 1991 and Public Works staff continues to be
very satisfied with their work. KPG has a good working relationship with the WSDFW, is
knowledgeable of City requirements, remains flexible to design changes, and continues to complete
design within budget.
BUDGET SUMMARY Design CE
Contract Budget
Design 108,920.66 130,000
The 2006 Small Drainage design/construction engineering project is expected to underrun the budgeted
amount by approximately $25,000. The $25,000 was not identified in time to carry over into the 2007
budget, yet these funds are available as this is an Enterprise Fund.
RECOMMENDATION
Approve the consultant agreement with KPG, Inc., for professional design services to design the 2007
Annual Neighborhood Drainage Program for $108,920.66.
RL:ad
attachments: Location Map
Consultant Agreement
(P:Projec A- DR P.ojxal07DR0111nfo Memo SDP 2007 Design)
T
pl
67 p1 2007 Annual Neighborhood
694 p1 F o Drainage Program
1
5
0 S 1 2 St .4 if
Site 3
Site 2
e a •o
1
59g g j prok Site 4
Site 6 51, I 0
,rte .I
0 P /0�A Site 7
M/ `b:
Site 5 WWI, t r �i
1691 TI Aill f S N
i L
5
.�y7 St._Sr vl 475,
ia7 S150St 19 1 o 3 1/44
ly S,52 St
e Sib G
i �r s Site 1
s ,sfi st
SW s 158 st T Tukv.4 3 Awl 44111
tM �I
m 3 a iyi
.enanr Cr Med
M Trac Or
E a
x
5 8 D i
it Corporate D. .N m
5 Corporate De S c e
8 Mlnkter RMr,
Upland Or
M J
illen Or
Costco
72. T Dr
sr
,BOSt
r is
Q v
s r.
Ste.
GIS
rays Y Tukwila
CONSULTANT AGREEMENT FOR
DRAINAGE 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 drainage design
services in connection with the project titled 2007 Annual Neighborhood Drainage 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 $108,920.66 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. 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 harmless the City, its
officers, agents and employees, from and against any and all claims, losses or liability,
including attomey'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
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
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 2005
CITY OF TUKWILA CONSULTANT
By:
Steven M. Mullet, Mayor Nelson Davis'
Principal
Title:
Attest/Authenticated: Approved as to Form:
Jane E. Cantu, CMC, City Clerk Office of the City Attorney
4
Exhibit A
City of Tukwila
2007 Annual Neighborhood Drainage Program
Scope of Work
November 15, 2007
KPG
The Consultant shall prepare surveyed base maps, final plans, specifications, and
estimates for the following small drainage projects:
Site 1: 65 Avenue South
Install new under drain to collect seepage from existing junction box and
connect to existing storm drain system.
Site 2: 44 Avenue South
Install new storm drain system to replace existing ditch system between S
116 St and S 122 St. Connect new system to existing area storm drain
system.
Site 3: South 116 Street
Install new storm drain system to collect local ponding in yards between
44 Ave S and 42 Ave S. Connect new system to existing area storm
drain system.
Site 4: 47 Avenue South
Instal! new storm drain system to eliminate flooding between S 124 St
and S 122 St. Connect new system to existing storm drain on S 122
St.
Site 5: South 135 Street
Install new drainage system to collect local right of way ponding between
Military Road and 32 Ave S. Connect new system to existing storm
drain on 32n Ave S.
Site 6: South 126th Street Culvert Crossing (Southgate Creek)
Replace existing culvert to meet WDFW fish passage criteria.
Site 7: South 133 Street Culvert Crossing (Southgate Creek)
Replace existing culvert to meet WDFW fish passage criteria.
Work on these projects shall include any necessary survey, alternative analyses.,
quantity estimating and cost estimating to complete the projects. Surveyed base maps
and horizontal utility locations will be provided for all projects except for Sites 3, 6, and
7. Previous mapping from the 2005 -2006 Annual Neighborhood Program will be used
City of Tukwila KPG
2007 Annual Neighborhood Drainage 1 of 3 November 15, 2007
Exhibit A
for the project base maps on sites 3, 6, and 7. Project horizontal and vertical datum's
will be assumed on all projects.
The Consultant shall prepare applications and coordinate permit approvals for the
following projects as noted:
Site 6 HPA approval (SEPA completed previously)
Site 7 HPA approval (SEPA completed previously)
It is our understanding that none of the projects will require biological assessments,
additional permits, detention facilities, or water quality treatment facilities. The
Consultant will prepare landscape restoration mitigation plans for the site requiring
permits.
A potholing allowance of $5,000 is included in the estimated fee to determine existing
subsurface utility elevations in key locations that are identified during base mapping and
preliminary design.
The consultant shall coordinate relocation with existing utilities on for Site 7 in
anticipation of culvert replacement in 2008.
It is anticipated that the projects will be bid as one package for the 2007 Small Drainage
Program. The Consultant shall perform base mapping, permit agency coordination,
utility coordination, and preliminary design and cost estimating for each of the project
sites to assist the City with prioritization for the bid package. Projects will be prioritized
based on available budget and other factors (such as permit complexity, utility
relocation needs, easements, etc.) to achieve a realistic schedule and project listing for
the 2007 Small Drainage Program.
For the 2007 Small Drainage Program, the Consultant shall submit 50% and 90% plan,
specification, and estimate submittals for City review prior to bidding. The City may
reprioritize the projects based on estimated costs and available budget.
City of Tukwila KPG
2007 Annual Neighborhood Drainage 2 of 3 November 15, 2007
Exhibit A
Deliverables:
The Consultant shall provide the following deliverables:
Memo and cost estimates to assist City with prioritization 2007 Small
Drainage Programs, including any permit or feasibility issues, and
recommended solutions.
2007 Small Drainage Program:
10 copies, 50% Plans and Estimates
5 copies, 90% Plans, Specifications and Estimates
40 copies of bid documents (half size)
The City shall provide the following items:
Property owner contact information
Existing utility information, as available
Plan reviews and comments
Easement negotiations, if required.
City of Tukwila KPG
2007 Annual Neighborhood Drainage 3 of 3 November 15, 2007
N• o W o o v V' CD N co CO v O CO CO CO 0 a
v r CO Nt Ch Nt CD r r CO c CO 1 O h CO LO Tr 0 0 h
N O N O r of Cn 61 6 6 r 4 6 CO h N Oj O C7 C7
o
0 a 0? C") co v. CO 1- v CD CD CA CA 0) O N h C0 10 W h O 10
G i. 0 CO W 00 W c`') v h C5 t0) 1 W h C? N O r W r c) O O
Ai ,C' Q LL a) cr N r r r c W tC) cc 'ct' 0- v c. r N r N N N 00 C
LL e-
4 W O
s
.a.
Tit-
m m ,000 O O O O O O O O O O v v o v v g
0
C
M
v c6
L O W et O N N N O W O O M
Cf f H
c 3 -cc) 0000 0000000000 OOOOO O
Z w m r
tL
a .._c
J 0 0 o
"�C O °N�°W W O
a C0 r r .t
wie
h- o)tV O
o
m 'O C W o Cfl v N oO 00 N N N N N N N N O N N N ti N
Q W N
r
E
m
m
w
a
o y
O W co
CD
C co
e0 a C o`
L O 4-
o h E 3
w
O C 0 Q 0 co 0
O 0 O L O. a
a E "E w L rn 0 00
C V W N W m
0 o< 0 ow m 0) Cu Cb cl C W y C: m 0 I-
Q ar 0 4- ,00 0) 0 000-C O y W os to m
fl
o Nw e vll a'S mU o F-
y
ets E Q)¢COcoca sa o m o o o c
N c o E m to er' N''' Q a o lo o m o di a
W w GV 3 ..cO V0N-000 m o o 0. W ti co c) 3 .a m N M v to ca N a s 3 o m c Wec
W z. 0 E 0 Cn 0 0 0 0 CO W m —Q-0
o c�N 0 0> 0 m�����y�naa �a5c�aa g
z o 0 o a s a t` E
Q W o a�
1 21 -iLaa Cl. CV a'
O 0 N c in
t`
d I r r
011. 2 CO at O N co 0 0 0 40 0 0 0
CO 0 001 to Co 0 0 0 0 0 0
g 41 o r 0 !O O 0 0 0 0 0 0 0
00 00 0 (0
0++ T, y 0 co N CO N 0 0 0 0 w N
O V. a) N r a N N Lri CD
04 a w 0 LL M O
-uW p 0
0 a
/3 �rESS� 41
l U
.a• S d
C. 0 V N co LL
U TI
64 CD
m co E to
c o e- W
0 CD
E 0
a �0 F
w m m0
a Z U c 0 o 0
o 3731-
xCA t7)
o
.0 L c0
J c a a) o
y 0 co tO
0 m�
0 c
W 6.,
m N 0
I-- m co r
0
En •0 C (p d' `7 co O) 0
,.p N
w
E 0
1-- 0
L N
m
2 N to
0. co co co
0
O
0
0 L
V
c
0 o c
'0 cis O U 0 0
O O Y
t a Q d
L.. ea o o R
.0 ea a)� m
ce
ILI Of 0 c w y Y O O
Q ea Z .5 0 d 2 m a
3 i0 E' c c C c to 0
f 3 n o
w F c x O coo 1
W C Q °o Y U d v a m -'c
o a a a) es o o
co cg RI L a 0 y m N Q
O U N E m m ti
L
a a E RP 0
Z L D1B e 0.
re c am N d lL� .0 r N
Y a) r E Je
O d co H CV N It F- F-
Utilities Committee 2
December 5, 2006
2007 Annual Neighborhood Drainage Program Consultant Recommendation
Mr. Larson presented the consultant agreement with KPG, Inc. for professional design services to design the
2007 Annual Neighborhood Drainage Program for $108,920.66. He conveyed that every year the Annual
Neighborhood Drainage Program is developed for projects which are too large for the city to handle. These
projects are combined into one project. Mr. Robertson expressed concern with performance on the contract
and when services are to be provided throughout the term of the contract. This will be reviewed by the
city's attorney. Ms Labanara related that it is "progressive performance." Unanimous approval to move
to December 11 special council meeting for approval.
C. Private Storm System Adoption and Rehabilitation Program Consultant Recommendation
Mr. Larson presented the consultant agreement with KPG, Inc for professional design services to design the
Private Storm Adoption and Rehabilitation Program for $223,033.75. He stated that using the GIS, 25 sites
where privately owned piped systems are used have been identified. The list is growing. The city would
like to adopt these systems and make the necessary repairs to protect property and ensure the reliability of
the overall City drainage system. Ms. Linder noted that design will take place over a two -year period of
time and three years for construction/repairs. Mr. Robertson asked if the work will be attributed to the small
drainage project. Mr. Ryan noted that it is a new page in the CIP and that both of these projects will be
tracked in one location. Mr. Robertson asked how much is set aside each year. Ms. Labanara replied
$300,000 for design and $300,000 each year for construction, totaling $1.2 million. Mr. Robertson asked if
there is the possibility of contamination. Mr. Ryan noted that the City will begin to test outfalls and will be
able to track down contaminants. Unanimous approval to move to December 11 Special Council
Meeting for approval.
Adjournment: 6:10 p.m.
Committee Chair Approval
Minutes by DJ. Reviewed by GL, El, BG, and RB.