HomeMy WebLinkAbout10-080 - CH2M Hill - Southgate Creek AssessmentSUPPLEMENTAL AGREEMENT NO. 1
to
CONSULTANT AGREEMENT NO. 10 -080
THIS SUPPLEMENTAL AGREEMENT is entered into between the City of Tukwila,
Washington, herein -after referred to as "the City and CH2M Hill, Inc., hereinafter referred to as
"the Consultant in consideration of the mutual benefits, terms, and conditions hereinafter
specified.
The City desires to supplement the agreement entered into with the Consultant and executed on
July 26, 2010 and identified as Agreement No. 10 -080. All provisions in the basic agreement
remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Time for Performance, is amended to change the number of calendar days for completion of the
work to read 75 days.
Payment, The total amount of payment to the Consultant remains unchanged and shall not
exceed $17,687.00 without express written modification of the Agreement signed by the City.
DATED this D day of 2010.
u
CITY OF TUKWILA CONSULTANT
10- 080(a)
Council Approval N/A
f C
By: 1
Icy y�
Printed Name: aA M &S I G. KIIPLA
Title: V I
CONSULTANT AGREEMENT FOR
PROFESSIONAL SERVICES
10 -080
Council Approval N/A
THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred
to as "the City and CH2M HILL, 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 services in
connection with the project titled Southgate Creek Assessment.
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 30 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 $17,687.00 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.
02(6 i/U ,q
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. The standard of care applicable to Consultant's
services will be the degree of skill and diligence normally employed by professional engineers
or consultants performing the same or similar services at the time said services are performed.
Consultant will reperform any services not meeting this standard without additional
compensation.
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, to the proportionate extent arising from injury or death to persons or
damage to property occasioned by any negligent act, omission or failure of the Consultant, its
officers, agents and employees, in performing the work required by this Agreement. With
respect to the performance 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 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.
2
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
3
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:
Notices to Consultant shall be sent to the following address:
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 aVT" day of 20 0
1
CITY OF TUKWILA
Attest/Authenticated:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
CH2M HILL, Inc.
1100 112 Ave NE, Suite 400
Bellevue, WA 98004
ATTN: Sherrill Doran
CONSULTANT
5//17j )0740
By: h i 1 7 23.2410
Printed Name: JY'IM ES G KA i I.14
Title: vtoE WES I V I' T
Approved as to Form:
Offic of e City kttorney
4
EXHIBIT A: Scope of Work
Southgate Creek Assessment
Within the Southgate Creek system, a portion of the creek that runs along and under South 131St
Street is backing up and reducing the downstream conveyance of water. This scope of work has
been developed for the City of Tukwila to analyze water movement and sedimentation and
recommend changes if needed to restore flow capacity for this reach of Southgate Creek,
including upstream from the S. 131st culvert and downstream within the Normed wetland site.
Task 1. Survey Field Data Collection
A survey crew will collect elevation data to assess the existing gradient of the wetland, as well
as the gradients of the connecting culverts within the upstream Southgate Creek ditch system
that is managed by the City. The wetland length is —600 ft, and the survey will include a
centerline profile, cross sections, and 10 control structures (nine culverts and one high -flow
bypass structure) as marked on the City- provided attached diagram.
O Culvert /Structure
Normed
Drainage
Issue
rza
Pno:o Date' 2O3
For the nine culverts, survey data will be collected on the inlet and outlet elevations, culvert
length, depth of sediment and depth of water. At the high -flow bypass structure, elevation data
will be collected to represent both the board -in and board -out scenarios.
Surveyors will take all reasonable precautions to leave public and private property in the
condition in which they find it. All work shall be completed under the direction of a
Professional Land Surveyor registered in the State of Washington. All work shall be completed
using equipment, personnel, and procedures that will confirm compliance with the accuracy
standards defined below. The Surveyor shall provide coordinates in the most recent
Washington State Plane Coordinate System for the area on the date of surveying. The horizontal
datum shall be NAD83. The vertical datum shall be based on the nearest National Geodetic
Vertical Datum as determined by the Professional Land Surveyor.
The topographic survey shall include two control points within the project area site. These
points shall be tied to the datum system and specifications as outlined for control points in the
next section with X, Y, and Z coordinates listed to the nearest 0.01 foot. Control points shall be
included and labeled tabular and base map deliverables (both hardcopy and electronic).
The units of measurement for this project shall be in US survey feet. Survey accuracy for any
horizontal control shall be Third Order Class I as outlined in the FGDC Geospatial Positioning
Accuracy Standards, Part 4: Standards for Architecture, Engineering, Constructions (A /E /C)
and Facility Management. 1:10,000. Vertical Control work shall be Third Order As outlined in
the FGDC Geospatial Positioning Accuracy Standards, Part 4: Standards for Architecture,
Engineering, and Construction (A /E /C) and Facility Management.
0.05' FM Horizontal Control work may be performed and verified using either standard
surveying techniques or Global Positioning Satellite (GPS) system techniques. These techniques
shall meet the specification requirements outlined in this scope. If the Professional Land
Surveyor determines that standard surveying techniques are to be used, all horizontal control
work shall comply with Third Order Class I, as outlined in the FGDC Geospatial Positioning
Accuracy Standards, Part 4: Standards for Architecture, Engineering, Construction (A /E /C),
and Facility Management. If GPS is used, the relative horizontal accuracy shall conform to the
FGDC Geospatial Positioning Accuracy Standards, Part 2: National Standard for Spatial Data
Accuracy; allowing accuracy at the 95% confidence level of the horizontal coordinates to the
nearest 2 centimeters.
The deliverables for this task will be a map provided in MicroStation XM or AutoCAD 2008 (or
earlier versions) suitable to serve as a base file. The surveyed data will be incorporated into the
modeling input file that will be developed as part of Task 2. A drainage profile will also be
developed showing the elevation of the pipe inverts, sediment within pipe or channel bottom,
and top of water. All documents submitted shall bear the Surveyor's seal, signature, and a
certificate that all work was done under the Surveyor's supervision and that all information
contained in the document is true and is accurately shown.
Task 2. Survey Data Analysis
This task will use the data collected in Task 1 to develop a 1 -D HEC -RAS model to assess the
gradients and velocities of the entire -1,000-ft system (from the high -flow bypass through to
Highway 599). The purpose of this assessment is to help establish existing conditions and
model the transport of sediment and water through the system so that potential corrective
recommendations can be developed. The deliverable for this task will be a modeling output
file that will be incorporated into the report developed as part of Task 3.
Task 3. Reporting
This task will summarize existing conditions based on CH2M HILL field observations, and
City- provided records including maintenance schedules, photos, and letters. City will provide
all data in City's possession relating to CH2M HILL services on the project. Consultant will
reasonably rely upon the accuracy, timeliness, and completeness of City provided information.
This task will also provide an analysis of the modeling output for the entire system (from the
high -flow bypass through to Highway 599). This analysis will be summarized so that potential
corrective recommendations can be developed. These recommendations may include
alterations to the wetland, upgrades to culverts, and /or pipe, ditch, and creek maintenance
schedules. One draft report will be submitted to the City electronically (MS Word or Adobe
Acrobat for review and comment. Upon receipt of the City's comments, a final report will be
provided to the City electronically (Adobe Acrobat) and via 4 hard copies bound in three -ring
notebooks. The report is expected to be less than 20 pages long, with supporting appendices
that include the survey base map and drainage profile from Task 1 and modeling output from
Task 2.
CH2M HILL is not responsible for any claims, damages, losses and costs arising out of or
related to any unauthorized reuse, change or alteration of the said documents, drawings,
specifications or other materials.
Task 4. Project Management
This task covers the basic project management duties related to project set -up and instructions,
regular team communication, invoicing, change management, and project closure.
Schedule
Task 1 (field survey) has been scheduled for the week of July 26, 2010. Survey data should be
available by early August. Task 2 (modeling) will begin immediately following surveying
activities, and the model should be completed by late August. Task 3 (reporting) will begin in
parallel with Tasks 1 and 2 for efficiency and should be completed by September 30, 2010,
contingent on City review time of the draft report.
EXHIBIT B: Fee Structure (Level of Effort)
The budget for services described herein is $17,687, which will be invoiced monthly on a time
and materials basis. Should additional effort be required, an Amendment will be pursued.
Water
PM Eng.I
PER DIEM 165 155
Hours
Task 1 0 0
Task 2 2 6
Task 3 18 20
Task 4 8 2
4,620 4,340
130
Water
Eng. II Survey 1 Survey II
0
16
16
0
4,160
110
22
0
0
0
2,420
90
4
2
0
0
540
CAD/
GIS
95
0
2
4
0
570
Expenses include surveying equipment, health and safety charges, and mileage.
Admin
Editor Support Expense TOTAL
90
75
0 0 362
0 0 0
2 0 0
0 6 45
180 450 407
17,687