HomeMy WebLinkAboutUtilities 2008-05-05 Item 3B - Agreement - 2008 Annual Drainage Program with KPG Inc
INFORivIATION MEMO
To:
From:
Date:
Subject:
Mayor Haggerton
Public Works Directo~
April 28, 2008
2008 Annual Neil!hborhood Drainal!e Prol!ram
Project No. 08-DROl
Consultant Selection & Agreement
ISSUE
Approve KPG, Inc., to design the 2008 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 six projects for
construction in 2008 and conducting a feasibility review of one project.
ANALYSIS
The Public Works staff reviewed the list of known system deficiencies and compiled projects for design
and construction in 2008. One project design was started in 2004 but was not completed due to
ownership questions of the failing pipe that have now been resolved. Three projects involve permits with
the Washington State Department ofFish 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
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
Annual Small Drainage Program Design
Contract
$ 58,723.60
Budget
$ 60,000.00
RECOMMENDATION
Approve the consultant agreement with KPG, Inc., for professional design services to design the 2008
Annual Neighborhood Drainage Program for $58,723.60.
RL:sb
attachments: Location Map
Consultant Agreement
(P:ProjcctM. DR ProjeelS'llIDROIIJoIb Memo SDP 2008 Design)
9
2008 Annual Neighborhood
Drainage Program Map
S 158 St
S 158 St
S 156 St
TtrkwIt t PkY
Midland Or
S 180 St
StranerQ Blv
d
CSs tco
i
Site 3
588 pt
Site '1
Site 6
Site 7
(Feasibility Only)
Site 2
3
Z
8
e
Site 4
aY
Site 5
CONSUL TA1'41 AGREEl\'IENT FOR
DR..ill~AGE DESIGN SERVICES
TillS AGREEl\1ENT is entered into between the City ofTukwila, '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 perfonn drainage design
services in connection with the project titled 2008 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 fraIn
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 $58,723.60 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 paynient 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)ayears after final payments. Copies shall be made available upon request.
11
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under t.his
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 "Vith
the Consultanfs 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 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 perfonn-
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 (3 0)
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 r~lationship of employer and employee
between the parties hereto. Neither the Consultant nor any employee of the Consultant shall
2
12
be entitled to any benefits accorded City employees by virtue of the services provided under
this Agreement. The Ci~l shall not be responsible for \vit}1..holding or otherwise deducting
federal income tax or social security or for contributing to the state industriai 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 oftrus 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 attorneis fees, incurred in such suit from the losing
party.
3
13
Exhibit A
City of Tukwila
2008 Annuai Smaii Drainage Program
Scope of Work
April 21, 2008
KPG
The Consultant shall prepare surveyed base maps, final plans, specifications, and
estimates for the following small drainage projects:
. Site 1: South 130lh Street
Replace failing culvert and provide alley drainage between 32nd A venue S
and 33rd Avenue S.
· Site 2: Macadam Road
Replace failing storm drain system at approximately 14239 Macadam
Road.
. Site 3: West Marginal Way Outfall
Replace failing outfall and portion of storm drain pipe to eliminate a sink
hole in adjacent driveway. .60% design was completed as part of the
2004 small drainage program.
. Site 4: South 149th Street /sih Avenue South
Install new storm drain system to collect roadway runoff and reduce
flooding of adjacent residents~ _ Storm drain will be installed on an existing
utility easement to convey flows from the dead end of South 149th Street
to South 15dh Street.
. Site 5: Treck Drive
Replace failing catch basin lid and adjacent curb and driveway with
custom fabricated casting to reduce damage from trucking activities.
. Site 6: Upland Drive
Replace failing catch basin lid E!nd adjacent curb and driveway with
custom fabricated casting to reduce damage from trucking activities.
. Site 7: 10349 Beacon Avenue S
Obtain surveyed elevations of low point and surrounding drainage
sy~tems to determine feasibility and preferred routing of future drainage
improvements. No base mapping or final design is anticipated for this
site.
City of Tukwila
2008 Annual Small Drainage Program
1 of 3
KPG
Apri/21, 2008
14
Exhibit A
Work on these projects shall include any necessary survey, alternative analyses,
quantity estimating and cost estimating to compiete the projects. Surveyed base maps
and horizontal utility locations will be provided for all projects. Previous mapping from
the 2004 Annual Small Drainage Program will be used for the project base maps on site
3. Project horizontal and vertical datum's will be assumed on all projects.
The Consultant shall prepare a SEPA checklist, JARPA application, and provide
coordination with Washington Department of Fish and Wildlife for Sites 1, 2, and 3:
It is our understanding that none of the projects will require biological assessments,
additional permits, detention facilities, or water quality treatment facilities. The budget
assumes a straightforward approval process with no special studies or extensive
coordination.
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.
It is anticipated that the projects will be bid as one package for the 2008 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 2008 Small Drainage Program.
For the 2008 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
2008 Annual Small Drainage Program
2of3
KPG
April 21, 2008
15
Exhibit A
Deiiverabies:
The Consultant shall provide the following deliverables:
· Feasibility recommendations on Site 7.
· SEPA checklist for work on sites 1, 2, and 3.
· JARPA application for sites 1, 2, and 3 HPA
· Distribution of 50% Plans to utilities
2008 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
2008 Annual Small Drainage Program
3of3
KPG
April 21, 2008
16
HOUR AND FEE ESTIMATE EXHIBIT B
Project: City of Tukwila
2008 Annual Small Drainage Program
Task
Description
Task 1 2008 Small Drainage Program
1.1 Management /Coordination /Administration
1.2 Topographic survey utility locates potholes
1.3 Field reviews
1.4 Prepare Plans (estimate 20 sheets)
S 130th Street /32nd
Macadam 144th
S 149th 57th
10349 Beacon Avenue S (feasibility check only)
W Marginal Way Ouffall
Treck Drive
Upland Driver
Prepare Detail Sheets
Prepare restoration plans for sensitive area sites
1.5 Property owner coordination
1.6 2008 Small Drainage Program
Prepare 50% 90% Review Submittals
Utility coordination
Quantity and Cost Estimating
Prepare Specifications
Finalize Bid Documents
Reimbursable expenses see breakdown for details
Task Totals
Labor Hour Estimate
Project Design Survey
Manager Engineer Field Crew Technician Clerical
177.45 113.57 130.00 85.18 65.78
4
2
4
2
2
4
1
1
1
1
1
1
2
0
0
2
2
2
32
4/21/2008
0
64
8
8
8
24
4
4
4
4
8
8
8
I 0
60
0
0
0
0
0
0
0
0
0
0
0
8 I 0
4 I 0
8 0
8 0
4 I 0
184 1 60
Architecture 4.
Landscape, Architecture,
Civil Engine rini;
Total Fee
Fee
0 8 1,236.04
O 0 15,423,38
4 0 1,959.08
8 0 1,944.90
8 0 1,944.90
40 0 6,842.68
O 0 631.73
8 0 1,313.17
8 0 1,313.17
8 0 1,313.17
12 0 2,108.17
16 0 2,448.89
0 0 1.263.46
8 4 1,853.12
O 4 717.40
12 0 2,285.62
O 4 1,526.58
8 4 1,753.74
6,250.00
140 24 54,129.20
HOUR AND FEE ESTIMATE
Project: City of Tukwila
2008 Annual Small Drainage Program
Task
Description
Task 2 Perttlittina
2.1 Prepare SEPA checklist (1 checklist for 3 sites)
2.2 Prepare JARPA aoplications (1 application for 3 sites)
2.3 Field review /coordinate with WDFW
Reimbursable expenses see breakdown for details
Task Totals
Reimbursable Breakdown
Task 1 2008 Small Drainage Program
Mileage
Reproduction
APS Potholing allowance
Task 2 Permitting
Mileage
Reoroduction
Task 1 Total
Task 2 Total
EXHIBIT B
Project
Manager
177.45
2 1
2
4 I
1
8 I
4/21/2008
Labor Hour Estimate Total Fee
Design Survey
Engineer Field Crew Technician Clerical Fee
113.57 130.00 85.18 65.78
8 I
4
4 I
16 1
0
0
0
0
8
0
1 4
2
2
0 I 8 I 8
Total Estimated Fee:
Architecture
Landscape Architecture
Civil Lngineerinl;
1.526.58
1,622.18
1,295.64
150.00
4,594.40
58,723.60
Cost
250.00
1,000.00
5,000.00
6,250.00
50.00
100.00
150.00