HomeMy WebLinkAboutUtilities 2016-08-09 Item 2B - Agreement - Crystal Springs Emergency Surface Water Repair Design with KPG IncTO:
FROM:
BY:
CC:
DATE:
SUBJECT:
City of Tukwila
Allan Ekberg, Mayor
Public Works Department - Bob Giberson, Director
INFORMATIONAL MEMORANDUM
Utilities Committee
Bob Giberson, Public Works Director
Ryan Larson, Senior Program Manager
Mayor Ekberg
August 5, 2016
Crystal Springs Emergency Surface Water Repair
Project No. 91641206
Consultant Selection and Agreement
ISSUE
Approve KPG, Inc. to design the Crystal Springs Emergency Surface Water Repair.
BACKGROUND
Maintenance staff were notified of pavement settlement within Crystal Springs Park and 51st Ave S during the week of July 18,
2016. An investigation focused on a deep surface water pipe under the settling pavement. Using video inspection, it was
determined that the pipe was filled with a large quantity of material that indicated a possible failure of the pipe. Crews
attempted to remove the blockage, but the removal of the material led to additional failure of the pavement and a sinkhole.
Other utilities are located within the settlement area. The Mayor declared an Emergency on July 21, 2016 and Council
approved Emergency Resolution No. 1887 on August 1, 2016.
DISCUSSION
The surface water pipe conveys water from Crystal Springs, runs continuously throughout the year, and is approximately 20
feet deep. The damaged section is approximately 290 feet in length. The pipe is located in an area with a high ground water
table and visible natural water springs. An emergency project is underway that will stabilize the sink hole and utilities with fill
material, install a temporary pipe to allow the water to bypass the damaged area of the pipe until a permanent repair can be
designed and constructed.
KPG is proposed to design the permanent repair since they are currently working with staff on the 2016 Annual Neighborhood
Drainage program, are familiar with City requirements, and can complete the design and permitting in a timely manner to allow
for project advertisement later this year.
FISCAL IMPACT
For the Crystal Springs Emergency Surface Water Repair project, KPG has submitted design for $59,979.68. It is proposed
that funding come from the 2016 Annual Small Drainage Program budget which is $685,000, including $80,000 for design. To
date, $68,743 has been spent on design, leaving $11,257 in available design funding. It is proposed that the remaining
$48,723 come from a portion of the available construction funding. The 2016 Small Drainage Program has been delayed as
bids were rejected by Council on August 1, 2016 by Resolution No. 1886.
RECOMMENDATION
Council is being asked to approve the design consultant agreement with KPG, Inc. in the amount of $59,979.68 for the Crystal
Springs Emergency Surface Water Repair Project and consider this item on the Consent Agenda at the August 15, 2016
Regular Meeting.
Attachments: 2015 CIP, Page 82
Consultant Contract
\\PWStore\PW Common$1PW Eng1PROJECTSIA- DR Projects\Crystal Springs Emergency Surface Water Repair (91641206)1Info Memo KPG Final Design.docx 27
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2015 to 2020
PROJECT: Annual Small Drainage Program Project No. Varies
DESCRIPTION: Select, design, and construct small drainage projects throughout the City.
JUSTIFICATION: Provide drainage corrections for existing /ongoing drainage problems throughout the City, including culvert
replacements, drain extensions, and pavement upgrades.
STATUS: Projects for this annual program are taken from Small Drainage Project List.
MAINT. IMPACT: Reduces maintenance.
Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar
COMMENT: years. Budget for 2014 includes $270k for Thorndyke Safe Routes to School (S 150th St). Grants from State
Municipal Stormwater Capacity Grants.
FINANCIAL Through Estimated
(in $000's)
2013 2014
2015
2016
2017
2018
2019
2020
BEYOND TOTAL
EXPENSES
Design
60
80
80
80
80
80
80
80
620
Land (R/W)
0
Const. Mgmt.
70
80
80
80
80
80
80
80
630
Construction
279
270
325
525
525
525
525
525
525
4,024
TOTAL EXPENSES
409
270
485
685
685
685
685
685
685
5,274
FUND SOURCES
Awarded Grant
50
50
100
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
409
220
485
635
685
685
685
685
685
5,174
TOTAL SOURCES
409
270
485
685
685
685
685
685
685
5,274
2015 - 2020 Capital Improvement Program
82
28
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
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 engineering services
in connection with the project titled `Crystal Springs Emergency Surface Water Repair'.
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. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2016, unless sooner
terminated under the provisions hereinafter specified. Work under this Agreement shall
commence upon 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 no
later than December 31, 2016 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 $59,979.68 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 as 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 the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
29
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 rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall be
endorsed to provide contractual liability coverage.
CA revised : 1 -2013
Page 2
30
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self - insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Consultant
before commencement of the work. Certificates of coverage and endorsements as
required by this section shall be delivered to the City within fifteen (15) days of execution
of this Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent 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.
CA revised : 1 -2013
Page 3
31
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, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability 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. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree
that venue shall be properly laid in King County, Washington. The prevailing party in any
such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive
termination of this Agreement.
CA revised : 1 -2013
Page 4
32
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
KPG
753 9th Avenue North
Seattle, WA 98109
18. Entire Agreement; Modification. 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. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
DATED this
CITY OF TUKWILA
day of , 2016.
Mayor, Allan Ekberg
CONSULTANT
By:
Printed Name:Nelson Davis, KPG
Title: Principal
Attest /Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1 -2013
Page 5
33
EXHIBIT A
City of Tukwila
Crystal Springs Emergency Surface Water Repair
Scope of Work
August 1, 2016
PROJECT DESCRIPTION
Maintenance staff were notified of pavement settlement within Crystal Springs Park and 51st
Ave S during the week of July 18, 2016. An investigation of this issue focused on a deep
surface water pipe under the settling pavement. Using video inspection, it was determined that
the pipe was filled with a large quantity of material that indicated a possible failure of the pipe.
Crews attempted to remove the blockage, but the removal of the material lead to additional
failure of the pavement and a sinkhole. Other utilities are located within the settlement area.
The Consultant will assist the City with approach to interim repair, perform field survey and base
mapping, perform geotechnical investigations, assist with permit applications, and prepare final
plans, specifications, and cost estimates for a long term repair.
The Consultant shall submit a 50% Review Submittal (plans and estimate only), and a 90%
Review Submittal that includes plan, specifications and estimate to the City for review prior to
bidding. The project may be combined with previously design small drainage program project(s)
for bid and construction depending on available budget.
SCOPE OF WORK
TASK 1 — CRYSTAL SPRINGS EMERGENCY SURFACE WATER REPAIR
1.1 MANAGEMENT /COORDINATION /ADMINISTRATION
• The Consultant shall provide continuous project management and administration
for the duration of the Project. (Estimate 3 months).
• Hold project coordination meetings with the City to update progress and review
submittals. Assume (4) meetings.
• The Consultant shall provide monthly status reports and billings.
• The Consultant shall provide independent QA /QC reviews by senior in -house staff
of all deliverables prior to submittal to the City.
City of Tukwila
Crystal Springs Emergency Repair Page 1 of 4
KPG, Inc.
August 2016
34
1.2 INTERIM REPAIR ASSISTANCE
• The Consultant shall perform site visit(s) and be available to City staff overseeing
interim repairs for assistance during construction. Consultant will identify
information needed from City to complete long term repairs.
1.3 TOPOGRAPHIC SURVEY
• The Consultant shall prepare topographic survey and base maps for the affected
drainage system. Utility locates will be performed on one -call field marking that
was performed by the interim repair contractor. GIS data provided by the City will
be utilized where drainage structures are inaccessible due to recent pipe failure.
1.4 GEOTECHNICAL INVESTIGATION
• The Consultant shall provide geotechnical recommendations to support the design
of permanent repair options. Our proposed scope of services is summarized as
follows:
• Review information. We will review available existing preliminary plans and
geotechnical, geological, and environmental reports for the immediate area to help
evaluate stormwater infiltration potential.
• Plan, coordinate, and manage the field investigation, which will include the
following:
o Mark exploration locations and request public utility locates. A separate
trip to the site will be necessary to mark the exploration locations in order
to get the utility locates completed.
o Obtain a right -of -way permit (ROW) and prepare an associated traffic
control plan to support the field activities. We anticipate that the City will
expedite and waive ROW permit fees.
o Complete up to three shallow borings to determine depth of existing asphalt
concrete pavement and the subsurface conditions. The borings will be
completed using hollow -stem auger drilling equipment to depths of
approximately 25 feet. Our representative will collect soil samples via the
SPT at approximately 2.5 -foot intervals throughout the depth of the borings
and maintain a log of the subsurface conditions encountered.
• Complete geotechnical laboratory analyses on disturbed soil samples obtained
from the explorations, including up to:
o three moisture content determinations.
o two grain -size determinations.
• Prepare a draft (electronic PDF copy) and final report summarizing our findings,
conclusions, and recommendations related to the following:
o Subsurface conditions and results the of laboratory testing
o Trench excavation and soil parameters for design of shoring or shielding
City of Tukwila
Crystal Springs Emergency Repair Page 2 of 4
KPG, Inc.
August 2016
35
o Dewatering requirements
o Utility installation subgrade support, bedding, and backfill requirements
o Address need for trench dams
1.5 PERMITTING
• The Consultant shall contact WDFW and prepare information necessary to receive an
emergency HPA for interim repairs.
• The Consultant shall coordinate with WDFW and prepare the JARPA for approval of
the HPA for permanent repairs.
• If required to obtain the HPA, the Consultant shall prepare and submit a SEPA
checklist for processing by the City.
• If required for work downstream of the failed drainage system, the Consultant shall
prepare and submit a WSDOT utility permit application.
1.6 PREPARE PLANS, SPECIFICATIONS AND ESTIMATES
• The Consultant shall work collaboratively with City to obtain necessary video
inspection, pipe cleaning, brushing etc as available from City maintenance staff.
• The Consultant shall prepare final Plans for the proposed improvements including the
following:
o Plans shall be prepared with such provisions in such detail as to permit field
layout and construction within a degree of accuracy acceptable to the City and
per industry standards.
o Details will be prepared for items not available as standard details from the
City, State, or WSDOT standard drawings.
o The plans shall illustrate complete details of construction of the proposed
improvements including limits of construction and removals, proposed invert
elevations, rim elevations and required construction materials.
o Drainage designs will be determined through consultation with City staff and
from previous experience rather than detailed basin modeling.
• The Consultant shall calculate quantities and prepare Engineers Estimate of Probable
Construction Cost for each review submittal and the Bid Documents.
• The Consultant shall prepare the Contract Specification per 2016 WSDOT Standard
Specifications for the 90% Review Submittal and the Bid Documents
• The Consultant shall distribute 50% review submittals to franchise utility owners to
identify potential conflicts within the Project limits and request potholes.
• The Consultant shall assist the City with Project Advertisement and Award.
• Assumptions
o No federal funding is anticipated for the Project engineering or construction.
o No utility upgrades are anticipated in the project design.
o Drainage & Water Quality Reports will not be required.
o Potholing of existing underground utilities will be by the utility owner.
City of Tukwila
Crystal Springs Emergency Repair Page 3 of 4
KPG, Inc.
August 2016
36
• Deliverables
o 50% review submittal with Plans and Estimate
o 90% review submittal with Plans, Specifications, and Estimate.
o Bid Documents and Engineer's Estimate
o 6 sets of Plans (11" X 17 ") and specifications provided for each review
submittal.
o 10 sets of Plans (11" X 17 ") and specifications for the Bid Documents.
o Coordinate upload of Plans and Specifications to Builders Exchange.
Additional Services
As this work is proceeding under an emergency declaration, the City of Tukwila may require other
services of the consultant that were not anticipated during initial scoping. These services could
include additional design, right of way, utility potholing, environmental documentation,
construction phase services, or other work tasks not included in the scope of work. At the time
these services are required, the Consultant will provide the City with a detailed scope of work and
an hour and fee estimate. The Consultant will not proceed with the work until the City has
authorized the work and issued a Notice to Proceed.
City of Tukwila
Crystal Springs Emergency Repair Page 4 of 4
KPG, Inc.
August 2016
37
HOUR AND FEE ESTIMATE
Project: City of Tukwila
Crystal Springs Emergency Surface Water Repair
EXHIBIT B
• Architecture •
Landscape Architecture
• Civil. Engineering •
Task Description
Labor Hour Estimate
Total Fee
Project
Manager
$ 170.98
Senior
Engineer
$ 132.60
Project
Engineer
$ 115.36
Design
Engineer
$ 99.45
CAD
Technician
$ 86.18
Const
Inspector
$ 102.04
Survey
Crew
$ 151.68
Senior Office
Admin Admin
$ 112.71 I $ 79.55
Fee
Task 1 - Crystal Springs Emergency Surface Water Repair
1.1 Management /Coordination /Administration
6
0
2
0
0
0
0
2
6
$ 1,959.35
1.2 Interim Repair Assistance
16
4
8
0
0
0
0
0
4
$ 4,507.20
1.3 Topographic Survey
2
2
8
16
0
0
20
0
0
$ 6,154.75
1.4 Geotechnical Coordination
4
4
8
0
8
0
0
2
2
$ 3,211.16
1.5 Permitting
16
4
24
0
16
0
0
0
8
$ 8,050.04
1.6 Prepare Plans, Specifications and Estimates
16
16
80
16
40
0
0
0
16
$ 20,397.18
Reimbursable - Mileage
$ 200.00
Reimbursable - Reproduction
$ 500.00
Reimbursable - Geotechnical Borings and Investigations
$ 15,000.00
Task 1 Total 60
30
130
32
64
0
20
4
36
$ 59,979.68
Total Estimated Fee: $ 59,979.68
8/2/2016