Loading...
HomeMy WebLinkAbout18-167 - KPG Inc - East Marginal Way & South 87th Signal Pole DesignCity of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 18-167 Council Approval N/A CONSULTANT AGREEMENT FOR DESIGN 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 Emergency design and testing services in connection with the E. Marginal Way & S.87th pl Signal Pole Knockdown. 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 within 60 days, 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 Dec 31St, 2018 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 $18,176.00 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 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. / S24-div2 0/Z/Gi4/.9�5 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. Z, 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. 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. CA revised : 1-2013 Page 2 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. 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. CA revised : 1-2013 Page 3 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. 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: Jan Ciganik KPG, P.S. 3131 Elliott Avenue, Suite 400 Seattle, WA 98121 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. CA revised : 1-2013 Page 4 DATED this day of OCt O CITY OF TU ILA ry ash, Director of Publ. 10-5-16 m'-yar 4 114100;1‘. CA revised : 1-2013 CONSULTANT By: aAki Printed Name: C(C-144---1 tom. Title: ✓� • CC 1 r.Le.e.K.. , 20J Page 5 Exhibit A Scope of Work City of Tukwila E Marginal Way & S 87t'' PI Signal Pole Knockdown (August, 2018) KPG is pleased to provide engineering services for knockdown signal pole at E Marginal Way & S 87th PI intersection and help with temporary provisions to make existing pole operational until new pole and equipment is available. The specific scope of services is summarized below: SCOPE OF WORK 1. Management / Coordination / Administration The Consultant shall provide continuous project management and administration for the duration of the Project, provide coordination among City Traffic Maintenance, Engineering Departments, Consulting Structural Engineer and arrange downed pole damage inspection. 2. Temporary Signal Pole Provisions The Consultant shall assess the existing signal pole condition by meeting with the Traffic Maintenance division on the site and visually inspecting the pole damage. Based on the condition of the pole, existing foundation and anchor bolts, the Consultant will suggest a course of action towards enabling temporary activation of existing signal system, including existing plans review, calculations of windloads, possible re -phasing of existing signal and re- arrangement of existing signal equipment. Assumptions: City's Signal Maintenance Division shall arrange for installation of new anchor bolts and the existing signal pole shall be re -usable and shall be installed by the City. 3. Existing Pole Inspection The Consultant shall coordinate with a pole inspection specialist for radiographic and magnetic particle inspections and provide the results to the City and the Structural Engineer. 4. Structural Engineering Services The Consultant shall coordinate with a Structural Engineer for examination of re -use of existing pole, preparation plans, calculations and approach of installation of new anchor bolts into existing cantilevered foundation and construction supervision during the anchor bolt installation (Exhibit C). Assumption: Existing foundation shall be re -used. E Marginal Way & S 87th PI Signal Pole Knockdown August 2018 Page 1 of 2 5. Permanent Signal Pole Design and Installation The Consultant shall prepare a signal pole specification sheet for the City to procure new signal pole and all necessary signal equipment to make the signal fully operational. Also, the Consultant shall provide any advisory services to the City during the signal conversion from temporary to permanent. Assumption: the City's Signal Maintenance Division shall install new pole and associated signal equipment. Deliverables • Existing downed traffic signal pole inspection report; • Structural plans and calculations for permanent pole and anchor bolt design; • Traffic signal plans and pole specifications sheet. Budget Work will be performed on a time and material basis and shall not exceed $18,176 without prior authorization from the City. A breakdown of estimated hours, hourly rates, and reimbursable expenses is attached (Appendix B). Additional Services The City of Tukwila may require other services of the Consultant. These services could include preparing construction documents to advertisement and bid, cost estimate, environmental documentation, or other work tasks not included in this 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. Thank you for considering KPG to assist you with this project! E Marginal Way & S 87th PI Signal Pole Knockdown August 2018 Page 2 of 2 EXHIBIT B PRIME CONSULTANT COST COMPUTATIONS Client: City of Tukwila Project E Marginal Way & S 87th PI Signal Pole Knockdown KPG PROJECT NUMBER: 18128 DATE: August, 2018 Interdisciplinary Design Task Na Task Description Total Hours and tabor Fee Estimate by Task Sr. Engineer CAD Technician ()thee Admin S 184.00 S 112.00 $ 112.00 Hours Fee Task 1 -Project Management / Coordination / Administration 1 __ I Project Management / Coordination / Administration 2 0 3,5 5.5 S 760.00 Task Total 2 0 3.5 5.5 $ 760100 Task 2 - Temporary Signal Pole Provisions 2 'Temporary Signal Pole Provisions _ 10 0 0 - 10 $ 1,840.00 Task Total 10 0 0 10 $ 1,840.00 Task 3 --Existing Pole Inspection 3 !Existing Pole Inspection (reimbursables - see Appendix D - $ 1,096.72 Task Total _ $ 1,096.72 Task 4 --Structural Engineering Services 4 _IStructu_ ral Engineering Services (reimbursables - see Appendix C) $ 12,742.85 Task Total $ 12,742.85 Task 5 - Permanent Signal Pole Design and Installation 5 )Permanent Signal Pole Design and Installation 7 4 0 11 S 1.736.00 Task Total 7 4 0 11 $. 1,736.00 Total Labor Hours and Fee 19 4 4 27 $ 18,175,57 Reimbursable Direct Non -Salary Costs Total Estimated Budget $ 18,175.57 Interdisciplinary Design 3131 Elliott Avenue Suite 400 Seattle, WA 98121 P I 206.286.1640 www.kpg.com City of Tukwila Invoice number 916018 Department of Public Works Date 09/25/2018 6300 Southcenter Blvd., Suite 100 Tukwila, WA 98188 Project 18128 Signal Pole Knockdown/Repair Professional services through 09/25/2018 SUMMARY OF WORK PERFORMED DURING THIS REPORTING PERIOD: - Coordinated temporary signal operations. - Pole inspection. - Structural Engineer coordination. - Preparation of pole specifications plan. Professional Fees Senior Engineer CAD Technician Senior Admin Consultant CivilTech Engineering Inc Inv 181116 MISTRAS Group, Inc. Inv CD 10940310 Billed Hours Rate Amount 19.00 4.00 3.50 184.00 112.00 112.00 3,496.00 448.00 392.00 Professional Fees subtotal 26.50 4,336.00 Cost Billed Amount Multiplier Amount 12,742.85 12,742.85 1,096.72 1,096.72 Consultant subtotal 13,839.57 13,839.57 Invoice total 18,175.57 City of Tukwila Project 18128 Signal Pole Knockdown/Repair Invoice number 916018 Date 09/25/2018 Invoice Summary Description Budget Total Previous Contract Amount Amount To Date To Date Balance This Invoice 1. Project Management/Coord/Admin 2. Temporary Signal Pole Coordination 3. Existing Pole Inspection 4. Structural Engineering Services 5. Permanent Signal Pole Design & Installation 760.00 1,840.00 1,096.72 12,742.85 1,736.00 760.00 1,840.00 1,096.72 12, 742.85 1,736.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 760.00 1,840.00 1,096.72 12,742.85 1,736.00 Total 18,175.57 18,175.57 0.00 0.00 18,175.57 Aging Summary Invoice Number Invoice Date Outstanding Current Over 30 Over 60 Over 90 Over 120 916018 09/25/2018 18,175.57 18,175.57 Approved by: CLU, n Ciganik Project Manager Total 18,175.57 18,175.57 0.00 0.00 0.00 0.00 Thank you for allowing KPG to some BECU. If you have any questions regarding this invoice, please call me at (206) 286-1640. CIVILTECH • 400 - 112th Ave NE, Suite 120 Bellevue, WA 98004 Tel. (425) 453-6488 Fax. (425) 453-5848 CivilTech Project #: Project Name: Invoice Period: Invoice Number: Invoice Date: Client Contact Information: KPG, Inc. Attn: Suzy Rowe 3131 Elliott Avenue Suite 400 Seattle, WA 98121 18025 City of Tukwila - E Marginal Way & 86th Signal Pole Repair 7/1/18 - 8/31/18 181116 September 24, 2018 Professional Services Fee: EMPLOYEE Dustin Ong Mike Helminger Eryn Rossa Direct Expenses Sflllnp Summary Total Contract Budget Previously Billed -to -Date: Current Invoice Amount: Cumulative Billed -to -Date: Budget Remaining TITLE Principal Project Engineer Project Engineer Subtotal Hours Mileage TYPE HOURS 4.0 18.0 104.00 126.00 Overhead Rate @ Fixed Fee Rate @ $18,105.70 $0.00 $12.742.85 $12,742.85 $5,362.85 RATE x $62.50 x $45.19 x $34.61 142.91% 30.00% DSC + OH + FF: EXTENDED $ 250.00 $ 813.42 $ 3,599.44 $ 4,662.86 $ 6,663.69 $ 1,398.86 $ 12,725.41 QUANTITY RATE COST 32 x $0.545 $ 17.44 Direct Expenses Total: $ 17.44 Invoice Total: $ 12,742.85 CIVIITECH MEI City of Tukwila - E Marginal Way & 86th Signal Pole Repair CTE Project #18025 CivilTech Invoice #1811 Ib Progress Report for Services between July 1 and August 31, 2018 400 — 1121h Ave NE Suite 120 Bellevue, WA 98004 Tel: 425.453.6488 Fax: 425.453.5848 Works Accomplished/Performed During Current Invoice Period ■ Conducted site visit to examine damaged signal pole ■ Coordinated with weld and metal inspection companies to examine damaged pole ■ In-house coordination for design/calc efforts required ■ Finalized design for anchor layout ■ Prepared calculations, drawings, and memorandum of findings ■ QC review Outstanding Issues/Needs ▪ None era C1VILTECH CIVILTECH MILEAGE & PARKING LOG Employee Name: Do5+1Yi. OkiQi office use only M T M T M T M T M T M T M T M T M T M T M T M T M T M T M T M T Date _ Project # Origin _ Destination _ Purpose of Trip - - Odometer Reading Total Trip Miles Beginning Ending 77igMr8 9D2-5 FeIkv — t kwi/ 5r-le-- visit - 32 ?- 32/grR 32-- or Date Project # Parking Fee Purpose Total Parking Fees Mileage Reimbursement Rate is $.545 for 2018 per WSDOT's Travel Allowances. Please attach parking receipts for reimbursement. Note: In order to receive a reimbursement for your mileage, you must complete all of the requested information. Thank you for your cooperation. Total Miles Driven Total Miles Driven x $.545 = $ Total Parking Fees $ - Total Reimbursement Request $ OFFICE USE: Amount Paid $ Date Paid Employee Signature I certify that the reimbursement request for mileage and/or parking is accurate and for business related purposes. MIS■ i1, )S Services A World of NDT Solutions Division 7820 SOUTH 210TH ST SUITE 110 KENT WA 98032 PHONE # 206-764-8123 FAX # 206-764-8124 INVOICE ADDRESS: KPG P.S. 3131 ELLIOTT AVE SUITE 400 SEATTLE WA 98121 RT- SE 75 2 MAN CREW - ST 4.5X17 FILM COMPANY VEHICLE NOTES: REMITTANCE INFORMATION CHECK: MISTRAS Group Inc. P.O. Box 405694 Atlanta, GA 30384-5694 PROJECT NUMBER INVOICE DESCRIPTION RECEIVED ON JUL 31 2018 BY KPC INC PS INVOICE NUMBER: INVOICE DATE: DUE DATE: CUSTOMER NO.: P.O. NUMBER: ORDER NUMBER: YOUR REFERENCE: C010940310 07/31/2018 08/30/2018 70036078 18128 T56158 QTY UNIT 6.00 hr 4.00 ea 1.00 day PLEASE INCLUDE THE INVOICE NUMBER WITH YOUR REMITTANCE INTERNATIONAL PAYMENTS: DOMESTIC PAYMENTS: ACCT NAME: MISTRAS Swift No.: BOFAUS3M ACCT NO: 003812670175 ACCT NAME: MISTRAS For ACH ABA No.: 021200339 For Wire ABA No.: 026009593 ACCT NO: 003812670175 Page 1 of 1 UNIT PRICE TOTAL 165.000 9.180 70.000 TOTAL EXCLUSIVE OF TAX: TOTAL TAX: INVOICE AMOUNT TO PAY: 990.00 36.72 70.00 1,096.72 0.00 1,096.72 BANK: Bank of America, N.A. Cranford, NJ USA We hereby certify that these.goods were produced in compliance with all applicable requirements of Section 6, 7 and 12 of the Fair Labor Standards Act, as amended. and of regulations and orders of the United States Dept of Labor issued under Section 14 thereof. Claims for shortages, or defective products, must be made within 5 days, All orders are subject to our Standard Terms and Conditions of Sale which are available upon request. Refer to invoice number including prefix on all correspondence, etc. A service charge 011 1/2% per month (18% per annum) will be charged on all invoices over 30 days One Soars. re.A.r.t Protection Soistrtions 4 MISTRAS