Loading...
HomeMy WebLinkAbout18-177 - KPG Inc - Tukwila International Boulevard / South 140th Pedestrian Crossing DesignCity of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number, 18-177(a) Council Approval N/A CONTRACT FOR SERVICES Amendment # 1 Between the City of Tukwila and KPG, PS That portion of Contract No. 18-177 between the City of Tukwila and KPG, PS is hereby amended as follows: Article 2, Scope of Services, shall be supplemented with the following: The consultant agrees to provide design services in accordance with the scope of work included as Exhibit A. Article 3, Duration of Agreement; Time of Performance, shall be modified as follows: The Consultant shall perform all services and provide all work product required no later than August 31, 201. Article 4, Payment, shall be modified as follows: Payment for work provided by Consultant shall be made as provided on Exhibit B, attached hereto, provided that the total amount of payment to the Consultant for this work not exceed $12,162.65 without express written modification of the Agreement signed by the City. The new total contract shall not exceed $37,722.58 without express written modification of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. Dated this 4, -V day of CITY OF TUKWILA Allan Ekberg, Mayor ATTEST/AUTHENTICATED / Christy O'F6hetY, MMC, City C erk , 20 CONTRACTOR APPROVED AS TO FORM Office of the City Attorney CA Revised December 20 16 Page 1 of 1 EXHIBIT A City of Tukwila TIB and S 141st Street Pedestrian Crossing Amendment #1 - Additional RRFB Location Scope of Work December 11, 2018 PROJECT DESCRIPTION The Consultant shall provide design for an additional RRFB pedestrian crossing location. Work shall be incorporated into the original contract and the bid schedule shall be updated accordingly. TASK 2 —MAPPING (ADDITIONAL RRFB LOCATION) 2.3 Extended roadway and utility casting mapping will be provided to include additional location and will be based on aerial photography, GIS, and field reviews by the Consultant. Topographic field survey will be required for ADA ramp improvements and will be performed by the Consultant as required. 2.4 The Consultant shall request additional locates to identify underground utilities from One - Call. The Consultant will coordinate with public and private utilities to verify the utility locations and identify any necessary adjustments, relocations or other improvements required by the utility. TASK 3 — PLAN, SPECIFICATIONS AND ESTIMATES (ADDITIONAL RRFB LOCATION) 3.6 The Consultant shall prepare 85% civil design plans for additional RRFB location (additional one civil plan) for City review and approval. The Consultant will calculate applicable quantities and prepare an engineer's cost estimates based on the 85% design. 3.7 The Consultant shall prepare 85% RRFB design plans for additional location (number of sheets will remain the same) for City review and approval. The 85% design shall include updated cost estimate and Special Provisions. 3.8 The Consultant shall prepare 100% civil and RRFB design plans, for the additional location, for City review and approval. The 100% design shall include revisions addressing City and utility provider comments. The Consultant shall update quantities and City of Tukwila TIB and S 141st Street Pedestrian Crossing - Scope of Work KPG PN 18159 Page 1 of 1 prepare 8nengineer's cost estimates based Onthe 100%design. The 85% Specifications will be revised based on City comments and any updated APWA or WSDOT GSPs- 3.9 The Consultant shall incorporate 1O0%City review comments for Plans and Specifications and prepare project Bid Documents, for the additional location. The Bid Documents will be stamped and Signed by licensed professional engineer in the State of Washington. The Consultant shall load bid documents onto Builder's Exchange. City o/Tukwila TO and S 14/°'Street Pedestrian Crossing - Scope u/Work Page 1 of 1 KPGPN1815J HOUR AND FEE ESTIMATE EXHIBIT B Project: City of Tukwila TIB and S 141 st Street Pedestrian Crossing (Additional RRFB Location) Amendment #1 Task 2 - Mapping (Addional RRFB Location) 2.3 Survey mappinc, aerials, GIS and Field Review tAddionai RRFB Locations 2.4 Utility Locates (Addional RRFB Location) Task Totals 4 2 2 4 KpG • Aa-ohlreot-.— c+.+naoa . n} e«♦ ! Civt} December 11, 2018 8 S 1,990.58 4 $ 954.64 12 $ 2,945,22 Task 3 - Plans. Specifications, and Estimates (Addional RRFB Location) 3.6 85% Civil Design (Addional RRFB Location) 3.7 85% RRFB Design (Addional RRFB Location) 3.8 100% Civil and RRFB Design (Addional RRFB Locati 3.9 Finalize Bid Documents ("Addional RRFB Location)) Task Total 4 24 4 S 4.742.86 2 10 2 $ 2,078.13 2 4 4 $ 1,435.24 2 4 0 961.20 10 42 10 S 9,217.43 12,162.65 12/1 1 /2018 ���� �~v��v�=x xo°m^wxxa G2OOSouthoerkerBoulevard, Tukwila VVAQ81O8 Contract Number: 18-177 Council Approval N/A CONSULTANT AGREEMENT FOR DESIGN SERVICES THIS AGREEMENT is entered into between the City of Tukvv|o. VVaahington, hereinafter referred Voae"the Chx". and KPG Inc., hereinafter referred toas"the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project [Je�siqnation' The Consultant is retained bythe City to perform engineering design services in connection with the Tukwila International Blvd at S.14151 Pedestrian crossing. 2. Scope of Services. The Consultant agrees to perform the oervinea, identified on Exhibit^/Y' 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 effeotfor a period oonnnnenoinO upon execution and ending within 180 duya, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice bythe City 10the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant tothis Agreement nVlater than March 31s', 2019 unless an extension of such time is granted in writing by the City. 4. Pavrment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement eafollows: 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 $25,559.93vvithnut 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 oonlp|ehgd to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made tothe Consultant inthe amount approved. C. Final payment Vfany balance due the Consultant Vfthe 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 Uythe 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 ocCOuOtG pertaining to this AQ[8emNgDt are to be kept 8v8i|8b|8 for inspection by representatives Of the City and the state of Washington for 8 period Dfthree (8} y88nS after final payments. Copies shall be made available upon request. / � ^ 5. Ownership and Use of Documents. All doournenha, drawings, specifications and other nnatehe|a 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 ornot. The Consultant shall be permitted horetain copiea, including reproducible copies, ofdrawings 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 docurnentm, drovvings, specifications or other materials by the City on any project other than the project epgoifiedin1hioAQreement. 6. Compliance with Lmxvm. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, ntota. and local |awm, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the QtV' its 0fficers, officials, employees and volunteers harmless from any and all C|8iNOS' injuries, d8/Oag8S' |OSGeS o/ suits including attorney fees, arising out of or resulting from the 8CtG' errors Or OnliSSioDs of the Consultant in performance of this Agreement, except for injuries and damages caused bythe sole negligence ofthe City. Should a court of competent jurisdiction determine that this Agreement is subject to RCVV 4.24.115, then, in the event of liability for damages arising out Ofbodily injury tO persons or damages h}property caused byVrresulting from the concurrent negligence [fthe Consultant and the QtV. its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent Ofthe Consultant's negligence. It iSfurther specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCVV' 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 dU[81iOO of the Agr88rD8Dt' insurance against claims for injuries to persons ordamage to propertyVVhiCh 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 Cib/'s recourse to any remedy available at law orin equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance ofthe types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1.0OU.0OU 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 CA00 01 or msubstitute form providing equivalent liability coverage. |fnecessary, the policy shall beendorsed 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. VVorhero' io lawssatn coverage an required by the Industrial Insurance laws of tho ��ta�� of Washington. CArevised :1en10 4. Professional LiabilitV with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate |inliL Professional Liability insurance shall beappropriate tothe 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 b8primary insurance with respect h]the City. Any Insurance, e8lf-insuraDce'Orinsurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not b8contributed O[combined with it. C. Acceptability of Insurers. Insurance iGk}he placed with insurers with @ current A.M. Best rating ofnot less than A:VU. O. Verification of Coverage. Consultant shall furnish the City with original certificates and o 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 end0na8nneDtn as required bythis section shall be delivered to the City within fifteen (15) days of execution nfthis Agreement. E. Notice of Cancellation. The Consultant shall provide the City with vv[it1eo D0doe 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 asrequired shall constitute @material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breanh, 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 tothe City ondemand, oratthe sole discretion ofthe City, offset against funds due the Consultant from the City. 8. Independent Contractor' The Consultant and the City agree that the Consultant is on 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 beresponsible for withholding orotherwise deducting federal income tax or social security o, for contributing to the state industrial insurance prugnann, otherwise assuming the duties of an employer with respect to the Consultant, orany employee of the Consultant. 10. Covenant AqainstContincient Fees. The Consultant warrants that hahas not employed or retained any company or paraon, other than a Uonafide employee working solely for the Consultant, to solicit orsecure this oontmeot, and that he has not paid or agreed to pay any company or peraon. other than a bonafide employee working solely for the Cnnsu|tont, 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 warrent, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price orconsideration, or otherwise recover, the full amount ofsuch fee, commission, percentage, brokerage fee, gift, orcontingent fee. 11. Discrimination Prohibited. The Conou|tant, with regard tothe work performed by it under this Agreement, will not discriminate on the grounds of race, re|igion, nreed, oo|or, national origin, age, veteran status, sex, sexual or|entaUon, gender idgntity, marital atatuo, po||doa| affiliation or the presence of any disability in the selection and retention of employees or procurement of materials Vrsupplies. 12. Assiqnrnmnt' The Consultant shall not sublet orassign any of the services covered by this Agreement without the express written consent ofthe City. C^revised : 1-203 13. Non -Waiver. Waiver bvthe City of any provision ofthis Agreement orany time limitation provided for inthis Agreement shall not constitute a waiver [fany other provision. 14. Termination. A. The City reserves the right toterminate this Agreement ntany time bygiving ten (10)dayn written notice 0othe Consultant. B. )nthe event of the death ofamember, partner orofficer of the Consultant, orany of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree 1ocomplete the work under the terms of this Aoroonnent, if requested to do aobythe City. This section shall not beabar torenegotiations ofthis Agreement between surviving members pfthe Consultant and the City, if the City aochooses. 15. Applicable Law; Venue; AttorneV's Fees' This Agreement shall be subject to, and the Consultant shall at all hnnea comply with, all applicable fmdmna|, state and |ooe| |ewm, regu|ahona, and ru|me, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitrakion, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall beproperly laid inKing County, Washington. The prevailing party inany such action ahoU be entitled to its attorney'ofees and costs ofsuit. Venue for any action arising from orrelated tothis Agreement shall beexclusively in King County Superior Court. 18. Severab(llitVand Survival. If any term, condition or provision ofthis 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 ofthis Agreement, which by their sense and context are reasonably intended to survive the nornp|edon, expiration or cancellation of this Agreernent, shall survive termination of this Agreement. 17� Notices. Notices \othe City ofTukwila shall be sent tothe following mddnooa: City Clerk City ofTukwila G2OOSOUthcentorBoulevard Tukwila, WA 98188 Notices tOConsultant shall bBsent tothe following address: Jan Ciganik KPG' P.S. 3131 Elliott Avenue, Suite 40O Se8tt|e, WA 88121 18. EmtixeAqrewment; Modification. This Agreement, together with attachments maddenda, represents the entire and integrated Agreement between the City and the Consultant and auponoadea all prior negotiadona, reprmeentatione, or agreements written or oral. No amendment o, modification of this Agreement shall be of any force or effect unless it is in writing and signed bythe parties. CArevised :1-2oo DATED this .w..__....... day of ......_ `` CITY OF TUKWILA Attest/Authenticated: 20 it CONSULTANT By:.... Printed Name: Title: Approved as to Form: Offibe of the City Attorney CA revised : 1-2013 Page 5 EXHIBIT A City of Tukwila TIB and S 141st Street Pedestrian Crossing Scope of Work October 9th, 2018 PROJECT DESCRIPTION The City of Tukwila desires to improve pedestrian safety by installing a Rectangular Rapid Flashing Beacon (RRFB) system and striped crosswalk at the intersection of Tukwila International Boulevard and S 141st Street. This crossing is located within high school and elementary school walk routes, residential and shopping areas, neighborhood library and a local Islamic Center. The crosswalk also serves a King County Metro bus stop on the east and west sides of Tukwila International Boulevard. This work shall consist of providing engineering and bid phase services for the City of Tukwila ("City") to design a RRFB system and install the associated ADA ramps and center median. This scope covers base map preparation, utility and outside agency coordination, design, production of contract documents and support during the bidding process. ASSUMPTIONS The following assumptions are made for the Project: 85% plans, specifications and estimate of cost (PS&E) and 100% PS&E will be submitted to the City for review. Once comments have been received and addressed, bid documents will be prepared and loaded to Builder's Exchange. • Services will be performed in accordance with the Local Agency Guidelines (LAG), the WSDOT Construction Manual, King County Road and Signal Standards, the City of Tukwila project plans, specifications and contract documents (Contract Documents), and Manual of Urban Traffic Control Devices (MUTCD). • The City will provide as needed: SEPA exemption letter, permit fees and application, community involvement, and public notice/mailings. • Spot survey will be conducted for this project and the Consultant shall supplement survey with existing as -built records, aerials and field verification to produce a working base map for the project. City of Tukwila TIB and S 141st Street Pedestrian KPG Crossing - Scope of Work Page 1 of 3 October 9th, 2018 * Illumination analysis Ofthe crosswalk location shall not berequired. • Traffic Control Plans shall beprovided bythe City. SCOPE OF WORK TASK 1 —MANAGEMENTAND 1.1 The Consultant will provide continuous project management for the project duration. including preparation and maintenance of the project schedule (2 months). The Consultant shall prepare monthly progress reports identifying work inprogress, upcoming work e|onnento, anticipated deliverable tasks for the next nnonth, and reporting ofany delays, prob|enns, or additional information needs. The monthly pn}gpeae reports ShoU be submitted with invoices. Any elements that may impact project completion time and cost shall be highlighted. Monthly invoices for work completed todate shall be submitted to the City. The Consultant shall prepare for and attend 1 C0Undin8dOn/oruo[eSS meeting with the City during the project b]diSCUSSh8yiSSVeS8Ddi[8d(p[Og[8SS.l[heCVD5uKaOtgh8UpPBp@Pe a summary of key issues and action items for all meetings. The projectnl8n@gerSh@Up[Ovide[]A/QCrevievvsphVrtO85%mnd1OOY6SubOlht8|S. Task I Deliverables: ° Project Schedule • Monthly progress reports and invoices /2 TASK 2—MAPP|NG 2.1 Roadway and utility casting mapping will be based on aerial photogrephy. G|S, and field reviews by the Consultant. Topographic field survey will be required for AOA ramp improvements and will beperformed bythe Consultant aarequired. 2.2 The Consultant shall request locates to identify underground utilities from One -Call. The Consultant will coordinate with public and private utilities tDverify the utility locations and identify any necessary adiustnnente, relocations orother improvements required by the Task 2 Deliverables: 0 Basemap City of Tukwila T7Band S/41stStreet Pedestrian KPS TASK 3 — PLAN, SPECIFICATIONS AND ESTIMATES 3.1 The Consultant shall prepare 85% civil design D/@D8 (3 SheetS—COvHrSheet' legend and civil details, and civil plan) for City review and approval. The 8596civil design shall include existing COOditiOOS. hO[izOOt@| and VediC@| /@yDUt Of new SideVV@|kS and n][OpS, dimensioning iDfO[O08tiOD' SiQDiOg. Ch2Dne|iz8iiVO and details. The CoDSV|t8Ot will calculate quantities and prepare @Oengineer's cost estimates based OOthe 8596design. The 85%specifications shall b8based 0Othe 2O18VVS[)OT Standard Specifications and shall include: all necessary VVSOOT and APVVA 3Dl8DdDleOtS and general Special PnDViSiODS, City provided boilerplate for Contract [>OCUDleOtG' project specific Special Pn0v/SiDOS generated by the Consultant. 3.2 The Consultant shall prepare 85% F<RFB design plans C2 sheets —plan, details) for City [evRvv and approval. The 85% design shall include pO|eS' RF{FB equipment layout (including signs, conduit and wiring) and details. The Consultant shall calculate quantities and prepare 8Oengineer's cost estimates based Onthe 8596design. This submittal shall include Special Provisions. 3.3 The C0DSUlt@Dt ShGU prepare 100% civil and RRFB design plans for City review and approval. The 100% design shall iOC|Ud8 revisions addressing City and utility provider cVmOl8DtS. The COnSU|LaOt Sh@U Update quantities and prepare an engineer's cost 8StiDl@teS based On the 10096 design. The 85% Specifications will be revised based OO City comments and any updated APWA or WSDOT GSPs. 3.4 The Consultant shall incorporate 100% City review comments for Plans and Specifications and prepare project Bid Documents. The Bid Documents will be stamped and signed by a licensed professional engineer in the State of Washington. The Consultant shall load bid documents onto Builder's Exchange. 3.5 The Consultant shall provide bidding assistance bvpreparing bid addenda and responding to bidder inquiries, if required, and as requested by the City. Task 3 Deliverables: � 8596submittal including plans, specifications and cost estimates Plans shall beprepared with such provisions and insuch detail (1"=1O'aDd1"=2O'mo@|eS. 22" X 34" sheets) as to permit convenient layout in the field for construction and other purposes within a degree of accuracy acceptable to the City standards. WSDOT standard plans will be supplemented with project specific details as required. * /00% plans, specifications, and cost estimates * Bids plans, apeCifitG/k)nS and cost estimates * Bid assistance documents as requested City of Tukwila 778and S/4YmStreet Pedestrian KPG HOUR AND FEE ESTIMATE EXHIBIT B Project: City of Tukwila TIB and S 141st Street Pedestrian Crossing KPG ♦ wrchs<ccture • Landgcapc rchftccti*rc ♦ C'iv Engineering # Task Description *Labor Hour Estimate Project Design Survey and Office CADD Manager Engineer ! Technician Admin $ 187.30 ! $ 146.65 $ 118.51 $ 110.68 Total Budget Budget Task? - Management/coordination/administration 1.1 Project coordination and QA/QC Mileage 1,830.43 50.00 Task Totals 8 0 0 3 1,880.43 Task 2 - Mapping 2.1 Survey mapping, aerials. GIS and Field Review 2.3 Utility locates Mileage Task Totals 16 0 $ 3,981.16 4 0 $ 954.64 $ 50.00 20 0 $ 4,985.80 Task 3 - Plans, Specifications, and Estimates 3.1 85% Civil Design 3.2 85% RRFB Design 3.3 100% Civil and RRFB Design 3.4 Finalize Bid Documents 3.5 Bid Phase Services Mileage Reproduction Task Total 24 24 0 16 2 8 16 4 7,862.26 3,707.23 3,818.57 1,809.84 1,335.80 100.00 100.00 26 56 46 0 $ 18,733.70 Total Estimated Fee: $ 25,599.93 4/26/2016