HomeMy WebLinkAbout20-018 - KPG, P.S. - On-Call Engineering Services: Neighborhood Traffic Calming Program (NTCP)City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 20-018(c)
Council Approval 5/2/22
CONTRACT FOR SERVICES
Amendment #3
Between the City of Tukwila and KPG, P.S.
That portion of Contract No. 20-018 between the City of Tukwila and KPG, P.S. is hereby
amended as follows:
Section 4A. Payment; shall be amended as follows:
Payment for work provided by Consultant shall be made as described in Exhibit A, attached hereto,
provided that the total amount of payment to the Consultant for this work not exceed $80,000
without express written modification of the Agreement signed by the City. The new total contract
shall not exceed $160,000 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 6th day of May
CITY OF TUKWILA
HP
Allan Ekberg, Mayor
05/06/2022
ATTEST/AUTHENTICATED
20 22
CONTRACTOR
1LL Gov
Printed Name: ez Mi er
APPROVED AS TO FORM
ed SeamlessDocs.corn
L 0e
Christy O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Reviewed May 2020
Page 1 of 1
Neighborhood Traffic Calming Program - On CaII Engineering
Amendment #3 — Exhibit A
20019W5: Tukwila Elementary School Safety Improvements:
The Consultant shall evaluate the highlighted map area (Tukwila Elementary School Zone) for
potential pedestrian and vehicle safety improvements. The consultant shall discuss the
evaluation with the school leaders and community members. Contextual graphics and maps
shall be produced. Data shall be collected by the City and provided to the consultant as needed
to understand the vehicle behavior in the school zone.
The consultant shall prepare a memorandum discussing the following
• Pedestrian safety improvements.
• Neighborhood traffic calming.
• Sight distances.
• School Zone Beacon Placement
• Intersection control at 62nd Ave S & S 149th St and 59th Ave S & S 147th St.
Deliverables:
• Design memorandum discussing school zone safety issues, traffic calming
measures, crossing enhancements, and school zone beacons. Including planning
level cost estimates.
Budget:
• $17,000
Neighborhood Traffic Calming Program - On CaII Engineering
Amendment #3 — Exhibit A
20019W6: Cascade Elementary School Safety Improvements:
The consultant shall evaluate the highlighted map area (Cascade View Elementary School Zone)
for potential pedestrian and vehicle safety improvements. The consultant shall discuss the
evaluation with the school leaders and community members. Contextual graphics and maps
shall be produced. Data shall be collected by the City and provided to the consultant as needed
to understand the vehicle behavior in the school zone.
The consultant shall prepare a memorandum discussing improvements including:
• RRFB crossings on 32"d Ave S at existing school crossing.
• School zone beacons added to S 136th St, S 137th Stand 32"d Ave S.
• Traffic calming measures along S 135th St and on 34th Ave S.
Deliverables:
• Design memorandum discussing school zone safety issues, traffic calming
measures, crossing enhancements, and school zone beacons. Including planning
level cost estimates.
Budget:
• $15,500
Neighborhood Traffic Calming Program - On CaII Engineering
Amendment #3 — Exhibit A
20019W7: Impact Charter School Safety Improvements:
The consultant shall evaluate the highlighted map area (Impact Charter School Zone) for
potential pedestrian and vehicle safety improvements. The consultant shall prepare a
memorandum discussing improvements including:
• RRFB crossings on S 146th St, S 148th St
• School zone beacons added to S 146th St
n..nu•t5,t
und Demer,a,, f
- ry f
$tag $0001 tone Beacon
ExiOng Sclxi zone Beacon
Deliverables:
• Design memorandum discussing school zone safety issues, traffic calming
measures, crossing enhancements, and school zone beacons. Including planning
level cost estimates.
• School Zone beacon location map for installation of beacons by the City.
Budget:
• $7,500
Neighborhood Traffic Calming Program - On CaII Engineering
Amendment #3 — Exhibit A
20019W8: Allentown Preliminary Design and 42nd Ave S Evaluation:
The consultant shall present and discuss the previously produced speed and safety study
memorandum with the community members to elicit feedback . Contextual graphics and maps
of potential improvement based on community feedback shall be produced.
The consultant will evaluate the 42"d Ave S corridor for speed and safety improvement
recommendations. The consultant shall utilize existing data, request supplemental data at key
locations, and utilize public feedback and the completed Allentown Speed and Safety Study to
develop solutions for the corridor and neighborhood in its existing condition. The consultant
shall also evaluate how this corridor may change should the bridge be reconstructed, and the
trucks utilize an alternative entrance other than that on S 124th St and provide phasing
recommendations or additional potential safety/speed control elements.
The consultant shall prepare a preliminary design graphic and planning level cost estimate for
three alternative improvements at the intersection of S 124th St and 50th PI S. These graphics will
be shared with the community members and revised based on community feedback.
• The consultant will prepare up to three (3) alternatives. Each will be reviewed
by City staff once, then finalized for consideration.
• The consultant will prepare a planning level cost estimate for each alternative
that is finalized.
• Improvements will consider vehicle speed reduction and pedestrian safety.
Improvements include, but are not limited to, removing the EB right turn slip
lane, installing ADA compliant crossings, realigning the intersections,
reconstructing corner radiuses to accommodate WB -67 truck movements.
Deliverables:
• Contextual graphics of potential proposed improvements throughout
Allentown. Preliminary layout and design of the enhanced crosswalk at S 119th
St Pedestrian Bridge and 42nd Ave S. (3 plan sheets)
• Community Meeting attendance (up to 1)
• Planning level preliminary design graphics for three (3) alternatives for S 124th St
and 50th PI S intersection improvements.
• Planning level preliminary design cost estimates for three (3) alternatives for S
124th St and 50th PI S intersection improvements.
• 42"d Ave S Roadway Evaluation Memorandum
Budget:
• $35,000
Total Budget Supplement Request: $80,000 for a new contract total of $160,000
PS 4 M A S
2022 Rate Table
Principal
Engineering Manager
Senior Engineer
Sr. Project Engineer
Project Engineer
Design Engineer
Engineering Technician
Technician
Engineering Assistant
Exhibit "B"
$285/hour
$251/hour
$213/hour
$197/hour
$155/hour
$132/hour
$114/hour
$102/hour
$92/hour
Survey Manager $251/hour
Survey Crew II (W/Equip) $249/hour
Survey Crew I (W/Equip) $196/hour
Project Surveyor $164/hour
Senior Survey Technician $137/hour
Survey Technician $112/hour
Urban Design Manager $200/hour
Project Landscape Architect $151/hour
Landscape Technician $102/hour
Senior Transportation Planner $182/hour
Transportation Planner $114/hour
CAD Manager $180/hour
Senior CAD Technician $138/hour
CAD Technician $119/hour
Business Manager $178/hour
Senior Admin $130/hour
Office Admin $98/hour
Office Assistant $82/hour
Reimbursables will be billed at actual costs. Mileage billed at the current approved IRS mileage
rate.
Staffing will be determined by the Consultant based on specific project needs. The Consultant
shall provide notification and receive written approval prior to exceeding the approved project
budget.
Expenses and sub -consultants will be paid by invoice with no mark-up.
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 20-018(b)
Council Approval N/A
CONTRACT FOR SERVICES
Amendment #2
Between the City of Tukwila and KPG, P.S.
That portion of Contract No. 20-018 between the City of Tukwila and KPG, P.S. is hereby
amended as follows:
Section 3. Duration of Agreement; Time for Performance, shall be amended as follows:
"The Consultant shall perform all services and provide all work product
required pursuant to this Agreement no later than December 31, 2022".
All other provisions of the contract shall remain in full force and effect.
Dated this 2nd day of December , 20 21
CITY OF TUKWILA CONTRACTOR
HP
Allan Ekberg, Mayor 12/13/2021
Print d Name: Jan Ciganik
ATTEST/AUTHENTICATED APPROVED AS TO FORM
Christy O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Reviewed May 2020
Page 1 of 1
*Molt
•
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number 20-018(a)
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and KPG,
That portion of Contract No. 20-018 between the City of Tukwila and KPG, P.S. is hereby
amended as follows:
Section 3. Duration of Agreement; Time for Performance, shall be amended as follows:
"The Consultant shall perform all services and provide all work product required
pursuant to this Agreement no later than December 31, 2021".
All other provisions of the contract shall remain in full force and effect.
Dated this 8th
CITY OF TUKWILA
day of December , 20 20
Allan Ekberg, Mayor
12/08/2020
CONTRACTOR
Printed Name: Jan Ciganik
ATTEST/AUTHENTICATED APPROVED AS TO FORM
c
Christy O'Flaherty, O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Reviewed. May 2020
Page 1 of 1
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number: 20-018
CONSULTANT AGREEMENT FOR
ON-CALL ENGINEERING SERVICES
Council Approval 2/24/20
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and KPG, P.S. 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 on-call engineering
services in connection with the project titled Neighborhood Traffic Calming 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. 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, 2020 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, 2020 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 Exhibits
"A" and "B" attached hereto, provided that the total amount of payment to the Consultant
shall not exceed $80,000 without express written modification of the Agreement signed
by the City.
B. The Consultant may submit vouchers, in the form of Exhibit "B" hereto, 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.
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.
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:
KPG, P.S.
3131 Elliott Ave. Suite 400
Seattle, WA 98198
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 2.51111 -day of u -C , 20 00 .
CITY OF TUKWILA
Attest/Authenticated:
City Clerk, Christy O'Flaherty
CA revised : 1-2013
CONSULTANT
By: 6.1Z
Printed Name:
Title:
Approved as to Form:
Q ce o^f ie City At orne
Page 5
Interdisciplinary Design
3131 Elliott Avenue Suite 400
Seattle, WA 98121
P I 206.286.1640
www.kpg.com
Exhibit "A"
Scope of Work
The purpose of this on-call contract is to support the City of Tukwila with transportation analysis,
engineering and design services to assist with the Neighborhood Traffic Calming Program. This work
will be conducted on as -needed basis up to the budget allowances assigned for this project. The
Consultant will not proceed with a task until authorized by the City.
The anticipated scope of services includes, but is not limited to:
• RRFB evaluation, analysis and design
• Site specific traffic calming device evaluation, analysis and design
• Illumination analysis, including brief summary report (if required)
• Surveying, if required (use of GIS maps shall be preferred)
• Signage and channelization design
• Sidewalks, median islands and pedestrian facilities repair design
• Drainage facilities modifications and TESC plans (if required)
• Bicycle facilities improvements
• Associated landscaping improvements design
• Structural design for elements such as pole foundations and retaining walls (if required)
• Geotechnical engineering support (if required)
• Construction documents (plans, specifications and cost estimate)
• Services during bid advertisements
• Other engineering services as directed by the City
Work on on-call contracts will be on as -needed basis, and the Consultant understands the City does
not guarantee any minimum amount of work. The Consultant will be authorized to perform work under
this contract by issuance of a written task order executed between the City and Consultant. Each task
order will identify the Scope of Work to be performed, the period of performance, and the not -to -exceed
amount.
CA revised : 1-2013
Page 6
Interdisciplinary Design
3131 Elliott Avenue Suite 400
Seattle, WA 98121
P I 206.286.1640
www.kpg.com
Exhibit "A"
Budget
The Consultant will perform the work described herein on a direct labor costs and material basis at a
not -to -exceed budget of $80,000 in accordance with the direct hourly rates shown below:
Principal $231/hour
Engineering Manager $209/hour
Senior Engineer $183/hour
Sr. Project Engineer $165/hour
Project Engineer $139/hour
Design Engineer $117/hour
Engineering Technician $99/hour
Technician $92/hour
Engineering Assistant $76/hour
Survey Manager $209/hour
Survey Crew II (W/Equip) $215/hour
Survey Crew I (W/Equip) $166/hour
Project Surveyor $139/hour
Survey Technician $117/hour
Survey Assistant $76/hour
Urban Design Manager $165/hour
Project Landscape Architect $127/hour
Landscape Technician $92/hour
Senior Transportation Planner $150/hour
Transportation Planner $99/hour
CAD Manager $150/hour
Senior CAD Technician $117/hour
CAD Technician $99/hour
Business Manager $150/hour
Senior Admin $114/hour
Office Admin $92/hour
Office Assistant $76/hour
Reimbursables will be billed at actual costs. Mileage billed at the current approved IRS mileage rate.
Staffing will be determined by the Consultant based on specific project needs. The Consultant shall
provide notification and receive written approval prior to exceeding the approved project budget.
Expenses and sub -consultants will be paid by invoice with no mark-up.
CA revised : 1-2013
Page 7
EXHIBIT "B"
Billing Voucher
To: City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Contractor: Telephone:
Mailing Address:
Specific Program:
Contract Period: Reporting Period:
Amount Requested This Invoice: $
Invoice Number: Date of Invoice:
Authorized Signature
Budget Summary:
Total Contract Amount: $
Previous Payments: $
Current Request: $
Total Requested This Contract to Date $
Total Contract Amount: $
CA revised : 1-2013
Page 8