HomeMy WebLinkAbout22-076 - KPG Psomas - Record Drawings: 53rd Avenue SouthCity of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 22-076'(c)
Council Approval N/A
CONTRACT FOR SERVICES
Amendment # 3
Between the City of Tukwila and KPG Psomas Inc.
That portion of Contract No. 22-076 between the City of Tukwila and ,
KPG Psomas Inc. is hereby amended as follows:
Section 3 Duration of Agreement, Time for Performance:
The Consultant shall perform all services and provide all work product required pursuant
to this Agreement no later than June 30, 2023.
All other provisions of the contract shall remain in full force and effect.
Dated this 12th day of April
CITY OF TUKWILA CONTRACTOR
HP
..................... Key. yt60d'JCA66a-08.2-M8,0989,67
Allan Ekberg, Mayor 04-12-2023
2023
Printed Name: _Nelson Davis
u,t, ,ps4
ATTEST/AUTHENTICATED APPROVED AS TO FORM
Ohivary O6 ety
c oma• 63.affeG
Christy O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Reviewed May 2020
Page 1 of 1
4-9165
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 22-076(b)
Council Approval N/A
CONTRACT FOR SERVICES
Amendment # 2
Between the City of Tukwila and KPG Psomas Inc.
That portion of Contract No. 22:076(b) between the City of Tukwila and
KPG Psomas Inc. is hereby amended as follows:
Section 3 Duration of A ree ent• Time for Performance:
The Consultant shall perform all services and provide all work product required pursuant
to this Agreement no later than April 15, 2023.
All other provisions of the contract shall remain in full force and effect.
Dated this 27th day of
CITY OF TUKWILA
4317744 via SeamlessDocs coin
Ofalaff 6:646W(g
HP
K f00 f f5 1 f 1 4,5 tf07 76' f037
Allan Ekberg, Mayor
December , 20 22
12-27-2022
ATTEST/AUTHENTICATED
ehtedt- og(ake,,r,
------- Key: 09,13,11,1-,30-ddC15-6,,e-ef60.30,10b
CONTRACTOR
Printed Narne: Nandez Miller
APPROVED AS TO FORM
eSiglied via Seamless11,77.7471
C412diteltl
L. Riem-u7
Key• 643,130 3674 4.47, 0305 6581,738,7 -
Christy O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Reviewed May 2020
Page 1 of 1.
0111111111.
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 88188
Agreement (Number: 22-076(a)
Council Approval N/A
CONTRACT FOR SERVICES
Amendment # 1
Between the City of Tukwila and KPG Psomas Inc.
That portion of Contract No. 22-076 between the City of Tukwila and KPG Psomas
Inc. (frmly KPG, P.S.) is hereby amended as follows:
Section 3 Duration of Agreement; Time for Performance:
The completion date has been amended from October 31, 2022 to December 31 , 2022.
All other provisions of the contract shall remain in full force and effect.
Dated this 28th day of October 2022
CITY OF TUKWILA
eSlgned vla SeamlessDces.cam
Allan Ekberg, Mayor
10-28-2022
ATTEST/AUTHENTICATED
e.155e5 via 3eamlessDooe.00m
?ham O.67
Kcy 6898 3 9 421 Sod 8 8526,-
Christy
d26'Ja
Christy O'Flaherty, MMC, City Clerk
CA Reviewed May 2020
CONTRACTOR
Printed Name: Nelson Davis
APPROVED AS TO FORM
eagnecl vie Seemless12,s.aom
C ar oe 6amee
K • tb 56081 0510 433c 8957 2865 0
Office of the City Attorney
Page 1 of 1.
volqly
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:22-076
Council Approval N/A
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional services)
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and KPG Psomas 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 Construction
Management services in connection with the project titled 53rd Avenue South (S137th St — S
144th St)
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 October 31, 2022 , 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 October 31, 2022 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 $21,448 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.
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 $2,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop-gap independent contractors
and personal injury and advertising injury. The City shall be named as an
additional insured under the Consultant's Commercial General Liability insurance
policy with respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO endorsement form CG 20 26.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised May 2020
Page 2
4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the Public Entity shall be insured for the
full available limits of Commercial General and Excess or Umbrella liability maintained by
the Contractor, irrespective of whether such limits maintained by the Contractor are greater
than those required by this Contract or whether any certificate of insurance furnished to
the Public Entity evidences limits of liability lower than those maintained by the Contractor.
C. 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.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
E. 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 Contractor
before commencement of the work. Upon request by the City, the Consultant shall furnish
certified copies of all required insurance policies, including endorsements, required in this
Agreement and evidence of all subcontractors' coverage.
F. 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.
G. 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.
CA revised May 2020
Page 3
11. Discrimination Prohibited. Contractor, 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,
the presence of any disability, or any other protected class status under state or federal law,
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.
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:
Nelson Davis
KPG Psomas. Inc.
3131 Elliot 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 May 2020
Page 4
DATED this 1 1th day of July
CITY OF TUKWILA
asgraa vla Seam,a==Doc= com
HP
Allan Ekberg, Mayor
07/11/2022
, 2022
CONSULTANT
By:
Printed Name: Nelson Davis, KPG Psomas, Inc
Title: Vice President
Attest/Authenticated: Approved as to Form:
a,,graav,eDoc=.com
ForKey:clet.J.0zzda,c,J016,1,0CoaEoa,
y 671'feWeit.
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised May 2020
Page 5
EXHIBIT A
City of Tukwila
53rd Avenue S
S 144th Street to S 137th Street
Preparation of Record Drawings
KPG Psomas, Inc.
Scope of Work
June 30, 2022
A. BACKGROUND
The following represents the general Scope of Services (Scope) to be performed by KPG Psomas Inc.
(Consultant) to prepare Record Drawings for the 53rd Avenue S — S 144th Street to S 137th Street project
(Project), for the City of Tukwila (City). This work will be completed on a time and materials basis and
shall not exceed $21,500 without prior authorization by the City. An estimated budget breakdown is
included in Exhibit B; however, it is anticipated that the level of effort between staff classifications may be
adjusted as required to provide the requested services.
B. SCOPE OF WORK
The Consultant shall revise the Volume 1 CAD drawings to reflect available construction records, which
shall include contractor provided red -lines, approved field work directives and change orders, and other
records available through City, Contractor, and/or Consultant field staff. The general approach for record
drawing preparation is outlined below:
• The City shall provide all available construction records on sharepoint (or similar) site.
• The Consultant shall review available records and attend an initial kickoff meeting with
the City to verify approach and identify any concerns with available records.
• The Consultant shall prepare draft Record Drawings based on construction records for
review and comment by City and senior Consultant staff.
• The Consultant shall finalize Record Drawings based on comments and any additional
records provided for final transmittal to the City.
Deliverables:
1. Draft Record Drawings in .pdf format
2. Final Record Drawings in .pdf and AutoCAD .dwg format
Assumptions:
• CAD updates will only be to Volume 1 drawings.
• Utility provided .pdf's contained in Volume 2 will not be updated as part of the Record Drawings.
• Record drawings will be prepared using KPG Psomas standards in AutoCAD 2022.
C. OTHER SERVICES
The City of Tukwila may require other services of the Consultant. These services could include other
work tasks not included in the scope of work. These services may include, but are not necessarily limited
to, additional field survey; research of records in excess of the budget allowances contained in Exhibit B;
or other services deemed necessary by the City. At the time these services are required, the Consultant
shall provide the City with a detailed scope of work and an estimate of costs. The Consultant shall not
proceed with the work until the City has authorized the work and issued a Notice to Proceed.
City of Tukwila
53'd Avenue S
Page 1 of 1
Preparation of Record Drawings
KPG Psomas
6/13/2016
Project Name:
Consultant:
COST PLUS FIXED FEE
Exhibit B
Consultant Fee Determination
53rd Avenue South
S 144th Street to S 137th Street
Preparation of Record Drawings
Classification
Project Manager
Senior Engineer
Project Engineer
CAD Technician
Office Admin
Total Direct Salary Cost (DSC)
Overhead (173.37% x DSC)
Fixed Fee (30% x DSC)
Hours
6 $
8 $
40 $
90 $
4 $
148
Subtotal:
Rate
93.91 $
70.35 $
56.59 $
39.09 $
32.24 $
Cost
563
563
2,264
3,518
129
$7,037
$12,200
$2,111
$21,348
REIMBURSABLES
Mileage
Reprographics
Subtotal:
$100
$100
SUBCONSULTANT COSTS
None
Subtotal:
$0
TOTAL $ 21,448