Loading...
HomeMy WebLinkAbout24-021 - LDC Inc - South 139th Street Right-of-Way SurveyCity of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 24-021 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 LDC 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 surveying services in connection with the project titled S 139th ROW Survey. 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 April 1, 2024 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 April 1, 2024 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 "A" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $19,900 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 within 30 days of verifying the Consultant's invoice(s). 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. Mutual Indemnification. Both the Consultant and the City shall defend, indemnify, and hold each other, their 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 each party in the performance of this Agreement, except for injuries and damages caused by the sole negligence of the indemnified party. 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, along with their officers, officials, employees, and volunteers, liability for such damages shall be apportioned according to the degree of fault of the Consultant and the City, respectively. Each party's liability hereunder shall be only to the extent of its own negligence. 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: 1851 Central PI S, Ste 101 Kent, WA 98030 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 5th day of March, 2024. CITY OF TUKWILA DocuSigned by: —D31nrnn7Fn d'i$ Nora Gierloff, DCD Director CONSULTANT: lANO DEV6VXm6n.tTGoNSLIq?jNr3 (LDC) Printed Name:/tea IUWvNS Title: ;v/CTote LAND SCIQVty/W6-- CA revised May 2020 Page 5 Exhibit A January 25, 2024 (Revised on February 28, 2024) Max Baker Development Supervisor City of Tukwila Department of Community Development 6300 Southcenter Boulevard, Suite 100 Tukwila, Washington 98188 Max.Baker@TukwilaWA.gov, 206-431-3683 LDC I RE: PROPOSAL FOR SURVEY SERVICES FOR CITY OF TUKWILA — ONE TIME SURVEY SERVICE RFQ Dear Max Baker, Surveying Engineering Planning Land Development Consultants, Inc. (LDC) is dedicated to delivering high -quality, responsive, and cost-effective surveying services, ensuring the achievement of the best possible outcomes for our clients. In line with our commitment to excellence, LDC is honored to present this proposal for professional surveying services in response to the Request for Qualifications issued by the City of Tukwila. Our proposal is focused on the one-time right-of-way (ROW) surveying service for the area along S 139th St between 53rd Ave S and 55th Ave S in Tukwila, Washington. LDC's approach is designed to align with the City's objectives, providing precise and reliable results that contribute to the effective management and development of Tukwila's urban infrastructure. Task 01 Right -of -Way Survey $11,200 Task 02 Right -of -Way Monumentation $4,500 Task 03 Record of Survey $2,500 Task 04 Surveyor's Report $900 Task 04 Reimbursable Expenses (Time and Expense) $800 Total $19,900 TASK 01 — RIGHT-OF-WAY SURVEY In Task 01, our team will undertake a detailed boundary survey to accurately define the right-of- way (ROW), easements, and public property boundaries along S 139th St between 53rd Ave S and 55th Ave S in Tukwila, WA. This comprehensive field survey will involve surveying techniques to establish precise boundary lines and surface features. Utilizing state-of-the-art surveying equipment, such as GPS, total stations, and lidar scanners, we will perform a detailed analysis of the existing site conditions. This task will also include the compilation of all relevant data into a comprehensive survey database, ensuring accuracy, completeness, and compliance with the City of Tukwila's specifications and relevant surveying standards. TASK 02 — RIGHT-OF-WAY MONUMENTATION Task 02 is dedicated to the installation of ROW monumentation along S 139th St. This task includes the strategic placement of durable, high -visibility survey monuments and boundary markers at key locations to clearly delineate the extents of the ROW. Each monument, crafted from materials approved by local and state regulations, will be positioned and installed using precision surveying techniques to ensure long-term stability and visibility. The task will adhere to Woodinville, WA 98072 20210 142nd Avenue NE Engineering ABOVE the Standard City of Tukwila Survey RFQ February 28, 2024 Page 2 of 4 best practices in monumentation to facilitate easy identification and reference for future surveying and land development activities. TASK 03 — RECORD OF SURVEY Task 03 focuses on the preparation and finalization of an official Record of Survey, encompassing a comprehensive mapping of the ROW findings. This task will produce a meticulously drafted, stamped, and recorded map, reflecting the detailed outcomes of the ROW survey. The map will be prepared in accordance with prevailing standards, ensuring clarity, precision, and compliance with all relevant local, state, and federal surveying regulations. The Record of Survey will serve as an authoritative document for public record, providing a definitive reference for the surveyed area's legal boundaries and details. TASK 04 — SURVEYOR'S REPORT In Task 04, our team will compile a thorough surveyor's report, articulating the methodologies, findings, and analytical conclusions derived from the ROW survey. This task entails a detailed synthesis of field data, historical surveys, and inspection reports into a cohesive and comprehensive document. The report will provide an in-depth examination of the surveyed area, highlighting any significant discrepancies, unique features, or potential issues encountered during the survey process. Prepared for both digital and print formats, the report will undergo a rigorous review process to ensure accuracy and thoroughness, with an emphasis on providing clear and actionable insights for the City of Tukwila. TASK 99 — REIMBURSABLE EXPENSES This task is dedicated to managing and accounting for all reimbursable expenses incurred during the execution of Tasks 01 through 04. Reimbursables in this context refer to specific costs that are not included in the fixed task fees but are necessary for the completion of the project. These may include, but are not limited to, recording fees, title report fees, submittal fees, reprographic costs, vehicle fuel and any other out-of-pocket expenses. In order to ensure financial predictability and accountability, a 'not to exceed' amount of $800 has been established for all reimbursable expenses associated with this project. This cap is designed to manage project costs effectively while accommodating the necessary expenses to achieve the project's objectives TASK ASSUMPTIONS: • The survey will reflect the current site conditions as of the date of the field survey. Changes due to subsequent improvements may incur extra charges. • Monumcntation will be limited to two monuments, potentially installed at both intersections of S 139th St. Property corners are limited to 8 on the 6 adjacent properties that front S 139th St. •--The City is responsible for coordinating with private property owners to cnsurc access for field surveyors. While LDC acknowledges the City of Tukwila's efforts in facilitating access to private properties for surveying purposes, we understand that guaranteed access to all properties, beyond Mr. Pham s for which an affidavit is on file, may not be feasible. www.LDCcorp.com Engineering ABOVE the Standard City of Tukwila Survey RFQ February 28, 2024 Page 3 of 4 Therefore, LDC will proceed with the surveying tasks with the assumption that access to addition/ private properties is not assured. LDC will employ all reasonable measures to complete the surveying tasks effectively, utilizing alternative strategies and methodologies as necessary to circumvent access limitations. LDC expects the City to provide any available assistance or information that could facilitate access negotiations or alternative surveying approaches. Any significant limitations in access that impact the ability to complete the surveying tasks as proposed will be promptly communicated to the City, and LDC will seek guidance on how to proceed in such instances. • Trimming of vegetation and landscape will be allowed by survey crews to facilitate clear purvey lines. LDC acknowledges the City of Tukwila s policy and legal constraints regarding the trimming and clearing of vegetation on private properties without the owner's explicit consent. Therefore, LDC will ensure that any necessary vegetation trimming to facilitate clear survey lines will be strictly limited to areas within the public ROW. LDC's survey crews will be instructed to avoid any vegetation trimming on private property, adhering to the City's regulations and respecting property owners' rights. • Underground utilities will not be identified in the field under these tasks. • LDC will coordinate with a third party for the installation of physical road monuments, and this is included in the overall fee. 4—The City will provide title reports of the private properties fronting S 139th St. LDC recognizes the City of Tukwila s limitations in providing title reports for all private properties fronting S 139th St. In light of this, LDC will undertake its own research efforts to gather necessary property information, utilizing available public records and resources. This independent research by LDC is aimed at supplementing the title report already on file for APN: 0003000009 and ensuring comprehensive coverage of the survey area to the best of our ability. LDC will include a disclaimer in the survey documentation to clearly state that the property information was compiled using available public records and may not encompass all details typically provided in a full title report. This disclaimer will communicate the scope and limitations of the property information used in our survey analysis, ensuring transparency and accuracy in our reporting. Should our research and public records review reveal gaps in information or if additional details become necessary for the completion of our survey tasks, LDC will proactively correspond with the City to seek further guidance or assistance. LDC is committed to maintaining open lines of communication with the City to address any information needs that may arise during the survey process, ensuring that our work is both thorough and compliant with project requirements. • Any additional surveying along 55th Ave S between S 139th St and S 140th St, if requested, will be at additional cost. • Boundary/encroachment resolution services, if required, are excluded from these tasks and will be performed on a Time & Expense basis. • Recording fees, title report fees, submittal fees, vehicle fuel and reprographic costs are not included in this proposal and will be billed as reimbursable expenses. • Any additional work requested by the Client beyond the scope of these tasks will be performed on a Time & Expense basis. • Unless stated otherwise, surface features unrelated to the property boundary will not be surveyed or shown on resulting maps or exhibits. w41 w.LDCcorp.con Engineering ABOVE the Standard City of Tukwila Survey RFQ February 28, 2024 Page 4 of 4 • This proposal and the associated cost estimates are valid for a period of 30 days from the date of submission. Thank you for considering Land Development Consultants, Inc. (LDC) for your surveying needs. We appreciate the opportunity to submit this proposal and are committed to delivering the highest quality of service for the City of Tukwila's project. Should you have any inquiries, require further clarifications, or wish to discuss any aspect of this proposal in more detail, please do not hesitate to reach out to the undersigned. We look forward to the possibility of working together and contributing to the success of this important initiative. Regards, LDC, Inc lam---=-_--� Vince Townsend, PLS Director of Land Surveying Scope area shown below: Engineering ABOVE the Standard