Loading...
HomeMy WebLinkAboutRes 0773 - LID #30 (Local Improvement District) - Engineering ConsultingWASHINGTON RESOLUTION NO. 773 CITY OF TUKWILA A RESOLUTION OF THE CITY OF TUKWILA, WASHINGTON, AUTHORIZING THE MAYOR TO EXECUTE AN AGREEMENT WITH HORTON DENNIS ASSOCIATES, INC. FOR CONSULTING ENGINEERING ON LID #30. WHEREAS, Horton Dennis Associates, Inc. agree to provide engi- neering services for the LID #30 Street Improvement Project, and WHEREAS, City agrees to pay engineering fees of $12,400 as the overall price. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, DO RESOLVE AS FOLLOWS: The Mayor is hereby authorized to execute an agreement with Horton Dennis Associates for certain engineering services for the LID #30 Street Improvement Project. Consulting Engineer Agreement is attached as part of the resolution. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a regular meeting thereof this 5th day of January 1981 ATTEST: Approved as to Form City Attorney, Lawrente E. Hard Frank Todd Mayor Maxine Anderson City Clerk L /I) 4 30 •4SULTING ENGINEER AGREEMENT ICOW4CIL ACTION ;-F I rat I h^TIOV AGREEMENT made this date between the City of Tukwila, Washington, hereafter referred to as "City and Horton Dennis Associates, Inc., hereafter referred to as "Engineers WHEREAS, the City intends to undertake a street improvement project, (LID 30) and thus needs certain engineering services which can be provided by Engineers, now, therefore, in consideration of mutual covenants contained herein, the parties agree as follows: 1) SCOPE OF WORK Engineers agree to provide engineering services to the City consisting of the following: A) Phase I. Final Development Phase (See Exhibit A) B) Phase II. Construction Surveying (See Exhibit A) C) Phase III. Final L.I.D. Assessment Role (See Exhibit A) 2) RATE OF WORK Time is of the essence of this Agreement. The City desires to proceed with the project, award the bid, and commence construction as shown on Exhibit B. In order to accomplish this, Engineers agree to have completed all work necessary to advertise the call for bids, including Plans, Specifications, estimates; provide construction surveying and prepare final L.I.D. assessment role in accordance with Exhibit B. 3) COMPENSATION In partial consideration of Engineers performing their obligations as set forth in this Agreement, the City agrees to pay Engineers the sum of TWELVE THOUSAND FOUR HUNDRED DOLLARS AND NO /100 ($12,400.00), which shall include all applicable taxes and /or fees incurred or paid by Engineers. The City shall pay Engineers progress payments based on the breakdown in Exhibit A. However, the total compensation is based on the overall price and not the individual breakdown. 4) OWNERSHIP OF DOCUMENTS The City shall retain ownership of all Plans, Specifications, Bid Documents, reports and other materials prepared by Engineers in connection with this project. Engineers shall turn over all such items upon completion of the project or termination of this Agreement. 5) LIABILITYISURANCE Engineers shall carry comprehensive general liability insurance in the amount of One Million Dollars (51,000,000.00) per occurrence to provide protection against liability arising out of Bodily Injury and /or Property Damage that is the result of Engineers performing the duties set forth in this Agrement. The policy shall name the City as an additional named insured, and shall contain a provision that it shall not be reduced or modified without thirty (30) days prior written notice to the City. 6) INDEMNITY AND RELEASE Engineers release, indemnify, defend and hold harmless the City on account of any claims of liability for Bodily Injury and /or Property Damage arising directly or indirectly out of the Engineer's negligence. In the event the City is required to defend itself, Engineers will pay City's costs, including reasonable attorneys fees. 7) ASSIGNABILITY Engineers shall not assign, sublet or transfer their interest in this Agreement without prior written consent of the City. 8) TERMINATION This Agreement may be terminated by either party by seven (7) days written notice in the event of substantial failure to perform in accordance with the terms of this Agreement by the other party. 9) NOTICE Where written notice is required herein, notice shall be given to the other party by written notice in certified or registered mail, return receipt requrested, postage prepaid, addressed to the parties as set forth below: City: City of Tukwila 6200 Southcenter Boulevard Tukwila, Washington 98188 Engineers: Horton Dennis Associates, Inc. 6133 Sixth Avenue South Seattle, Washington 98108 -2- 10) WAIVER One (1) or more waivers by either party of any provision, condition or covenant of this Agreement shall not be construed as a waiver of a subsequent breach of such provision, condition or covenant. 11) EXTENT OF AGREEMENT This Agreement represents the entire and integrated agreement be- tween the parties and supersedes all prior negotiations, represent- ations or agreements, either written or oral. This Agreement may be amended only by written instrument signed by both parties. DATED this day of 1a7 IGI 198/. CITY OF TUKWILA ATTEST: C /2 zh Maxine Anderson, City Clerk BY: lt.a. _Frank E. Todd, Mayor HORTON DENNIS ASSOCIATES, INC. Ken Yoshi a, President PHASE I FINAL DEVELOPMENT PHASE EXHIBIT A LID NO.30 CITY OF TUKWILA CONSULTANT SCOPE OF WORK 1) Review and incorporate final design changes into Plans and Specifications. 2) Complete review and incorporate private utilities Scope of Work in Contract. 3) Provide title search on Southcenter View Condominium property. 4) Prepare updated construction cost estimate including land costs. 5) Provide printing (40 sets of Plans Specifications). 6) Determine the adequacy of present assessment role. 7) Advertisement Phase: Distribute Plans and answer business inquiries. 8) Attend /coordinate the pre -bid conference. 9) Provide the Engineer's estimate for the Contract for Public Bidding. 10) Attend the Bid Opening and provide an Engineer's recommendation for the Bid. 11) Attend the preconstruction conference. TOTAL PHASE I. LUMP SUM: 2,100.00 PHASE IA NEW PRELIMINARY ASSESSMENT ROLE (If Required) 1) Provide anticipated construction estimate and all L.I.D. assessment roll costs. 2) Prepare preliminary assessment roll. 3) Attend prelminary assessment hearing; respond to questions. 4) Provide printing for re -bid (40 sets of Plans Specifications). 5) Advertisement Phase: Distribute plans and answer business inquiries. 6) Attend /coordinate the pre -bid conference. 7) Provide •Engineer's estimate for the *tract for Public Bidding. 8) Attend the Bid Opening and provide an Engineer's recommendation for the Bid. 9) Attend the preconstruction conference. TOTAL PHASE IA LUMP SUM: 1,700.00 PHASE II CONSTRUCTION SURVEYING 1) Stake centerline with cuts and fills 50 foot stations. 2) Stake right-of-way with a two (2) foot offset reference stake showing cuts and fill to centerline at 50 foot stations. 3) Locate and stake catch basins. 4) Locate and stake storm sewer lines. 5) Stake curb and gutter at 50 foot stations and all grade breaks (top of curb elevations) with offsets as requested by the City. 6) Stake curb returns at intersections with offsets as requested by the City. 7) Stake water lines showing location of "T's fire hydrants, valve boxes, and water meters. 8) Stake retaining walls. 9) Set one (1) set blue tops on centerline at 50 foot stations and grade breaks. 10) Locate and stake limits of pavement and sidewalk removal. 11) Tie out two (2) monuments and reset after construction. 12) Apply for State permit for monument removal. TOTAL PHASE II LUMP SUM: 7,900.00 PHASE III FINAL L.I.D. ASSESSMENT ROLE 1) Receive tabulations of all L.I.D. costs from Tukwila Public Works Department. 2) Prepare and certify final assessment roll. 3) Attend final assessment role hearing. TOTAL PHASE III. LUMP SUM: 700.00 -2-