HomeMy WebLinkAboutUtilities 2012-06-26 COMPLETE AGENDA PACKETCity
of Tukwila
Distribution:
G. Labanara
D. Robertson
S. Kerslake
Utilities Committee
J. Duffie
K. Kruller
Clerk File Copy
V. Seal
2 Extra
Dennis Robertson, Chair
Da Clineaggerton
A. Le (e -mail pot. pdf)
e -mail cover to:
Joe Duffie
K. Matej
C. O'Flaherty, D.
Kate Kruller
B. Giberson
F. Iriarte
Almberg, B. Saxton,
R. Tischmak
S. Norris, M. Hart,
S. Kirby, D. Robertson
AGENDA
TUESDAY, JUNE 26 2012
Time: 5:00 PM Place: Conference Room #1
Item I Recommended Action Page
1. PRESENTATION(S)
2. BUSINESS AGENDA
a) Howard Hanson Dam Flood Response a) Forward to 7/9/12 C.O.W. Pg. 1
Cooperative Agreement with King County and 7/16/12 Regular
b) Howard Hanson Dam Flood Response b) Forward to 7/9/12 C.O.W. Pg. 11
Bid Award Removal of Temporary Flood and 7/16/12 Regular
Control Measures
c) Howard Hanson Dam Flood Response c) Forward to 7/9/12 C.O.W. Pg. 13
Construction Management Selection and 7/16/12 Regular
Agreement
d) 2012 Annual Small Drainage Program d) Forward to 7/2/12 Regular Pg. 23
Bid Award Consent Agenda
e) GIS Inventory —Area 8 e) Forward to 7/2/12 Regular Pg. 28
Consultant Selection Agreement Consent Agenda
3. ANNOUNCEMENTS
4. MISCELLANEOUS
Future Agendas:
Next Scheduled Meeting: Tuesday, July 10, 2012
S The City of Tukwila strives to accommodate individuals with disabilities
Please contact the Public Works Department at 206 433 -0179 for assistance.
x
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
UTILITIES COMMITTEE
FROM: Bob Giberson, Public Works Director
BY: Ryan Larson, Senior Engineer
DATE: June 22, 2012
SUBJECT: Howard Hanson Dam Flood Response/Tukwila Levee Repairs Maintenance
Project No. 10901301
Cooperative Agreement for Completion of Emergency Flood Protection Measures Project
ISSUE
Approve an agreement with the King County Flood Control Zone District (Flood District) to provide funding
for removal of the temporary emergency flood protection measures.
BACKGROUND
The City of Tukwila, King County, Kent, and Auburn installed temporary flood protection measures in 2009
in response to the damage sustained and subsequent reduced flood protection from the Howard Hanson
Dam. These temporary measures included Supersacks placed along the Tukwila 205 Levee and Hesco
barriers placed along the West Valley Highway. The Army Corps of Engineers (Corps) has notified the
affected jurisdictions that all repairs have been completed to the Howard Hanson Dam and that the dam is
operating at full protection level.
The cities of Tukwila, Kent, and Auburn requested funding to remove the temporary emergency flood
protection measures through the Flood District and they have agreed to pay 75% of the costs up to
$1,611,152.00 for Tukwila's portion. The funding includes necessary property restoration to the levee trail,
private property, and public rights -of -way.
ANALYSIS
The City Attorney's Office has worked with the King County Prosecutors Office to develop an agreement
that sets forth the terms and conditions for reimbursement. These funding conditions include proper
coordination with the Flood District on contract approval, construction notifications, inspections, receiving
all required permits, returning any required materials to the Corps, properly disposing of waste materials,
restoring all disturbed areas, and contract closeout.
RECOMMENDATION
The Council is being asked to approve a Cooperative Agreement for Completion of Emergency Flood
Protection Measures with King County Flood Control Zone District and consider this item at the July 9,
2012 Committee of the Whole meeting and subsequent July 16, 2012 Regular Meeting.
Attachment: Cooperative Agreement for Completion of Emergency Flood Protection Measures Project
WAPW Eng\PROJECTMA- DR Projects\Tukwila Levee Repair and Maintenance (10901301) \Design \Info Memo KCFCZD ILA sb.docx
COOPERATIVE AGREEMENT FOR COMPLETION OF EMERGENCY FLOOD
PROTECTION MEASURES PROJECT
THIS COOPERATIVE AGREEMENT FOR COMPLETION OF EMERGENCY FLOOD
PROTECTION MEASURES PROJECT "Agreement is entered into on the last date
signed below by and between the Parties, the CITY OF TUKWILA, a Washington
municipal corporation "City and KING COUNTY, a political subdivision of the
State of Washington "County (collectively referred to herein sometimes as the
"Parties with reference to the following facts:
RECITALS
A. This Agreement is a contract setting the terms and conditions by which
the City will complete the temporary emergency flood protection measures project,
initially authorized by that certain Agreement for Flood Protection Services by and
between the City and the County, dated October 15, 2009, as amended "Initial
Contract by removing the temporary flood protection barriers along the Green
River and restoring and repairing the levees to their previous condition, and by
which the County will reimburse the City for such work up to a specified amount
and grant to the City rights of access and license as required for the City to
complete the work.
B. In 2009, the United States Army Corps of Engineers "Corps
announced that the Howard Hanson Dam, over which the Corps has jurisdiction and
operational responsibilities, had a diminished capacity due to identified side wall
seepage, and that the dam may have had to release waters in the coming months
into the Green River that could cause flooding in the City. The Corps also
purchased materials for flood protection purposes that it made available to the
County, the City and other local jurisdictions, so long as the materials were used in
accordance with the recommendations provided by the Corps, and were returned to
the Corps once the threat posed by the diminished capacity of the Howard Hanson
Dam had been addressed.
COOPERATIVE AGREEMENT FOR COMPLETION OF EMERGENCY FLOOD PROTECTION
MEASURES PROJECT
Page 1 of 9
2
C. Following the announcement by the Corps, the King County Executive
issued an emergency proclamation declaring that the threat of releases of
additional waters from the Howard Hanson Dam constituted an emergency, waived
county procurement requirements for contracts related to the county's response to
the emergency, and postponed County permitting procedures for public works.
D. The Mayor and City Council of the City of Tukwila also issued an
emergency proclamation that declared that the state of emergency conditions
declared by the County were approved, confirmed and adopted by the City Council,
and that provided that during the existence of the emergency, the Mayor of the City
was authorized to implement administrative procedures deemed necessary to
prepare for, respond to, stabilize and control the emergency, consistent with state
law and local regulations.
E. The King County Flood Control Zone District, a quasi municipal
corporation and taxing district under the constitution of the State of Washington,
whose purpose is to sponsor and implement flood control and protection measures
"District by resolution authorized $1,285,760.00 in funding to assist the City in
undertaking temporary emergency flood protection measures and authorized the
County, as Service Provider to the District, to enter into a contract with the City to
provide this funding for the City to implement identified emergency flood protection
measures.
F. The City and the County on October 15, 2009, executed the Initial
Contract, which authorized the City to undertake temporary emergency flood
protection measures, consistent with Corps specifications, on County and District
property, and the County to pay the City up to $1,285,760.00 as reimbursement for
costs incurred by the City in undertaking such emergency measures. The Initial
Contract also provided that upon a determination by the Corps that the Howard
Hanson Dam had been restored to its design capacity, the City was to be
responsible for removal of the flood protection materials, and restoration of the
levees to their previous condition. The City was to pay the costs for such removal
and restoration unless the County determined that funds were available to pay for
some or all of such costs.
G. On September 16, 2011, the Corps announced that significant repairs
had been completed to the Howard Hanson Dam and that the capacity of the Dam
had been restored to its pre- damaged state.
H. On May 14, 2012, the Board of Supervisors of the District, through
adoption of FCD Resolution No. FCD2012 -02, identified up to $2,148,202.00 of
funds to be used by the City for actual costs incurred in removing materials
COOPERATIVE AGREEMENT FOR COMPLETION OF EMERGENCY FLOOD PROTECTION
MEASURES PROJECT
Page 2 of 9
3
previously installed by the City on the Green River levees and in restoring and
repairing the levees, provided that 75% of such funds come from the District, and
25% of such amount ($537,050.00) be contributed directly by the City, with 1%
per annum to be charged to the City on the unpaid balance.
I. The County, as the Service Provider to the District under the terms of that
certain Interlocal Agreement Between King County and the King County Flood
Control Zone District Regarding Flood Protection Services, as amended, and
pursuant to FCD Resolution No. FCD2012 -02, is authorized to enter into this
Agreement to utilize funds from the District and to agree to the terms under which
the Work, as hereinafter defined, is to be completed.
J. The City and the County wish to set forth the terms and conditions under
which the County will reimburse the City for actual costs incurred in completing the
temporary emergency flood protection measures initiated in 2009 by removing the
flood barrier materials from the levees and restoring and repairing the levees to
their previous condition, up to the amount of $1,611,152.00, with 25% of the
$2,148,202.00 amount identified by the District, or $537,050.00, being paid from
loans from the District Opportunity Fund or from funds paid directly by the City,
and under which the City will undertake and complete such removal, restoration
and repair measures.
NOW, THEREFORE, in consideration of the mutual promises, benefits and covenants
contained herein, the Parties agree as follows:
AGREEMENT
1. All recitals are hereby ratified as part of this Agreement.
2. The City shall complete the work "Work which is hereby defined to
include:
a. Removal of all temporary emergency flood protection material that
was added to the Green River levee system by or on behalf of the City
pursuant to the Initial Contract. The City shall provide notice to the County
at least 10 days before such removal is to begin, and the County shall have
the right to have personnel present during such removal for the purposes of
monitoring the activities associated with the removal.
b. Provision of notice to the Corps of the removal of such materials
and coordination with the Corps on the return to the Corps of any materials
COOPERATIVE AGREEMENT FOR COMPLETION OF EMERGENCY FLOOD PROTECTION
MEASURES PROJECT
Page 3 of 9
4
and containers originally provided by the Corps that the Corps determines
should be returned. The Corps shall have full discretion in terms of what
materials it wishes to have returned, and those that it does not. If the Corps
determines that specified materials originally provided by the Corps should
not be returned, then the City in its discretion may keep such materials or
dispose of them as provided in 2.c. below.
c. Disposal of all materials determined to be waste, after consultation
with the Corps. Such disposal, management and transport shall be in
accordance with all applicable local, state, and federal directives, laws, and
regulations.
d. Restoration and repair of all areas where temporary emergency
flood protection materials were placed, or were impacted by such placement,
to the condition previous to the placement of the materials. The City shall
provide notice of and coordinate such restoration activities with the County
agencies having custodial responsibilities for such areas. The restoration and
repair shall be deemed complete when the County issues its notice of Final
Acceptance, as described in No. 15 below.
3. Any contracts that the City intends to enter into for performance of the
Work shall be provided to the County at least ten (10) days prior to the intended
date of execution. The County shall have the right to provide comments on such
contracts and shall provide those comments to the City no later than five (5)
working days after the date the documents are provided to the County, which the
City shall take into account in good faith before executing the contract. Such
contracts shall be in compliance with all state and federal laws and regulations
governing the procurement of services as applicable to a local government.
4. Any change orders to the contracts entered into by the City for the
performance of the Work that exceeds $100,000 shall be provided to the County, at
least five (5) days prior to the intended date of execution, for County review and
comment within three (3) days, which comments the City shall take into account in
good faith before executing the change order. If the City determines that such
change order process will negatively affect construction timing, it may proceed with
the change order, but only after consulting with the appointed County
representative.
5. The City agrees to maintain documentation of all Work performed
sufficient to meet state and if applicable, federal, audit standards for the
implementation of a capital project. The City agrees to maintain additional
documentation that is reasonably requested by the County in order for the County
COOPERATIVE AGREEMENT FOR COMPLETION OF EMERGENCY FLOOD PROTECTION
MEASURES PROJECT
Page 4 of 9
5
to accurately track expenditures and use of funds. City contract and internal
documents will be made available to the County for review and /or independent
audit upon request.
6. Subject to the provisions of No. 7 below, the County will reimburse the
City for the actual costs incurred for the performance of the Work within sixty (60)
days of submittal of the invoices to the County, up to an amount not to exceed
$1,611,152.00.00, unless the Parties agree to extend that time to resolve disputes.
Of the $2,148,202.00 amount of total costs identified by the District, the City is
required to provide a 25% match, or $537,050.00, which may be paid from funds
loaned to it by the District out of the District's Opportunity Fund, at a 1% per
annum interest charge until paid in full, or be paid directly from funds held by the
City. For payment of any given invoice, the County shall pay 75% of the invoice
amount with funds from the District and 25% with loan funds from the District's
Opportunity Fund, if such loans are requested by the City, or if no loan is
requested, the City shall pay its 25% share of the invoiced amount. Any costs in
excess of $2,148,202.00 required to accomplish the Work shall be paid by the City.
7. Until the County issues its Notice of Final Acceptance, as described in
No. 15 below, the County may in its discretion retain 10% of the total costs of the
Work. Upon issuance of the Notice of Final Acceptance, the County shall pay the
retained amount to the City.
8. The County, to the extent that its property interests and those of the
District allow, hereby grants the City the right of access to the levees and license
and permission for special use to perform the Work upon the levees, including
those levees that are outside the City Limits and are identified in Exhibit A,
attached hereto and incorporated herein by this reference (such levees, both within
and outside the City limits are collectively referred to herein as the "Levees The
County waives any applicable bond requirements.
9. The City shall be responsible for complying with all applicable laws,
and obtaining all required permits in connection with the Work.
10. This Agreement and any activities authorized hereunder shall not be
construed as granting any rights or privileges to any third person or entity, or as a
guarantee or warranty of protection from flooding or flood damage to any person,
entity or property, and nothing contained herein shall be construed as waiving any
immunity to liability by the City, the County and /or the District, granted under state
statute, including Chapters 86.12 and 86.15 of the Revised Code of Washington, or
as otherwise granted or provided for by law.
COOPERATIVE AGREEMENT FOR COMPLETION OF EMERGENCY FLOOD PROTECTION
MEASURES PROJECT
Page 5 of 9
I
11. The City acknowledges and agrees that it will not allow any lien or
encumbrance to be placed upon the real property interests and any other interests
held by King County and /or the District in connection with the Work. If any lien or
encumbrance is so placed, King County and /or the District shall have the right to
remove such lien and charge back the costs of such removal to the City.
12. The City authorizes, but does not require, the County, its employees,
contractors, agents and volunteers to visually inspect and monitor the condition and
performance of the Work at all times during the duration of this agreement at the
County's sole expense.
13. The City, its officers, employees, agents, contractors, invitees and
volunteers acknowledge that the County and the District have made no
representations as to the current condition of the Levees. The City agrees to hold
harmless and indemnify the County and /or District for any negligent act or omission
of the City, its officers, employees, agents, contractors, invitees and volunteers, to
the extent not within any immunity conferred by law on the County and /or the
District arising out of the Work performed on the Levees pursuant to this
Agreement Such indemnification shall extend to any claims, including all
demands, suits and judgments, for damages arising out of injury to persons or
damage to property, where such injury or damage is caused by, arises out of the
City's negligence. The City shall by contract terms require its contractors to pass
through indemnification to the District and County to the extent of their respective
property interests.
The Parties recognize that the Work is intended to restore the Levees to the
condition that previously existed before damage occurred to the Howard Hanson
Dam. With the Dam restored to its previous functioning capacity, there still remains
no guarantee that flooding will not occur. In the event that flooding does occur, the
City, County and the District shall continue to enjoy the immunity for flood
prevention measures conferred by law, and it is the intention of the Parties that the
City, as contractor to the County, shall likewise be included within such immunity to
the extent allowed by law, and to the extent not covered by the City's own
immunity or its reasonable exercise of its police powers. Nothing in this No. 13
shall be construed to eliminate, reduce, or otherwise abrogate any immunity
conferred on the City, County and /or District in connection with acts or omissions
arising out of the Work.
The indemnification provided for in this No. 13 shall survive termination of
this Agreement.
COOPERATIVE AGREEMENT FOR COMPLETION OF EMERGENCY FLOOD PROTECTION
MEASURES PROJECT
Page 6 of 9
7
14. This Agreement shall remain in force and effect until the Work is
completed and the County has issued a Notice of Final Acceptance, as defined and
described in No. 15 below.
15. The City shall complete that portion of the Work described in Nos. 2.a.,
2.b., and 2.c. by November 1, 2012 or within one hundred eighty (180) days of the
execution of contracts entered into under this Agreement, whichever is later. The
City shall complete all Work described in Nos. 2.a., 2.b., 2.c., and 2.d. by July 1,
2013. When the City determines that it has completed all elements of the Work, it
shall provide written notice to County. Within 30 days of receipt of this notice, the
County shall inspect the completed Work and notify the City of any deficiencies.
The City will have 30 days to cure such deficiencies. Upon completion of the
deficiencies to the satisfaction of the County, the County shall issue a notice of final
acceptance "Notice of Final Acceptance to the City. In the event that the Parties
do not agree regarding the existence of or cure of any deficiencies identified by the
County, the dispute resolution provisions in No. 18 shall apply.
16. Solely for the purpose of enforcing the indemnification provision in
Section 13 above, each Party expressly waives, with respect to the other Party
only, any immunity that would otherwise be available against such claims under
the Industrial Insurance provisions of Title 51 of the Revised Code of Washington;
provided that, such waiver shall not preclude any indemnifying Party from raising
such immunity as a defense against any claim brought against the indemnifying
party by any of its employees.
17. Each Party recognizes that the other is self- insured and accepts such
coverage for liability arising under this Agreement. Should any Party choose not to
self- insure, that Party shall maintain and keep in full force and effect a policy of
general liability insurance in an amount not less than One Million Dollars
($1,000,000) per occurrence with an additional excess liability policy of not less
than Ten Million Dollars ($10,000,000) and will provide the other Party with a
certificate of insurance and additional insured endorsement that will name the other
Party as an additional insured.
18. The Parties will seek to resolve any disputes under the Agreement as
follows:
a. For disputes involving cost reimbursements, submittal of all
relevant information to an independent Certified Public Accountant and /or a
Construction Claims Consultant, if agreed upon by the Parties, for a non binding
opinion as to the responsibility.
COOPERATIVE AGREEMENT FOR COMPLETION OF EMERGENCY FLOOD PROTECTION
MEASURES PROJECT
Page 7 of 9
N
b. For disputes not involving cost reimbursements, these disputes
shall be referred for informal resolution to the Public Works Director of the City, or
the Director's designee, and the Director of the Water and Land Resources Division
of the County, or the Director's designee.
C. If the foregoing processes in 18.a. and 18.b. do not result in
resolution, the Parties may mutually select any informal means of resolution and
resort will otherwise be had to the Superior Court for King County, Washington.
d. Each Party will be responsible for its own costs and attorney's
fees in connection with the dispute resolution provisions of this Section 18.
19. This Agreement represents a full recitation of the rights and
responsibilities of the parties and may be modified only in writing and upon the
consent of both Parties.
20. The rights and licenses contained in this Agreement shall inure to the
benefit of and are binding upon the Parties, and their respective successors in
interest and assigns.
21. All communications regarding this Agreement shall be sent to the
parties at the addresses listed below unless a party gives notice of a change of
address. Any written notice hereunder shall become effective three (3) business
days after the date of mailing by registered or certified mail, and shall be deemed
sufficiently given if sent to the address state below or such other addresses as may
be hereinafter specified in writing.
If to City:
Bob Giberson, Director
Public Works Department
City of Tukwila
6300 Southcenter Blvd.
Tukwila, WA 98188
If to District and /or County:
Christie True, Director
King County DNRP
201 South Jackson St, Ste. 700
Seattle, WA 98104 -3855
COOPERATIVE AGREEMENT FOR COMPLETION OF EMERGENCY FLOOD PROTECTION
MEASURES PROJECT
Page 8 of 9
N
22. The undersigned warrant that they have the authority duly granted by
their respective legislative bodies to make and execute this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement, which
shall become effective on the last date signed below.
CITY OF TUKWILA
By:
DATE:
Jim Haggerton
Its: Mayor
APPROVED AS TO FORM:
KING COUNTY
By:
DATE:
Its: Director of the Department
APPROVED AS TO FORM:
By: By:
City Attorney Deputy Prosecuting Attorney for
King County
City of Tukwila
ATTEST:
By:
City Clerk for City of Tukwila
COOPERATIVE AGREEMENT FOR COMPLETION OF EMERGENCY FLOOD PROTECTION
MEASURES PROJECT
Page 9 of 9
10
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
UTILITIES COMMITTEE
FROM: Bob Giberson, Public Works Director 426
BY: Ryan Larson, Senior Engineer
DATE: June 22, 2012
SUBJECT: Howard Hanson Dam Flood Resoonse/Tukwila Levee Repairs Maintenance
Project No. 10901301
BID AWARD Removal of Temporary Flood Control Measures
ISSUE
Award the bid for construction of the Tukwila Levee Repair Maintenance project.
BACKGROUND
The City of Tukwila, King County, Kent, and Auburn installed temporary flood protection measures in 2009 in
response to the damage sustained and subsequent reduced flood protection from the Howard Hanson Dam.
These temporary measures included placement of Supersacks along the Tukwila 205 Levee and Hesco
barriers along West Valley Highway. The Army Corps of Engineers (Corps) has notified the affected
jurisdictions that all repairs have been completed to the Howard Hanson Dam and that the dam is operating at
full protection level.
Staff worked. with a consultant, the Corps, and the King County Flood Control Zone District (Flood District) to
develop plans for removal of the temporary flood measures. In addition, the cities of Tukwila, Kent, and
Auburn requested funding for this removal through the Flood District and they have agreed to pay 75% of the
cost to remove temporary flood protection up to $1,611,152.00 for Tukwila's portion. The funding includes
necessary property restoration to the levee trail, private property, and public rights -of -way.
ANALYSIS
The project was advertised for bids on May 22 and 29, 2012. Six bids were received and opened on June 12,
2012. The bids were checked, corrected, and tabulated. Goodfellow Bros., Inc. is the apparent low bidder with
a bid of $1,642,228.99. The engineer's estimate was $1,997,872.40. Goodfellow Bros. successfully completed
the installation of the temporary flood protection measures in 2009.
BUDGET AND BID SUMMARY (All amounts include sales tax.)
The Council is being asked to award the removal of temporary flood control measures for the Tukwila Levee
Repair and Maintenance project to Goodfellows Bros., Inc. in the amount of $1,642,228.99 and consider this
item at the July 9, 2012 Committee of the Whole meeting and subsequent July 16, 2012 Regular Meeting.
Attachments: Bid Tabulations
WIPW Eng \PROJECTS\A- DR Projects \Tukwila Levee Repair and Maintenance (10901301) \Design \Info Memo Bid Award B -22 -12 sb.docx
11
Bid Results
Estimate
Budget
Bid Amount
$1,642,228.99
$1,997,872.40
Levee Repair Budget (pg. 77)
$1,600,000.00
Flood District (ILA) 75% of $1.8m
1,416,422.51
Contingency (15
246.334.35
299.680.86
0.00
Total
$1.888.563.35
$2.297.553.26
$.3.016.422.51_
RECOMMENDATION
The Council is being asked to award the removal of temporary flood control measures for the Tukwila Levee
Repair and Maintenance project to Goodfellows Bros., Inc. in the amount of $1,642,228.99 and consider this
item at the July 9, 2012 Committee of the Whole meeting and subsequent July 16, 2012 Regular Meeting.
Attachments: Bid Tabulations
WIPW Eng \PROJECTS\A- DR Projects \Tukwila Levee Repair and Maintenance (10901301) \Design \Info Memo Bid Award B -22 -12 sb.docx
11
tukwila levee repair and maintenance
howard hanson dam flood response
bid tabulation
kpg
CitY of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
SUBJECT: Howard Hanson Dam Flood ReSDonsefrukwila Levee Repairs and Maintenanc..
Project No. 10901301
Construction Management Consultant Selection and Agreement
ISSUE
Approve consultant agreement with Kennedy /Jenks Consultants for construction management (CM) services.
Construction management services for the removal of flood protection features were originally included as part
of a combined design /construction management contract. The design portion was completed, construction bids
have been received, and bid award is currently moving forward. The City has exercised its right to terminate that
consultant contract due to construction management concerns. As a result, CM services are needed to assist
our in -house construction manager with inspection and construction engineering for removal of the temporary
flood control measures. The construction project bid opening was on June 12, 2012 and is scheduled to be
awarded along with this contract. Construction is anticipated to begin in late July.
City project staff reviewed the Municipal Research and Services Center (MRSC) Consultant Roster and short
listed three firms capable of performing the desired CM services. Kennedy /Jenks Consultants was selected to
perform the work for the Tukwila Levee Repair and Maintenance project. Kennedy /Jenks Consultants offers
services that include CM, construction inspection, storm water management, environmental engineering and
science, water resources, wastewater treatment, civil engineering, geology and hydrology.
A cost has been negotiated with Kennedy /Jenks Consultants for $184,927.93, which is reasonable for the size
and scope of this project. The CM budget is $200,000.00 (see page 77, 2012 CIP) with 75 %f, reimbursed through
the King County Flood Control District. An in -house CM project manager has been assigned to work with the
proposed consultant's inspectors and project manager to successfully complete the removal of the temporary
flood control measures.
The Council is being asked to approve the construction management consultant agreement with Kennedy /Jenks
Consultants in the amount of $184,927.93 for the removal of the temporary flood control measures for the
Tukwila Levee Repair and Maintenance project and consider this item at the July 2, 2012 Regular Consent
Agenda.
Attachment: Consultant Agreement
W 1PW EngTROJECTSIA OR ProjectsAkun a Levee Repair and Maintenance (10901301YConstucborcCM Consultant Soechontlnfo Memo for CM Kennedy Jenks 6 -22 -12 gWocx
13
CONSULTANT AGREEMENT FOR
CONSTRUCTION MANAGEMENT SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred
to as "the City and Kennedy /Jenks Consultants, 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 Tukwila Levee Repair and
Maintenance Howard Hanson Dam Flood Response.
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. Time for Performance. Work under this contract shall commence upon the giving of 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 within 300 calendar days from
the date written notice is given to proceed, 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 One Hundred Eighty -Four Thousand Nine Hundred Twenty -Seven Dollars and
Ninety -Three Cents ($184,927.93) 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 is 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.
14
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and state 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 to be rendered under this Agreement.
7. Indemnification. The Consultant shall indemnify, defend and hold harmless the City, its
officers, agents and employees, from and against any and all claims, losses or liability,
including attorney's fees, arising from injury or death to persons or damage to property
occasioned by any negligent act, omission or failure of the Consultant, its officers, agents and
employees, in performing the work required by this Agreement. With respect to the perform-
ance of this Agreement and as to claims against the City, its officers, agents and employees,
the Consultant expressly waives its immunity under Title 51 of the Revised Code of
Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the
obligation to indemnify, defend and hold harmless provided for in this paragraph extends to
any claim brought by or on behalf of any employee of the Consultant. This waiver is mutually
negotiated by the parties. This paragraph shall not apply to any damage resulting from the
sole negligence of the City, its agents and employees. To the extent any of the damages
referenced by this paragraph were caused by or resulted from the concurrent negligence of the
City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid
and enforceable only to the extent of the negligence of the Consultant, its officers, agents and
employees.
8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this
contract comprehensive general liability insurance, with a minimum coverage of $500,000 per
occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/
aggregate for property damage, and professional liability insurance in the amount of
$1,000,000 per occurrence and annual aggregrate.
Said general liability policy shall name the City of Tukwila as an additional named insured
and shall include a provision prohibiting cancellation of said policy except upon thirty (30)
days prior written notice to the City. Certificates of coverage as required by this section shall
be delivered to the City within fifteen (15) days of execution of this Agreement.
15
9. Independent Contractor. The Consultant and the City agree that the Consultant is an inde-
pendent 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 they have 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 they have 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, color, national origin, religion,
creed, age, sex or the presence of any physical or sensory handicap 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. Attorneys Fees and Costs. In the event either party shall bring suit against the other to
enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to
3
16
recover its costs, including reasonable attorney's fees, incurred in such suit from the losing
Pte'•
16. 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:
Jeffery W. Faunce, PE
Kennedy /Jenks Consultants
11912 nd Avenue, Suite 630
Seattle, WA 98101
17. Integrated Agreement. 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. This Agreement may be
amended only by written instrument signed by both the City and the Consultant.
DATED this
CITY OF TUKWILA
Jim Haggerton, Mayor
Attest /Authenticated:
day of
Christy O'Flaherty, CMC, City Clerk
2012.
CONSULTANT
By:
Printed Name:
Title:
Approved as to Form:
Office of the City Attorney
n
17
EXHIBIT A
SCOPE OF SERVICES
City of Tukwila
Tukwila Levee Repair and Maintenance project
Construction Services
This work will provide construction engineering services for the construction contract to complete the
Tukwila Levee Repair and Maintenance project These services will include project management,
inspection, and contract administration required during the construction of the project, as detailed below:
I. INTRODUCTION
The Consultant will perform the following scope of construction services on the the Tukwila Levee Repair
and Maintenance Project. The scope of services and associated cost of services (Exhibit B) are based
upon the assumptions outlined below.
Assumptions:
The accompanying budget for the services detailed below is based on the services of one Part time
Construction manager (CM) during a 120 calendar day or an approximate 4 month construction
contract. An increase or decrease in the number of working days affects the time the CM will be
required to work on the project.
An estimated 1 full time and 1 part -time inspector will also be required during the 120 calendar days
to correspond with the simultaneous multi -crew construction approach anticipated by the contractor.
It is anticipated that multiple work areas will be encountered at times during the project and will be
required to be completed at the same time for work to be completed within the 120 Calender day limit.
The contract administrator (CA) will be a part -time position. She will make trips to the field office on a
weekly basis to attend meetings and occasional other trips for required coordination between the
various participants. It is anticipated that there will be an estimated 125,000.00 in Force account
(FA) on the project which will require approximately 40 FA sheets to be processed.
Mileage: The following numbers reflect travel requirements for field staff and other project staff. For
CM and CA and full -time inspectors, assume 110 trips 60 miles round trip (includes anticipated
on -site daily mileage). For part -time inspection, assume 85 trips at 60 miles round trip (includes
anticipated on -site daily mileage). The contract administrator is estimated to make 65 trips, averaging
60 miles per round trip.
A job site trailer will not be provided. We will be allowed reasonable resources to perform work at the
City of Tukwila including copying minor items, printing daily required items to keep the project on
track and reasonable other resources needed to complete the project reasonably.
II. DETAILED SCOPE OF WORK
Task 1 Project Management.
Provide overall Construction Management, coordination with KPG, the City, monthly progress reports,
and invoicing. This effort will include the following elements.
1.1 Organize and layout work for project staff. Prepare project instructions on contract
administration procedures to be used during construction.
1.2 Review monthly expenditures, prepare invoice and submit project progress letter to the city.
(Note: See also Tasks 3 and 4, which include activities that may otherwise be considered project
management tasks.)
City of Tukwila Scope of Work Page 1 of 3
18
Task 2 Preconstruction Services
2.1 Preconstruction Conference. The Consultant shall prepare an agenda for, distribute notices of
the conference, and will conduct a preconstruction conference in the City's offices. The
Consultant's project manager, lead inspector and contract administrator will attend the
preconstruction conference. The contract administrator will prepare a written record of the
meeting. The consultant shall also distribute copies of the minutes to all attendees, affected
agencies and others as appropriate.
2.2 Provide one set of preconstruction photographs to the City.
Task 3 Construction Services Field
3.1 Provide the services of one full time inspector and supplemental assistants, as needed, on the
project site who will observe the technical conduct of the construction, including providing day
to day contact with the Contractor and the city. By providing such assistance, the Consultant
shall assume no responsibility for proper construction techniques and job site safety. The
presence of the Consultant's personnel at the construction site is for the purpose of providing to
the [owner] a greater degree of confidence that the completed work will conform generally to
the Contract Documents and that the integrity of the design concept as reflected in the Contract
Documents has been implemented and preserved by the construction contractor(s). The
Consultant's personnel shall act in accordance with Section 1 -05.1 and 1 -05.2 of the current
WSDOT Standard Specifications (or your state reference). The Consultant will endeavor to
protect all parties against defects and deficiencies in the work of the Contractor(s), but cannot
guarantee the Contractors' performance and shall not be responsible for construction means,
methods, techniques, sequences of procedures, or for safety precautions and programs in
connection with the work performed by the construction contractor(s) and any subcontractors.
3.2 When on site prepare daily construction reports, utilizing report forms approved by the City,
detailing the contractors operations performed for each day the Consultant is on site; measure
the quantities of materials installed, log equipment used, workers on site and other items.
3.3 Decide questions which may arise as to the quality and acceptability of material furnished, work
performed, and rate of progress of work performed by the Contractor, including response to
related questions from adjacent property owners and the general public.
3.4 Prepare field records and documents to help assure the project is administered in accordance
with funding requirements.
3.5 Provide periodic photographs during the course of construction. Photographs to be labeled
with date taken and subject matter.
3.6 Coordinate with the contractor provided surveying.
3.7 Punch list. Upon substantial completion of work, coordinate with the City and other affected
agencies, to perform a project inspection and develop a comprehensive list of deficiencies or
'punch list' of items to be completed. This will be issued with the Certificate of Substantial
Completion, which will be issued by the Consultant.
Task 4 Construction Services Field Office
4.1 Day to day construction management: liaison with City on a regular basis to discus project
issues and status.
4.2 Plan interpretations. Provide technical interpretations of the drawings, specifications, and
contract documents, and evaluate requested deviations from the approved design or
specifications. (Note: Consultation with KPG) will be facilitated by CM with inclusion of the City
for evaluation of design deviations that may affect performance.)
City of Tukwila Scope of Work Page 2 of 3
19
4.3 Weekly meetings. Lead weekly meetings, including preparing meeting minutes and distributing
copies of minutes to attendees. Outstanding issues to be tracked on a weekly basis.
Contractor to provide a 3 -week look ahead schedule of upcoming work at each meeting.
4.4 Record drawings. Review record drawings prepared by the Contractor.
4.5 Monthly Pay Requests. Consolidate and Prepare monthly requests for payment, review with
the City and contractor and approve, as permitted. Utilize City of Tukwila provided format for
pay estimates.
Task 5 Submittal Processing
5.1 Coordinate review process for shop drawings, samples, traffic control plans, test reports, and
other data submitted by the Contractor for compliance with the information required by the
contract documents. (Submittals to be transmitted to the Designer KPG for their review.)
5.2 Forward copies of submittals to the City for their information and review.
5.3 Log and track submittals. Provide updates of log to the City on a periodic basis.
Task 6 Change Orders
6.1 Change orders. Develop change orders and provide technical assistance to negotiate the
change orders. (Note: Change orders that may affect facility performance will be transmitted to
the Designer for review and concurrence.)
Task 7 Additional Services
The services described under this task, and any other additional services requested by the city, will be
performed only when authorized by the city. Authorization to perform additional services will be in the
form of an addendum to this agreement, specifying the work to be performed, and basis of payment.
7.1 Prepare additional copies of approved drawings, specifications, and other contract documents,
either for bidding purposes, or as requested by the City, Contractor, Agencies, or others.
7.2 At the conclusion of the bidding process, prepare a conformed set of drawings and
specifications incorporating all addendum's' and distribute.
7.3 Provide assistance to the City if rebidding is necessary.
7.4 Provide record drawings on media other than described previously, including electronic or
scanned images of the record drawings. Also, providing additional sets beyond what is
specified above.
General Notes
It is further understood and agreed that because Consultant did not prepare the Contract Documents
for the project, Client waives all claims against Consultant arising from or in any way connected with
errors, omissions, conflicts or ambiguities in the Contract Documents prepared by others. In addition,
Client agrees, to the fullest extent permitted by law, to indemnify and hold Consultant harmless from
any damage, liability or cost, including reasonable attorneys' fees and defense costs, arising from any
errors or omissions contained in the plans, specifications or other Contract Documents prepared by
others, except for the negligence or willful misconduct of the Consultant.
City of Tukwila Scope of Work Page 3 of 3
20
tukwila levee repair and maintenance report
phase 1 construction services
22
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO:
Mayor Haggerton
Estimate
2012 Budget
UTILITIES COMMITTEE
$646,953.09
FROM:
Bob Giberson, Public Works Director
4 A
By:
Ryan Larson, Senior Engineer
$675,000.00
DATE:
June 22, 2012
SUBJECT:
2012 Annual Small Drainage Program
97.042.96
108.654.15
Project No. 91041201
Total
$743.996.05
BID AWARD
$950.000.00
ISSUE
Award the bid for construction of the 2012 Annual Small Drainage Program.
BACKGROUND
The Small Drainage Program constructs drainage projects throughout the City that are too large for
City staff to complete, but are smaller than a typical capital improvement project. The projects
originate from citizen complaints and from maintenance staff and are compiled on the Small
Drainage Project List. Each year the projects are prioritized based on need, expense, permitting
requirements, and length of time on the list. The highest priority projects are then designed and
constructed.
The 2012 Annual Small Drainage Program will provide drainage improvements at eight locations
listed on page 2 of this memo. Project #2 includes lining a pipe within private property as part of the
Private Storm System Adoption Program. Project #5 is for flood protection work at Fort Dent Park
and funding will be reimbursed through the King County Flood Control District Opportunity Fund.
ANALYSIS
The 2012 Annual Small Drainage Program was advertised for bids on June 5 and 12, 2012. Four
bids were received and opened on June 19, 2012. The bids were checked, corrected, and tabulated.
Green River Construction, Inc. is the apparent low bidder with a bid of $646,953.09. The engineer's
estimate was $724,361.00. Green River Construction successfully constructed the 2009 and 2011
Small Drainage Projects.
BUDGET AND BID SUMMARY (All amounts include sales tax.)
RECOMMENDATION
The Council is being asked to award the construction of the 2012 Annual Small Drainage Program to
Green River Construction, Inc. in the amount of $646,953.09 and consider this item at the July 2,
2012 Regular Consent Agenda.
WVW Eng\PROJECTSW DR Projecls\2012 SDP (91241201) \Design \Info Memo Bid Award 2012 sb.doc
23
Bid Results
Estimate
2012 Budget
Bid Amount
$646,953.09
$724,361.00
SDP (2012) Budget (pg. 138)
$675,000.00
Private Storm Budget (pg. 139)
275,000.00
Contingency (15
97.042.96
108.654.15
0.00
Total
$743.996.05
$833.015-t5
$950.000.00
RECOMMENDATION
The Council is being asked to award the construction of the 2012 Annual Small Drainage Program to
Green River Construction, Inc. in the amount of $646,953.09 and consider this item at the July 2,
2012 Regular Consent Agenda.
WVW Eng\PROJECTSW DR Projecls\2012 SDP (91241201) \Design \Info Memo Bid Award 2012 sb.doc
23
INFORMATIONAL MEMO
Page 2
The 2012 Annual Small Drainaoe Prooram includes:
Site 1) Gilliam Creek, Southcenter Blvd Crossing Modify inlet structure and provide pipe liner
rehabilitation of existing pipe crossing of Southcenter Blvd.
Site 2) *S 128 St 37 Ave S Pipe Repairs Provide replacement and /or pipe liner rehabilitation
on 6 pipe reaches in the vicinity of S 128 St intersection with 37 Ave S.
Site 3) Tukwila Parkway Outfall Provide realignment and replacement of the outfall pipe that
discharges north of the recent TUC Access (Klickitat) project.
Site 4) Ryan Hill Pipe Repairs Provide manhole and pipe replacement and /or liner rehabilitation on
3 pipe reaches in the vicinity of S 109 St intersection with 47 Ave S.
Site 5) *Fort Dent Outfall Improvements Install a new manhole in levee with a flap gate on the 15-
inch outfall pipe to provide backup flood protection and line outfall pipe.
Site 6) S107 th St Drainage Extension Extend drainage from S 107 St to Beacon Ave S and
eliminate ditch on the south side of S 107 St.
Site 7) 52 53 Ave S Drainage Extension Extend a 12" storm drain from the existing 53 Ave S
to a ponding area on the north end of 52 "d Ave S via S 142 St.
Site 8) S114 th St Drainage Crossings Provide drainage crossings at 3 existing catch basin
locations to stop roadway runoff from entering private property.
Private Storm System Adoption Rehabilitation Program Project for pipe along S. 128 St.
Funding will be provided through the opportunity funds from the King County Flood Control District
Attachments: Project Location Map
Bid Tabulations
WVW EngTROJECTSIA- DR Projects12012 SDP (91241201)IDestgngnfo Mena Bid Award 2012 sb.doe
24
Q
Site 2
Site 5
N t Scale
S 160th St S' r. Site 3
si
1 v Sena w m181�
s v
a a
e
Ar
e 1
panao
11
S IROth 6 0
N T tltl Rlvtl t.
LL f
s_oom sr -1 a
s,,_
2012 Annual Neighborhood
Drainage Program
Revised
4 ua ha
is
a Tukvrlla
AM:k
Date: 20
25
2012 small drainage program
bid tabulation
kpg
x
This page is intentionally left blank.
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO:
Mayor Haggerton
Utilities Committee
FROM:
Bob Giberson, Public Works Director
By:
Greg Villanueva, NPDES Coordinator
DATE:
June 22, 2012
SUBJECT:
GIS Inventory Area 8
Project No. 90241201
Consultant Recommendation and Agreement
ISSUE
Approve a consultant agreement with Perteet Engineering, Inc. to complete GIS Inventory Area 8.
BACKGROUND
The City is performing a multi phased inventory that will map all city -owned storm facilities and survey
monuments throughout the City. To date, the City completed the Northern Quadrant and Areas 2, 3, 4, 5, 6,
and 7. This contract is for Area 8 and will map the following areas within public rights -of -way and
easements:
1. Southcenter Pkwy /Frager Rd, from S 180 St to S 200 St
2. Allentown Foster Point neighborhoods
3. Southcenter Blvd from Tukwila International Blvd to 1 -5 southbound off -ramp
4. Southcenter Pkwy from 900' north of the 1 -5 off -ramp to 700' south of Strander Blvd
5. S 200 204 Sts, from Orillia Rd to the Green River
6. Orillia Road S, from S 188 St to S 204 St
ANALYSIS
The current consultant roster was reviewed and Perteet Engineering was selected as the firm that best met
the requirements for this type of project. Perteet conducted the first seven areas of the GIS Inventory and is
extremely familiar with the City's GIS system and will easily integrate all new data to the data base
compiled to date. A scope of the work was based upon the characteristics of Area 8 in addition to what was
developed and learned during the previous phases.
BUDGET SUMMARY
This project will be funded through the 412 Surface Water Fund.
Cost Budget (20121
Perteet Engineering, Inc. —Area 8 $150,000.00 $150,000.00
RECOMMENDATION
The Council is being asked to approve the consultant agreement with Perteet Engineering, Inc. in the
amount of $150,000.00 for GIS Inventory Area 8 and consider this item at the July 2, 2012 Regular
Consent Agenda.
Attachment: Consultant Agreement
WAPW Eng\PROJECTSW- DR Projects \GIS Area B (02 -DR01) \Info Memo Perteet Area B 6 -22 -12 gl sb.docx
28
CONSULTANT AGREEMENT FOR
PROFESSIONAL SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington,
hereinafter referred to as "the City and Perteet, 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
engineering services in connection with the project designated Area VIIIGIS
Infrastructure Inventory.
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.
Time for Performance. Work under this contract shall commence upon the
giving of 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 within 365 calendar days from notice to proceed, 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 $150,000 without written authorization.
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 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 State for a
Consultant Agreement for Professional Services Page 1 of 9
Phase VIII GIS Infrastructure Inventory
CADocuments and SettingsVaiNncal Settings\Temporary lntemer Files\Content.Out lookVRB9DFA.i\Phase V111 GIs Contract 120424.dorx
29
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 to be rendered
under this Agreement.
7. Indemnification. The Consultant shall indemnify, defend and hold harmless the
City, its officers, agents and employees, from and against any and all claims, losses or
liability, including attorney's fees, arising from injury or death to persons or damage
to property occasioned by any act, omission or failure of the Consultant, its officers,
agents and employees, in performing the work required by this Agreement. With
respect to the performance of this Agreement and as to claims against the City, its
officers, agents and employees, the Consultant expressly waives its immunity under
Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for
injuries to its employees, and agrees that the obligation to indemnify, defend and
hold harmless provided for in this paragraph extends to any claim brought by or on
behalf of any employee of the Consultant. This waiver is mutually negotiated by the
parties. This paragraph shall not apply to any damage resulting from the sole
negligence of the City, its agents and employees. To the extent any of the damages
referenced by this paragraph were caused by or resulted from the concurrent
negligence of the City, its agents or employees, this obligation to indemnify, defend
and hold harmless is valid and enforceable only to the extent of the negligence of the
Consultant, its officers, agents and employees.
8. Insurance. The Consultant shall secure and maintain in force throughout the
duration of this contract comprehensive general liability insurance, with a minimum
coverage of $500,000 per occurrence and $1,000,000 aggregate for personal injury;
and $500,000 per occurrence /aggregate for property damage, and professional
liability insurance in the amount of $1,000,000.
Said general liability policy shall name the City of Tukwila as an additional named
insured and shall include a provision prohibiting cancellation of said policy except
upon thirty (30) days prior written notice to the City. Certificates of coverage as
Consultant Agreement for Professional Services Page 2 of 9
Phase VIII GIS Infrastructure Inventory
CADocuments and SeaingAgaiALocal Settings\Temporary Internet Fil es \Content.OutlookVRB9DFAAPhase VIII GIS Contract 120424.docx
30
required by this section shall be delivered to the City within fifteen (15) days of
execution of this Agreement.
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, color,
national origin, religion, creed, age, sex or the presence of any physical or sensory
handicap 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 the
Consultant Agreement for Professional Services Page 3 of 9
Phase VIII GIS Infrastructure Inventory
CA\Documents and SettingsVaiALocal Settings \Temporary /ntemet Files \Content.Outlook\XRB9DFA3Whase V111 GIS Contract 120414.docx
31
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. Attorneys Fees and Costs. In the event either party shall bring suit against the
other to enforce any provision of this Agreement, the prevailing party in such suit
shall be entitled to recover its costs, including reasonable attorney's fees, incurred in
such suit from the losing party.
16. Notices. Notices to the City of Tukwila shall be sent to the following address:
City of Tukwila
6300 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
Perteet, Inc.
2707 Colby Avenue, Suite 900
Everett, WA 98201
17. Integrated Agreement. 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. This Agreement may be amended only by written instrument signed
by both the City and the Consultant.
DATED this
day of
2012
CITY OF TUKWILA
Jim Haggerton, Mayor
Attest/Authenticated:
Christy O'Flaherty, City Clerk
CONSULTANT
By:
Michael G. Yeoman
Executive Vice President
Approved as to Form:
Office of the City Attorney
Consultant Agreement for Professional Services Page 4 of 9
Phase VIII GIS Infrastructure Inventory
CADocuments and SettingftaiAlocat Settings\Temporary Internet Fil es \Content.OuttooAWtB9DFA3\Phase VIII GIs Contract 120424.docs
32
Exhibit "A"
Scope of Services
City of Tukwila
GIS Public Works Infrastructure Inventory
Area VIII
INTRODUCTION
The overall objective of this Scope of Services is to provide an inventory and mapping of
the City of Tukwila's Public Works infrastructure. The inventory and mapping for the
infrastructure will be performed within public rights -of -way and public easements within
the following areas:
Southcenter Pkwy/ Fragar Road, from So. 180` to So. 200` St.
Allentown Foster Point
Southcenter Blvd. from International Blvd to 1 -5 Southbound Off -Ramp.
Southcenter Pkwy from 900' north of the 1 -5 off -ramp to 700' south of Strander
Blvd.
So. 200` 204` from Orillia Rd to Green River
Orillia Road South, So 188` St to So. 204`
The inventory collection will begin with the newly constructed area of Southcenter
Parkway south of 180` before the roadway opens to the public, then move to the
Allentown area and proceed from north to south through the remainder of the project
areas. The data will be collected and processed using the inventory program developed
for the previous phases. This phase of the inventory will locate storm drainage
structures and facilities and the center point of street monument cases. In the
Allentown and Foster Point areas, Perteet will locate all drainage facilities and rely on
City data for measure -down and pipe data within structures to populate the database. In
the Southcenter Blvd. area immediately beneath the ST Light Rail line and the
Southcenter Parkway within the newly constructed "cut" section, as -built drawings
provided by the City will be utilized to populate the database for the structures within
the driving lanes that are inaccessible without detouring traffic. In the remaining areas
Perteet will provide measure down to apparent inverts; photograph the inside of each
structure and attempt to determine the size and material of the connecting storm pipes.
Perteet Inc. field crews will make all measurements and observations from the ground
surface. Perteet field personnel are not equipped for, nor permitted to attempt, a
confined space entry. In addition if budget allows we will resolve conflicts discovered by
City Staff and connect storm drain lines across boundaries of previous phases of the
project.
Consultant Agreement for Professional Services Page S of 9
Phase VIII GIS Infrastructure Inventory
CADocuments and Settings\gaiN.ocal Settings\Temporary lntemet Fil es \Content.Outlook\XRB9DFAAPlime Vill GIS Contract 120424.docx
33
The work under this agreement will be accomplished under the following elements of
work:
SCOPE OF SERVICES
1.0 Management Coordination Administration
1. 1. Provide continuous project management administration (billing invoices, monthly
progress reports) throughout the project's field data acquisition and GIS
development.
1.2. Develop project schedule. Schedule to be updated by the Consultant at the
City's direction as needed.
1.3. Attend coordination meetings with City staff and prepare meeting minutes. It is
assumed that a total of 3 meetings will be required and additional meetings, at
the City's direction, will be considered additional work.
1.4. Prepare independent QA/QC reviews at the 75% and final project review.
1.5. Coordination of Sub consultants.
Project Planning
1.6. The Consultant will schedule and lead the Project Kickoff and planning meeting
prior to the start of field data collection. This session will focus on the final
identification of features and feature attributes to be collected by field survey
crews. In addition, planning for future uses of the utility and street inventory will
be discussed.
1.7. The Consultant will prepare a Traffic Control Plan for the work within;
Southcenter Parkway, Southcenter Blvd and Orilla Rd. and submit to the City
for approval prior to performing work under traffic in these areas.
2.0 Field Data Acquisition
2.1. Assumptions:
2.1.1. Elevations will be referenced to NAVD "88" datum.
2.1.2. We estimate that two- thirds of inventory data will be acquired by GPS,
the remainder will be by traditional optical equipment based upon GPS
control points.
2.1.3. "Confined Space" entry will not be required by the consultant to
complete the project.
2.1.4. Only visible or easily recovered features will be surveyed.
2.1.5. City of Tukwila will ensure access to all private properties required for
the survey.
2.2. Storm System Survey:
2.2.1. The following visible Storm Sewer system appurtenances will be located
by GPS or optical survey: manhole and catch basins, including invert
elevations, pipe sizes, material and direction of flow, culvert outfalls and
drainage swales.
2.3. Monument Survey:
Consultant Agreement for Professional Services Page 6 of 9
Phase VIII GIS Infrastructure Inventory
C:\Documents and Settings�.-aiALocal Settings\Temparary lntemet Fil es\Content.Outlook\XRB9DFAAPhase V111 GIS Contract 120424.docx
34
2.3.1. Perform Global Position System (GPS) Real -time Kinematic (RTK) survey
locating the center of case of visible monuments adjacent to stormwater
inventory locations. No exhaustive investigation, reconnaissance or
research will be performed to recover all of the street monuments.
3.0 GIS Data Development
3.1. Support Field Data Acquisition
3.1.1. Prepare supporting field map documents as necessary to successfully
complete inventory.
3.1.2. Ensure data transfers are complete and conform to data template design
as prescribed in previous project phases.
3.2. Data Development and Drainage Network Construction
3.2.1. Stormwater sewer systems will be developed into comprehensive
networks.
3.2.2. TetraTech assumes approximately 7 -800 catch basins and 200+ culverts,
plus connecting ditches and swales for conversion to GIS.
3.2.3. TetraTech will ensure the digital conversion of streams and integrate
them into the stormwater network within the final Geodatabase product.
3.2.4. To digitally represent the meander bends of both streams and large
ditches, TetraTech will rely primarily on flow points collected by Perteet
field staff at the major turns in these features. TetraTech will "smooth"
the bends in the stream and ditch centerlines using supporting vectors in
the City's existing hydro layer and /or aerial photographs.
3.2.5. QA/QC procedures developed and implemented in Phases I through VI
to detect flow anomalies, missing features, and other potential errors will
be used in Phase VII. This includes the use of ArcReader and the
creation of PMF files within problem areas for visual inspection by Perteet
field staff. These errors will be fixed in GIS where possible or will be
returned to the survey team for further research.
3.2.6. Data will be provided to City staff on a regular basis to allow for a final
tier of QA/QC. Data will be made available for download off a secure
web -site or provided to the City in an alternate fashion. We expect to
use the City's ArcReader system developed in Phases I through VI to
accomplish this tier of quality assurance.
3.3. Geodatabase Enhancements
3.3.1. The Drainage Network will be integrated into the Personal Geodatabase
created in Phase I. The Geodatabase format created in Phases I through
VI will be kept as is. Data resulting from the field inventory and network
construction in Task 3.2. will be added to the existing Geodatabase
3.4. Map Production
3.4.1. Hard copy maps of the completed inventory will be developed in
ArcMap. This will include a basemap image of the project study area
using GIS data provided by the City. The map will depict the drainage
network with as many physical attributes that can be displayed without
Consultant Agreement for Professional Services Page 7 of 9
Phase VIII GIS Infrastructure Inventory
CADocuments and SettingsVWALocal Settings\remporary Internet Files\ Content.Outlook\XRB9DFA3\Phase VIII GIs Contract I20424.docx
35
blurring the map image, and will be similar in quality to the hard copy
submittals for Phase I. The map will be compiled in a poster -size (E).
One (1) draft and one (1) final submission of each hardcopy map will be
provided to both the Client and Perteet. Duplicate copies will be
provided at an additional cost.
3.5. Documentation and Delivery
3.5.1. FGDC Compliant metadata will be developed for all feature classes
within the Stormwater feature dataset. The metadata will outline the
creation process as well as the spatial and feature attribute definitions.
The form will be seamlessly linked to the layers in ArcGIS using the
metadata kit provided with the software.
3.5.2. The Geodatabase, including all GIS data layers created by TetraTech, and
ArcGIS project file, and digital metafiles of the map graphics, will be
placed on CD -ROM. A single copy of the CD will be sent to both the
City and Perteet as a final product.
Deliverables
Infrastructure Geodatabase including all GIS data layers created by TetraTech
from Phase I through VII, an ArcGIS project file, and digital metafiles of the map
graphics.
One set of hardcopy maps in Poster format.
A "PMF" version of each hardcopy map for general use by City Staff that use the
free ArcReader software OR an ArcView project file.
Consultant Agreement for Professional Services Page 8 of 9
Phase VIII GIS Infrastructure Inventory
CADocuments and Setting.Agaftocal Settings\Temporary Internet Files \Content0utlook V111 GIs Contract 110414.dou
36
Exhibit "B"
Current hourly rates and expenses to a maximum of $150,000.
Consultant Agreement for Professional Services Page 9 of 9
Phase VIII GIS Infrastructure Inventory
CADocuments and Settings\gaiALocal Settings\Temporary lntemet Files \Content OutlookVRB9DFAAPhase V111 G/S Contmct 120424.docc
37
Area 1
Area 2
Map Legend
CityLimits
Area 1
Area 2
Area 3
Area 4
Area 5
Area 6
Area 7
Area 8
City of Tukwila
GIS Inventory Phase Map
Area 6
Area 5
Area 4
dis
390 TukWlla
38