Loading...
HomeMy WebLinkAboutUtilities 2013-01-22 Item 2D - Agreement - Emergency Storm Pipe Repair / 2013 Small Drainage Program with KPGaV TO: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Utilities Committee FROM: Bob Giberson, Public Works Director 40j By: Ryan Larson, Senior Engineer DATE: January 18, 2013 SUBJECT: EMWS Emergency Storm Pipe Repair 11 -19 -12 / 2013 Annual Small Drainage Program Project No. 91241206 Consultant Recommendation and Agreement ISSUE Approve a consultant agreement with KPG, Inc. to perform engineering design services for the East Marginal Way South (EMWS) Emergency Storm Pipe Repair 11 -19 -12 Project. BACKGROUND On November 19, 2012, a large sinkhole was created by a break in a 30 -inch storm water line on East Marginal Way South just south of S 124th St. the pipe conveys storm water flows from the east fork of Riverton Creek, as well as local drainage in the area near Group Health. The pipe is corrugated metal and is approximately 10' deep. A contractor was hired and performed a temporary emergency repair of the failed pipe per Emergency Resolution No. 1783. City crews performed limited video inspection of this pipe and determined that the pipe is in imminent danger of failure and repairs need to be designed and conducted as soon as practical. ANALYSIS In order to permanently repair the pipe, the City will need to hire a consultant to determine which sections to repair, what will be allowed by the Washington Department of Fish and Wildlife (WDFW), estimated costs, and the possibility of phasing the work. The current MRSC Consultant Roster was reviewed and three firms were short- listed to study this pipe system and recommend repair options. The firms were: KPG, Inc., PACE Engineers, and CH2M Hill. The Summary of Qualifications was evaluated for each firm and KPG, Inc. was selected as the firm that best met the requirements. KPG has designed City projects since 1991 and Public Works staff continues to be very satisfied with their work. KPG has an excellent working relationship with the WDFW, is knowledgeable of City requirements, and assisted with the initial repair work on this project. It is recommended that KPG, Inc. perform preliminary design services for this project for a fee of $39,403.95. BUDGET SUMMARY Funding for this project will come from the 2013 Annual Small Drainage Program, Contract Budget (SDP) Preliminary Design $ 39 „403,95 $ 80,000.00 RECOMMENDATION Council is being asked to approve the design agreement with KPG, Inc. in the amount of $39,403.95 for the EMWS Emergency Storm Pipe Repair 11 -19 -12 Project and consider this item on the Consent Agenda of the February 4, 2013 Regular Meeting. Attachments: Consultant Rating form CIP Page 136 Consultant Agreement W.sPW EngIPROJECTSW DR ProjectstEMW Emergency Storm Pipe Repair 11 -19 -12 (91241206J41nfo Memo KPG Contract.doc 7 N co co co N N N N co 1Relevant Project Experience Experience with HPA/Creek Work Small Scale Projects Ability to keep project on schedule and within Budget Project Team Availability of Key Team Members Knowledge of City , Plan Process, Drainage System M N Firm Rank (1 - 3, Lowest = Best) W: \PW Eng \PROJECTSW- DR Projects \EMW Emergency Storm Pipe Repair 11 -19 -12 (91241206) \Proposal Rating.xls 8 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2013 to 2018 PROJECT: Annual Small Drainage Program Project No. Varies DESCRIPTION: Select, design, and construct small drainage projects throughout the City. JUSTIFICATION: Provide drainage corrections for existing /ongoing drainage problems throughout the City, including culvert replacements, drain extensions, and pavement upgrades. STATUS: Projects for this annual program are taken from Small Drainage Project List. MAINT. IMPACT: Reduces maintenance. Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar COMMENT: years. King County Flood Control District Sub - Regional Opportunity Fund (Interlocal 09 -153) is estimated at $45,000 each year for Tukwila, as 10% of monies collected by KCFCZD are proportionally set per jurisdiction. FINANCIAL Through Estimated in $000's 2011 2012 2013 2014 2015 2016 2017 2018 BEYOND TOTAL EXPENSES Design 118 80 80 80 80 80 80 80 80 758 Land (R/W) 0 Const. Mgmt. 80 75 65 80 80 80 80 80 80 700 Construction 748 675 500 525 525 525 525 525 525 5,073 TOTAL EXPENSES 946 830 645 685 685 685 685 685 685 6,531 FUND SOURCES KC Flood Control 20 45 45 45 45 45 48 48 341 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 946 810 600 640 640 640 640 637 637 6,190 TOTAL SOURCES 946 830 645 685 685 685 685 685 685 6,531 Project Location: Entire System 2013 - 2018 Capital Improvement Program 136 9 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: CONSULTANT AGREEMENT FOR ENGINEERING DESIGN SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City ", and KPG, Inc., hereinafter referred to as "the Consultant ", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Proiect Designation. The Consultant is retained by the City to perform engineering design services in connection with the project titled E. Marginal Way S. Emergency Stormwater Pipe Repairs. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2013, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than December 31,2013 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 $39,403.95 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 10 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. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. CA revised 2012 Page 2 11 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self - insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 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. CA revised 2012 Page 3 12 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 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. CA revised 2012 Page 4 13 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: KPG, Inc. 753 - 9th Avenue N. Seattle, WA 98109 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. DATED this day of , 20 CITY OF TUKWILA CONSULTANT Mayor By: 1\1 t Printed Name: Nelson Davis, KPG Title: Principal Attest/Authenticated: Approved as to Form: City Clerk Office of the City Attorney CA revised 2012 Page 5 14 EXHIBIT A City of Tukwila E. Marginal Way S. Emergency Stormwater Pipe Repairs Scope of Work January 2, 2013 PURPOSE: This purpose of this project is to perform field investigations, utility locates, preliminary design, and cost estimating for long term repair of an aging 36 -inch stormwater pipe along E. Marginal Way S. between approximately 12500 and S 120th Place. A sink hole was discovered directly above the pipe in November of 2012 due to a localized pipe collapse. Spot repair of the pipe and limited video work revealed that the pipe is in extremely poor condition between the inlet and the Metro Bus Barn. After the spot repair was complete, a second blockage occurred upstream near the stream inlet. The blockage resulted in flooding of an upstream residential lot and structure. A second spot repair was performed to eliminate the blockage; however, it is clear that a long term solution is necessary to maintain the integrity of this piped reach of the east fork of Riverton Creek. Scope of Work: A. The estimated project duration is 4 months. The Consultant shall provide overall project management including: ♦ Project staff management and coordination ♦ Subconsultant management and coordination ♦ Schedule and budget monitoring and reporting B. The Consultant shall meet with WDFW staff to review project site and prepare an emergency HPA application for the purpose of performing video inspections and necessary spot repairs to maintain utility of the storm pipe in the short term. The HPA is required as this storm drain is considered a piped reach of the east fork of Riverton Creek. Permitting for the final repair will be completed once the scope and extent of the improvements are known and is not included in this scope of work. City of Tukwila KPG, Inc. EMW Emergency Stormwater Repair Page 1 of 2 January 2, 2013 15 C. The Consultant shall coordinate temporary bypass and video inspection of the pipe to the extent practical. The video inspection will be used to determine feasibility of in -situ repairs (such as slip lining or liner installation) and to determine the location of the pipe by use of tracking beacons on the video camera. A budget allowance of $7,000 is included for this work for subconsultant services by Bravo Environmental. Video work may not be feasible in all locations due to poor pipe conditions or significant obstructions. D. The consultant shall survey pipe location, structure data, and public utilities along E. Marginal Way. A budget allowance of $1,500 is included for utility locate services by a private locating service. The survey will be used to analyze the feasibility and cost of replacement options. Additional base mapping may be needed for final design depending on the findings of this preliminary analysis. E. The Consultant shall review survey, video, available geotechnical records, City GIS mapping, and other available information to develop up to 3 alternatives for in -situ repair and /or pipe replacement. F. The Consultant shall develop budget level cost estimates for each of the alternatives developed in Item E. G. The Consultant shall prepare a brief (2 -3 pages text plus supporting graphics) summary memo to describe alternatives and provide a recommendation for long term repair. The memo will include anticipated permit requirements, geotechnical needs, utility relocation needs and other factors used in developing the preferred alternative. Deliverables • DVD of all completed video inspections. • Completed JARPA application. • Draft Technical Memorandum (5 copies) • Final Technical Memorandum (5 copies) City of Tukwila KPG, Inc. EMW Emergency Stormwater Repair Page 2 of 2 January 2, 2013 16 0< c .as < 0 0 C3 C33 03 to c 0.. 0 0 04 ,t oq Ci *— CO N. CO CO 0 0) N. h: 0)• 03 0 0 0 o 0 CO 0 co o 0 0 0 0 a o 0 co 0) o 0) o o c o CO ID 0 0 0.1 CV .ct CV E co m M CD M m E 2 as .51 > 8 a 0 w -a w 0 2 4= -2 E E r„ ocs th' P 0 E < 1.11 Lc! mas c as 5 z.:5 al 2 0 CO N.. rp 03 OS E cL =1) 43 g o E 5 CC 0.cj a 3 CD(D " F a) '000a) Laj 5' "al 15 Zi 73 b- w w oza,o CO CO 03 do> E DIE 1i (t3 .3 -0 Y2 f-12 P2 10 ID) C E- sa -0 — o.E E E E • C 8 as .0 7) O 0—.--- a, a) c c 03 133 CD CD . C) () CC EL EL EL oc EC EC oc (/) E• d Li Ci ui LL: co F- 0) .52 W CO 17