HomeMy WebLinkAbout21-187 - KPG, P.S. - Engineering Services: 2022 Overlay ProgramCity of Tukwila
6200 Southcenter Boullevard, Tukwilla wA 88188
Agreement (Number: 21-187(d)
Council Approval N/A
CONTRACT FOR SERVICES
Amendment # 4
Between the City of Tukwila and KPG Psomas Inc.
That portion of Contract No. 21-187 between the City of Tukwila and KP
Psomas (Inc. (frmly KPG, P.S.) is hereby amended as follows:
Section 3 Duration of Agreement; Time for Performance:
The completion date has been amended from December 31, 2022 to April 15, 2023.
All other provisions of the contract shall remain in full force and effect.
Dated this 6th day of December , 2022
CITY OF TUKWILA
HP
e3iyned via 3eainleeeDuce.cei
Key. 0.3304a-6,0 9c1c3bf66-lea7c
Allan Ekberg, Mayor
12-06-2022
ATTEST/AUTHENTICATED
elorztii 067621 e' g
Key: 61655005-1,7,2 11,95,4921381 e
Christy O'Flaherty, MMC, City Clerk
CA Reviewed May 2020
CONTRACTOR
Printed Name: Nelson Davis
APPROVED AS TO FORM
esignecl via sesmlessrJccs.ccm
Office of the City Attorney
Page 1 of 1.
City of Tukwila
6200 Southcenter Boulevard, Tukwila. WA 98188
Agreement Number: 21-187(c)
Council Approval N/A
CONTRACT FOR SERV CES
Amendment # 3
Between the City of Tukwila and KPG Psomas (Inc.
That portion of Contract No. 21-187 between the City of Tukwila and IKPG Psomas
Inc. (firmly KPG, P.S.) is hereby amended as follows:
Section 2 Scope of Services shall be amended with the foliowin.:
The Consultant agrees to provide construction services for the Tukwila Parkway
Emergency Repair project in accordance with the scope of work included as Exhibit A-3.
Section 4 Pa ment shall be modified as follows:
An estimated budget for work provided by Consultant is included as Exhibit B-3, provided
that the total amount of payment to the consultant under this agreement shall not exceed
$486,317.00 (Orig PSA $149,400.00 + this Amend 1 for $35,000.00 + Amend 2 for
$265,988.00 + this Amend 3 for $35,929.00) without express written modification of the
Agreement signed by the City.
All other provisions of the contract shall remain in full force and effect.
Dated this
3rd
CITY OF TUKVWILA
HP
day of October , 2022
Allan Ekberg, Mayor
10-03-2022
ATTEST/AUTHENTICATED
eSignen via 3eamlessDocs com
ehtaty rigtahetty
K Y- . _ , I ' 5,540,
CONTRACTOR
Printed Name:: Nelson Davis Vice President
APPROVED AS TO FORM
ee3ignen c a SeamlessSoce coni_--
said
Christy O'Flaherty, MMC, City Clerk. Office of the City Attorney
CA Reviewed May 2020
Page 1 of 1
EXHIBIT A-3
City of Tukwila
2022 Overlay Program
Project Number 22240101
KPG Psomas
Supplement No. 3
Construction Services for Tukwila Parkway Emergency Repair
Scope of Work
September 20, 2022
This work will provide construction management services within the City of Tukwila (CITY) for the
subject project. Improvements to be performed include traffic control, erosion control, roadway
excavation, roadway restoration, sidewalk and ADA ramp replacement, signal modifications, and
permanent channelization.
A detailed scope for the Contract follows:
INTRODUCTION
The following scope of services and associated costs are based upon the assumptions outlined
below.
General Assumptions:
The CONSULTANT will include one full-time Construction Services onsite inspector, one
part-time Resident Engineer, and one part-time Documentation Specialist, as needed to
support the successful completion of the project.
The CONSULTANT'S level of service is based on project duration of approximately 25
working days of construction, with part time effort for 5 days of preconstruction
and 0 days of closeout.
The CONSULTANT will develop, manage and deliver a completed Record of Materials
(ROM), in a simplified format appropriate for a project of this size and type.
The CITY will review and execute the insurance, bonds and the Construction Contract.
All Community Outreach will be completed by the CITY.
The CONSULTANT will assist the CITY with review of RAM's, shop drawings, and
answering RFI's. These services will be performed in accordance with the Contract Plans
& Special Provisions, WSDOT Local Agency Guidelines (LAG), the WSDOT Construction
Manual, and Thurston CITY engineering standards.
Relocation of franchise utilities is not anticipated. If needed, franchise utilities will provide
field inspection for all work surrounding the construction or relocation of their utility
systems. The CONSULTANT will coordinate franchise utility inspection.
1 of 6
EXHIBIT A-3
SCOPE OF WORK
The objective and purpose of this Construction Management Services Agreement is for the
CONSULTANT to successfully deliver the construction of the Project to the CITY by ensuring that
the improvements are constructed in accordance with the approved Plans and Specifications, as
may be amended or revised, that all the required Project documentation is accounted for, and
ultimately that the CITY can receive a successful review by all agency standards.
TASK 1 — MANAGEMENT / COORDINATION / ADMINISTRATION
Part-time Project Manager shall monitor project progress, assist with scheduling resources, and
track budget throughout project lifespan.
Provide monthly invoicing reports. This effort will include the following elements:
Review monthly expenditures and Construction Management (CM) team scope
activities. Prepare and submit project progress letters to the CITY along with invoices
describing CM services provided each month.
Task 1 Deliverables:
Monthly invoices
TASK 2—ADMINISTRATIVE SERVICES UP NTP
A limited amount of time has been budgeted to assist the CITY with coordination and
preparation items in advance of the start of construction. The tasks identified for assistance
are:
Pre -Construction Conference: The CONSULTANT will prepare an agenda for, distribute
notices of, and conduct a Pre -Construction Conference in the CITY's offices or virtually if
necessary. Distribution list shall be provided by the CITY.
The CONSULTANT's Construction Services staff members will attend the Pre -construction
Conference. The CONSULTANT will prepare a written record of the meeting and distribute
copies of the notes to all attendees and affected agencies, staff, etc.
At the Pre -Construction Conference, the CONSULTANT shall facilitate discussions with the
Contractor concerning the plans, specifications, schedules, franchise utilities, unusual
conditions, Federal, State, and local requirements, and any other items that will result in
better project understanding among the parties involved.
Pre -Construction Photos:
Excluded from Scope
Review Plans and Specifications: The CONSULTANT will review the Contract plans and
specifications prior to the start of construction.
Prepare Hard and Electronic Files: The CONSULTANT will prepare all necessary files to
administer the project.
Prepare ROM: The CONSULTANT will prepare a modified ROM and will maintain the ROM
through the project duration. Due to the nature of this project, the ROM is anticipated to be
simplified to align with the scale and tracking requirements of the project.
2 of 6
EXHIBIT A-3
Prepare Tem plates: The CONSULTANT will prepare all necessary templates as required by
the Contract.
Utility Coordination: The CONSULTANT will contribute to preconstruction coordination with
all local Utility Agencies as necessary prior to construction to identify areas of concern. Effort
shall primarily be led by the CITY.
Task 2 Deliverables:
• Pre -Construction agenda
• Project templates for use by CONSULTANT and CITY during project duration
• Simplified Record of Material (ROM) for assistance in tracking submittals for materials
permanently incorporated into the project.
TASK 3 — CONSTRUCTION MANAGEMENT — NTP TO CLOSEOUT
3.1 Construction Management Office Support (part time)
Original documentation will be housed at the CONSULTANT's office. Hard copies of
paperwork received in the field (import tickets, TCS reports, etc.) shall be delivered to the
CITY at the completion of the project, along with both hard copies and digital copies of any
documentation generated by the CONSULTANT. Document Control will consist of the
following:
Materials Certification: KPG's inspector to visually verify materials on-site or
Contractor to provide documentation as needed/ required.
Project Coordination: Liaison with CITY, Contractor, Designer, Utilities and property
owners as needed/ requested by CITY to discuss project issues and status.
Plan Interpretations: Provide technical interpretations of the drawings,
specifications, and Contract Documents, and evaluate requested deviations from the
approved design or specifications as related to the civil scope. Coordinate with CITY
for resolution of issues involving scope, schedule, and/or budget changes.
Weekly Meetings: CONSULTANT will lead weekly meetings through completion of
the project, including preparation of agenda, meeting minutes, and distribution of
minutes to attendees. Outstanding issues to be tracked on a weekly basis.
Initial c e. u e Review:
CPM for conformance with the Contract Documents. Excluded from Scope
Submittals: Submittals will be logged, reviewed, distributed, and tracked as they are
received. Coordinate review process for shop drawings, samples, traffic control plans,
test reports, and other submittals from the Contractor for compliance with the contract
documents. Distribute as necessary to the appropriate representatives for review and
3 of 6
EXHIBIT A-3
approval. CONSULTANT will provide primary review capacity of submittals. CITY to
share in review process on case-by-case basis.
Request for Information (RFI): CONSULTANT will assess and distribute RFI's to
the appropriate representatives for review. RFI's shall be logged and tracked by the
CONSULTANT.
Lump Sum Breakdown: Evaluate Contractors' Schedule of Values for lump sum
items. Review the Contract Price allocations and verify that such allocations are made
in accordance with the requirements of the Contract Documents. Lump Sum
Breakdowns for payment each month will be calculated with detailed data provided by
CONSULTANT.
Monthly Pay Requests: Assist in preparation of monthly requests for payment based
on CONTRACTOR provided documentation, review with the CITY. CITY to approve
and distribute. Utilize CITY -provided format for pay estimates, or CONSULTANT
format, at preference of CITY.
Change Management: CONSULTANT shall develop and track RFQ's, field work
directives, and change orders and provide technical assistance to negotiate changes
and assist in resolution of disputes which may occur during the course of the project.
Change management will be logged and tracked by CONSULTANT.
Task 3 Deliverables:
Hard copies of project documentation generated in the field (tickets, TCS reports, etc.)
Hard copies and Digital copies of all CONSULTANT -generated documentation through
the life of the project (Weekly Statements of Working Days, Progress Payments, Tracking
Logs, etc.)
TASK 4 — FIELD INSPECTION
4.1 Construction Inspection:
The CONSULTANT shall provide the services of one (1) full-time onsite inspector during
construction activities. CONSULTANT staff shall oversee the work on the project site,
and will observe the technical progress of the construction, including providing day-to-
day contact with the Contractor and the CITY.
The CONSULTANT's field inspection staff will perform the following duties as a matter
of their daily activities:
i. Observe technical conduct of the construction, including providing day-to-day
contact with Contractor, CITY, utilities, and other stakeholders, and monitor for
adherence to the Contract Documents. The CONSULTANT's personnel will act
in accordance with Sections 1-05.1 and 1-05.2 of the Standard Specifications.
ii. Inspect material, workmanship, and construction areas for compliance with the
Contract Documents and applicable codes, and notify Contractor of
noncompliance.
iii. Document all material delivered to the job site in accordance with the LAG
Manual & Construction Manual.
iv. Prepare daily inspection reports, recording the Contractor's operations as
actually observed by the CONSULTANT; includes quantities of work placed that
4 of 6
EXHIBIT A-3
day, Contractor's equipment and crews, and other pertinent information. All daily
inspection reports will adhere to VVSDOT Local Agency Guidelines &
Construction Manual.
v. Prepare field records and documents to help assure the Project is administered
in accordance with funding agency requirements. The Contractor will provide
measurement and payment information to the CONSULTANT for development of
monthly pay estimates.
vi. Attend and actively participate in regular weekly construction meetings.
vii. Take periodic digital photographs during the course of construction, and record
locations.
viii. Coordinate with the CITY's traffic operations and maintenance personnel.
ix. Monitor the Contractors temporary traffic control operations for compliance with
the Contract Documents and CITY Standards.
x. Punch List: Upon substantial completion of work, coordinate with the CITY and
affected agencies, to prepare a 'punch list' of items to be completed or corrected.
Coordinate final inspection with those agencies.
Assumptions
• The CONSULTANT will provide observation services for up to 8 hours a day; the
time that the Contractor's personnel are on-site. The Inspector's work schedule will
be approved by the CITY.
The CONSULTANT's monitoring of the Contractors activities is to ascertain whether
or not they are performing the work in accordance with the Contract Documents; in
case of noncompliance, CONSULTANT will reject non -conforming work, and pursue
remedies in the interests of the CITY, as detailed in the Contract Documents. The
CONSULTANT cannot guarantee the Contractor's performance, and it is understood
that CONSULTANT shall assume no responsibility for: proper construction means,
methods, techniques; project site safety, safety precautions or programs; or for the
failure of any other entity to perform its work in accordance with laws, contracts,
regulations, or CITY's expectations.
Substantial Completion: Upon substantial completion of work, the CONSULTANT
will 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. A punch list and Certificate of Substantial Completion will be
prepared by the CONSULTANT and issued by the CITY. Subsequent reviews of
ongoing punch list completion are the responsibility of the CITY and are excluded
from this scope.
Task 4 Deliverables:
• Daily Construction Reports with project photos — submitted on a weekly basis
• Punch List, Certificate of Substantial Completion
5 of 6
EXHIBIT A-3
Task 5 - PROJECT CLOSEOUT
Other than punch list generation (Task 4), closeout efforts are assumed to be
minimal, and specific budget for closeout is not included in this scope.
Task 6 MATERIAL TESTING
PSIPE
Material testing shall be supplied by the CITY or their separately -contracted
subconsultant. Coordination of testing needs shall be done between the
CONSULTANT and CITY, with actual test scheduling handled by the
CONSULTANT.
Plant establishment (PSIPE) support is excluded from this scope.
Management Reserve
No additional budget for expenses beyond the limited scope as provided in this
document. Additional efforts required outside the assumptions identified in the scope
may require a supplement.
ADDITIONAL SERVICES
Additional services requested by the CITY will be performed only when authorized by the CITY.
Authorization to perform additional services will be in writing, specifying the work to be performed,
and basis of payment. Items such as Community Outreach Public Meetings, Ribbon Cutting
Ceremony, claims analysis, surveying, services during shutdown periods of non -working days,
and services for extended working days are examples of possible additional services.
6 of 6
EXHIBIT B-3
PRIME CONSULTANT COST COMPUTATIONS
Client: City of Tukwila
Project: 2022 Overlay Program - Supplement No. 3
Construction Services for Tukwila Parkway Emergency Repairs
KPG Psomas Inc.
25 working days + 1 week startup
DATE: 9/20/2022
TNft
i
Task Dncription
L,ot How' E ' ie
alai Hews and Labor Budget
Evtirnate by Task
V
E I E I
0 L.)
E — —
LU
5 a
Ts t
t
V
g 2
c j
0 0
ts g
2 $
ICI .2
0 0
0
—
._
,—
245 186
158
143
126
101
134
130
How-
Task 1- MANAGEMENT / COORDINATION / ADMNISTRATION
1.1 Management and Administratha Services
735.00
1Project
t2 Prepare, raiewandsubmitmonthIyexpanditures 2
2
490.00
TaTota11 5
0
0 J 0
0
0
0
0 J 5
$ 1,225.00
Task2 - Admkgstrative Services t.q3 to Contractor Notice to Proceed (NTP) (1 Week)
3.1
Administrative Sericas up o ContractorNotic-e to Proceed
4
8
12
1,704.00
3.2
PreCon Photos
3.3
Review plans and Specs
4
8
4
16
2,176.00
3.4
Prepare Hard and Elec-tronic Files
4
4
536.00
3.5
Prepare ROM
8
8
1,072.00
3.6
Prepare PreCon Agenda
4
4
8
$ 1,168.00
3.7
PrepareTemplates
4
4
$ 536.00
3.8
Utility Coordination
4
4
632.00
Task TotaJJ 0
0
16
0
8
0
32
7.824.00
Task 3- Construction Management (CM) and AdrniMstrative Services. NTP to Project Closeout. (5 Weeks)
4.1 'Construction Management Office Support
40
40
80
11,680.00
Task Total
40
1
11,680.00
Task 4- Provide Field Inspection for Each of the Project's Working Days (5 Weeks)
5.1 [Construction Inspection
200
200 1 $ 25,200.00
Tad( Total 0
0
0 0
200
0
0
0
200
25,200.00
Task 5- Project Closeout
6.3 IPretareoocumantationto Deliver to City
Task Total
1
{
-
Task 6- Materials Testing
7.1 ISubcontract with Material Tester
0
Task Total
Task Total
Total Labor Hours and Budget Std3tota 1,225
0
8,848 0
26,208
0
9,648
0 341
45,929.00
Less mused remr_
.
(10,000.00)
Total Budget - Supplement No. 3 Construction Services for Tukwila Parkway
Emergency Repair
$ 35,929.00
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 21-187(b)
Council Approval 6/13/22
CONTRACT FOR SERVICES
Amendment # 2
Between the City of Tukwila and KPG Psomas Inc.
That portion of Contract No. 21-187 between the City of Tukwila and KPG Psomas Inc.
is hereby amended as follows:
Article 2, Scope of Services, shall be amended with the following:
The Consultant agrees to provide the services in accordance with the scope of
work included in the attached Exhibit A (Emergency Repair) and Exhibit B (Overlay
Construction Services).
Article 4, Payment, shall be modified as follows:
An estimated budget for work provided by the consultant is included as Exhibit C and D,
attached hereto, provided that the total amount of payment to the Consultant under this
agreement shall not exceed $450,388.00 (Orig PSA $149,400.00 + Amend 1 for
$35,000.00 + this Amend 2 for $265,988) without express written modification of the
Agreement signed by the City.
All other provisions of the contract shall remain in full force and effect.
Dated this 17th day of June , 20 22
CITY OF TUKWILA CONTRACTOR
HP
Allan Ekberg, Mayor
06/17/2022
Printed Name: Nelson Davis
ATTEST/AUTHENTICATED APPROVED AS TO FORM
Key: OblbSfabeOfbrao5,2,2f593,215ea Key: aec.,15.25,1,1730713570,1,1clarOef6-
Christy O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Reviewed May 2020
Page 1 of 1
EXHIBIT A
City of Tukwila
2022 Tukwila Parkway Emergency Repair
Scope of Work
April 18, 2022
This scope of work is for the restoration of the southeast corner of Tukwila Parkway and
Andover Park W.
The Consultant shall provide survey and develop a basemap for the identified area,
conduct subsurface investigations, prepare preliminary design and bid documents and
provide support during bidding and construction. Anticipated project elements include:
subgrade, pavement, sidewalk and curb ramp assessment and reconstruction, retrofits to
the existing signal system to ensure signal and push button pole stability, and
channelization and signing restoration. The exact limits of repairs will be determined in
the field in collaboration with the City. The assumed restoration limits are shown in the
attached map.
SCOPE OF WORK
TASK 1 — Basemapping and Subsurface Investigation
1.1 The Consultant shall survey the project area in enough detail to ensure that
grading and drainage conditions are restored and that curb ramp and pedestrian
facilities can be reconstructed according to current ADA standards. The Consultant
shall incorporate existing data from past projects in the area (if available).
1.2 Falling Weight Deflectometer (FWD) testing shall be performed to determine the
current subsurface conditions and identify areas of needed repair. The FWD
testing will be performed within the intersection and 100 ft down each leg.
The Consultant shall hire a subcontractor to perform up to three (3) potholes to
assess the subgrade conditions at and around the signal pole foundation.
Based on the results of the potholing and subsurface investigation, the Consultant
will determine if a structural consultation is needed along with the need for
relocation of the existing signal pole.
City of Tukwila
2022 Tukwila Parkway Emergency Pavement Repair Page 1 of 4
KPG Psomas
April 2022
TASK 2 — Design
2.1 Preliminary Design
The Consultant shall prepare 30% plans, cost estimate and a draft design memo
documenting the exploration finding and the restoration needs and limits for City
review and comment.
The plans shall provide sufficient level of detail to clearly identify the required
restoration improvements and limits. Design elements will include roadway and
sidewalk restoration limits and proposed sections. ADA ramp placement and
evaluation of MEF design, channelization and signing restoration, and locations of
signal features including the pedestrian signal pole & pushbuttons, 3 new junctions
boxes and the signal pole (if required).
2.2 Final Design
The Consultant shall prepare 90% plans, specifications and cost estimates. The
Consultant shall address the City's 30% plan comments and develop the 90%
design. Intersection layout and elevations tables will be added, curb ramp details
will be further developed and the signal design will include details and wiring
diagrams. Project specification will be developed using the most recent City of
Tukwila boilerplate, current WSDOT standard specifications and applicable APWA
GSPs. The cost estimate will be updated using current bid prices. The design
memo will be updated accordingly.
The Consultant shall prepare bid documents based on 90% City comments and
finalize the plans, specifications and cost estimate.
Plan sheets for this project are anticipated to be as follows:
o Cover
o Details (2)
o Site Preparation
o Intersection Plan
o Curb ramp details
o Signal plan
o Signal details
Total Sheets = 8
For the initial scoping efforts, it is assumed that the signal pole foundation will not need
to be replaced, and that the extent of work around the signal pole will be restoration and
compaction of subgrade materials. If during the exploration phase, it is determined that
the signal pole foundation requires replacement, additional design efforts will be required.
City of Tukwila
2022 Tukwila Parkway Emergency Pavement Repair Page 2 of 4
KPG Psomas
April 2022
TASK 3 — Bid and Construction Phase Support
3.1 The Consultant shall provide necessary coordination and support as directed by
the City during the bidding and construction phases.
Management Reserve
Management reserve will be used to address additional work for signal design (if necessary)
or other potential unforeseen additions as mutually agreed upon by the City and the
Consultant. No work will be completed without prior written authorization from the City. A fee
estimate will be developed at the time the work is requested.
City of Tukwila
2022 Tukwila Parkway Emergency Pavement Repair Page 3 of 4
KPG Psomas
April 2022
PROJECT LOCATION MAP:
City of Tukwila
2022 Tukwila Parkway Emergency Pavement Repair Page 4 of 4
KPG Psomas
April 2022
EXHIBIT B
Construction Management Services
Scope of Work
May 2022
City of Tukwila
2022 Overlay Program
City Project Number: 80010401
KPG Project Number: 21148
KPG Psomas (Consultant) will provide construction management services for the construction contract to
complete the City of Tukwila 2022 Overlay Program project. The proposed work includes:
Site 1: Adjacent paving sites along Orillia Rd S, S 140th St, S 1415` St, S 142nd St, and 37th Ave S.
Site 2: Intersection of S 144th St & 46th Ave S
A detailed scope for the Contract follows:
I. INTRODUCTION
The following scope of services and associated costs are based upon the assumptions outlined below.
General Assumptions:
• The level of service and fee is based on project duration of 60 working days.
• The proposed project team will include a part time Project Manager (0.5 hours a week) part time
Resident Engineer (20 hours a week), one full time Construction Inspector (45 hours a week), a
part time Documentation Specialist (20 hours a week), and one part time Project Engineer from
KPG Psomas's design team to review submittals and interpret Contractor inquiries, as needed (30
total hours). The team also includes a sub -consultant to provide services for materials testing and
construction site observation to satisfy Tukwila Municipal Codes for work within certain soil
classifications.
• City will review and execute the insurance, bonds, and the Construction Contract.
• Consultant will coordinate during audits or traffic control operations related to project impacts and
help the City to complete any other required correspondence with outside agencies.
• The City will work with the Contractor to conduct all community outreach in relation to phasing
and direct impacts due to construction. The City's Contractor shall be responsible for the
communication to the community on schedule and work activities.
• KPG design engineers will be available during construction to answer questions and review
RAM's, shop drawings, and answer RFI's.
City of Tukwila
2022 Overlay Program
Construction Management Services
Page 1 of 8
KPG Psomas Inc.
KPG Project Number 21148
May 2022
EXHIBIT B
• Consultant services will be performed in accordance with the WSDOT Construction Manual,
Contract plans & special provisions, and City of Tukwila engineering standards.
• The franchise Utilities will provide field inspection for all work surrounding the construction or
relocation of their utility systems if necessary.
• Coordination of construction with franchise utilities, if any, will be done by City Contractor.
Consultant will help facilitate coordination between utilities and Contractor as needed or requested
by City.
II. SCOPE OF WORK
The objective and purpose of this Construction Management Services Agreement is for the Consultant to
successfully deliver the construction of the Project to the City by ensuring that the improvements are
constructed in accordance with the approved Plans and Specifications, as may be amended or revised, that
all of the required Project documentation is accounted for, and ultimately that the City of Tukwila receives
a successful review by any outside agency including state audits at the end of the Project.
TASK 1— MANAGEMENT / COORDINATION /ADMINISTRATION
Provide overall project management, coordination with 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 and CM team scope activities. Prepare and submit monthly project
progress reports to the City along with invoices describing CM services provided each month.
Prepare and submit reporting required by funding source(s), if any.
Deliverables:
• Monthly invoices and progress reports
TASK 2 — PRECONSTRUCTION SERVICES
2.1 Assist City with Award Process: Review bid tabs for unbalanced items, inspect bid package for
completeness, conduct reference and debarment checks through SAM system, and recommend
award of lowest responsive bidder.
2.2 Administrative Services up to Contractor Notice to Proceed (NTP): KPG Psomas will provide
support startup of the project with any miscellaneous administrative needs as further detailed
below:
a. Preconstruction (PreCon) Photos: KPG Psomas staff shall collect and log a
comprehensive set of precon photos, prior to City Contractor mobilizing to the site, for the
purpose of documenting pre-existing site conditions. These shall be delivered to the City
in digital form as part of the final project files.
b. Review Plans and Specs: KPG Psomas staff shall familiarize themselves with all plans,
specs, and City standards that will be incorporated into this project, in order to familiarize
themselves with project limits, elements of work to be performed, measurement and
payment, and other project -specific considerations, prior to the first working day.
City of Tukwila KPG Psomas Inc.
2022 Overlay Program KPG Project Number 21148
Construction Management Services Page 2 of 8 May 2022
EXHIBIT B
c. Prepare Hard and Electronic Files: The Consultant will prepare all electronic and hard
copy files in preparation for the project. SharePoint will not be utilized on this contract.
d. Prepare Record of Materials (ROM): Consultant shall modify WSDOT-provided ROM,
to algin with LAG manual exceptions and to improve ease of use by all project parties. In
the absence of a WSDOT-provided ROM, KPG Psomas can generate a ROM from scratch,
however creation of a complete project ROM is outside the scope of the current budget and
may require a supplement.
e. Preconstruction Conference: KPG Psomas will prepare an agenda for, distribute notices
of, and conduct a preconstruction conference in the City's offices or via an on-line platform
of the City's choice. The Consultant's team will attend the preconstruction conference.
Pertinent City staff and private utilities will also be present at this meeting. KPG Psomas
will prepare a written record of the meeting and distribute copies of the minutes to all
attendees and affected agencies, staff, etc.
At the Preconstruction conference, the Consultant shall help facilitate discussions with the
Contractor concerning the plans, specifications, schedules, pay estimate timelines and
cutoff dates, issues with utilities, any unusual conditions, State and local requirements and
any other items that will result in better project understanding among the parties involved.
f. Prepare Templates: KPG Psomas will pre -populate all electronic forms, either
Consultant or City provided, in preparation for contract administration. This includes pay
estimate templates, weekly working days statements, inspector daily reports, change
management tracking templates, etc.
g -
Utility Coordination: Consultant will assist with external and internal communications
regarding utility coordination required for successful completion of the project, including
utility relocations, required service interruptions, etc.
Deliverables:
• Preconstruction conference meeting minutes
• Pre -construction Photos
TASK 3 — CONSTRUCTION SERVICES - FIELD
3.1 Construction Observation: The Consultant will provide one (1) inspector during construction
activities and other tasks necessary to monitor the progress of the work. The Inspector will ensure
that the daily inspection reports and working days reporting are completed in a timely manner and
contain sufficient information to assess whether the work is being conducted in compliance with
the Contract Documents per City, WSDOT,. Consultant will make IDR's available to the City by
Friday of the same work week upon request.
The Inspector may perform the following duties as a matter of his daily activities:
Observe technical conduct of the construction, including providing day-to-day contact with
construction contractor, City, utilities, and other stakeholders, and monitor for adherence
to the Contract Documents. The Consultant's personnel will act in accordance with
Sections 1-05.1 and 1-05.2 of the WSDOT Standard Specifications.
City of Tukwila
2022 Overlay Program
Construction Management Services
Page 3 of 8
KPG Psomas Inc.
KPG Project Number 21148
May 2022
EXHIBIT B
ii. Observe material, workmanship, and construction areas for compliance with the Contract
Documents and applicable codes, and notify construction contractor of noncompliance.
Advise the City of any non -conforming work observed.
iii. Document all material delivered to the job site in accordance with the Contract Documents.
iv. Prepare daily inspection reports, recording the construction contractor's operations as
actually observed by the Consultant; includes quantities of work placed that day,
contractor's equipment and crews, and other pertinent information.
v. Interpret Contract Documents in coordination with the City, Contractor, and KPG.
vi. Resolve questions which may arise as to the quality and acceptability of material furnished,
work performed, and rate of progress of work performed by the construction contractor.
vii. Support the Contractor's communication and responsibilities to answer questions from
property owners and the general public as needed.
viii. Monitor compliance of approved permits per the project specifications, if applicable.
ix. Prepare field records and documents to ensure the Project is administered in accordance
with the plans and specifications.
x. Collect and calculate delivery tickets and scaleman's daily reports of aggregate. All tickets
will be initialed with correct bid item and stationing identified (Construction Manual 10-
2).
xi. Attend and actively participate in regular on-site weekly construction meetings.
xii. Take digital photographs during the course of construction, and record locations.
Assumptions:
• Consultant will provide observation services for the days/hours that the contractor's personnel are
on-site.
• Assumption is Client's Contractor shall work normal 40 -hour work weeks. For this project the
"normal" work week may occur at night. KPG Psomas does not differentiate day shift from night
shift. However, if the City's Contractor works a double shift (both day and night) within a single
24-hour period this will constitute two working days. Consultant's hours for inspection are based
on one shift for number of working days allowed per Contract.
• Assumption is if Contractor is working at multiple sites within the City of Tukwila, the Consultant
will split their time at the multiple locations and prioritize what location to be at for observation.
• The Consultant's monitoring of the construction contractor's activities is to ascertain whether they
are performing the work in accordance with the Contract Documents; in case of noncompliance,
Consultant will reject non -conforming work, and pursue the other remedies in the interests of the
client, as detailed in the Contract Documents.
3.2 Material Testing — Coordination & Tracking: The inspector shall coordinate with the Contractor
and the material testing firm to schedule testing of materials in the field to ensure they meet
specifications per contract requirements. The cost for this effort is included in Task 3.1.
City of Tukwila
2022 Overlay Program
Construction Management Services
Page 4 of 8
KPG Psomas Inc.
KPG Project Number 21148
May 2022
EXHIBIT B
3.3 Construction Inspection Nights: Consultant shall support nighttime shifts with onsite
observation, as required to match Contractor's schedule. An assumed 10 night shifts at 12 -hours
each is included in the budget.
Deliverables:
• Daily Construction Reports with project photos.
• Field Note Records for all field -measurable pay items.
• Review material test reports for compliance.
TASK 4 — CONSTRUCTION SERVICES — OFFICE
4.1 Construction Management Office Support: Original documentation will be housed at the
Consultant's office and filed in accordance with standard filing protocol. Document Control will
consist of the following:
a. Project Coordination: Liaison with City, construction Contractor, engineer, utilities and
property owners on a regular basis to discuss project issues and status.
b. Plan Interpretations: Provide technical interpretations of the drawings, specifications,
and Contract Documents, and evaluate requested deviations from the approved design or
specifications. Coordinate with City for resolution of issues involving scope, schedule,
and/or budget changes.
c. Submittals: Consultant shall take lead on submittal reviews/ approvals. Consultant shall
coordinate review process for shop drawings, samples, traffic control plans, test reports,
and other submittals from the Contractor for compliance with the contract documents.
Submittals shall be logged and tracked by Consultant.
d. Requests for Information (RFI): Consultant shall review and respond to RFI's. RFI's
shall be logged and tracked by Consultant.
e. Weekly Meetings: Consultant will lead weekly meetings. Consultant will prepare agenda
for City review and distribute meeting minutes to attendees. Outstanding issues to be
tracked on a weekly basis. Weekly Statement of Working Days will be reviewed/accepted
by Contractor during the Weekly Meeting.
f. Change Orders: The Consultant will develop change orders and the Consultant will
provide technical assistance to negotiate change orders, and assist in resolution of disputes
which may occur during the course of the project. The City will approve all change orders
before being fully executed. Each change order will be executed in accordance with
WSDOT Standard Specifications.
g -
Field Work Directives: The Consultant will prepare field work directives as necessary to
keep the Contractor on schedule.
h. Force Account: The Consultant will track Contractor force account labor, equipment and
materials. All force account calculations will be verified by the City and double checked
by the Consultant. The City shall have final authority to approve any Force Account work
prior to agreement with the Contractor.
City of Tukwila
2022 Overlay Program
Construction Management Services
Page 5 of 8
KPG Psomas Inc.
KPG Project Number 21148
May 2022
J -
EXHIBIT B
Schedule Review: Consultant shall perform review of initial Contractor provided CPM
for conformance with the Contract Documents. Any discrepancies, conflicts or
unreasonable work durations will be brought to the attention of the Contactor and City.
Consultant will provide one (1) intermediate review of Contractor's updated schedule and
compare with field -observed progress and duration of the project.
Lump Sum Breakdown: Consultant shall evaluate construction Contractors' Schedule of
Values for lump sum items. Review the Contract Price allocations and verify that such
allocations are made in accordance with the requirements of the Contract Documents.
Lump Sum Breakdowns for payment each month will be calculated.
k. Monthly Pay Requests: Consultant shall prepare monthly requests for Contractor
payment based on field note records prepared by Consultant field inspector in accordance
with contract documents.
1. Weekly Statement of Working Days: Consultant shall prepare, and issue weekly
statement of working day report each week to the Contractor and City for review and
approval. Weekly statement of working days will be based on field inspection reports
provided by Consultant.
m. Subcontractor Documentation: Process / approve all required subcontractor
documentation. Request to Sublets will be verified and logged. This includes checking
System Award Management System (SAMS), verifying business licensing, reviewing
insurance documentation, verifying city business licensing, Intent to Pay Prevailing Wage
and Affidavit of Wages Paid. All subcontractor documentation will be logged into KPG's
subcontractor logs.
4.2 Certified Payroll: The Consultant will process and check the Contractor and Subcontractor's
certified payroll per State Prevailing Wage Requirements. Tracking of payroll shall consist of
recording each payroll received from the Prime and Subcontractors and checking pay rates against
Contract requirements. Any discrepancies will be brought to the Contractor and City.
Deliverables:
• Approved Submittals and Submittal log
• Responded RFIs and RFI Log
• Weekly Meeting minutes
• Fully -executed Change Orders and Field Work Directives, with Change Management Log
• Force Account Documentation and Tracking Log
• Fully -executed Monthly Progress Payments
• Subcontractor Packets
• Weekly Statements of Working Days
• Certified Payroll Tracking Log (hard copy binder not included)
• Contractor -generated As-builts, if required by Contract
City of Tukwila
2022 Overlay Program
Construction Management Services
Page 6 of 8
KPG Psomas Inc.
KPG Project Number 21148
May 2022
EXHIBIT B
• All other project documentation generated during the course of project construction duration.
TASK 5 — PROJECT CLOSEOUT
5.1 Closeout Office Support: Consultant shall assist with generation of closeout documentation and
pursuit of successful project final completion, as detailed below:
a. Substantial Completion Letter: Following full and unrestricted use of the project status
being obtained by the Contractor and agreed to by the City, Consultant shall draft
Substantial Completion Letter on City letterhead, for issuance to Contractor.
b. Physical Completion Letter: Following completion of all punch list work verified by the
Consultant and any stakeholders required the Consultant shall prepare physical completion
letter to the Contractor and the City shall issue the final contract voucher.
c. Final Pay Estimate: Consultant shall prepare final payment estimate, along with any final
quantity adjustments needed to existing bid items, for issuance to Contractor, in
conjunction with the final contract voucher, issued by the City.
5.2 Closeout Inspection and Punchlist: Consultant shall assist in a punchlist walkthrough with
Contractor, City staff, and any other necessary agencies for the purposes of developing a final
project punchlist. The Consultant shall assemble walkthrough comments and provide the
preliminary list to the City for concurrence, prior to issuing the list to the Contractor. On notification
of completion of the punchlist, Consultant shall perform a final walkthrough to confirm satisfactory
completion of all items on the list and shall note any remaining discrepancies. Subsequent project
walkthroughs are beyond the scope of this agreement, but will be accommodated should the request
be made by the City, and sufficient remaining budget allows.
5.3 Certified Payroll Closeout: Consultant shall attempt to ensure that all certified payrolls and
affidavits of wages paid are current and complete at the time of project physical completion. This
will include regular checks of the L&I portal and frequent reminders to the Contractor to provide
any missing information in a timely manner. As the task of gathering the final documentation from
Contractors and their Subcontractors can sometimes be an extended process, outside the control of
the City or Consultant, after 8 weeks post -physical completion, the Consultant shall perform a final
status update of the CP tracking log, along with memos to file of any missing documentation, and
shall hand off the remaining verification process to the Client.
5.4 Prepare Documentation to Deliver to City: Consultant shall perform QA/QC on all project
documentation deliverables as outlined in Task 4.1, as well as any documentation generated in the
course of completion of Task 5, and shall transfer all project documents to the City for permanent
storage.
• Substantial Completion Letter
• Physical Completion Letter
• Final Payment Invoice
• Project Punchlist
• Final Project Documents
City of Tukwila
2022 Overlay Program
Construction Management Services
Page 7 of 8
KPG Psomas Inc.
KPG Project Number 21148
May 2022
EXHIBIT B
TASK 7 — SUBCONSULTANTS
7.1 Material Testing: A third party subconsultant will be retained by KPG Psomas to provide material
testing and construction observation services. All testing will be done in accordance with LAG Manual
and WSDOT Construction Manual, or at a desired frequency as -directed by the City's project manager.
TASK 8 — ADDITIONAL SERVICES
8.1 Management Reserve: Additional services requested by the City will be performed only when
authorized by the City. Authorization to perform additional services will be in writing, specifying the
work to be performed, and basis of payment. Items such as Community Outreach (except as completed
on a day-to-day basis by the inspector and resident engineer as described in task 3.1 — vii), Public
Meetings, Ribbon Cutting Ceremony, claims analysis, surveying, services during shutdown periods of
non -working days, and services for extended working days are examples of possible additional services.
This fee is based 40 working day contract, with 10 additional reduced -effort days for startup and 20
additional reduced -effort days for closeout, for a total of 70 days / 14 weeks, 8 -hour days, additional
extension of days will be approximately $1,080.00 per day for one person. (8 hours x $135.00 =
$1,080.00)
City of Tukwila
2022 Overlay Program
Construction Management Services
Page 8 of 8
KPG Psomas Inc.
KPG Project Number 21148
May 2022
EXHIBIT C
PRIME CONSULTANT COST COMPUTATIONS
City of Tukwila
Tukwila Parkway Emergency Repair
April 2022
Task
No.
Task Description
Labor Hour Estimate
Total Hours and Labor Fee
Estimate by Task
Engineer
Manager
9
Senior
Engineer
9
Project
Engineer 11
9
Design
Engineer
9
Survey Crew I
(W/Equip)
( q p)
Project
Surveyor
Y
Senior CAD
Technician
Senior Admin
260
213
155
132
249
164
134
112
Hours
Fee
Task 1- Basemapping and Subsurface Investigation
1.1
Survey and Basemapping
2
1
4
8
8
8
31
$5,713.00
1.2
Subsurface Investigation (see Reimburseables Below)
6
4
10
$1,458.00
Task 2- Design
2.1
Preliminary Design
2
4
24
32
2
64
$9,540.00
2.2
Final Design
4
8
48
48
16
2
126
$18,888.00
Task 3- Bid and Construction Phase Support
3.1 Coordination and Construction support
2
4
20
4
30
$5,000.00
Total Labor Hours and Fee
10
17
102
96
8
8
16
4
261
$40,599.00
Management Reserve
$5,000.00
Reimbursable Direct Non -Salary Costs
Subconsultant Budget (HWA Geosciences)
$ 13,000.00
Additional Geotechnical Allowance
$ 3,000.00
Pothole Allowance
$ 5,000.00
Total Reimbursable Expense
$ 21,000.00
Total Estimated Budget
$ 66,599.00
FEE ESTIMATE
4/18/2022
EXHIBIT D
PRIME CONSULTANT COST COMPUTATIONS
Client: City of Tukwila
Proj ect: 2022 Small Drainage Program CM Services
KPG Psomas Inc. PROJECT NUMBER: 21148
40 working days + 2 week startup and 4 weeks closeout
DATE: 5/13/2020
Task No.
Task Description
Labor Hour Estimate
Total Hours and Labor Fee
Estimate by Task
Project
Engineer 11
Senior
Construction
Manager
Resident
Engineer
Senior
Construction
Observer
Construction
Observer III
Construction
Observer II
Construction
Observer 1
Document
Control
Specialist
Senior Admin
Office Admin
Office
Assistant
172
245
142
212
143
126
101
134
130
98
82
Hours
Fee
Task 1 - MANAGEMENT / COORDINATION / ADMINISTRATION
1.1
Project Management and Administrative Services
10
10
20
$ 3,750.00
1.2
Prepare, review and submit monthly expenditures
3
3
6
$ 1,125.00
Task Total
0
13
0
0
0
0
0
0
13
0
0
26
$ 4,875.00
Task 2 - Assist City with the Award Process
2.1
Assist City with Award Process
8
8
$ 1,072.00
2.3
Administrative Services up to Contractor Notice to Proceed
2
34
20
42
98
$ 13,466.00
Task Total
0
2
34
0
0
20
0
50
0
0
0
106
$ 14,538.00
Task 3 - Construction Services - Field. NTP to Project Closeout. (8 Weeks)
5.1
Const. Inspection (9 hrs/day for inspection & reports - 40 days)
450
450
$ 56,700.00
5.2
Weekly Construction Meetings
0
$ -
5.3
Construction Inspection Nights (12 hours a night - 10 Nights)
120
120
$ 15,120.00
Task Total
0
0
0
0
0
570
0
0
0
0
0
570
$ 71,820.00
Task 4 - Construction Services - Office (8 Weeks)
4.1
Construction Management Office Support
30
240
220
490
$ 68,720.00
4.2
Certified Payroll Reviews and Tracking
20
20
$ 2,680.00
Task Total
30
0
240
0
0
0
0
240
0
0
0
510
$ 71,400.00
Task 5 - Project Closeout (4 Weeks)
5.1
Closeout Office Support
40
30
70
$ 9,700.00
5.2
Closeout Inspection and Punchlist
16
16
$ 2,016.00
5.3
Certified Payroll Closeout
15
$ 2,010.00
5.4
Prepare Documentation to Deliver to City
35
35
$ 4,690.00
Task Total
0
0
40
0
0
16
0
80
0
0
0
121
$ 18,416.00
Task 7 - Materials Testing
7.1 Subcontract with Material Tester (LS Estimate)
0
$ 9,500.00
Task Total
0
0
0
0
0
0
0
0
0
0
0
0
$ 9,500.00
Task 8 - Management Reserve
8.1 'Upon City Authorization Only
20
20
20
60
$ 8,040.00
Task Total
0
0
20
0
0
20
0
20
0
0
0
60
$ 8,040.00
Total Labor Hours and Fee
5,160
3,675
47,428
0
0
78,876
0
52,260
1,690
0
0
1,393
$ 198,589.00
Reimbursable Direct Non -Salary Costs
Mileage at current IRS rate
$ 800.00
Reproduction Allowance
$ -
Total Reimbursable Expense
$ 800.00
Total Estimated Budget
$ 199,389.00
140
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 21-187 (a)
Council Approval N/A
CONTRACT FOR SERVICES
Amendment # 1
Between the City of Tukwila and KPG Psomas Inc.
That portion of Contract No. 21-187 between the City of Tukwila and KPG Psomas
Inc. (frmly KPG, P.S.) is hereby amended as follows:
Section 2 Scope of Services shall be amended with the following:
The Consultant agrees to provide City wide ADA design in accordance with the scope of
work included as Exhibit A.
Section 4 Payment shall be modified as follows:
An estimated budget for work provided by Consultant is included as Exhibit B-1, provided
that the total amount of payment to the consultant under this agreement shall not exceed
$184,400.00 (Orig PSA $149,400.00 + this Amend 1 for $35,000.00) without express
written modification of the Agreement signed by the City.
All other provisions of the contract shall remain in full force and effect.
Dated this 22 day of February , 2022
CITY OF TUKWILA CONTRACTOR
e,mmetl via .m,a==Doc= com
HP
Allan Ekberg, Mayor 03/09/2022
Printed Name: Nandez Miller, Vice President
ATTEST/AUTHENTICATED APPROVED AS TO FORM
Ch C3/M1
Christy O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Reviewed May 2020
Page 1 of 1
EXHIBIT A
City of Tukwila
2022 Overlay Program
Supplement 1: City wide ADA design
Scope of Work
February 1, 2022
The Consultant shall perform design services for various pedestrian facilities throughout
the City of Tukwila. The sites selected by the City and Consultant shall be incorporated
into the Tukwila Annual Overlay Program Construction Documents.
TASK 1 — Final Design
1.1 The Consultant shall prepare Final Plans for up to ten locations throughout the
City. The proposed improvements including the following:
• Plans shall be prepared with such provisions in such detail as to permit field
layout and construction within a degree of accuracy acceptable to the City and
per industry standards.
• Typical sections and details will be prepared for items not available as standard
details from the City, State, or WSDOT standard drawings.
• Plans will identify curb ramp replacement limits and pedestrian push button
modifications in accordance with ADA requirements.
• The plans shall illustrate complete details of construction of the proposed
improvements including limits of construction and removals, utility adjustments,
surfacing depths and details, and applicable channelization and signing for the
segments selected for final design.
• Plans and specifications will include required criteria for traffic control plans and
pedestrian traffic control during construction. Criteria will be developed in
collaboration with the City.
• The Consultant shall perform site walkthroughs with the City maintenance staff
to determine extent of roadway improvements / resurfacing (Estimate 2
meetings) and to prioritize candidate streets within the available budget.
Deliverables
• Final Plans for up to ten pedestrian improvement sites
City of Tukwila
2022 Overlay Program
SUPPLEMENT 1
Page 1 of 2
KPG Psomas Inc.
February 2022
Budget
• $35,000.00
City of Tukwila
2022 Overlay Program
Exhibit B-1
SUPPLEMENT 1
Page 2 of 2
KPG Psomas Inc.
February 2022
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: Americans with Disabilities Act (ADA) Improvements Project No. 91510405
DESCRIPTION: Construct ADA compliant upgrades to City infrastructure in conjunction with a City developed plan.
JUSTIFICATION: The enforcement of ADA laws and standards was delayed pending legal challenges and studies. Recent
court rulings now mandate ADA compliance. The City must provide upgrades with most construction projects.
STATUS: Provide annual funding to construct improvements as necessary. Began the ADA Transition Plan in 2016 with
adoption in 2017. The goal is to resolve ADA compliance issues within a reasonable time period.
MAINT. IMPACT: Negligible.
COMMENT: Project will be ongoing until City facilities and infrastructure meet ADA requirements. This will also
include ADA compliance by utilities and private development.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Design
231
5
5
5
5
5
5
5
266
Land (RMI)
0
Const. Mgmt.
25
5
5
5
5
5
5
5
60
Construction
103
25
25
40
40
40
40
40
353
TOTAL EXPENSES
359
0
35
35
50
50
50
50
50
679
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Traffic Impact Fees
0
City Oper. Revenue
359
0
35
35
50
50
50
50
50
679
TOTAL SOURCES
359
0
35
35
50
50
50
50
50
679
2021 - 2026 Capital Improvement Program
14
HIllov000Ll
1010
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number: 21-187
Council Approval 12/6/21
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional services)
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and KPG, P.S., 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 titled 2022 Overlay Program.
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, 2022, unless
sooner terminated under the provisions hereinafter specified. Work under this Agreement
shall commence upon written notice by the City to the Consultant to proceed. The
Consultant shall perform all services and provide all work product required pursuant to this
Agreement no later than December 31, 2022 unless an extension of such time is granted in
writing by the City.
4. Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall
not exceed $149,400.00 without express written modification of the Agreement signed
by the City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be
made to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will
be made promptly upon its ascertainment and verification by the City after the
completion of the work under this Agreement and its acceptance by the City.
D. Payment as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary
to complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7 Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the
Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the
purposes of this indemnification. This waiver has been mutually negotiated by the parties.
The provisions of this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non-owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a
substitute form providing equivalent liability coverage. If necessary, the policy
shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop-gap independent contractors
and personal injury and advertising injury. The City shall be named as an
additional insured under the Consultant's Commercial General Liability insurance
policy with respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO endorsement form CG 20 26.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised May 2020
Page 2
4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the Public Entity shall be insured for
the full available limits of Commercial General and Excess or Umbrella liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract or whether any certificate of
insurance furnished to the Public Entity evidences limits of liability lower than those
maintained by the Contractor.
C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self-insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
E. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Contractor
before commencement of the work. Upon request by the City, the Consultant shall
furnish certified copies of all required insurance policies, including endorsements,
required in this Agreement and evidence of all subcontractors' coverage.
F. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds
due the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent
upon or resulting from the award or making of this contract. For breach or violation of this
warrant, the City shall have the right to annul this contract without liability, or in its discretion
to deduct from the contract price or consideration, or otherwise recover, the full amount of
such fee, commission, percentage, brokerage fee, gift, or contingent fee.
CA revised May 2020
Page 3
11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin,
age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation,
the presence of any disability, or any other protected class status under state or federal law,
in the selection and retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in
any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive termination
of this Agreement.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
3131 Elliot Avenue Suite 400
Seattle, WA 98121
Entire Agreement; Modification. This Agreement, together with attachments or addenda,
18. represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
CA revised May 2020
Page 4
DATED this 22nd day of December , 2021.
CITY OF TUKWILA
HP
Allan Ekberg, Mayor 12/22/2021
CONSULTANT
By: c1
Printed Name: Bryce Corrigan
Title: Project Manager
Attest/Authenticated: Approved as to Form:
Key: eJfKceaSKI,JeeKlf,bae,661,702,1Ka
Ke}: ,11.2,11,,lacKlYberK,EDIDKJ,57,KlaY
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised May 2020
Page 5
EXHIBIT A
City of Tukwila
2022 Overlay Program
Scope of Work
November 9, 2022
The Consultant shall prepare final Plans, Specifications and Estimates for the 2022
Overlay Program. Specific projects will be determined from the following list of tasks
below. It is anticipated between five and eight sites will be included in the final Plans
Specifications, and Estimates.
The 2022 Overlay Program will be bid as a single bid package as budget allows.
Projects may be re -prioritized or deferred to a future overlay program based on
available budget and other considerations. Detailed estimates will be prepared at the
30% design to verify the final project list to be included in the 2022 Overlay Program.
The Consultant shall utilize the data collection and analysis provided by Infrastructure
Management Service (IMS) to identify additional roadway segments to be included in
the design and construction of the 2022 Overlay Program.
The City of Tukwila may require other services of the consultant. These services could
include additional design, right of way, environmental documentation, construction phase
services, or other work tasks not included in the scope of work. At the time these services
are required, the Consultant will provide the City with a detailed scope of work and an
hour and fee estimate. The Consultant will not proceed with the work until the City has
authorized the work and issued a Notice to Proceed.
Assumptions for the 2022 Overlay Program Bid Package
• Roadway and utility casting mapping will be based on aerial photography, GIS,
and field reviews by the Consultant. Topographic field survey may be required
for ADA ramp improvements and will be performed by the Consultant as
required.
• Typically, only surface utilities requiring adjustment to grade will be shown.
• No utility upgrades are anticipated in the project design.
• It is assumed there will be approximately thirty (30) plan sheets at 1"=20' scale
full size (22" X 34"), 1"=40' at reduced scale (11" X 17").
• Drainage & Water Quality Reports will not be required.
City of Tukwila KPG, PS
2022 Overlay Program Page 1 of 4 November 2022
• Environmental Documentation will not be required.
• Consultant shall not be responsible for printing and supplying City or Contractor
with hard copies of plans and specifications at interim submittals or contract
award.
Deliverables
• Meeting notes during during selection process
• 50% review submittal with Plans and Estimate (electronic copies)
• 90% review submittal with Plans, Specifications, and Estimate (electronic
copies)
• Routing of 50% and 90% Plans to utilities for review and comment.
• Bid Documents and Engineer's Estimate for 2022 Overlay Program.
• Coordinate upload of Plans and Specifications to Builders Exchange.
• Bid Analysis and recommendation for award.
• Preconstruction Meeting Attendance.
SCOPE OF WORK
TASK 1 — Project Management
1.1 The Consultant shall provide continuous project management and administration for
the duration of the Project. (Estimate 6 months).
• Hold project coordination meetings with the City to update progress and
review submittals. Assume (6) meetings.
• The Consultant shall provide monthly status reports and billings.
• The Consultant shall provide independent QA/QC reviews by senior in-
house staff of all deliverables prior to submittal to the City.
TASK 2 — Roadway Segment Selection
2.1 The Consultant shall update the IMS EZStreet Analysis spreadsheet and provide a
preliminary list of roadway segments to be considered by the City. The list will include
up to twelve roadway segments. The Consultant and the City will meet to discuss the
feasibility of the roadway segments and provide direction for which segments shall
proceed to to Task 3.
Deliverables
• Meeting notes during during selection process.
• Selection of Ten roadway segments
City of Tukwila KPG, PS
2022 Overlay Program Page 2 of 4 November 2022
TASK 3 — Preliminary Design
3.1 The Consultant shall prepare base maps for up to ten roadway segments identified in
Task 2. The basemaps shall be created utilizing field measurements, available record
drawings, and/or ortho-photography. Topographic survey will be utilized only at ADA
ramp locations where field conditions require it to meet ADA compliance.
3.2The Consultant shall prepare 30% Plans for up to ten roadway segments selected in
Task 2.
3.3The Consultant shall calculate quantities and prepare a Preliminary Engineers
Estimate of Probable Construction Cost for the 30% Plans. Up to eight roadway
segments will be prioritized in collaboration with the City following the Preliminary
Design Deliverables of Task 3 to determine final project segments for Task 4.
3.4The Consultant shall distribute 30% review submittals to franchise utility owners for
adjustments within the Project limits.
Deliverables
• 30% Plans for up to ten roadway segments
• 30% Cost Estimate
• Selection of up to eight segments
TASK 4 — Final Design
4.1 The Consultant shall prepare 90%, and Final Plans for up to eight roadway segments
selected in Task 3. The proposed improvements including the following:
• Plans shall be prepared with such provisions in such detail as to permit field
layout and construction within a degree of accuracy acceptable to the City and
per industry standards.
• Typical sections and details will be prepared for items not available as standard
details from the City, State, or WSDOT standard drawings.
• Plans will identify curb ramp replacement limits and pedestrian push button
modifications in accordance with ADA requirements.
• The plans shall illustrate complete details of construction of the proposed
improvements including limits of construction and removals, utility adjustments,
surfacing depths and details, and applicable channelization and signing for the
segments selected for final design.
City of Tukwila KPG, PS
2022 Overlay Program Page 3 of 4 November 2022
• Plans and specifications will include required criteria for traffic control plans and
pedestrian traffic control during construction. Criteria will be developed in
collaboration with the City.
• The Consultant shall perform site walkthroughs with the City maintenance staff
to determine extent of roadway improvements / resurfacing (Estimate 2
meetings) and to prioritize candidate streets within the available budget.
• Pavement sections will be determined through consultation with the City's
maintenance staff and previous experience. No geotechnical investigations
are anticipated.
4.2The Consultant shall calculate quantities and prepare Engineers Estimate of Probable
Construction Cost for each review submittal and the Bid Documents.
4.3The Consultant shall prepare the Contract Specification per 2022 WSDOT Standard
Specifications for the 90% Review Submittal and the Bid Documents.
4.4The Consultant shall distribute 90% review submittals to franchise utility owners for
adjustments within the Project limits.
Deliverables
• 90% & Final Plans for up to eight roadway segments
• 90% & Final Cost Estimate
• 90% & Final Contract documents including Project Special Provisions
TASK 5 — Bid Period Services
5.1 The Consultant shall assist the City with Project Advertisement and Award by
uploading plans and specifications to bxwa.com, preparing addenda, bid tabulation,
and recommendation for award.
City of Tukwila KPG, PS
2022 Overlay Program Page 4 of 4 November 2022
Total Hours and Labor Fee
Estimate by Task
Task 1 Project Management
$ 5,820.00
$ 5,820.00
Task 2 Roadway Segment Selection
$ 8,088.00
$ 8,088.00
Task 3 Preliminary Design
0 0
0 0
V N
CP 'Z.:,
Ts V
CA
$ 8,976.00
$ 3,064.00
0
0
06
0
u)
1.0
Task 4 Final Design
$ 38,260.00
$ 16,704.00
$ 16,000.00
$ 4,288.00
$ 75,252.00
Task 5 Bid Period Services
$ 4,440.00
$ 4,440.00
�',..
Q
.
Oi
Reimbursable Direct Non -Salary Costs
$ 500.00
$ 500.00
o '..
,, O
CO] M
GO V
N
N
up
N")
CO
LO
Mileage at current IRS rate
Total Reimbursable Expense
Total Estimated Budget',
�.
SSS.
V V
GO 0
,1
N
r N
CV
N N
r
T
O
LI ISiSV
a3WO
o!...
O
O
0
0
6
0
ulwpy a31 O
0
0
0
0
a
0 0
0
ulwpv iolua$
0
r% !
o
0
0
00
00
u i luGaal
avo
N
0
V
0
0
urs lu pej
avo aolua$
ra',
o
0
,'r
0
a
0
0
cF'
lusissy
Bum aulbu3
O'-
w
O O
O
N
O O
N
O
m
r'
4>S
ay
uPI lupyayo..
T-
o
0
0 0
N co
0 00
0 0
O N
00
00
m
0
05
o
0
x
L'
.0
.1 1.1I 1.13
ubisaQ
CO
O
o o
N O
v
N O
N
c o
CO V
o
N CO
'D
V_
O O
'.
O
0
Iaaaulbtag
afoad
0
0
0
v v
N N
O V
0,,,,0—
O 0
II aaaubu3
afSSad
O
o 0
V v
Rig,....
NNOO
o
t0
o
——
c
N
O
0
aeauluu3
}ya(Oad Jpolua$
os
n
O
O
O
O0
V ..°
N
V
N
ea
v)
aoaulryrug
.SSIue$
O''.
00
co
co
v
N
0
Sb,
cfl
aa( Ell@w0
buieaulbu3
0
O m
0
v v
v
v v
o
Idl uud
N
0
0
0
o
p
Task Description
1.1 (Project Management
Task Total
2.1 (Segment Selection
Prepare 30% Basemap
Prepare 30% Plans
Preapare 30% Cost Estimate
Utility Coordination
Task Total
Preapre 90% & Final Plans
Preapre 90% & Final Cost Estimates
Prepare 90% & Final Contract Documents
Utility Coordination
Task Total
5.1 (Advertisement and Award Support
Task Total
Total Labor Hours and Fee
Z
N
M M
M :'01:
M
N
404000
M V
SAM Search Prior to
Offering Design Contract
Yes
MRSC Consultant
o
Y
Parametrix
U_
o
Y
0
U
Y
1E
1
http://www. para m etrix. com
http://www.kpff.com
•3U1 `9d 1
In
In
in
in
in
in
in
in
in
v
in
3
jjd 1
M
V
L)
V
V
V
M
V
V
M
V
csi
x!J;aweJed
0
In
If)
CO
V
V
N
If)
V
CO
V
T
M
2022 Overlay Program — Contract for Design
Services
Paving Project Design and Construction Management Experience with the City.
Knowledge of FHWA, State, and Tukwila Standards and Procedures
Environmental Experience
Experience with Similar Projects.
Traffic Control Design Expertise.
Experienced Design Project Manager.
Small Seale Project Experience.
Utilities Coordination Experience.
Storm water, Drainage, and Detention Design.
Public Outreach Experience.
Survey Crew In -House.
1TOTALS
For each category, highest score is 5 (with the lowest or worst score 1)
Consultant with the highest score is ranked the best.
Staff: Scott Bates
Selection Date: 11/3/21
Selected Consultant: KPG, Inc.
Selection Justification: The selected firm has demonstrated relevant pavement overlay
design experience on multiple past federal and locally funded paving projects including
the City overlay program. KPG has provided excellent design construction
management results on City drainage projects as well. They have exceptional
familiarity with City Public Works systems, WSDOT and FHWA standards. Based on
overall score KPG prevailed. Consultants perceived ablility to perform CM services
was also reviewed since the design contract could be extended to include those
services as well.
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: Annual Overlay and Repair Program Project No. 9xx10401
DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets.
Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which
JUSTIFICATION: also
minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects.
Each year various sections of roadway throughout the City are designed and constructed for asphalt
STATUS: overlay.
MAINT. IMPACT: Reduces annual maintenance.
COMMENT: Ongoing project. Only one year actuals shown in first column.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Design
209
190
150
150
150
150
150
150
150
1,449
Land (R/VV)
0
Const. Mgmt.
121
15
200
200
200
200
200
200
200
1,536
Construction
1,224
312
1,050
1,050
1,050
1,050
1,150
1,150
1,300
9,336
TOTAL EXPENSES
1,554
517
1,400
1,400
1,400
1,400
1,500
1,500
1,650
12,321
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
1,554
517
1,400
1,400
1,400
1,400
1,500
1,500
1,650
12,321
TOTAL SOURCES
1,554
517
1,400
1,400
1,400
1,400
1,500
1,500
1,650
12,321
2021 - 2026 Capital Improvement Program
12