HomeMy WebLinkAbout21-002 - KPG, P.S. - Engineering Services: 2021 Overlay ProgramCity of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 21-002(a)
Council Approval 6/7/21
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and KPG, P.S.
That portion of Contract No. 21-002 between the City of Tukwila and KPG, P.S. is hereby
amended as follows:
Article 2, Scope of Services, shall be amended with the following:
The Consultant agrees to provide construction support services in accordance with the scope of work
included as Exhibit A-1.
Article 4, Payment, shall be modified as follows:
An estimated budget for work provided by Consultant is included as Exhibit B-1, attached hereto, provided
that the total amount of payment to the Consultant under this agreement shall not exceed $297,118.00
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 5th day of August
, 2021
CITY OF TUKWILA CONTRACTOR
Allan Ekberg, Mayor
08/05/2021
Printed Name: Nelson Davis, KPG, P.S.
ATTEST/AUTHENTICATED APPROVED AS TO FORM
Ch C3/M1
Key: 205,117_ ce2c11,,,,Sec,c1,50,1c1c., Key: c,lelorSOcae00,a5,12,1c,15,10.2JO
Christy O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Revised December 2016
Page 1 of 1
Construction Management Services
Scope of Work
City of Tukwila
2021 Overlay Program
Amendment #1
Project No: 92110401
This work will provide construction management services for the construction contract to complete
Hot Mix Asphalt (HMA) Overlay of up to SEVEN (7) sites, all within the City of Tukwila. Specific tasks
shall include, but are not necessarily limited to: Paving with HMA, planing bituminous pavement,
removing pavement and pavement repairs; Adjusting surface utilities to grade; installing drainage
modifications at two project sites; Installing RRFB system at pedestrian crossing; Installation of traffic
loops and junction boxes; installing new channelization and signage; Removing and replacing concrete
curbs, sidewalks, driveways, and ramps; providing temporary erosion/water pollution control and all
necessary property restoration; Providing all necessary traffic control labor and devices; And, other
items necessary to complete the Work as shown on the Contract Documents.
This amendment assumes the 2021 design scope is completed to the City's satisfaction and the
unused budget amount of $53,000 will be used to offset construction services costs.
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 2.5 months, or 50 working days with
5 days prior to construction and 10 days for closeout for a total of 65 days.
• The proposed project team will include part-time project manager full-time resident engineer,
part-time d ocumentation control s pecialist, an d full-time in spector. T eam als o in cludes s ub-
consultants to provide services for materials testing.
• KPG will utilize the Record of Materials (ROM). This scope of services provides the management
of the ROM and scheduling of required materials testing respectively.
• City will review and execute the insurance, bonds, and the Construction Contract.
• KPG will work with the City's Contractor to conduct all community outreach in relation to phasing
and d irect im pacts d ue t o c onstruction. T he C ity's C ontractor s hall b e re sponsible fo r t he
communication to the community on schedule and work activities.
Exhibit A-1
• KPG design engineers will be available during construction to answer questions and review RAM's,
shop drawings, and answer RFI's.
• Services will be performed in accordance with the Contract plans & special provisions, and City of
Tukwila engineering standards.
• City will be responsible for all aspects of PSIPE. This will include monthly PSIPE inspections, final
PSIPE acceptance and final PSIPE payment.
11. 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 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 letters 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 Assist City with the award process
This task assists the City with vetting the bid package for contract compliance, drafting
recommendation of award, and award letter.
• Attend bid opening
• Review for responsible bids to include
o Preparation and review of Bid Tabs for math errors
o Verification of the Contractor's
✓ license from the Department of Labor and Industries
✓ City Business License
✓ Current status with their "Certificate of Worker's Compensation Coverage" with the
Department of Labor and Industries
Exhibit A-1
✓ Status with the Department of Revenue's "Delinquent Taxpayer List — Western
Washington"
✓ Status with the Department of Labor and Industries "Employers That Have Violated
Wage Law"
✓ Status that they are not on Labor and Industries "Debarred Contractor's List"
✓ State Excise Tax Registration
✓ Status that they are not shown on Labor and Industries "Contractor Strike List"
✓ Status that they are not on the list of Parties excluded from Federal Procurement or
Non -Procurement Programs
• Reference Check
• Recommendation of Award Letter
• Draft Award Letter
TASK 3: Administrative Services up to Contractor Notice to Proceed (NTP)
Administrative services are required up to NTP to establish procedures, communication and
documentation with the City. This task also provides set up of the files, familiarization with the
contract, and the beginning of material management and general "kick-off" coordination
activities. Work under task 300 includes the following.
• Solicit input from the City to establish system and procedures for managing
• Tracking and storing project documentation to include the following
• Communications
o Change Management
✓ Authority
✓ Field Directives
✓ Change Orders to include justifications
• Administrative process
o Approval of Subcontractors
o Material management
o Contractor progress payments
o Consultant invoices
• Prepare hard and electronic files
• The following logs will be prepared
o Record of Materials (ROM)
o Material Tracking
✓ Monitors testing frequency per WSDOT Construction Manual
✓ Log acceptance and compaction tests
✓ Log pass or fail to include resolution of failing tests
✓ Track Tickets and tonnages
o Submittal Reviews
o Request for Information (RFI)
o Change Management
✓ Change Order
Exhibit A-1
✓ Case Log (Issues)
✓ Design Changes/Clarifications
o Subcontractors
o Certified Payroll
o Materials on Hand
o Training
• The following templates will be prepared
o Field Note Records
o Estimate
o Forecasted Cost at Completion
o Project Report
o Weekly Statement of Working Days
o Change Order
o Change Order Justifications
o Design Changes/Clarifications
o Field Material Verifications
• Site visits to become familiar with project limits and physical constraints
• Familiarization with Contract Plans, Specifications, Permits and Geotechnical Report
• Review ROW commitment files
• Manage RAMs by reviewing against the Contract and/or facilitating Engineer of Record Reviews
• Manage the ROM
• Develop Team Communications and Stakeholders List
• Comb the Contract Provisions and compile list of submittals
• Prepare Pre -Construction (Precon) Agenda
• Comb the Contract Provisions to insert Precon agenda items
• Prepare Precon attendees list
• Send invite to Precon attendees
• Attend Precon, take notes, prepare and distribute minutes
• Pre -construction photographs
• Review Contractor's Schedule for Contract Compliance
TASK 4i: Construction Management (CM) and Administrative Services. NTP to Project
Closeout.
CM and administrative services are provided by the Resident Engineer (RE) and Documentation
Specialist. Support includes stakeholder coordination, documentation and change management
in general compliance with City and State requirements. Work includes the following.
• Maintain Logs identified in Task 300
• Coordinate material inspections from materials lab
• Facilitate WSDOT special inspections (signal and luminaire poles), if applicable.
• Review material reports from testing lab, Task 700, for Contract compliance and contact the
Contractor to bring resolution to any deficiencies
• Track quantities according to the Construction Manual to get the required amount of testing
Exhibit A-1
• Review RAMs and apply or facilitate approval codes
• Transmit ROM to the Contractor and request that they submit material requirements via the
RAM process
• Facilitate approved RAMs to the Inspector who will verify that all the material delivered to the
site is according to the approved RAMs
• Administer Contractor adherence of the ROM
• Cursory review and facilitation of Traffic Control Plans
• Review and respond to Contractor Serial Letters
• Issue Field Directives/Corrective Action memorandums
• Receive RFIs and issues raised by the Contractor answer RFIs and/or facilitate responses
• Change Management
o Negotiations with Contractor regarding 1-04.4 Changes
o Writing Change Orders to include Engineer's Estimate and Justifications
o Update Case Log which includes
✓ Tracking issues
✓ Anticipated impact to schedule
✓ Costs
✓ Forecast cost at completion
✓ Warrant assessment for additional working days
• Confirm that submittals are in general Contract conformance. Review and/or facilitate review
and approvals of submittals
• Maintain project electronic and hard files
• Review Contractor's schedule for contract compliance
• Prepare coordination agendas, conduct coordination meetings
• Prepare minutes for coordination meetings and distribute to attendees
• Prepare Weekly Statement of Working Days and send to Contractor
• Obtain Request to Sublet (421-012), review for compliance and return to the Contractor
• Utility Coordination
• Employee Interviews (424-003)
• Payroll Compliance to include checking
o Certified Payrolls
o Labor and Industry documentation (Statement of Intent, Affidavits of Wages Paid)
o Notification to the Contractor of non-compliance
• Perform quality control checks on Inspector Field Note Records and Inspector Daily Reports
• Prepare progress pay estimates
• Review Contractor's weekly "look ahead" and monthly schedule and compare with the
Contractor's approved schedule
• Maintain a submittals list and prompt the Contractor for submittals
• Prepare and be available for outside audits and/or record reviews
• Secure Contract schedule and activities for coordination with the public. Respond to general
coordination regarding items such s status, schedule and access. Provide a broader public
involvement that may involve flyers, news releases and public meetings
• Maintain hard and electronic files
Exhibit A-1
• Perform internal monthly audits for compliance
TASK 5: Provide Field Inspection for each of the Project's Working Days
Inspections shall be made for each working day. The Inspector will act as the projects "in the
field" focal point of coordination and field documentation. The inspector will monitor the
Contractor's activities, produce Inspector Daily Reports, Field Note Records, verify that material
delivered to the site is in contract compliance, coordinate with stakeholders to include the
Contractor, material testing lab, Fire and Police Departments, School Districts, businesses,
residents and traveling public. The following Tasks will be the responsibility of the Inspector:
• Produce and Conduct
o Inspector Daily Reports
o Field Note Records for all Contract Items
o Progress photographs
o Punch list items
• Observe and Monitor the Contractor's
o Work for compliance with the Contract Documents
o Traffic control procedures and implementation of the approved traffic control plans
which could include notification to the Contractor on deficiencies that require
immediate correction
o Temporary erosion and sediment control procedures and systems and provide
recommendations
o Compliance with project permits
• Coordinate
o Materials testing as required under the ROM and WSDOT Construction Manual with
materials Sub -Consultant. See Task 7
o With stakeholders like utilities, City departments, local businesses, traveling public, fire
and police departments, and residences
o With the Resident Engineer to identify and resolve project conflicts between the plans,
special provisions and unforeseen conditions
• Meetings
o Provide input to the RE for meeting agendas
o Attend meetings as required to include
o Weekly Coordination
o Others such as pre -paving, signal turn on, utility coordination and public outreach
TASK 6: Project dose Out
Assume the Contractor will be completed with punch list work and missing documentation
within 50 calendar days of Substantial Completion at which time Physical Completion will be
issued (all but plant establishment). Items of work within these 10 calendar days include the
following:
• Inspector
Exhibit A-1
o Prepare and monitor completion of the Punch List
o Final Field Note Records
• Administrative
o Project resolution meetings with the Contractor to resolve final quantities and issues
o Prepare Substantial, Physical and Completion letters
o Final pay estimate excluding PSIPE
o Gather remaining documentation for ROM and facilitate signature on Materials
Certifications
o Gather outstanding labor compliance documentation such missing Certified Payrolls and
Affidavits of Wages Paid with Labor and Industries
o Facilitate "Final Notice of Completion of Public Works Contract" form (F215-038-000)
o Coordinate final Record Reviews by funding agencies
TASK I: Materials Testing
Material testing is performed by a Sub -Consultant. Task 700 Scope and Fee belongs entirely
with KPG Sub -Consultant. All KPG fee affiliated with managing the Task 700 Subconsultant are
included in Tasks 300 through 600. The Sub -Consultant material's lab will perform services such
as;
• Review Record of Materials (ROM)
• Perform HMA Job Mix Formula Verification under Special Provision 5-04.3(7)A
• Review Concrete RAM submittals and provide recommendations for approval codes
• Conduct material testing for Document items in in accordance with the Local Agencies
Guidelines (LAG), WSDOT Construction Manual and the ROM
• Provide written field reports for all inspections
• Coordinate with Inspector regarding test results and re -testing as necessary
• Assist RE with end of project Materials Certification
TASK 8 --- ADDITIONAL.. SERVICES
8.1 Management R eserve: A five p ercent (5%) f ee h as b een i ncluded i n th e c ost f or services a s a
placeholder a nd serves as the Management Reserve for the Project. At the time these services a re
required, t he C onsultant s hall p rovide a d etailed s cope of w ork an d an es timate o f c osts. Th e
Consultant shall not proceed with the work until the City has authorized the work and issued a notice
to proceed.
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 on 1
week prior to construction, an 50 working day contract, and 2 weeks for closeout, 8 hour days,
additional extension of days will be approximately $1,040.00 per day for one person. (8 hours x $130.00
= $1,040.00)
Exhibit A-1
EXHIBIT B-1
PRIME CONSULTANT COST COMPUTATIONS
Client: City of Tukwila
Project: 2021 Overlay Program
KPG, P.S. PROJECT NUMBER: 20139
50 working days + 1 week startup and 2 weeks closeout (65
days/ 8 hour days= 520 hours)
DATE: 5/11/2021
Task No.
Task Description
Labor Hour Estimate
Total Hours and Labor Fee
Estimate by Task
d
Ti'y
co
o
° R
c
U
c a
i =
v, a,
c, =
° L
di
=
y
H
U O
= —
di 2 y
E .�
= c 5
E
¢
a
O
146
224
130
134
117
92
Hours
Fee
Task 1 - MANAGEMENT / COORDINATION / ADMINISTRATION
1.1
Project Management and Administrative Services
10
20
30
$ 4,080.00
1.2
Prepare, review and submit monthly expenditures
2
10
12
$ 1,368.00
Task Total
0
12
0
0
0
30
42
$ 5,448.00
Task 2 - Assist City with the Award Process
2.1
Assist City with Award Process
5
5
$ 650.00
2.2
Bid Tab Analysis and Verify Contractor
5
5
$ 585.00
2.3
Communications
5
5
$ 650.00
Task Total
0
0
10
0
5
0
15
$ 1,885.00
Task3 - Administrative Services up to Contractor Notice to Proceed (NTP)
3.1 Administrative Services up to Contractor Notice to Proceed
30
40
15
85
$ 11,015.00
Task Total
0
0
30
40
15
0
85
$ 11,015.00
Task 4 - Construction Management (CM) and Administrative Services. NTP to Project Closeout.
4.1
Construction Management Office Support
50
20
400
200
670
$ 87,180.00
4.2
Construction Management Field Paperwork
0
$ -
Task Total
50
20
400
0
200
0
670
$ 87,180.00
Task 5 - Provide Field Inspection for Each of the Project's Working Days
5.1 Construction Inspection
400
400
$ 53,600.00
Task Total
0
0
0
400
0
0
0
$ 53,600.00
Task 6 - Project Closeout
6.1 Construction Management Office Support 1 1 80 1 40 120 $ 15,080.00
6.2 Construction Management Field Paperwork/Inspection
80
80
$ 10,720.00
Task Total
0
0
80
80
40
0
200
$ 25,800.00
Task 7 - Materials Testing
7.1 Subcontract with Material Tester
0
$ -
Task Total
0
0
0
0
0
0
0
$ -
Task 8 - Management Reserve
8.1 Upon City Authorization Only (5% of contract)
0
$ 9,600.00
Task Total
0
0
0
0
0
0
0
$ 9,600.00
Total Labor Hours and Fee
7,300
7,168
67,600
69,680
30,420
2,760
1,012
$ 194,528.00
Subconsultants
Task 7 Material Testing
$ 5,000.00
Subtotal
$ 5,000.00
Administrative Charge (5%)
$ 250.00
Total Subconsultant Expense
$ 5,250.00
Reimbursable Direct Non -Salary Costs
Mileage at current IRS rate
$ 428.00
Reproduction Allowance
$ -
Total Reimbursable Expense
$ 428.00
Total Estimated Budget
$ 200,206.00
Less Remaining Design Contract
$ 53,000.00
Total Budget Amendment #1
$ 147,206.00
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.
STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt
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 (RMI)
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
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number: 21-002
Council Approval 12/14/20
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 2021 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 A eement• Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31 2021, 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 2021 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 $149,912.00 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.
1/1
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 llocal 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 coverage.
2. Commercial General ILiabillit insurance with limits no Iless 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 Iliability 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.
CA revised May 2020
Page 2
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional ILiabillitv with Ilimits no Iless 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 IPublic Entity shall be insured for
the full available limits of Commercial General and Excess or Umbrella Iliability
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:Vi I.
E. Verification of Coverage. Consultant shall furnislh the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily Ilimited 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. lnde endent 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 lbonafide 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 lbonafide 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
CA revised May 2020
Page 3
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. 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 Ilocal 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
CA revised May 2020
Page 4
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 oraI. 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 12th day of January
CITY OF TUKWILA
HP C-4(7_,~ S6g
Key: Sed4:1,73.9e9e1879,173eaKieSdlee2la
Allan Ekberg, Mayor
01/12/2021
CONSULTANT
By:
Printed Name: NeIson Davis
Principal
2021.
Attest/Authenticated: Approved as to Form:
Oh4.€4.e-9 (}6,7(eth&9
cji e(r---)te;
City Clerk, Clerk, Christy 01Flaherty Office of the City Attorney
CA revised May 2020
Page 5
EXHIBIT A
City of Tukwila
2021 Overlay Program
Scope of Work
November 24, 2020
The Consultant shall prepare final Plans, Specifications and Estimates for the 2021
Overlay Program. Specific projects will be determined from the following list of
candidate streets:
▪ S 200'h St Southcenter Pkwy to Green River Bridge
▪ S 1261"' St East Marginal Way to 37' Ave S
▪ 44" Avenue S S 140" St to end
▪ 481"' Avenue S S 109" S, North to Dead End
▪ S 109" St 47'h Avenue S to 48"h Avenue S
▪ S 150" St 46" Avenue S, East to Dead End
▪ 53rd Ave S S 137" St to 52nd Ave S & Vicinity
▪ S 188th St Orillia Rd & Bow Lake Station
▪ Southcenter Pkwy Strander Blvd to Minkler Blvd
▪ Minkler Blvd Andover Pk E to Industry Dr
▪ S141'St 37" Ave StoTIIB
The 2021 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
50% design to verify the final project list to be included in the 2021 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 2021 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.
Qty of Tukwila
2021 Overlay Program Page '1 of 4
KPG, Inc.
November 2020
Assumptions for the 2021 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".20scale
full size (22" X 34"), 1".40' at reduced scale (11" X 17").
Drainage & Water Quality Reports will not be required.
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
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 2021 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 — 2020 Remaining Final Design
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 (4) 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.
Qty of Tukwila
2021 Overlay Program Page 2 of 4
KPG, Inc.
November 2020
1.2 The Consultant shall update and prepare Final Plans for the proposed improvements
that were excluded from the construction in the 2020 Overlay Program. Sites are
limited to the following:
S 200th St
S 126"St
44'h Avenue S
48th Avenue S
S 109p" St
S 150th St
53rd Ave S
S 188th St
Southcenter Pkwy to Green River Bridge
East Marginal Way to 37p' Ave S
S 140"Stto end
S 109'h S, North to Dead End
47'h Avenue S to 48p" Avenue S
46p"' Avenue S, East to Dead End
S 137p" St to 52nd Ave S & Vicinity
Orillia Rd & Bow Lake Station
1.3 The Consultant shall recalculate quantities and prepare a Final Engineers Estimate of
Probable Construction Cost for the Bid Documents. Projects will be prioritized in
collaboration with the City following the 50% Submittal of Task 2 to determine final
project segments.
1.4 The Consultant shall update the Contract Specifications per 2021 WSDOT Standard
Specifications for the Bid Documents.
TASK 2 — 2021 New Final Design
2.1 The Consultant shall prepare base maps for all project locations, identified below,
using 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
Sites include, but not limited to:
Southcenter Pkwy
Minkler Blvd
S 114115" St
Strander Blvd to Minkler Blvd
Andover Pk E to Industry Dr
37p" Ave S to TIB
2.2 The Consultant shall prepare 50%, 90%, and final Plans for 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.
Qty of Tukwila
2021 Overlay Program Page 3 of 4
KPG, Inc.
November 2020
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.
Pavement sections will be determined through consultation with the City's
maintenance staff and previous experience. No geotechnical investigations
are anticipated.
2.3 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable
Construction Cost for each review submittal and the Bid Documents. Projects will be
prioritized in collaboration with the City following the 50% Submittal to determine final
project segments.
2.4The Consultant shall prepare the Contract Specification per 2021 WSDOT Standard
Specifications for the 90% Review Submittal and the Bid Documents.
2.5The Consultant shall distribute 50% and 90% review submittals to franchise utility
owners for adjustments within the Project limits.
TASK 3— Bid Period Services
3.1The 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
2021 Overlay Program Page 4 of 4
KPG, Inc.
November 2020
EXHIBIT B
PRIME CONSULTANT COST COMPUTATIONS
City of Tukwila
2021 Overlay Program
Decemeber 2020
KPG
Interdisciplinary Design
Task
No.
Task Description
Labor Hour Estimate
Tolal Hours and Labor Fee
EsIlrnate by Task
Principal
Survey Mgr
Sr. Engineer
Construction
M
DV
Project
Surveyor
n5re
Engineoer
Design
Engineer
CAD
Technician
Sr. Admin
Engineering
Technician
Survey Crew II
Office Admin
$ 252
$ 226
$ 187
$ 166
$ 142
$ 140
$ 116
$ 103
$ 103
$ 96
$ 219
$ 88
Hours Fee
Task 1 - 2020 Remaining Final Design
1.1
Protect Management and Administrative Services
1212
8
8
AO
$ 6.232
12
Prepare. Final Plans
4
4
16
20
41
$ 6.232
1.3
Project Cost Estimates (Final)
4
4
4
8
12
32
$ 4.932
1.4
Project Specifications
4
4
4
23
8
8
48
$ 6,852
Task Total
24
0
8
12
0
56
40
0
8
0
0
16
169
$ 24,248
Task 2 - 2021 New Final Design
2.1
Prepare Project Base Maps
4
4
8
32
60
8
60
80
256
$ 38.332
2.2
Prepare 5014 90%, and Final Plans
24
12
60
120
4D
160
416
$ 40280
2.3
Project Cost Estimates (8D%. 001/1, Final)
4
16
4
4D
24
12
IOD
$ 14.200
2.4
Project Specifications
4
2412
4D
16
8
104
$ 15.648
2.5
Utility Coordination
4
23
8
4
36
$ 4,860
Task Total
8
4
72
28
8
192
228
48
0
236
80
8
912
$ 121,320
Task 3 - Bid Period Services
3.1 leid Period Services
2
4
2
8
4
2
22
$ 3..344
Task Total
2
0
4
2
0
8
4
0
0
0
0
2
22
$ 3,344
Total Labor Hours and Fee
34
4
84
42
8
256
272
48
8
236
80
26
1,098
$ 148,912.00
Reimbursable Direct Non -Salary Costs
Mileage at current IRS rate
$ 1800.00
Total Reimbursable Expense
$ 1,000.00
Total Estimated Budget
$ 149,912.00
FEE ESTIMATE
1113012020