HomeMy WebLinkAbout22-012 - KPG, P.S. - Engineering Services: 2022 Small Drainage Program1111111011111001,
City of Tukwila
6200 Southcenter Boullevard. Tukwila WA 9618
Agreement (Number: 22-012(c)
Council Approval N/A
CONTRACT FOR SERVICES
Amendment #3
Between the City of Tukwila and KPG Psomas
That portion of Contract No. 22-012 between the City of Tukwila and KPG Psomas is h
amended as follows:
Section 3: Duration of Agreement; Time for Performance:
Ir
by
The Consultant shall perform all services and provide all work product required pursuant to
this agreement no later than April 30, 2023.
M other provisions of the contract shall remain in full force and effect.
Dated this 27th day of December 2022
CITY OF TUKWILA
HP
eSlyned via SecmleeeDcce.cem
Allan Ekberg, Mayor 12-27-2022
ATTEST/AUTHENTICATED:
eSignecl vie SeemlessDocs.com
ehtezt°7y rig(ahe tg
Christy O'Flaherty, City Clerk
APPROVED AS TO FORM:
eSionecl vie SeemlessDccs.cem
(f{ra'/cei deme: ''9
Key. 4f826tl20-0362414edef6d92tl866efa66
Office of the City Attorney
CA Rcvue aLe3 May 2020
CONTRACTOR:
By: c°' : �— 12/19/2022
Printed Name: Nandez Miller
Title: Vice President
Page 1 of 1.
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 22-012(b)
CONTRACT FOR SERVICES
Amendment #2
Between the City of Tukwila and KPG Psomas, Inc.
That portion of Contract No. 22-012 between the City of Tukwila and KPG Psomas, Inc. is
hereby amended as follows:
Section 2: Scope of Services. Work under this contract shall be amended to include
reimbursement for direct expenses and costs associated with the additional contract scope
of services as described in Exhibit A, attached.
Section 4: Payment. Payment is hereby changed to include an additional $5,040.00 for this
additional scope of services. See Exhibit B-1. j[MP1]The maximum amount payable under
this contract as amended inclusive of all fees and other costs shall not exceed $204,424.00
without express written modifications of the Agreement signed by the City.
All other provisions of the contract shall remain in full force and effect.
Dated this 27th day of August 2022
CITY OF TUKWILA CONTRACTOR
HP
S beg
Key: 313,9482a0c1,09c0Seca064764cae88
Allan Ekberg, Mayor 08/27/2022
Printed Name:
Terry Wright
ATTEST/AUTHENTICATED APPROVED AS TO FORM
Key e0,,,tatie.5570,,c1,271,-05,185205
Christy O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Revised December 2016
Page 1 of 1
EXHIBIT A
Project Scope of Work
August 2022
Construction Services
This work will provide construction observation services for the City of Tukwila during PSE utility relocates
in support of the 2022 Small Drainage Program. Services will include inspection and observation during the
relocation of 3rd party utilities. KPG Psomas ("Consultant") will provide to the City of Tukwila, Washington
("City") construction inspection and observation for the task. A detailed scope for the Contract follows:
I. INTRODUCTION
The following scope of services and associated costs are based upon the assumptions outlined below.
Assumptions:
• The proposed project team will include one full-time inspector during construction activities. The
level of services is based on a project duration of 5 working days. It is anticipated that full time
site observation will be required for the entire duration of construction.
• Services will be performed in general accordance with the interlocal Agreements between
("Utilities") and the City.
• Work is anticipated to take place during daylight hours on a single shift of 8 hours per day, 5 days
per week.
II. SCOPE OF WORK
TASK 3 — CONSTRUCTION SERVICES
Field Services:
The Consultant shall provide the services of one full-time inspector necessary to monitor the progress of
the work. Construction staff shall oversee the following items of 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.
Field inspection staff will perform the following duties as a matter of their daily activities:
i. Prepare daily construction reports detailing operations performed for each day the Contractor
is on site.
City of Tukwila
Construction Management Services
Scope of Work
Page 1 of 2
KPG Psomas
Project #22003
August 2022
ii. Provide daily photographs during the course of construction. Photographs will be in digital
format and cataloged by date.
iii. Review traffic control setup each day to ensure conformance with approved plans.
iv. Ensure City standards are being following and coordinate with the City as necessary.
III. DELIVERABLES
i. Daily Reports
ii. Construction Photographs
City of Tukwila
Construction Management Services
Scope of Work
Page 2 of 2
KPG Psomas
Project #22003
August 2022
EXHIBIT B-1
PRIME CONSULTANT COST COMPUTATIONS
Client: City of Tukwila
Project: 2022 Small Drainage Program CM Services Supplement 2
KPG Psomas Inc. PROJECT NUMBER: 22003
5 working days - PSE Relocation Inspection
DATE: 8/18/2022
Reviewed by: Jordan P
Date:
8/18/2022
Task No.
Task Descrl tion
P
Labor Hour Estimate
Total Hqurs and Latior Fee
Estimate by Task
Project
Engineer 11
pU SAI
d+-
h
��
: N
:. F m
ow
9 V 9
d+- m
:. h a
0
(J N
a+
c
uQ
[) N
m
c a
Q
Construction
Observer if
c -
N Q •�
= e v
c t j a
o
N 'G
�—
o o
oQ
U
Senior Admin
E
y
d
o
ry
172
245
: 142
212
143
120
101
134
104
'.130
98
82
Hours
Fee
Task 3 - Construction Services - FIELD (1 Weeks)
3.1
Construction Inspection (8 hrs/day for inspection &reports)
0
$ -
3.2
Material Testing - Coordination & Tracking
0
$ -
3.3
Construction Inspection Nights (None Anticipated)
0
$ -
3.4
Inspection of PSE Utilitiy Relocates (1 week - 8 hrs/day)
40
40
$ 5,040.00
Task Total
0
0
0
0
0
0
0
0
0
0
0
0
0
$ 5,040.00
Total Labor Hours and Fee
0
0
0
0
0
0 li
0 1
0
0
0
0
0
0
$ 5,040.00
Reimbursable Direct Non -Salary Costs
Mileage at current IRS rate
Reproduction Allowance
$ -
Total Reimbursable Expense
$ -
Total Estimated Budget
$ x,040.00+
SCOPE:
Provide full-time field inspection for 5 consecutive days of onsite third party utility relocate work. Inspection deliverables include producing daily reports with site
photos, review of daily traffic control for conformance to approved plans, ensuring conformance with City standards, and coordination with City staff.
DIOnv
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 22-012(a)
Council Approval 6/13/22
CONTRACT FOR SERVICES
Amendment # 1
Between the City of Tukwila and KPG Psomas Inc.
That portion of Contract No. 22-012 between the City of Tukwila and KPG Psomas
Inc. (formerly 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 construction services in accordance with the scope
of work included as Exhibit A-1.
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
$199,384.00 (Orig PSA $99,512.00 + this Amend 1 for $99,872.00) 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 16th day of June , 2022
CITY OF TUKWILA CONTRACTOR
HP
Allan Ekberg, Mayor
06/16/2022
7,e,"`i�
/7/
Printed Name: Terry Wright
ATTEST/AUTHENTICATED APPROVED AS TO FORM
Ch C36/7g
Key: YcJ.2.51,1,,,,01.1,20a2.215,5tceabl
Christy O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Reviewed May 2020
Page 1 of 1
EXHIBIT A-1
Construction Management Services
Scope of Work
May 2022
City of Tukwila
2022 Small Drainage Program
City Project Number: 80041201
KPG Psomas Project Number: 22003
KPG Psomas Inc. (formerly KPG, P.S.) will provide construction management services for the construction
contract to complete the City of Tukwila 2022 Small Drainage Program project. The proposed work
includes:
Site 1: 48th Ave S from S 122nd St to S 124th St
Replace and install new storm drain system approximately 700' of 12" SD and 180' of 8" SD pipe
along with 14 drainage structures. Tie into the existing system at S l22"d St.
Site 2: 49th Ave S from S 122nd St to S 124th St
Replace and install new storm drain system approximately 450' of 12" SD and 100' of 8" SD, along
with 8 drainage structures. Tie into the existing system along 49th Ave S near S 122nd St.
Site 3: 37th Ave S & S 126th St
Install storm drain system approximately 200' of 12" SD and 80' of 12" DIP on the west side of 37th
Ave S. Tie into the existing system along S 126th St.
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 40 working days.
• The proposed project team will include a part time Project Manager (0.5 hours a week) part time
Resident Engineer (15 hours a week), one full time Construction Inspector (40 hours a week), a
part time Documentation Specialist (15 hours a week), and one part time Project Engineer from
KPG Psomas's design team to review submittals and interpret Contractor inquiries, as needed. 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.
City of Tukwila
2022 Small Drainage Program
Construction Management Services
Page 1 of 9
KPG Psoras Inc.
KPG Psoras Project Number 22003
May 2022
EXHIBIT A-1
• 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 Psomas design engineers will be available during construction to answer questions and review
RAM's, shop drawings, and answer RFI' s.
• 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.
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 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
City of Tukwila
2022 Small Drainage Program
Construction Management Services
Page 2of9
KPG Psoras Inc.
KPG Psoras Project Number 22003
May 2022
EXHIBIT A-1
TASK 2 — PRECONSTRUCTION SERVICES
2.1 Administrative Services up to Contractor Notice to Proceed (NTP): KPG Psomas will provide
support startup of the project with any miscellaneous administrative needs not specifically outlined
in items 2.2 — 2.8, which are further detailed below.
2.2 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.
2.3 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.
2.4 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.
2.5 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.
2.6 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.
2.7 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.
2.8 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
City of Tukwila
2022 Small Drainage Program
Construction Management Services
Page 3of9
KPG Psoras Inc.
KPG Psoras Project Number 22003
May 2022
EXHIBIT A-1
• 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:
i. 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.
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 Psomas.
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.
City of Tukwila
2022 Small Drainage Program
Construction Management Services
Page 4of9
KPG Psoras Inc.
KPG Psoras Project Number 22003
May 2022
EXHIBIT A-1
• 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.
3.3 Construction Inspection Nights: Night work is not anticipated for this project.
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.
City of Tukwila
2022 Small Drainage Program
Construction Management Services
Page 5of9
KPG Psoras Inc.
KPG Psoras Project Number 22003
May 2022
EXHIBIT A-1
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.
1. 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.
J.
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
City of Tukwila
2022 Small Drainage Program
Construction Management Services
Page 6 of 9
KPG Psoras Inc.
KPG Psoras Project Number 22003
May 2022
EXHIBIT A-1
and Affidavit of Wages Paid. All subcontractor documentation will be logged into KPG
Psomas's subcontractor logs.
4.2 Construction Management Field Paperwork: Consultant shall review and assist with processing
of field paperwork from the Inspector and Contractor for tracking and documentation.
4.3 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.
4.4 Utility Coordination: The Consultant will facilitate ongoing communications and coordination
between the Contractor and City and/or Franchise utilities who may have infrastructure within the
project limits. This includes JUT conversions, relocations due to foreseen or unforeseen conflicts,
scheduled outages for tie-ins, etc.
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
• 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.
City of Tukwila
2022 Small Drainage Program
Construction Management Services
Page 7of9
KPG Psoras Inc.
KPG Psoras Project Number 22003
May 2022
EXHIBIT A-1
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
TASK 6 — SUBCONSULTANTS
6.1 Material Testing: HWA Material Testing will be retained as KPG Psomas's subconsultant 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 reduced frequency as -directed by City
project manager.
City of Tukwila
2022 Small Drainage Program
Construction Management Services
Page 8of9
KPG Psoras Inc.
KPG Psoras Project Number 22003
May 2022
EXHIBIT A-1
TASK 7 — ADDITIONAL SERVICES
7.1 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 Small Drainage Program
Construction Management Services
Page 9of9
KPG Psoras Inc.
KPG Psoras Project Number 22003
May 2022
EXHIBIT B-1
PRIME CONSULTANT COST COMPUTATIONS
Client: City of Tukwila
Project: 2022 Small Drainage Program CM Services Supp #1
KPG Psomas Inc. PROJECT NUMBER: 22003
40 working days + 2 week startup and 4 weeks closeout
DATE: 5/12/2022
Reviewed by: Jordan P
Date:
5/5/2022
Task Ho-
Task Descriplion
Labor Hour Estimate
Total
Eskmate
Hours and Labor Fee
by Task
o
n
oEw
.G c
$
°
m of
L
a
071
m
L
a =
71 'd
•�.
0
L=
a -
7Ya
p
C
1i +P
b
. p
ma;
E = m
�. ccc '-
mot
E
r
a
C
G
mm
.:3
172
245
142:
212
143
126
101
134
X104
130
98
82
:Hours
Fee
Task 1 - MANAGEMENT / COORDINATION / ADMINISTRATION
1.1
Project Management and Administrative Services
7
7
$ 1,715.00
1.2
Prepare, review and submit monthly expenditures
3
4
7
$ 1,255.00
Task Total
0
10
0
0
0
0
0
0
0
4
0
0
14
$ 2,970.00
Task 2 - Assist City with the Award Process (Design Team will Suppor )
2.1
Assist City with Award Process
0
$
2.2
Bid Tab Analysis and Verity Contractor
0
$
2.3
Communications
0
$
Task Total
0
0
0
0
0
0
0
0
0
0
0
0
0
$ -
Task 3 - Administrative Services up to Contractor Notice to Proceed (NTP) (2 Weeks)
3.1
Administrative Services up to Contractor Notice to Proceed
22
4
$ 552.00
3.2
PreCon Photos
4
4
$ 504.00
3.3
Review plans and Specs
4
44
12
$ 1,608.00
3.4
Prepare Hard and Electronic Files
42
6
$ 836.00
3.5
Prepare ROM
22
4
$ 552.00
3.6
Prepare PreCon Agenda
22
4
$ 552.00
3.7
Prepare Templates4
4
$ 536.00
3.8
Utility Coordination
2
2
$ 284.00
Task Total
0
0
16
0
0
8
0
16
0
0
0
0
40
$ 5,424.00
Task 4 - Construction Management (CM) and Administrative Services. NTP to Project Closeout. (8 Weeks)
4.1
Construction Management Office Support
8
100
110
218
$ 30,316.00
4.2
Construction Management Field Paperwork10
10
20
$ 2,760.00
4.3
Certified Payroll Tracking
16
16
$ 1,664.00
4.4
Utility Coordination10
10
$ 1,420.00
Task Total
8
0
120
0
0
0
0
120
16
0
0
0
264
$ 36,160.00
Task 5 - Provide Field Inspection for Each of the Project's Working Days (8 Weeks)
5.1
Construction Inspection (8 hrs/day for inspection & reports)
320
320
$ 40,320.00
5.2
Weekly Construction Meetings (Included in 5.1)
0
$
5.3
Construction Inspection Nights (None Anticipated)
0
$
Task Total
0
0
0
0
0
320
0
0
0
0
0
0
320
$ 40,320.00
Task 6 - Project Closeout (4 Weeks)
6.1
Construction Management Office Support
20
20
40
$ 5,520.00
6.2
Construction Management Field Paperwork/Inspection
8
8
$ 1,008.00
6.3
Certified Payroll Closeout
10
10
$ 1,040.00
6.4
Prepare Documentation to Deliver to City
20
20
$ 2,680.00
Task Total
0
0
20
0
0
8
0
40
10
0
0
0
78
$ 10,248.00
Task 7 - Materials Testing
7.1 (Subcontract with Material Tester (LS Estimate)
0
$ 4,500.00
Task Total
0
0
0
0
0
0
0
0
0
0
0
0
0
$ 4,500.00
Task Total
0
0
0
0
0
0
0
0
0
0
0
0
0
$ -
Task 9 - Management Reserve
9.1 I Upon City Authorization Only
0
$
Task Total
0
0
0
0
0
0
0
0
0
0
0
0
0
$ -
Total Labor Hours and Fee
1,376
2,450
22,152
0
0
42,336
0
23,584
2,704
520
0
0
716
$ 99,622.00
Reimbursable Direct Non -Salary Costs
Mileage at current IRS rate
$ 250.00
Reproduction Allowance
$
Total Reimbursable Expense
$ 250.00
Total Estimated Budget
$ 99,872.00
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number: 22-012
Council Approval 1/24/22
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 Small Drainage 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 $99,512.00 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.
CA revised May 2020
Page 2
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
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
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 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
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 oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
DATED this 28th day of January
, 2022.
CITY OF TUKWILA CONSULTANT
HP
C71(laW Shoe/kg
Key: b1,1,1c.,10acclEADoeScl,le,,,,f0.21D
Allan Ekberg, Mayor 01/28/2022
By:
L,te 0[4,,
Printed Name: Kelsey Anderson
Title: Project Manager
Attest/Authenticated: Approved as to Form:
/t/teaz-y O y
� cvt oe awd
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised May 2020
Page 5
EXHIBIT A
City of Tukwila
2022 Small Drainage Program
City Project Number: 9204XXXX
KPG Project Number: XXXXX
Scope of Work
January 5, 2022
PROJECT DESCRIPTION
The Consultant shall prepare final Plans, Specifications and Estimates for the 2022 Small Drainage
Program. The project will include the following sites:
Sites 1: 48th Ave S from S 124th St to S 122nd St Drainage System
Install storm drain system approximately 820 LF starting the northside of S 124th St and down 48th
Ave S. Tie into the existing system along S 122"d St. This site location was partially designed as part
of the 2020 Small Drainage Program.
Sites 2: 49th Ave S from S 124th St to S 122nd St Drainage System
Install storm drain system approximately 760 LF starting from the northside of S 124th St and
traveling down 49th Ave S to tie -into the existing system along S 122" St. This site location was
partially designed as part of the 2021 Small Drainage Program.
Site 3: 13601 40th Ave S Drainage System
Replace and install new storm drain system approximately 90 LF of 18" CMP and 80 LF of 12"
concrete pipe along with three drainage structures. Tie into the existing system at 40th Ave S. This site
may require a SEPA and City of Tukwila Special Permissions Permit with project limits within Type 3
Watercourse Buffer. This site location was partially designed as part of the 2021 Small Drainage
Program.
Site 4: 37h Ave S from S 126`h St to S 128th St Drainage System
Remove existing 12" concrete pipe and structures and install new storm drain system approximately
285 LF of 12" pipe along with four drainage structures. Tie into the existing system at 371h Ave S and
S 126h St.
Site 5: 37h Ave S (2) from S 142nd St to S 144th St Drainage System
Install storm drain system approximately 385 LF of 12" pipe and six structures on the eastside of 371"
Ave S. Tie into the existing system along the westside of 371h Ave S at the low point of the roadway
crossing.
City of Tukwila
2022 Small Drainage Program Page 1 of 4
KPG
January 2022
EXHIBIT A
The Consultant shall provide necessary surveying, project design, quantity and cost estimates, and utility
notification and design coordination required to complete final bid documents. It is anticipated that sites
will be bid as a single bid package for the 2022 Small Drainage Program as budget or other considerations
allow.
The Consultant shall provide surveyed base maps with horizontal utility locations, or base maps created
from field measurements, ortho-photography, and GIS data as necessary for each site. If necessary,
surveyed base maps will include right-of-way line work based on available public records. Project
horizontal and vertical datum will be NAD83/2011 and NAVD88 respectively on all sites.
The Consultant shall prepare a SEPA checklist and Special Permissions Permit when required at Site 3. No
additional permits are anticipated. The budget assumes a straightforward approval process with no special
studies or extensive coordination.
It is the Consultants understanding that none of the 2022 Small Drainage Program sites require biological
assessments, additional permits beyond those listed, wetland delineations, geotechnical review, detention
facilities, or water quality treatment facilities. The budget assumes a straightforward approval process with
no special studies or extensive coordination.
It is the Consultants understanding that aside from the proposed Site 3, all work will be completed within
City right of way, existing easements, and/or approved right of entry, and no further easement acquisition
is anticipated.
It is the Consultants understanding that the City will coordinate and secure right of entry and temporary
access for any work for property restoration with the property owners. It is assumed this work will be
completed during daytime working hours and a noise variance permit will not be required.
It is the Consultants understanding that the City will coordinate and review any franchise utility submitted
right of way use permits, construction permits, and temporary access for any work for utility location and
relocation required to install the drainage improvements.
SCOPE OF WORK
TASK 1— 2022 Small Drainage Program Design
1.1 MANAGEMENT/COORDINATION/ADMINISTRATION
• The Consultant shall provide continuous project management and administration for the
duration of the Project. (Estimate 12 months).
• Hold project coordination meetings with the City to update progress and review submittals.
Assume (3) 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.
City of Tukwila
2022 Small Drainage Program Page 2 of 4
KPG
January 2022
EXHIBIT A
1.2 Previously obtained mapping for Sites 1, 2, & 3 will be utilized. The Consultant shall prepare
supplemental survey to Site 3 where design storm alignment is altered, and limits are extended. The
Consultant shall prepare a topographic base map for Sites 4 and 5.
1.3 For Site 3, based on approved 50% preliminary design layout, the Consultant shall prepare necessary
easement and legal descriptions to acquire utility easement to existing City storm facilities. The City
will review the project and easement needs to obtain approval from the property owner. The
Consultant shall make necessary revisions to design based on easement conditions negotiated
between the City and property owner and include the final design into the Bid Documents.
• Deliverables
o Legal Description and figure(s) for City Utility Easement (assume one (1) private
parcel.) (pdf).
1.4 The Consultant has previously prepared preliminary designs for Sites 1 & 2. Minor updates and
revisions are anticipated after Franchise Utility coordination review and will be included in the 50%,
90% and final design.
1.5 For Site 3, the Consultant shall prepare 50%, 90%, and final design.
1.6 For Site 4, the Consultant shall prepare 50%, 90%, and final design.
1.7 For Site 5, the Consultant shall prepare 50%, 90%, and final design.
1.8 The Consultant shall prepare 50% and 90% plan review submittal sets for all sites.
1.9 The Consultant shall prepare a SEPA checklist for the 2022 Small Drainage Program containing
information on all sites requiring SEPA review. This is anticipated to be Site 3.
1.10 The Consultant shall prepare City Special Permissions Permit for the 2022 Small Drainage Program
containing information on all sites requiring Special City review. This is anticipated to be Site 3
where project site location is within existing Type 3 watercourse Stream buffer.
1.11 The Consultant shall prepare the Contract Specification per 2022 WSDOT Standard Specifications
for the 90% Review Submittal and the Bid Documents.
1.12 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction
Cost for the 50% and 90% Submittal as well as the Bid Documents.
1.13 The Consultant shall distribute preliminary mapping and 50% review submittals to franchise utility
owners to identify potential conflicts within the Project limits. Notification and design coordination
will continue through final design. (Assume one (1) site visit with franchise utilities).
1.14 The Consultant shall prepare final Bid Documents for the proposed improvements including the
following:
City of Tukwila
2022 Small Drainage Program Page 3 of 4
KPG
January 2022
EXHIBIT A
o 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.
o Details will be prepared for items not available as standard details from the City, State,
or WSDOT standard drawings.
o The plans shall illustrate complete details of construction of the proposed
improvements including limits of construction and removals, proposed invert
elevations, rim elevations and required construction materials.
o Drainage designs will be determined through consultation with City staff and from
previous experience rather than detailed basin modeling.
1.15 The Consultant shall provide bid period services to include responses to bidder inquiries, preparation
of addenda, attendance at bid opening, preparation of bid tabulation, and recommendation to award
or reject the apparent low bidder. The budget assumes a straight forward review process with the
low bidder receiving the contract award.
• Assumptions
o No federal funding is anticipated for the Project engineering or construction.
o No utility upgrades beyond storm conveyance are anticipated in the project design.
o Drainage & Water Quality Reports will not be required.
o Geotechnical engineering services will not be required.
o Environmental documentation will not be required except as noted within tasks.
o City to submit any environmental permitting applications.
o Potholing of existing underground utilities will be completed by franchise utilities. The
approval and construction and right of way permit reviews will be completed by City.
o City to obtain easement approval and record easement for Site 3.
o Any fees for BXWA.com will be paid by the City.
• Deliverables
o SEPA Checklist for Site 3.
o Special Permissions Permit for Site 3.
o 50% review submittal with Plans and Estimate (pdf).
o 90% review submittal with Plans, Specifications, and Estimate (4 sets + pdf).
o Bid Documents and Engineer's Estimate (6 sets 1/2 size plans, specs, and estimate)
o Coordinate upload of Plans and Specifications to Builders Exchange.
Additional Services
The City of Tukwila may require other services of the consultant. These services could include additional
design, right of way, utility potholing, environmental documentation, geotechnical exploration,
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.
City of Tukwila
2022 Small Drainage Program Page 4 of 4
KPG
January 2022
EXHIBIT B-1
PRIME CONSULTANT COST COMPUTATIONS
Client: City of Tukwila
Project: 2022 Small Drainage Program
KPG, P.S. PROJECT NUMBER: XXXXX
v1
DATE: 1/5/2022
Nelson Davis Date'. XXXXXX
140
104
Labor Haut Estimat<
105
1.88.
Hour:
Task 1 - MANAGEMENT / COORDINATION / ADMINISTRATION
Project Management and Administrative Services
38
6,376.00
Survey & Base Maps
32
24
86
15,284.00
Site 3 • Utility Easement & Legal Description
• 2,466.00
Site 1 & 248th & 49th Ave S Drainage System Design
54
• 7,550.00
Site 3 .48th Ave S Drainage System Design
54
• 7,766.00
Site 4.37th Ave S Drainage System Design
66
• 9,086.00
Site 5 • 37th Ave S (2) Drainage System Design
66
• 9,086.00
& Final Design Plan Review Submittal Sets
48
• 7,324.00
Site 3 • SETA Permit
28
• 4,020.00
1.10
Site 3 • Special Permissions Permit
28
• 4,020.00
1.11
Prepare Specifications
20
30
• 5,266.00
1.12
Quantity and Cost Estimating
24
42
• 6,040.00
1.13
Utility Coordination
20
36
5,248.00
1.14
Prepare Bel Documents
38
5,206.00
1.15
Sol Period Services
1,224.00
Task Total
16
132
116
112
18
36
28
640
95,962.00
Total Labor Hours anti Fee
8,592
20,196
16,240
,47
7,616
2,790
4,608
1,260
3,948
7'
5,896
672
962,00
Su bconsultants
Subtotal
Administrative Charge (544
Total Subconsultant Expense
Reimbursable Direct Non -Salary Costs
Mileage at current ICS rate
• 300.00
Utility Locate Service
2,000.00
Title Deport for Site 3
750.00
Reproduction Allowance
500.00
Total Reimbursable Expense
3,550.00
Total Estimated Budget
00