Loading...
HomeMy WebLinkAboutTIS 2025-02-24 Item 2E - Contract - 2025 Annual Overlay Program Engineering Services with PsomasCity of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director INFORMATIONAL MEMORANDUM TO: Transportation & Infrastructure Services Committee FROM: Pete Mayer, Public Works Interim Director BY: David Baus, Public Works Transportation Project Manager CC: Mayor McLeod DATE: February 21, 2025 SUBJECT: 2025 Annual Overlay Program - Engineering Services Contract Project No. 82510401 Design and CM Consultant Selection and Agreement ISSUE Execute a contract with Psomas, Inc. to provide design and CM services for the 2025 Overlay and Repair Program. BACKGROUND Every year, Public Works issues a construction project to grind and overlay several blocks of roadways in the City of Tukwila. The annual overlay program is intended to preserve and maintain the street structure in a safe and useable state by resurfacing before failure, which also minimizes costs. Before work can commence, an engineer of record is required to prepare, design, and manage construction of the project. Psomas provides a unique blend of knowledge and understanding of the City's overlay program that provides efficiency and benefits which cannot be matched at this time by any other firm. Psomas has also performed very well in providing construction management services. DISCUSSION City staff issued a Request for Qualifications for this project in January 2025 and received one response from Psomas. City staff interviewed Psomas in January and determined that Psomas staff meet project requirements and the City's objectives. Psomas has provided a contract, scope of work, and fee estimate to complete the design of the 2025 Overlay and Repair Program and advertise for construction bids. The preliminary location for the 2025 Overlay is shown on the attached map. The final selections of relevant roadways will be made after the design cost estimates have been completed. Specific roadway segments are based on several factors, including but not limited to Pavement Condition Index which accounts for the condition of the pavement surface distress, roughness, structural conditions, community complaints, and street classification. Water District 125 recently upgraded the water main under Macadam Road, resulting in damage to the road. Their project initially included partial asphalt overlays. However, we've collaborated with them to perform a full -width overlay, with Water District 125 covering part of the cost. FINANCIAL IMPACT 2025 Design and CM Contract Psomas Contract Budget $487,198.99 $500,000.00 RECOMMENDATION Council is being asked to approve a new contract for Psomas on the 2025 Annual Overlay Program in the amount of $487,198.99 and consider this item on the Consent Agenda at the March 03, 2025 Regular Council Meeting. ATTACHMENTS: 2025 CIP page Psomas 2025 Overlay Consultant Contract 2025 Overlay Map Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 101 2025 - 2026 Biennial Budget City of Tukwila, Washington CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2025 to 2030 J PROJECT: Annual Overlay and Repair Program Project # 80010401 Project Manager David Baus Department Arterial Streets DESCRIPTION: Select, design, and construct asphalt and concrete pavement overlays and useable with of arterial and residential streets. JUSTIFICATION: Preserve and maintain the street structure in a safe minimizes costs. Some individual sites may be coordinated state by resurfacing before failure which also water, sewer, and surface water projects. ii ch year various sections of roadway throughout the City are designed and constructed for asphalt overlay. half, hence MAINTENANCE IMPACT: COMMEN Roughly 1,300 Man Hours go to filling in potholes per year, so if budget is increased Ongoing project. Only one year actuals shown in fist column. this could be cut in FINANCIAL (in thousands) 2025 2026 2027 2028 2029 2030 Beyond TOTAL Project Costs Project Mgmt (Staff Time/Cost) Design Construction Mgmt. Construction Contingency $ 50 $ 300 $ 200 $ 2,000 $ - $ - $ - $ - $ - $ - $ 20 $ 150 $ 200 $ 2,000 $ 150 $ 20 $ 150 $ 200 $ 2,000 $ 150 $ 20 $ 150 $ 200 $ 2,200 $ 150 $ 20 $ 150 $ 200 $ 2,200 $ 150 $ 20 $ 150 $ 200 $ 2,400 $ 150 $ 150 $ 1,050 $ 1,200 $ 12,800 $ 750 Total Project Costs $ 2,550 $ - $ 2,520 $ 2,520 $ 2,720 $ 2,720 $ 2,920 $ 15,950 Project Funding Dedicated/Restricted Rev General Fund Transfer $ 2,550 $ - $ - $ - $ 1,520 $ 1,000 $ 1,520 $ 1,000 $ 1,650 $ 1,070 $ 1,650 $ 1,070 $ 1,650 $ 1,360 $ 10,540 $ 5,500 Total Project Funding $ 2,550 $ - $ 2,520 $ 2,520 $ 2,720 $ 2,720 $ 3,010 $ 16,040 363 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 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 Psomas Inc., hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform Survey, Design, and Construction Management services in connection with the project titled 2025 Annual Overlay Program . 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment, and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2026, 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, 2026, 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 $487,198.99 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. 103 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised May 2020 Page 2 104 4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. CA revised May 2020 Page 3 105 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: Psomas Inc. 3131 Elliott Avenue, Suite 400 Seattle, WA 98121 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. CA revised May 2020 Page 4 106 DATED this day of , 20 ** City signatures to be obtained by ** Consultant signature to be obtained by City Clerk's Staff ONLY. ** sponsor staff. ** CITY OF TUKWILA Allan Ekberg, Mayor ATTEST/AUTHENTICATED: Christy O'Flaherty, City Clerk APPROVED AS TO FORM: Office of the City Attorney CONSULTANT: By: Id- YY---- Printed Name: Nandez Miller Title: Vice President CA revised May 2020 Page 5 107 EXHIBITA City of Tukwila 2025 Annual Overlay Program Scope of Work February 10, 2025 The Consultant shall prepare final Plans, Specifications and Estimates for the 2025 Annual Overlay. The project extents shall be Macadam Rd S/ 515t Ave S from Interurban Ave S to Klickitat Dr. Project length may be adjusted based on the Construction Cost Estimate. The design work will involve survey and basemapping, pavement evaluation, ADA ramp design, and channelization design. Construction Administration during construction will also be included in this scope of work. The 2025 Annual Overlay Program will be bid as a single bid package as budget allows. Detailed estimates will be prepared at the 30% design to verify the final project extents to be included in the 2025 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 2025 Overlay Program. The City of Tukwila may require other services of the consultant. These services could include additional design, right of way, environmental documentation, or other work tasks not included in the scope of work. At the time these services are required, the Consultant will provide the City City of Tukwila PSOMAS 2025 Annual Overlay Page 1 of 12 February 2025 108 with a detailed scope of work and an hour and fee estimate. The Consultant will not proceed with the work until the City has authorized the work and issued a Notice to Proceed. Assumptions for the 2025 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. • No signal upgrades are anticipated in the project design. • 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. • Anticipated Sheet Set is as follows: o Cover 1 o Details 2 o Roadway and Channelization Plans 13 o Curb Ramp Details 4 o Traffic Control Plans 4 (for WSDOT Limited Access Only) o Total 24 SCOPE OF WORK TASK 1 - Project Management 1.1 The Consultant shall provide continuous project management and administration for the duration of the Project. (Estimate 6 months). • Hold project coordination meetings with the City to update progress and review submittals. Assume six (6) meetings. • The Consultant shall provide monthly status reports and billings. • The Consultant shall provide independent QA/QC reviews by senior in-house staff of all deliverables prior to submittal to the City. 1.2 The Consultant shall coordinate with WSDOT to get approval needed for work within limited access. (Estimate 4 months) • Distribute 90% Plans for review • Hold project coordination meetings with WSDOT to review traffic control plans. Assume three (3) meetings City of Tukwila PSOMAS 2025 Annual Overlay Page 2 of 12 February 2025 109 TASK 2 - Survey and Basemapping Limits of survey: Intersection of Macadam Ave S/ S 144th St/ 515t Ave S 2.1 Generate a project basemap based on field survey, available GIS, aerial imagery, and field verification. • Establish horizontal and vertical control points along the corridor for field topographic survey. Basis of control will be NAD83(2011) and NAVD88. The Consultant will locate, field survey, and calculate positions for all monuments and control points throughout the survey limits, using the Washington State plane coordinate system. Conventional or GPS surveying methods will be used on this project. • Detailed survey within survey extents including invert elevations of gravity utilities present. • Right of Way will be determined based on publicly available information and existing street monuments. • Features in areas not surveyed will be drawn in based a combination of aerial imagery, GIS, street view, and field verification. TASK 3 - Preliminary and Final Design 3.1 Complete Macadam Speed and Safety Study • The Consultant shall complete the speed and safety study to inform the City of potential opportunities to install traffic calming and safety installations along the corridor. 3.2 The Consultant shall prepare 30% Plans • Ramp grading will not be included in 30% Plans. • Incorporate desired potential speed and safety management installations from task 3.1. • Traffic Control Plans will not be included in 30% Plans. 3.3 The Consultant shall calculate quantities and prepare a Preliminary Engineers Estimate of Probable Construction Cost for the 30% Plans. 3.4 The Consultant shall prepare 90% Plans. The proposed improvements including the following: City of Tukwila PSOMAS 2025 Annual Overlay Page 3 of 12 February 2025 110 • The Consultant shall perform site walkthroughs with the City staff to determine extent of roadway improvements / resurfacing (Estimate 2 meetings) and to optimize the available budget. • Plans shall be prepared with such provisions in such detail as to permit field layout and construction within a degree of accuracy acceptable to the City and per industry standards. • Typical sections and details will be prepared for items not available as standard details from the City, State, or WSDOT standard drawings. • Plans will identify curb ramp replacement limits and pedestrian push button modifications in accordance with ADA requirements. • The plans shall illustrate complete details of construction of the proposed improvements including limits of construction and removals, utility adjustments, surfacing depths and details, and applicable channelization and signing for the segments selected for final design. • Plans and specifications will include required criteria for traffic control plans and pedestrian traffic control during construction. Criteria will be developed in collaboration with the City. • Pavement sections will be determined through consultation with the City's maintenance staff and previous experience. No geotechnical investigations are anticipated. 3.5 The Consultant shall calculate quantities and prepare an Engineers Estimate of Probable Construction Cost for the 90% Plans. 3.6 The Consultant shall prepare the Contract Specification per 2025 WSDOT Standard Specifications for the 90% Review Submittal and the Bid Documents. 3.7 The Consultant shall prepare Final Plans, Engineers Estimate of Probable Construction Cost, and Contract Documents including Project Special Provisions. Deliverables • Updated Macadam Speed and Safety Study Memorandum • 30% Plans & Cost Estimate (pdf) • 90% Plans, Cost Estimate, & Project Special Provisions (pdf) • Final Plans, Cost Estimate, & Contract Documents including Project Special Provisions (pdf) City of Tukwila PSOMAS 2025 Annual Overlay Page 4 of 12 February 2025 111 TASK 4 - Bid Period Services 4.1 The Consultant shall assist the City with Project Advertisement and Award by uploading plans and specifications to bxwa.com, preparing addenda, bid tabulation, and recommendation for award. Deliverables • Recommendation of Award Letter (pdf) • Bid Tabulation (excel and pdf) • Addenda, as required TASK 5 - Construction Administration Management Provide overall project management, coordination with the City, monthly progress reports, and invoicing. This effort will include the following elements. 5.1 Organize and layout work for project staff. Prepare project instructions on contract administration procedures to be used during construction. 5.2 Review monthly expenditures and CM team scope activities. Prepare and submit monthly project progress reports to the City along with invoices describing CM services provided each month. Prepare and submit reporting required by funding source(s), if any. Deliverables: • Monthly invoices and progress reports TASK 6- Pre -construction Services 6.1 Administrative Services up to Contractor Notice to Proceed (NTP): Psomas will provide support startup of the project with any miscellaneous administrative needs as further detailed below: a. Preconstruction (PreCon) Photos: Psomas staff shall collect and log a comprehensive set of precon photos, prior to City Contractor mobilizing to the site, for the purpose of documenting pre-existing site conditions. These shall be delivered to the City in digital form as part of the final project files. b. Review Plans and Specs: Psomas staff shall familiarize themselves with all plans, specs, and City standards that will be incorporated into this project, in order to familiarize themselves with project limits, elements of work to be performed, measurement and payment, and other project -specific considerations, prior to the first working day. City of Tukwila PSOMAS 2025 Annual Overlay Page 5 of 12 February 2025 112 c. Prepare Hard and Electronic Files: The Consultant will prepare all electronic and hard copy files in preparation for the project. SharePoint will not be utilized on this contract. d. Prepare Record of Materials (ROM): Consultant shall modify WSDOT-provided ROM, to algin with LAG manual exceptions and to improve ease of use by all project parties. In the absence of a WSDOT-provided ROM, Psomas can generate a ROM from scratch, however creation of a complete project ROM is outside the scope of the current budget and may require a supplement. e. Preconstruction Conference: 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. Psomas will prepare a written record of the meeting and distribute copies of the minutes to all attendees and affected agencies, staff, etc. At the Preconstruction conference, the Consultant shall help facilitate discussions with the Contractor concerning the plans, specifications, schedules, pay estimate timelines and cutoff dates, issues with utilities, any unusual conditions, State and local requirements and any other items that will result in better project understanding among the parties involved. f. Prepare Templates: Psomas will pre -populate all electronic forms, either Consultant or City provided, in preparation for contract administration. This includes pay estimate templates, weekly working days statements, inspector daily reports, change management tracking templates, etc. g• Utility Coordination: Consultant will assist with external and internal communications regarding utility coordination required for successful completion of the project, including utility relocations, required service interruptions, etc. Deliverables: • Preconstruction conference meeting minutes Pre -construction Photos TASK 7- Construction Office Support 7.1 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: City of Tukwila PSOMAS 2025 Annual Overlay Page 6 of 12 February 2025 113 a. Project Coordination: Liaison with City, construction Contractor, engineer, utilities and property owners on a regular basis to discuss project issues and status. b. Plan Interpretations: Provide technical interpretations of the drawings, specifications, and Contract Documents, and evaluate requested deviations from the approved design or specifications. Coordinate with City for resolution of issues involving scope, schedule, and/or budget changes. c. Submittals: Consultant shall take lead on submittal reviews/ approvals. Consultant shall coordinate review process for shop drawings, samples, traffic control plans, test reports, and other submittals from the Contractor for compliance with the contract documents. Submittals shall be logged and tracked by Consultant. d. Requests for Information (RFI): Consultant shall review and respond to RFI's. RFI's shall be logged and tracked by Consultant. e. Weekly Meetings: Consultant will lead weekly meetings. Consultant will prepare agenda for City review and distribute meeting minutes to attendees. Outstanding issues to be tracked on a weekly basis. Weekly Statement of Working Days will be reviewed/accepted by Contractor during the Weekly Meeting. f. Change Orders: The Consultant will develop change orders and the Consultant will provide technical assistance to negotiate change orders, and assist in resolution of disputes which may occur during the course of the project. The City will approve all change orders before being fully executed. Each change order will be executed in accordance with WSDOT Standard Specifications. g• Field Work Directives: The Consultant will prepare field work directives as necessary to keep the Contractor on schedule. h. Force Account: The Consultant will track Contractor force account labor, equipment and materials. All force account calculations will be verified by the City and double checked by the Consultant. The City shall have final authority to approve any Force Account work prior to agreement with the Contractor. i. 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 City of Tukwila PSOMAS 2025 Annual Overlay Page 7 of 12 February 2025 114 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. I. Weekly Statement of Working Days: Consultant shall prepare, and issue weekly statement of working day report each week to the Contractor and City for review and approval. Weekly statement of working days will be based on field inspection reports provided by Consultant. m. Subcontractor Documentation: Process / approve all required subcontractor documentation. Request to Sublets will be verified and logged. This includes checking System Award Management System (SAMS), verifying business licensing, reviewing insurance documentation, verifying city business licensing, Intent to Pay Prevailing Wage and Affidavit of Wages Paid. All subcontractor documentation will be logged into PSOMAS's subcontractor logs. 7.2 Certified Payroll: The Consultant will process and check the Contractor and Subcontractor's certified payroll per State Prevailing Wage Requirements. Tracking of payroll shall consist of recording each payroll received from the Prime and Subcontractors and checking pay rates against Contract requirements. Any discrepancies will be brought to the Contractor and City. Deliverables: • Approved Submittals and Submittal log • Responded RFIs and RFI Log • Weekly Meeting minutes • Fully -executed Change Orders and Field Work Directives, with Change Management Log • Force Account Documentation and Tracking Log • Fully -executed Monthly Progress Payments • Subcontractor Packets • Weekly Statements of Working Days • Certified Payroll Tracking Log (hard copy binder not included) • Contractor -generated As-builts, if required by Contract All other project documentation generated during the course of project construction duration. City of Tukwila PSOMAS 2025 Annual Overlay Page 8 of 12 February 2025 115 TASK 8- Construction Observation 8.1 Construction Observation: The Consultant will provide one (1) inspector during construction activities and other tasks necessary to monitor the progress of the work. The Inspector will ensure that the daily inspection reports and working days reporting are completed in a timely manner and contain sufficient information to assess whether the work is being conducted in compliance with the Contract Documents per City, WSDOT,. Consultant will make IDR's available to the City by Friday of the same work week upon request. The Inspector may perform the following duties as a matter of his daily activities: Observe technical conduct of the construction, including providing day-to-day contact with construction contractor, City, utilities, and other stakeholders, and monitor for adherence to the Contract Documents. The Consultant's personnel will act in accordance with Sections 1-05.1 and 1-05.2 of the WSDOT Standard Specifications. 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. 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 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. City of Tukwila PSOMAS 2025 Annual Overlay Page 9 of 12 February 2025 116 xii. Take digital photographs during the course of construction, and record locations. Assumptions: • Consultant will provide observation services for the days/hours that the contractor's personnel are on -site. • Assumption is Client's Contractor shall work normal 40-hour work weeks. For this project the "normal" work week may occur at night. 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. Deliverables: • Daily Construction Reports with project photos. • Field Note Records for all field -measurable pay items. • Review material test reports for compliance. TASK 9- Project Closeout 9.1 Closeout Office Support: Consultant shall assist with generation of closeout documentation and pursuit of successful project final completion, as detailed below: a. Substantial Completion Letter: Following full and unrestricted use of the project status being obtained by the Contractor and agreed to by the City, Consultant shall draft Substantial Completion Letter on City letterhead, for issuance to Contractor. b. Physical Completion Letter: Following completion of all punch list work verified by the Consultant and any stakeholders required the Consultant shall prepare physical completion letter to the Contractor and the City shall issue the final contract voucher. c. Final Pay Estimate: Consultant shall prepare final payment estimate, along with any final quantity adjustments needed to existing bid items, for issuance to Contractor, in conjunction with the final contract voucher, issued by the City. City of Tukwila PSOMAS 2025 Annual Overlay Page 10 of 12 February 2025 117 d. 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. e. 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. f. 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 Additional Services The City may require additional services of the Consultant in order to advance all or portions of the project. This work may include items identified in the current task authorizations as well as other items, which may include, but are not limited to the following: • Planning of future City Street overlay candidates • Permitting or environmental studies • Additional design services • Right of Way services City of Tukwila PSOMAS 2025 Annual Overlay Page 11 of 12 February 2025 118 These services will be authorized under a future contract supplement if necessary. At he time these services are required, the Consultant shall provide a detailed scope of work and an estimate of the costs. The Consultant shall not proceed with the work until the City has authorized the work and issued a notice to proceed. City of Tukwila PSOMAS 2025 Annual Overlay Page 12 of 12 February 2025 119 EXHIBIT B PRIME CONSULTANT COST COMPUTATIONS Client: Project Name: Psomas Project Number: Date: City of Tukwila 2025 Annual Overlay 9XXX0X0X00 2/10/2025 PSOMAS Task No. Task Description Labor Hour Estimate Total Hours and Labor Cost Computations by Task Principal Project Engineer II Design Engineer II Design Engineer III Engineering Technician Senior CAD Technician Survey Crew II (W/Equip) Field Surveyor III Senior Transportation Planner Transportation Planner Senior Construction Manager Senior Resident Engineer Construction Observer III Document Control Specialist III Senior Admin $110.00 $65.13 $48.87 $55.29 $40.00 $50.00 $94.00 $53.56 $70.70 $42.43 $89.50 $65.15 $49.10 $53.50 $50.00 Hours Totals Task 1- Project Management 1.1 Project Management 8 20 20 8 8 64 $ 4,116.40 1.2 WSDOT Coordination 8 12 16 12 8 56 $ 3,756.00 0 $ - Task Total 16 32 0 36 0 0 0 0 0 0 0 12 0 16 8 120 $ 7,872.40 Task 2 - Survey and Basemapping 2.1 Survey and Basemapping 40 20 16 16 92 $ 5,315.76 0 $ - Task Total 0 0 40 0 0 20 16 16 0 0 0 0 0 0 0 92 $ 5,315.76 Task 3 - Preliminary and Final Design 3.1 Update Complete Traffic Calming Memorandum 8 8 32 48 96 $ 5,262.40 3.2 30% Plans 40 80 40 60 220 $ 11,726.40 3.3 30% Cost Estimate 20 40 20 80 $ 4,363.20 3.4 90% Plans 8 40 80 60 16 204 $ 12,144.20 3.5 90% Cost Estimate 40 30 40 110 $ 6,282.90 3.6 90% Special Provisions 16 80 40 136 $ 7,065.28 3.7 Final Contract Documents 8 20 40 32 100 $ 5,674.20 0 $ - Task Total 16 184 230 288 72 60 0 0 32 48 16 0 0 0 0 946 $ 52,518.58 Task 4 - Bid Period Services 4.1 Bid Assistance 2 8 4 2 16 32 $ 1,997.20 0 $ - Task Total 2 8 0 4 0 0 0 0 0 0 2 0 0 16 0 32 $ 1,997.20 120 Task 5 - Construction Administration Management 5.1 Project Management 4 20 4 28 $ 2,250.52 5.2 Monthly Progress Reports 8 8 $ 400.00 0 $ - Task Total 0 4 0 0 0 0 0 0 0 0 20 0 0 0 12 36 $ 2,650.52 Task 6 - Pre -Construction Services 6.1 Admin up to NTP 2 30 20 30 82 $ 4,720.50 0 $ - Task Total 0 0 0 0 0 0 0 0 0 0 2 30 20 30 0 82 $ 4,720.50 Task 7 - Construction Office Support 7.1 Construction Management Office Support 8 14 20 200 200 442 $ 27,311.82 7.2 Certified Payroll 28 28 $ 1,400.00 0 $ - Task Total 8 14 0 0 0 0 0 0 0 0 20 200 0 200 28 470 $ 28,711.82 Task 8 - Construction Observation 8.1 Construction Observation 500 500 $ 24,550.00 0 $ - Task Total 0 0 0 0 0 0 0 0 0 0 0 0 500 0 0 500 $ 24,550.00 Task 9 - Project Closeout 9.1 Closeout Support 8 50 20 60 138 $ 8,165.50 0 $ - Task Total 0 0 0 0 0 0 0 0 0 0 8 50 20 60 0 138 $ 8,165.50 Total Labor Hours and Fee 42 242 270 328 72 80 16 16 32 48 60 242 20 262 48 1,778 $ 136,502.28 ICR Overhead @ 174.17% = $ 237,746.02 Fixed Fee @ 30% = $ 40,950.68 Total Psomas (DL + OH + Fixed Fee) = $ 415,198.99 Subconsultants Materials Testing (HWA) $ 50,000.00 Subtotal $ 50,000.00 Total Subconsultant Expense $ 50,000.00 Reimbursable Direct Non -Salary Costs Mileage at current IRS rate $ 1,500.00 Reproduction Allowance $ 500.00 Total Reimbursable Expense $ 2,000.00 Management Reserve $ 20,000.00 121 Thomas McLeod, Mayor City of Tukwila Public Works Department - Pete Mayer, Interim Director IP Tukwila w`Cammunity Cer}te Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 122