HomeMy WebLinkAboutTrans 2014-02-10 Item 2A - Contract Supplement #2 - East Marginal Way South Overlay and Repair with KPGTO:
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director
BY: David Sorensen, Project Manager
DATE: February 7, 2014
SUBJECT: Overlay and Repair - East Marginal Way S (S 81st PI to Norfolk St)
Project No. 91210406, Contract No. 13 -029
Supplemental Agreement No. 2 with KPG, Inc.
ISSUE
Approve Supplemental Agreement No. 2 to consultant Contract No. 13 -029 with KPG for
construction management (CM) services.
BACKGROUND
Base Contract No. 13 -029 with KPG provided design engineering services for the Overlay and
Repair - East Marginal Way S (S 81st PI to Norfolk St) Project. Council awarded the construction
contract to Miles Resources, LLC on February 3, 2014. KPG's Supplemental Agreement No. 2
will provide construction management (CM) support during the construction phase. Construction
is anticipated to begin in early April.
ANALYSIS
KPG, Inc. was determined to be the most qualified to perform the CM work for this project. KPG
offers services that include construction management, construction inspection, transportation,
natural resources, and environmental engineering and sciences.
BUDGET SUMMARY
The cost negotiated with KPG for $189,503.82 is reasonable for the size and scope of this
overlay project. A material testing sub - consultant is also included in this proposal, mainly for
asphalt compaction and oil content tests. An in -house CM Project Manager has been assigned
to work with the proposed consultant inspector and project manager to successfully complete
this construction project. The contract timeline will also be extended to December 31, 2014.
Contracts
Construction Bid Amount (to Council 2/3/14) $1,738,991.50
Construction Contingency (5 %) 86,949.58
2014 Small Drainage Program Budget
Aviation High School Contribution
KPG, Inc. Construction Management 189,503.82
Total $2 015 444.90
2014 Budget
$1,800,000.00
65,000.00
4,334.00
150,000.00
$2.019 334.00
RECOMMENDATION
Council is being asked to approve Supplemental Agreement No. 2 to Contract No. 13 -029 for
construction management services with KPG, Inc. in the amount of $189,503.82 for the Overlay
and Repair - East Marginal Way S Project and consider this item on the Consent Agenda at the
February 18, 2014 Regular Meeting.
Attachments: Consultant Selection Sheet
2014 CIP, page 18
Consultant Agreement
W: \PW Eng \ PROJECTS \A- RW & RS Projects \EMW Overlay & Repair (91210406) \CN Management \Docs to TC \Info Memo CN Mgmnt KPG gl.doc
1
EMW Overlay & Repair (91210406)
Construction Management Consultant Selection Matrix (Internal
Selection, No Interviews)
DEA Associates
a
m
Jason
Engineering
KPG, Inc.
CH2M Hill, Inc.
Paving project design and construction experience.
2
2
2
3
3
Current Knowledge of FHWA, State, and Tukwila Standards and Procedures
2
1
2
4
3
Environmental Experience
1
1
1
2
2
Experience with similar federal aid projects?
2
1
2
3
3
Expertise Using Federal Funds
1
1
2
2
2
Pavement Design / Rehabilitation Repair Expertise
2
1
2
3
3
Small Scale Projects
2
2
1
4
2
Survey Crew In -House
1
1
4
4
1
TOTALS
13
10
16
25
19
For each category, highest score is 5 (with the lowest or worst score 1)
Consultant with the highest score is ranked the best.
Staff: Dave Sorensen
Selection Date: 10/17/13
Selected Consultant: KPG, Inc.
Selection Justification: This firm has demonstrated relevant project experience, and
they seem to have exceptional familiarity with WSDOT/ FHWA standards, and a solid
DBE approach and commitment. Based on overall score KPG prevailed.
N
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2014 to 2019
PROJECT: Overlay and Repair - East Marginal Way S Project No. 91210406
DESCRIPTION: Construct pavement preparation and an asphalt overlay of East Marginal Way South between S 81st PI
and S Norfolk Street, including new pavement markings.
JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure.
STATUS: Advertise for construction bids in late 2013.
MAINT. IMPACT: Reduces annual maintenance.
COMMENT: Federal grant funding available through PSRC 2012 STP /CMAQ for $1,000,000.
FINANCIAL Through Estimated
(in $000's)
2012 2013 2014
2015
2016
2017
2018
2019
BEYOND TOTAL
EXPENSES
Design
125
125
Land (RAN)
0
Const. Mgmt.
150
150
Construction
1,800
1,800
TOTAL EXPENSES
0
125
1,950
0
0
0
0
0
0
2,075
FUND SOURCES
Awarded Grant
0
Proposed Grant
1,000
1,000
Mitigation Actual
0
Impact Fees
0
City Oper. Revenue
0
125
950
0
0
0
0
0
0
1,075
TOTAL SOURCES
0
125
1,950
0
0
0
0
0
0
2,075
Project Location
2014 - 2019 Capital Improvement Program
18
3
Supplemental ��re�������A
~~~-n~n~^`~^^^~^~~~~^ Agreement
~ �^^~
Number n�er No^2
Original Agreement Number
13-029
Project Number
91210406
Organization and Address
KPG, Inc.
753 9th Avenue W
Seattle, W898l09
Phone: 206-286-1640
Execution Date
1/29/2013
Completion Da e
12/31/2014
Project Title
E. Marginal Way Overlay (Norfolk to 81st PI S.)
New Maximum Amount Payable
$ 314,481.87
Description of Work
Provide Engineering and Obscrvation Scrviccs during construction.
The Local Agency of City uyTukwila
desires to supplement the agreement entered into with KPG
and executed on 01/29/2013 and identified as Agreement No
13-029
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
The enntrant Rhall include the additional Qenpc for ennstnictinn servicec identified in the attached Exhibit A-7
11
Section IV, TIME FOR BEGINNING AND COMPLETION is amended to change the number of calendar days for
completion of the work to read:
°AI A*^#�,`
U�U
.
Section V, PAYMENT, silall be amended as toliows:
Payment for the added senile items shall not exceed S/Rq.50187without prinr »pprovxihvthe City
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By:
NeLnnnDxvis KPG
. '
Consultant Signature
DOT Form 140-063 EF
Revised 9/2005
By
Approving Au hority8ignatum
Date
4
EXHIBIT A-2
City of Tukwila
East Marginal Way S
S 81st P1 to S Norfolk Street
SCOPE OF WORK
January 22, 2014
Supplement No. 2
Construction Services
This work will be to provide construction services for the construction contract to complete the East
Marginal Way S Project (hereinafter called "Project"). These services will include project management,
inspection, materials testing, public involvement, and contract administration during the construction of
the project, as detailed below. KPG ("Consultant") will provide to the City of Tukwila, Washington
("City") construction management and engineering services for the project. A detailed, scope for the
Contract follows:
INTRODUCTION
The following scope of services and associated costs are based upon the assumptions outlined below.
Assumptions:
▪ The proposed project team will include a part-time project manager, a part-time project engineer, a
part-thine documentation specialist, and one full-time inspector during construction activities,
necessary sub-consultants to provide services for materials testing, and other supporting tasks as
deemed necessary. The level of services is based on project duration of approximately 4 months, or
approximately 80 working days. It is anticipated that full time site observation will be required for
the entire duration of construction and that supplemental observation averaging 1 day per week will
be necessary for paving operations and specialized elements such as signal modifications.
• Services will be performed in accordance with the Local Agency Guidelines (LAG) and the WSDOT
Construction Manual.
• Hours of work: Work is anticipated to take place during a single shift of 8 hours per day. Night or
weekend work is anticipated as part of this scope of services. Consultant will coordinate contractor
operations with Boeing and Museum of Flight events in order to avoid disruption of traffic.
Project Objectives
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 receives an
outstanding review by WSDOT local programs at the end of the Project.
East Marginal Way
Supp 2 — Construction Services 1 of 9
KPG
January 22, 2013
5
EXHIBIT A-2
II. SCOPE OF WORK
TASK MANAGEMENT/COORDINATION/ADMINISTRATION
Provide overail project project management, coordination with the City, monthly progress reports, and invoicing.
This effort will include the following elements.
w Organize and layout work for project staff. Prepare project instructions on contract
administration procedures to be used during construction.
Review monthly expenditures and CM team scope activities. Prepare and submit project ymgreos
letters to the City along with invoices describing CM services provided each month. Prepare and
submit reporting required by funding source(s), if any,
Deliverables
• Monthly invoices and progress reports
TASK 2 — PRECONSTRUCTION SERVICES
2.1 Contractor Bid Documentation Review: The Consultant will review the bids submitted my
the contractor for conformance to the required p jeoidocuoucutudoo.prcpu,oubidtabof|bc
submitted bids and check contractor refcrences.
2.2 File Setup: Attend meeting with City Project Manager to review standard Consultant and City
file systems and develop file structure for management of the p ject as described in Task 3.
2.3 Field Review: Perform plans in hand field review with inspector and project engineer to
review the overall scope, identify challenging acouo, and identify traffic concerns to be
addressed in the Contractors traffic control plans.
2.4 Preconstruction Conference: The Consultant will prepare an agenda for, distribute notices
of, and conduct a preconstruction conference in the City's offices. The Consultant's project
manogcr, project cnAinoor, document control opuciuJiet, and inspector will attend the
precona\ruc\ioo conference. The Consultant will prepare a written record of the meeting and
distribute copies of the minutes to all attendees and affected agencies, staff, etc.
At the Pre-construction conference, the Consultant shall facilitate discussions with the
Contractor concerning the plans, mpeoiGcn{ionm, schedules, and issues with otJdieo, unusual
conditions, federal, state, and local requirements, EEO, DBE, and any other items that will
result in better project understanding among the parties involved.
Deliverables
• Bid review and recommendation of award
• Preconstruction conference agenda with meeting minutes
TASK 3— CONSTRUCTION SERVICES
A. FIELD SERVICES
3.1 The Consultant shall provide the services of one part-time project engineer, one full-time
inspector, and one part-time documentation control specialist, and other tasks necessary to
KPG
PG
Supp 2 — Construction Services 2 of 9 January 22, 2013
6
EXHIBIT A-2
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.
�
Street improvements.
u
Excavating and removing of existing pavement, curb, sidewalk and driveways.
o
Constructing curb, gutter, ADA ranips and concrete sidewalks.
o
Asphalt paving for roadway.
o
Property restoration
o
Installing obuooe|izohmo and signing
o Traffic signal and push hutton modifications.
o Adjusting surface ntilities to grade
o Coordinatiori of Traffic Control with the City of Tukwila
o
And all incidental iteins necessary to cornplete [he Work as descrihed in the Plans and/or
Specifications.
The presence of the Consultant's personnel at the construction site is for the purpose of
providing to the City a greater degree of confidence that the completed work will generally
conform to the Contract Documents, meet all applicable federal funding rcquircomnts, and
ensure that the integrity of the design concept as reflected in the Contract Documents has been
implemented and preserved by the construction Contractor(s), The Consultant's personnel shall
act in accordance with Section 1-85.1 and 1-05.2 of the current WSDOT Standard
Specifications. The Consultant will endeavor to protect the city against defects and
deficiencies in the work of the Cououctor(s), but cannot guarantee the Contractors'
performance and shall not be responsible for construction meuox, mcthnda, techniques,
sequences of procedures, or for safety precautions and programs in connection with the work
performed by the construction contractor(s) and any subcontractors,
Field inspection staff will perform the following duties as a matter of their daily activities:
i
Observe technical conduct of the construction, including providing day-to-day contact
with construction cootroutor. Ci/y, udlidem, 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 1-052 of the Standard Specifications.
ii
Observe mnutcria], vvorkmunahip, 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 ohserved during site visits,
iii
Document all material delivcred to the job site in accordance with the LAG Manual and
WSDOT Construction Manual.
iv. Prepare daily inspection reports, recording the constniction contractor's operations as
actually observed by the Consultant; includes quantities of work placed that duy,
contractor's equipment and crews, and other pertinent information. All daily inspection
reports will adhere to WSDOT Local Agency Guidelines.
v. Interpret Contract Docurnents in coordination with City.
East Marginal Way KPG
Supp2- Construction Services 3 of 9 January 22, 2013
7
EXHIBIT A-2
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. Establish communications with adjacent property owners. Respond to questions from
property owners and the general public.
viii. Coordinate with permit holders on the Project to monitor coinpliance with approved
permits, if applicable.
ix. Prepare field records and documents to help assure the Project is administered in
accordance with funding agency requirements (Construction Manual 10-2.1B).
x. Collect and calculate delivery tickets and scalesman's daily reports of aggregate. All
tickets will he initialed with correct bid item and stationing identified.
xi. Attend and actively participate in regular on-site meetings.
xii. Take periodic digital photographs during the course of construction.
xiii. Coordinate with the City's maintenance personnel.
xiv. Conduct wage rate interviews and DBE interviews in accordance with the LAG Manual.
xv. Punch list. Upon substantial completion of work, coordinate with the Client and affected
agencies, to prepare a 'punch list' of items to he completed or corrected. Coordinate
final inspection with those agencies.
xvi., Audits: Provide oversight during audits performed by WSDOT Local Programs and
others.
Assumptions:
• Consultant will provide observation services for the days/hours that their Inspector
personnel is/are on-site. The Inspector will not be able to observe or report construction
activities, or collect documentation, during the time they are not on-site.
The Consultant's monitoring of the construction contractor's activities is to ascertain
whether or not they are performing the work in accordance with the Contract Documents;
in case of noncompliance, Consultant will reject non-conforming work, and pursue the
other remedies in the interests of the City, as detailed in the Contract Documents. The
Consultant cannot guarantee the construction contractors' performance, and it is
understood that Consultant shall assume no responsibility for: proper construction means,
methods, techniques; project site safety, safety precautions or programs; or for the failure
of any other entity to perform its work in accordance with laws, contracts, regulations, or
City's expectations.
3.2 Materials Testing: Coordinate and manage materials testing sub-consultants for construction
services, who will provide materials testing services as required, up to $15,000. Coordinate the
work of the materials testing technicians and testing laboratories in the observation and testing of
materials used in the construction; document and evaluate results of testing; and address
deficiencies. Frequency of testing shall be as prescribed in the WSDOT Constmction Manual
and LAG manual for the following materials: structural concrete, roadway asphalt, roadway
surfacing, roadway base material., and structural grout and any other testing as pre-scribed within
the project Specifications and WSDOT Standard Specifications 2012.
East Marginal Way
Supp 2 — Construction Services 4 of 9
KPG
January 22, 2013
8
EXHIBIT A-2
Qualified tester requirements as identified in WSDOT LAG 52.3.32 illustrate that for projects on
non-NHS highway systems, there is no requirement for qualified testers, but the requirements
within the manual must be followed if federal funding applies. Therefore, material testing will be
conducted by contracted sub-consultant laboratories services that meet the following
accreditations: AASHTO R18, A2LA, USACE, Ecology, AMRL, CCRL. The sub-consultant
laboratory personnel will hold certifications from ACI and N.ICET.
Assumptions:
It is assumed that materials that require fabrication ins.pection ILL_r WsDoT LAG 52.3.32 will be,
conducted b_y WSDOT through contract with the City. Materials that fall within this category
include: structural steel beams or fabricated welded items, structural precast concrete items, and
signs.
3.3 Substantial Completion: Upon substantial completion of work, coordinate with the City and
other affected agencies, to perform a project inspection and develop a comprehensive list of
deficiencies or `punchlist' of items to be completed. A punchlist and Certificate of Substantial
Completion will be prepared by the Consultant and issued by the City.
Deliverables
• Daily Construction Reports with project photos — submitted on a weekly basis
• Punch List, Certificate of Substantial Completion
• Review test reports for compliance
B. OFFICE SERVICES
3.4 Document Control: Original documentation will be housed at the Consultant's office, and filed
in accordance with standard filing protocol to meet WSDOT Highways & Local Program
Require.ments. A copy of working files will he maintained in the field office.
Document Control also consists of preparing Final Project Reports for the City for WSDOT and
FHWA acceptance and includes:
• Final Estimate (Approving Authority File)
• Comparison of Preliminary and Final Quantities (Approving Authority File)
• Final Records as identified in WSDOT LAG (Approving Authority File)
• Record of Material Samples and Tests
• Materials Certification
• Affidavit of Wages Paid
• Release for the Protection of Property Owners and General Contractor
• DOT Form 422-102 EF, Quarterly Report of Amounts Credited as DBE Participation
3.5 Project Coordination: Liaison with City, construction contractor, engineer, utilities and
property owners on a regular basis to discuss project issues and status.
3.6 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.
East Marginal Way
Supp 2 — Construction Services 5 of 9
KPG
January 22, 2013
9
EXHIBIT A-2
3.7 Weekly Meetings: Lead weekly ueebngs, including preparation of agenda, meeting niuuteo,
and distribution of rnnutes to attendees. Outstanding issucs to be tracked on a weekly basis.
3.8 Initial Schedule Review: Perform detailed schedule review of contractor provided CPM for
conforrnance with the contract docurnents.
3.9 Lump Sum Breakdown: 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 tnonth will be calculated with detailed data per WSDOT LAG Requirements.
3.10 Monthly Pay Requests: Prepare monthly requests for paymerit, review with the City
and contractor and approve, as permitted. Utilize City provided format for pay estimates, or
Consultant format. The Utilities to provide quantities for payment for work associated with
Utility Schedules.
111 Monthly Schedule Review: At the monthly cutoff, review contractor's updated
schedule and compare with field-observed pvogrcxe, as described in Section 1-08 of the Special
Provisions. In addition, perform schedule analysis on contractor provided CPM updates and
review schedule for delays and impacts. Coordinate with Contractor in the development of
recovery ucbaduleo, as oeeded, to address delays caused by either events or issues within the
Contractor's control or other events or issues beyond the Contractor's control.
I/Z Certified Payroll: Process and track all certified payroll per WSDOT Highways &
Local Program Requirements. This includes verifying 30% of all payrolls submitted and tracking
payroll each week. Payroll and payroll logs will adhere to WSDOT LAG requirements.
3.13 Weekly Statement of Working Days: Prepare and issue weekly statement of working
day report each week.
3.14 WSDOT & FHWA Reporting: Prepare and track all necessary reports per WSDOT
Highways & Local Program Requirements. This will include DBE condition of award tracking
throughout the pr jcot. DBE Reporting, EEO reporting, and DBE on site reviews. Periodically
meet with WSDOT Highways and Local Programs staff as requested to review project status.
3.15 Subcontractor Documentation: Process / approve all required subcontractor
docoo'cn<u1iuo per WSDOT Highways & Local Program Requirements. Request to Sublets will
be verified and logged. Certification for Federal Aid will be obtained from all subcontractors.
This includes checking System Award Management System (3/\M3)' verifying ON0VVBE
verifying business licensing, reviewing insurance documentation, verifying city business
6oenuiog, Intent to Pay Prevailing Wage and Affidavit of Wages Paid. All subcontractor
documentation will be logge.d into WSDOT's subcontractor logs.
C.8WBMITTAL/RFI PROCESSING
3.16 Submittals: Coordinate review process for shop drawings, samples, traffic control
plans, test reports, and other submittals from the Contractor for compliance with the contract
East Marginal Way KPG
Supp 2 — Construction Service 6 of 9 January 22, 2013
10
EXHIBIT A-2
documents. Key submittals to be transmitted to the City for their review and approval.
Submittals shall be logged and tracked.
3.17 Request for Information (RFI): Review and respond to RFI's. RFI's shall be logged
and tracked.
3.18 Record of Materials (ROM): Utilize ROM prepared by WSDOT and update based on
Special Provisions and Plans for use on the project, based on the contract specifications and
WSDOT/LAG requirements. Maintain the ROM according to WSDOT Highways & Local
Program Requirements. The ROM will track all of the materials delivered to the site including
manufacturer/supplier, approved RAM's, QPL items, material compliance documentation, and
all other required documentation,
Deliverables
• Submittal log
• RFI Log
• Completed Record of Material for Material Certification
D. CHANGE MANAGEMENT
3.19 Case Log: Develop and maintain a case log which includes change orders, RFP's, Field
Work Directives per Highway & Local Programs Guidelines
3.20 Change Orders: Develop change orders per Highway & Local Programs Guidelines,
provide technical assistance to negotiate change orders, and assist in resolution of disputes which
may occur during the course of the project. A total of 160 hours have been included in the cost
for services. Each change order will he executed in accordance with WSDOT Local Agency
Guidelines and contain the following:
• Change order
• Independent Cost Estimate
• Time Impact Analysis
• Contractor's Pricing
• Verbal Approval Memo
• Change Order Checklist (LAG Manual)
• Change Order Request Form
• Back up documentation
3.21 Field Work Directives: Prepare field work directives as necessary to keep the contractor
on schedule.
3.22 Force Account: Track contractor force account labor, equipment and materials. Provide
payment according to WSDOT requirements. All force account calculations will be verified by
the engineer and double checked by the documentation specialist per WSDOT LAG Manual.
Deliverables
• Change Order(s)
• Case Management Log
• RFI Log
• Minor Change Order(s)
• Force Account Records
East Marginal Way KPG
Supp 2 — Construction Services 7 of 9 January 22, 2013
11
EXHIBIT A-2
TASK 3— CLOSEOUT / RECORD DRAWING SERVICES
4,1 Record Drawings: Review record drawings prepared by the Contractor, and prepare a
conformed set of project record drawings based on Contractor provided information and from
inspection notes. Record drawings to he verified on a monthly basis, as part of the progress
payment to the Contractor. Upon project completion, contractor provided markups will be
verified for completeness and supplemented with inspection information. The Consultant will
prepare record drawings in AutoCAD format based on construction records provided by the
Contractor. Electronic and full size myltr record drawings will be provided to the City.
4.2 Audit Oversight: Prepare for and attend post construction audit performed by WSDOT Local
Programs and others.
4.3 Punch list oversight: Provide field observation of punchlist items and attend final walk
through review with City staff.
4.4 Physical Completion Letter: Following completion of all punchlist work, prepare physical
completion letter to the contractor and WSDOT, and recommend that City and/or Utilities
accept the project.
4.5 Project Closeout: Transfer all project documents to the City for permanent storage.
• Meeting agendas and notes
• Monthly Pay Estimates
• WSDOT Reporting
• Subcontractor Packets
• Physical Completion Letter
• Final Project Documents
ADDITIONAL SERVICES
The services described under this task, and any other additional services requested by the City, will be
performed only when authorized by the City. Authorization to perform additional services will he in the
form of a supplement to this agreement, specifying the work to be performed, and basis of payment.
• Produce traffic advisories and other news releases at project. milestones.
Right of Entry Support: Develop a matrix of property owners that will document commitments
to each property owners, property restoration, and other related itnpacts. Assist the City with
any right of entry agreements that have not been previously secured.
• Provide any additional services resulting from changes in scope or design of the project.
Changes include, but are not limited to, changes in size, complexity, the schedule, character of
construction, or method of financing.
East Marginal Way
Supp 2 — Construction Services 8 of 9
KPG
January 22, 2013
12
EXHIBIT A-2
• Provide claims analysis and assistance in resolving claims that are protracted in nature and
beyond the scope of the change order process described herein.
• Media Relations: Produce and distribute periodic press releases at key milestones about the
project and its progress. Meet with press to help develop stories about the project.
• Other activities deemed necessary by the City.
III. TO BE PROVIDED BY CITY:
1. Construction office and access to copy machine.
2. Postage to be provided by the City for any mass mailings.
3. Copies of Rights of Entries and Easements acquired for the Project.
East Marginal Way KPG
Supp 2 — Construction Services 9 of 9 January 22, 2013
13
Project Name:
Consultant:
COST PLUS FIXED FEE
Exhibit E-2
Consultant Fee Determination
East Marginal Way
S 81st PI to S Norfolk Street
Supplement 2 - Construction Services
KPG
Classification
Project Manager
Senior Engineer
Project Engineer
Design Engineer
CAD Technician
Construction Inspector
Survey Crew
Document Specialist
Office Admin
Total Direct Salary Cost (DSC)
Overhead (145.78% x DSC)
Fixed Fee (30% x DSC)
Hours Rate
Cost
74 $ 64.90 $ 4,803
42 $ 52.06 $ 2,187
216 $ 41.65 $ 8,996
0 $ 36.44 $
40 $ 30.33 $ 1,213
736 $ 38.74 $ 28,513
0 $ 50.41 $
240 $ 37.00 $ 8,880
174 $ 24.91 $ 4,334
1,522 $58,925
REIMBURSABLES
$85,901.11
$17,677.55
Subtotal: $162,503.82
Construction Vehicle (4 months @ $750)
Miscellaneous - Mileage, Repro, Field Supplies
Subtotal:
$3,000
$4,000
$7,000
SUBCONSULTANT COSTS
Material Testing Allowance
$20,000
Subtotal: $20,000
TOTAL $ 189,503.82
14