HomeMy WebLinkAboutTIC 2017-03-28 Item 2B - Contract Supplement #7 - South 144th Street Phase II (42nd Avenue South - Tukwila International Boulevard) with KPG IncTO:
FROM
BY:
CC:
DATE:
City of Tukwila
Public Works Department - Bob Giberson, Director
Transportation and Infrastructure Commit;ee
Bob Giberson, Public Works Director 4o
Peter Lau, Senior Program Manager
Mayor Ekberg
March 24, 2017
SUBJECT: S 144th St Phase 11 Project (42nd Ave S — TIB)
Project No. 99510402, Contract No. 14-103
Supplemental Agreement No. 7 with KPG, Inc.
Allan Ekberg, Mayor
ISSUE
Approve Supplemental Agreement No. 7 with KPG, Inc. (KPG) for construction management (CM)
services for the S 144th St Phase 11 Project in the amount of $299,988.75.
BACKGROUND
The S 144th St Phase 11 construction contract was awarded by Council on February 21, 2017 in the
amount of $1,883,895.03. The City solicited for CM services from three consultant firms —
AECOM, AKANA and KPG, and invited these firms for interviews. KPG was rated the highest by
the cumulative scores of the selection panel. Since KPG was also the design consultant firm for
the project, only a supplemental agreement to the design contract is needed for KPG to provide
CM services.
DISCUSSION & FISCAL IMPACT
Supplemental Agreement No. 7 will include construction engineering, inspection, documentation
compliance, surveying, geotechnical and material testing supports. The fee of $299,988.75 is
within budget for the scope of work provided by KPG for this project.
CM Expense Budget
KPG Supplement No. 7 $299,988.75 $350,000.00
IN:191*11MITil I, •
Council is being asked to approve Supplemental Agreement No. 7 with KPG in the amount of
$299,988.75 to provide CM services for the S 144th St Phase 11 Project and consider this item on
the Consent Agenda at the April 3, 2017 Regular Meeting.
Attachments: CM Consultant Selection Scoring Sheet
Supplemental Agreement No. 7
WAPVV Eng\PROJECTS\A- RW & RS Projects\S 144th St Phase 11 TIB - 42nd Ave S (99510402 95-RW02)\Construction\Consultant Selection\(005) - CM Consultant SelectionnIne Memo For KPG CM Support, 3-16-17.Doox
33
Construction Management (CM) Service Interviews: AKANA, AECOM and KPG were interviewed by the City, to compete for the
selection of CM Consultant for the South 144th Street Phase 2 Construction Project. Three evaluation criteria were used in the
interview process:
1. Qualifications of the proposed CM team, and available support from the Consultant firm - 50 %.
2. Demonstration of the Consultant's understanding for the construction project - 25 %.
3. Demonstration of the Consultant's understanding for the CM scope of work, including the flexibility of the inspection provision
and inspection partnership - 25 %.
Below are the ranking scores rated by the 3 Interview Panelists, based on the performances of these 3 firms:
Cyndy Knighton Scott Moore Peter Lau
CM Consultant Candidates
Ranking
Summation
Finalized Ranking
AKANA
2
2
1
5
2
AECOM
3
3
3
9
3
KPG
1
2
4
1
As a result, KPG was selected as the CM Consultant for the South 144th Street Phase 2 Construction Project.
SUPPLEMENTAL AGREEMENT No. 7
AGREEMENT No. 14 -103
PROTECT No. 99510402
City of Tukwila KPG, Inc.
Public Works Department 3131 Elliot Ave Suite 400
6300 Southcenter Boulevard #100 Seattle, WA 98121
Tukwila, WA 98188
PROTECT: S 144`h Street Phase II Construction Services
This SUPPLEMENTAL AGREEMENT NO. 7 is to supplement the agreement entered into with KPG,
Inc. and the City of Tukwila, which was executed on the 29th day of July, 2014.
All provisions in the basic agreement remain in effect, except as expressly modified as follows:
Article 2, Scope of Services, shall be supplemented with the following:
The Consultant agrees to provide construction services in accordance with the scope of work included as
Exhibit A -7.
Article 4, Payment, shall be modified as follows:
Payment for work provided by Consultant shall be made as provided on Exhibit B -7, attached hereto,
provided that the total amount of payment to the Consultant for this work not exceed $299,988.75 without
express written modification of the Agreement signed by the City. The new total contract shall not exceed
$723,393.10 without express written modification of the Agreement signed by the City.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals this _ day
of , 2017.
r_1UU ;z•
CITY OF TUKWILA
Allan Ekberg
Mayor
Attested:
r:110� : •
KPG, INC.
Nelson Davis, P.E.
Principal
�c�7
EXHIBIT A -7
City of Tukwila
S 144th Street Phase II Project
42nd Avenue S to Tukwila International Boulevard
Supplement No. 7 — Construction Services
KPG
Scope of Work
February 24, 2017
This work will be to provide construction services for the construction contract to complete the S 140
Street Phase II Project (hereinafter called "Project "). These services will include project management,
construction inspection, materials testing, and construction documentation during the construction of the
project, as detailed below. KPG ( "Consultant ") will provide assistance to the City of Tukwila,
Washington ( "City ") staff assigned to the project to provided construction services as described below:
I. INTRODUCTION
The following scope of services and associated costs are based upon the assumptions outlined below.
Assumptions:
• The City will provide project management and between 2 and 6 months of full time inspection for the
Project.
The Consultant shall support the City project manager and inspector by providing construction
engineering services (submittal reviews, RFI's, etc.), preconstruction services, running weekly
construction meetings, pay estimate assistance, and setup and review of project files in accordance
with City requirements. The proposed consultant project team will include a part -time resident
engineer (2.5 day /week average), a part -time documentation specialist (3 day /week average), a partial
full time inspector (5 day/ week average for 17 weeks), utility/ developer coordination (1 day/ week
average), design team engineering support 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 6 months, or approximately 120 working
days for construction.
• Services will be performed in accordance with the Local Agency Guidelines (LAG), the WSDOT
Construction Manual, and City of Tukwila standards.
Project Objectives
The objective and purpose of this Construction Services Agreement is for the Consultant to assist City
staff to successfully deliver the construction of the Project by ensuring that the construction work is of an
appropriate quality and the required Project documentation is accounted for.
S 144th Street — Phase tl
er 7— Construction Services I of
KPG 36
February 24, 2017
EXHIBIT A -7
II. SCOPE OF WORK
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.
• 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 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 Prepare the Record of Materials (ROM): The Consultant shall prepare the ROM to aid
consultant, City and Contractor staff to track material submittals and testing throughout the
project.
2.2 Right of Entry Support: Develop a matrix of property owners that will document
commitments to each property owners, property restoration, and other related impacts. Assist
the City with any right of entry agreements that have not been previously secured.
2.3 File Setup: Attend meeting with City Project Manager to review standard Consultant and City
file systems and develop file structure for management of the project.
2.4 Field Review: Perform plans in hand field review with inspector and project engineer to
review the overall scope, identify challenging areas, and identify traffic concerns to be
addressed in the Contractors traffic control plans.
2.5 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
manager, project engineer, document control specialist, and inspector will attend the
preconstruction 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, specifications, schedules, and issues with utilities, unusual
conditions, local requirements, EEO, and any other items that will result in better project
understanding among the parties involved.
Deliverables
• Record of Materials (ROM)
• Preconstruction conference agenda with meeting minutes
S 1440 Street -Phase li KPG 37
Supp 7— Construction Services 2 of 7 February 24, 2017
EXHIBIT A -7
TASK 3 — CONSTRUCTION SERVICES
A. FIELD SERVICES
3.1 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 contractor, City, utilities, and other stakeholders, and monitor for
adherence to the Contract Documents.
ii. Observe material, workmanship, and construction areas for compliance with the Contract
Documents and applicable codes, and notify construction contractor of noncompliance.
iii. Document all material delivered to the job site in accordance with the LAG Manual,
WSDOT Construction Manual, and the Project Specifications.
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. All daily inspection
reports will adhere to WSDOT Local Agency Guidelines.
V. 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.
vi. Establish communications with adjacent property owners. Respond to questions from
property owners and the general public.
vii. Coordinate with permit holders on the Project to monitor compliance with approved
permits, if applicable.
viii. Prepare field records and documents to help assure the Project is administered in
accordance with funding agency requirements (Construction Manual 10- 2.113). The
inspector will provide measurement and payment information to the consultant for
development of monthly pay estimates.
ix. Collect and calculate delivery tickets and scalesman's daily reports of aggregate. All
tickets will be initialed with correct bid item and stationing identified.
X. Attend and actively participate in regular on -site meetings.
xi. Take periodic digital photographs during the course of construction.
xii. Coordinate with the City's maintenance personnel.
The Resident Engineer shall support the inspector as follows:
i. Provide periodic site visits to respond to questions or unanticipated conditions. Advise
the City of any non - conforming work observed during site visits.
ii. Interpret Contract Documents in coordination with City.
3.2 Materials Testing: Provide materials testing sub - consultants for construction services, who will
provide materials testing services as required, up to $15,000. The City inspector shall coordinate
the work of the materials testing technicians and testing laboratories in the observation and
testing of materials used in the construction. The Consultant shall document and evaluate results
of testing; and address deficiencies. Frequency of testing shall be as prescribed in the WSDOT
S 144m Street— Phase II KPG
38
Supp 7— Construction Services 3 of 7 February 24, 2017
EXHIBIT A -7
Construction 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
prescribed within the project Specifications and WSDOT Standard Specifications 2016.
Assumptions:
It is assumed that day to day coordination of testing services will be by the inspector. The
Consultant shall assist with evaluation of any deficiencies noted.
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
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 City Requirements. A copy of working files
will be maintained in the field office.
Document Control also consists of preparing Final Project Reports for City acceptance and
includes:
■ Final Estimate (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
3.5 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.
3.6 Weekly Meetings: Lead weekly meetings, including preparation of agenda, meeting minutes,
and distribution of minutes to attendees. Outstanding issues to be tracked on a weekly basis.
3.7 Initial Schedule Review: Perform detailed schedule review of contractor provided CPM for
conformance with the contract documents.
3.8 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 month will be calculated with detailed data per WSDOT LAG Requirements.
S 144th Street - Phase II KPG 39
Supp 7— Construction Services 4 of 7 February 24, 2017
EXHIBIT A -7
3.9 Monthly Pay Requests: Assist City with monthly requests for payment, 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.
3.10 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.
11 Weekly Statement of Working Days: Prepare and issue weekly statement of working
day report each week.
3.12 Subcontractor Documentation: Process / approve all required subcontractor
documentation per WSDOT Highways & Local Program Requirements. This includes checking
System Award Management System (SAMS), verifying OM/WBE, 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
WSDOT's subcontractor logs.
C. SUBMITTAL/RFI PROCESSING
3.13 Submittals: Coordinate review process for shop drawings, samples, traffic control
plans, test reports, and other submittals from the Contractor for compliance with the contract
documents. Key submittals to be transmitted to the City for their review and approval.
Submittals shall be logged and tracked.
3.14 Request for Information (RFI): Review and respond to RFI's. RFI's shall be logged
and tracked.
3.15 Record of Materials (ROM): With assistance from the inspector, utilize and 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
3.16 Change Orders: Develop change orders per Highway & Local Programs Guidelines
and City Standards, 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 40 hours have
been included in the cost for services. Each change order will be executed in accordance with
WSDOT Local Agency Guidelines and City Standards, and contain the following:
• Change order
• Independent Cost Estimate
• Time Impact Analysis
• Contractor's Pricing
• Verbal Approval Memo
• Change Order Checklist (LAG Manual)
S 1440 Street - Phase II KPG 40
Supp 7- Construction Services 5 of 7 February 24, 2017
EXHIBIT A -7
• Change Order Request Form
• Back up documentation
3.17 Field Work Directives: Prepare field work directives as necessary to keep the contractor
on schedule.
3.18 Force Account: The inspector will 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
TASK 4 — 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 be 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 mylar record drawings will be provided to the City.
4.2 Punchlist oversight: Attend final walk through review with City staff. Field observation of
punchlist items will be by the City.
4.3 Physical Completion Letter: Following completion of all punchlist work, prepare physical
completion letter to the contractor, and recommend that City and /or Utilities accept the project.
Field observation of punchlist items will be by the City if Consultant budget is no longer
available.
4.4 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
S 144fh Street - Phase II KPG 41
Supp 7— Construction Services 6 of 7 February 24, 2017
EXHIBIT A -7
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 be in the
form of a supplement to this agreement, specifying the work to be performed, and basis of payment.
• 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.
• 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. Postage to be provided by the City for any mass mailings.
S 1441h Street — Phase tt KPG 42
Supp 7— Construction Services 7 of 7 February 24, 2017
HOUR AND FEE ESTIMATE
Project: City of Tukwila
S 144th Street Phase II
Supplement No. 7 - CM Services
ask
Task \ \\
\\\ Res \
Ident
\ , \
Descrd tion
\ \
EXHIBIT B -7
G
• Architecture •
Lundscupe Architecture
• Civil Engineering •
1 - Management, Coordination, Administration (Estimated duration 29 weeks)
Weekly level of effort by Classification
4
0
or
our Estim
710P.N
Technician Ins
65\
Surve Document
� �Spedalist
Total Bud et
0
0
0
0
0
0
2
Preconstruction Budget Estimate
116
0
0
0
0
0
0
0
58
2 - Preconstruction Services (Estimated duration 2 weeks)
Weekly level of effort by Classification
$ 21,569.58
20
0
0
12
0
0
0
24
0
Preconstruction Budget Estimate
40
0
0
24
0
0
0
48
0
$ 12,975.81
3 - Construction Services (Estimated duration 25 weeks
Weekly level of effort by Classification
16
0
0
16
0
0
1
24
0
Inspection (17weeks)
40
Construction Period Budget Estimate
400
0
0
400
0
680
25
600
0
$ 225,321.50
4 - Closeout/Record Dwg Services (Estimated duration 2 weeks)
Weekly level of effort by Classification
16
0
0
16
24
40
0
24
0
Closeout / Record Dwg Budget Estimate
32
0
0
32
48
80
0
48
0
$ 24,121.85
\� \ \� \\ Xbtot
or,\
\.x
..... 5$ a\ ; SE
Reimbursables & Subconsultants
Material Testing / Geotechnical Allowance $ 15,000.00
Construction Vehicle $
Miscellaneous - Mileage, Repro, Field Supplies $ 1,000.00
\SU
oa , \
`
\t
\ \ \ TotaL P \ _ \ � \
� r0 Ct Bud t \. ._ � \ \ .. \
9 A,, ..y. A. yy�. � y__.....�. .�.. ..� �.vy�.., � .... A�,y_ .y y yv yv. vy .A �A\ �A,.$ „vy \yA299,988.75
2/28/2017