HomeMy WebLinkAboutTIC 2018-09-10 Item 2F - Contract Supplement #1 - 2018 Annual Small Drainage Program Construction Management with KPGCity of Tu
Public Works Department - Henry Hash, Director
INFORMATIONAL MEMORANDUM
Allan Ekberg, Mayor
TO: Transportation and Infrastructure Committee
FROM: Henry Hash, Public Works Director //
BY: Dave Sorensen, Project Manager
CC: Mayor Allan Ekberg
DATE: September 7, 2018
SUBJECT: Surface Water Fund - 2018 Annual Small Drainage Program
Project No. 98741201, Contract No. 18-063
Supplemental Agreement No. 1 for Construction Management Services
ISSUE
Approve KPG, Inc. to provide construction management services for the 2018 Annual Small
Drainage Program.
BACKGROUND
The Annual Small Drainage Program repairs and installs needed surface water infrastructure
that is identified through maintenance activities as well as citizen complaints.
DISCUSSION
Supplement No. 1 is an extension of the design engineering services contract executed with
KPG for the 2018 Annual Small Drainage Program.
FINANCIAL IMPACT
KPG has prepared the attached contract amendment with a scope and fee estimate to provide
the necessary construction management services for the 2018 Small Drainage Program project.
Sup. No. 1 CM Budget
Construction Management Supplement No. 1 $ 57,480.00 $ 80,000.00
Transferred for Construction funding (37,842.00)
King County Flood District Grant Funds 15,378.00
Total $ 57,480.00 $ 57.536.00
RECOMMENDATION
Council is being asked to approve Supplement No. 1 to Contract No. 18-063 with KPG, Inc. in
the amount of $57,480.00 for construction management services for the 2018 Small Drainage
Program project and consider this item on the Consent Agenda at the September 17, 2018
Regular Meeting.
Attachments: Page 96 CIP, 2017 CIP
Contract, Scope of Work, and Fee Estimate
w:\pw eng\projects\a- dr projects\annual small drainage programs\2018 sdp (91841201)\construction managementldocs to tic\info memo 2018 sdp cm.docx
45
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
PROJECT: Annual Small Drainage Program Project No. 9XX41201
DESCRIPTION: Select, design, and construct small drainage projects throughout the City.
JUSTIFICATION: Provide drainage corrections for existing/ongoing drainage problems throughout the City, including culvert
replacements, drain extensions, and pavement upgrades.
STATUS: Projects for this annual program are taken from Small Drainage Project List.
MAINT. IMPACT: Reduces maintenance.
COMMENT: Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar
years.
FINANCIAL Through Estimated
(in $000's)
2015 2016 2017
2018 2019 2020 2021 2022 BEYOND TOTAL
EXPENSES
Design
74
80
80
80
80
80
80
80
80
714
Streamgages/Monitor
10
10
35
35
36
36
36
36
40
274
Const. Mgmt.
62
80
80
80
80
80
80
80
80
702
Construction
255
515
515
515
514
514
514
513
513
4,368
TOTAL EXPENSES
401
685
710
710
710
710
710
709
713
6,058
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
401
685
710
710
710
710
710
709
713
6,058
TOTAL SOURCES
401
685
710
710
710
710
710
709
713
6,058
Project Location:
Entire System
2017 - 2022 Capital Improvement Program
96 46
SUPPLEMENTAL AGREEMENT NO. 1
AGREEMENT No. 18-063
PROJECT NO. 91841201
City of Tukwila
Public Works Department
6300 Southcenter Boulevard #100
Tukwila, WA 98188
KPG, Inc.
3131 Elliott Ave, Suite 400
Seattle, WA 98121
PROJECT: 2018 Small Drainage Program — Construction Services
This SUPPLEMENTAL AGREEMENT NO. 1 is to supplement the agreement entered into with KPG,
Inc. and the City of Tukwila, which was executed on the 25th day of April, 2018.
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.
Article 4, Payment, shall be modified as follows:
Payment for work provided by Consultant shall be made as provided on Exhibit B, attached hereto,
provided that the total amount of payment to the Consultant for this work not exceed $57,480.00 without
express written modification of the Agreement signed by the City. The new total contract shall not exceed
$137,230.00 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 , 2018.
APPROVED: APPROVED:
CITY OF TUKWILA KPG, INC.
Allan Ekberg
Mayor
Attested:
Christy O'Flaherty, City Clerk
Nelson Davis, P.E.
Principal
47
EXHIBIT A
Construction Management Services
Scope of Work
August 15, 2018
City of Tukwila
2018 Small Drainage Program — Project No. 91841201
This work will provide construction management services for the construction contract to complete the
City of Tukwila 2018 Small Drainage Program. These services will include design support, project
management, documentation control, 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 ("City") construction management services for the project.
A detailed scope for the Contract follows:
I. INTRODUCTION
The following scope of services and associated costs are based upon the assumptions outlined below.
General Assumptions:
• The proposed project team will include one part-time documentation control specialist (2
days/week), a part-time resident engineer (1 day/week) during construction activities, sub -
consultant to provide services for materials testing, structural review, and other supporting tasks
as deemed necessary.
• It is anticipated that part time site observation will be required based on contractor's specific
activities. The City will provide all required site observation and supporting documentation.
• KPG estimates a total project duration of 80 working days including preconstruction service,
construction services, and project closeout. No suspensions or stop work periods are anticipated
during this duration.
• It is anticipated that the KPG will update and modify the Record of Materials (ROM). This scope
of services provides the management of the ROM and scheduling of required materials testing
respectively.
• It is anticipated that the City will review and execute the insurance, bonds, and the Construction
Contract.
• The City will do all public outreach, and ensure affected residents are notified of impending
contractor activities by door to door and/or A -board signs that include date, hours of work, and
a staff phone number to call for questions.
• The design engineers from KPG and structural subconsultants will be available during
construction to answer questions during construction and review RAM's, shop drawings, and
2018 Small Drainage Program Page 2 KPG
Construction Management Services 8/15/18
48
EXHIBIT A
answer RFI's as required.
• Services will be performed in accordance with the Contract plans & special provisions, and City
engineering standards.
II. SCOPE OF WORK
The objective and purpose of this Construction Management Services Agreement is for the Consultant
to successfully deliver the construction of the Project to the City by ensuring that the improvements are
constructed in accordance with the approved Plans and Specifications, as may be amended or revised,
that all of the required Project documentation is accounted for.
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 project
progress letters to the City along with invoices describing CM services provided each month.
Prepare and submit reporting required by funding source.
Deliverables
• Monthly invoices and progress reports
TASK 2 — PRECONSTRUCTION SERVICES
2.1 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
engineer, resident engineer, inspector, and document control specialist 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, issues with utilities, unusual
conditions, Federal, State, and local requirements and any other items that will result in better
project understanding among the parties involved.
Deliverables
• Preconstruction conference agenda with meeting minutes
TTASN 3 — CONSTRI CTION SERVICES _ FIE D
3.1 On cito Obcorvation: The Consultant shall providc thc scrviccs of one full timc inspcctor
during construction activitics and othcr tasks nccc: Cary to monitor thc progress of thc work.
Construction staff shall ovcrscc all itcms ncccssary to complctc thc Work as
2018 Small Drainage Program Page 3 KPG
Construction Management Services 8/15/18
49
EXHIBIT A
dcscribcd in thc Plans and Spccifications, and will obscrvc thc technical progrcss of
Ficld inspcction staff will perform thc following dutics as a mattcr of thcir daily activitics:
i. Observe teck +ca-I conduct of thc construction, including providing day to day contact
with construction contractor, City, utilitics, and othcr stakcholdcrs, and monitor for
adhcrcncc to thc Contract Documcnts. Thc Consultant's personncl will act in
accordancc with Scctions 1 05.1 and 1 05.2 of thc Standard Spccifications.
ii. Observe material, workmanship, and construction areas for compliancc with thc
Contract Documcnts and applicablc codcs, and notify construction contractor of
noncompliance. Advisc thc City of any non conforming work obscrvcd during sitc visits.
Document all material dclivcrcd to thc job sitc in accordancc with thc contract
documcnts.
iv. Prepare daily inspcction rcports, recording thc construction contractor's operations a,
actually obscrvcd by thc Consultant; includcs quantities of work placed that day,
contractor's cquipmcnt and crcws, and othcr pertincnt information.
v. Interpret Contract Documcnts in coordination with thc City and KPG.
vi. Resolve qucstions which may arise as to thc quality and acceptability of material
furnishcd, work performcd, and rate of progrcss of work performcd by thc construction
contractor.
vii. Establish communications with adjacent property owncrs. Rcspond to qucstions from
property owncrs and thc general public.
viii. Coordinate with permit holders on the Projcct to monitor compliancc with approvcd
permits, if applicablc.
ix. Prepare field records and documents to hclp assurc thc Projcct is administcrcd in
accordancc with thc funding rcquircmcnts.
x. Collect and calculate dclivcry tickcts and salesman's daily rcports of aggrcgatc. All tickets
will bc initialed with corrcct bid itcm and stationing idcntificd (Construction Manual
10 2).
xi. Attcnd and actively participate in regular on sitc wcckly construction meetings.
xii. Take periodic digital photographs during thc course of construction, and rccord
locations.
xiii. Punch list. Upon substantial completion of work, coordinatc with thc Client and affcctcd
agcncics, to prcparc a 'punch list' of itcms to bc completed or corrcctcd. Coordinate
final inspcction with those agcncics.
Assumptions:
• Consultant will providc part timc obscrvation services for thc days/hours that thc
contractor's personncl arc on sitc based on thc Contractor's specific activitics. Full timc sitc
obscrvation is not anticipated.
• Consultant will providc qualified personncl for inspcction of all bid itcm work.
• Thc Consultant's monitoring of thc construction contractor's activitics is to ascertain
whether or not they arc performing thc work in accordancc with thc Contract Documcnts;
2018 Small Drainage Program Page 4 KPG
Construction Management Services 8/15/18
50
EXHIBIT A
in case of noncompliance, Consultant will rejeet non conforming work, and pursue the
othcr remedies in thc interests of thc City, as detailed in thc Contract Documents. The
Consultant cannot guarantee thc construction contractors' performance, and it i:,
Understood that Consultant shall assume no responsibility for: proper construction means,
methods, techniques; projcct site safety, safety precautions or programs; or for thc failure
of any othcr entity to perform its work in accordance with laws, contracts, regulations, or
City's expectations.
3.2 Substantial Completion: Upon substantial completion of work, coordinate with the City and
other affected agencies, to perform a projcct 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.
3.3 Materials Testing: City to provide day to day coordination of 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 determined by the resident engineer. Materials testing provider
will be managed as a subconsultant to KPG.
Deliverables
• Daily Construction Reports with project photos — submitted on a weekly basis
• Punch List, Certificate of Substantial Completion
• Review test reports for compliance
TASK 4.1— CONSTRUCTION SERVICES — OFFICE
A. Document Control. Original documentation will be housed at the Consultant's office, and
filed in accordance with standard filing protocol. A copy of working files will be maintained in
the field office.
Document Control consists of:
■ Final Estimate (Approving Authority File)
■ Comparison of Preliminary and Final Quantities (Approving Authority File)
■ Final Records (Approving Authority File)
■ Record of Material Samples and Tests
■ Affidavit of Wages Paid
■ Release for the Protection of Property Owners and General Contractor
B. Project Coordination: Liaison with City, construction contractor, engineer, utilities and
property owners on a regular basis to discuss project issues and status.
C. 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.
D. 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.
E. Initial Schedule Review: Perform detailed schedule review of contractor provided CPM for
conformance with the contract documents.
F. Lump Sum Breakdown: Evaluate construction contractors' Schedule of Values for lump sum
2018 Small Drainage Program Page 5 KPG
Construction Management Services 8/15/18
51
EXHIBIT A
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.
G. Monthly Pay Requests: Prepare monthly requests for payment, review with the City,
contractor and approve as permitted. Utilize City provided format for pay estimates, or
Consultant format.
H. Monthly Schedule Review: At the monthly cutoff, review contractor's updated schedule and
compare with field -observed progress, 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
schedules, as needed, to address delays caused by either events or issues within the
Contractor's control or other events or issues beyond the Contractor's control.
Certified Payroll: Process and track all certified payroll per State Prevailing Wage
Requirements. This includes verifying the initial payroll for compliance and 10% of all payrolls
submitted thereafter. Tracking payroll each week.
J. Weekly Statement of Working Days: Prepare and issue weekly statement of working day
report each week.
K. 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 KPG's subcontractor logs.
▪ 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. Rccord drawings to bc verified on a monthly basis, as part of thc progress
payment to thc Contractor. Upon project completion, contractor provided markups will bc
verified for completeness and supplemented with inspection information. The City will provide
the marked up plan sheets with both the contractors and inspectors as -built information.
Revisions to the CAD drawings will be based on these construction records.
M. 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.
N. Project Closeout: Transfer all project documents to the City for permanent storage.
• Schedule review comments
• Meeting agendas and notes
• Monthly Pay Estimates
• Subcontractor Packets
• Cost Projection
• Physical Completion Letter
• Final Project Documents
TASK 4.2 — SUBMITTAL/RFI PROCESSING
A. 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
2018 Small Drainage Program Page 6 KPG
Construction Management Services 8/15/18
52
EXHIBIT A
logged and tracked.
B. Request for Information (RFI): Review and respond to RFI's. RFI's shall be logged and tracked.
C. Record of Materials (ROM): Prepare ROM based on Special Provisions and Plans for use on the
project, based on the contract specifications. The ROM will be maintained by the Resident
Engineer. 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
TASK 4.3 — CHANGE MANAGEMENT
A. Case Log: Develop and maintain a case log which includes change orders, RFP's, Field Work
Directives
B. Change Orders: Develop change orders and provide technical assistance to negotiate change orders,
and assist in resolution of disputes which may occur during the course of the project. Each change
order will be executed in accordance with WSDOT Standard Specifications and contain the following:
• Change order
• Independent Cost Estimate
• Time Impact Analysis
• Contractor's Pricing
• Verbal Approval Memo
• Back up documentation
C. Field Work Directives: Prepare field work directives as necessary to keep the contractor on schedule.
D. Minor Change Orders: Develop minor change orders per WSDOT Standard Specifications. Each
minor change order will be executed and contain the following:
• Independent Cost Estimate
• Verbal Approval Memo
• Back up documentation
E. Force Account: Track contractor force account labor, equipment and materials. All force account
calculations will be verified by the engineer and double checked by the documentation specialist.
Deliverables
• Change Order(s)
• Case Management Log
• RFI Log
• Minor Change Order(s)
• Force Account Records
2018 Small Drainage Program Page 7 KPG
Construction Management Services 8/15/18
53
HOUR AND FEE ESTIMATE
Project: City of Tukwila
2018 Small Drainage Program
Construction Services
1 - Management and Administration (Estimated duration 16 weeks)
Weekly level of effort by Classification
0.25
0
EXHIBIT B
0
0
0
0
0.25
0
Per
t Atchitc.xt,t. •
tv.dxatx Architmturo
• ci.-it t_nginc.,ring •
Preconstruction Budget Estimate
2 - Preconstruction Services (Estimated duration 2 weeks)
Weekly level of effort by Classification
4
O
0
2
0
2
0 0
1 0
0
0
4
8
0
0
1,256.00
Preconstruction Budget Estimate
3 - Construction Services (Estimated duration 12 weeks)
Weekly level of effort by Classification
O
O
4
8
4
2
2 0
0 0
0
0
16
0
16 0
3,296.00
Construction Period Budget Estimate
0
96
24 0 0
192 0 $ 38,208.00
4 - Closeout/Record Dwg Services (Estimated duration 2 weeks)
Weekly level of effort by Classification
O 4
2
4
4
0 8
0
Closeout / Record Dwg Budget Estimate
O 8
4
8
8
0 16
0
$ 5,520.00
Reimbursables & Subconsultants
Material Testing Allowance $
Mileage $
Structural Shop Drawing Review $
3,200.00
1,000.00
5,000.00
itiVISQF t e\\
8/27/2018
\I E.. \.3