HomeMy WebLinkAboutTIC 2020-11-16 Item 2C - Contract Amendment #2 - 2020-2021 Annual Small Drainage Program Design and Permitting with KPG Inc
https://tukwilawa.sharepoint.com/sites/publicworks/engineering/PW Drop Box/01 TIC Agenda/2020 Agenda Items/TIC 11 -16-2020/3. Small Drainage 2020/Info Memo Amendment 2.docx
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
FROM: Hari Ponnekanti, Interim Public Works Director
BY: Ryan Larson, Senior Program Manager
CC: Allan Ekberg
DATE: November 13, 2020
SUBJECT: Surface Water Fund – 2020/2021 Annual Small Drainage Programs
Project Number 92041201, Contract No. 20-029
Amendment No. 2
ISSUE
Approve Amendment No. 2 to Contract No. 20-029 with KPG, Inc.
BACKGROUND
The City entered into a consultant agreement with KPG, Inc. for design and permitting services for
the 2020 Annual Small Drainage Program. This project was to design and construct improvements
at up to six locations. Permitting was not completed in time to allow construction in 2020.
Contract No. 20-029 was amended with Amendment No. 1 in the amount of $18,382.00 to cover the
cost of additional soil testing at the request of the Department of Ecology and a recommended soils
investigation at the site of a planned deep excavation.
DISCUSSION
The proposed Amendment No. 2 to KPG’s Contract No. 20-029 will include design of an additional
three sites (2021 sites) and construction management services. This will allow us to combine the
construction projects originally scheduled in 2020 and add the three additional sites for all of them to
be constructed in 2021. Initiating design work early will allow for the completion of design and
permitting and advertise for construction in early 2021.
FISCAL IMPACT
Amendment No. 2 is for $248,966.00, bringing the total contract amount to $359,820.00. Proposed
funding is made up of $160,000 in budgeted design and construction management funds from 2020
and $200,000 in proposed design and construction management funding for 2021.
Agreement 2020 Budget 2021 Budget
Original KPG Contract $ 92,472.00 $ 80,000.00
KPG Amendment No. 1 18,382.00
KPG Amendment No. 2 248,966.00 80,000.00 $200,000.00
$359,820.00 $160,000.00 $200,000.00
RECOMMENDATION
Council is being asked to authorize the Mayor to approve Amendment No. 2 to Contract No. 20-029
with KPG, Inc. in the amount of $248,966.00 for the 2020/2021 Small Drainage Project and consider
this item on the Consent Agenda at the December 7, 2020 Regular Meeting.
Attachments: Proposed 2021 CIP, page 78
KPG Supplemental Agreement No. 2
23
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: Annual Small Drainage Program
Project No.9xx41201
81241207
DESCRIPTION:
JUSTIFICATION:
STATUS:
MAINT. IMPACT:
COMMENT:
FINANCIAL Through Estimated
(in $000's)2019 2020 2021 2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Design 74 92 100 100 100 100 110 110 80 866
Const. Mgmt.40 68 100 100 100 100 110 110 80 808
Construction 108 515 700 700 700 700 750 750 513 5,436
TOTAL EXPENSES 222 675 900 900 900 900 970 970 673 7,110
FUND SOURCES
Awarded Grant 0
Proposed Grant 65 65
Mitigation Actual 0
Mitigation Expected 0
Utility Revenue 157 675 900 900 900 900 970 970 673 7,045
TOTAL SOURCES 222 675 900 900 900 900 970 970 673 7,110
Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar
years.
Provide drainage corrections for existing/ongoing drainage problems throughout the City, including culvert
replacements, drain extensions, and pavement upgrades.
Select, design, and construct small drainage projects throughout the City.
Projects for this annual program are taken from Small Drainage Project List.
Reduces maintenance.
2021 - 2026 Capital Improvement Program 78 24
City of Tukwila Agreement Number: 20-029
6200 Southcenter Boulevard, Tukwila WA 98188
CA Revised December 2016 Page 1 of 1
CONTRACT FOR SERVICES
Amendment #2
Between the City of Tukwila and KPG, P.S.
That portion of Contract No. 20-029 between the City of Tukwila and KPG, P.S. is hereby
amended as follows:
Article 2, Scope of Services, shall be supplemented with the following:
The Consultant agrees to provide design and construction services in accordance with the scope of work
included as Exhibit A-1.
Article 3 - Duration of Agreement; Time for Performance shall be modified as follows:
This Agreement shall be in full force and effect for a period commencing upon execution and ending
December 31, 2021, 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, 2021 unless an extension of such time is granted in writing by the City.
Article 4, Payment, shall be modified as follows:
Payment for work provided by Consultant shall be made as provided on Exhibit B-1, attached hereto,
provided that the total amount of payment to the Consultant for this work not exceed $248,966.00 without
express written modification of the Agreement signed by the City. The new total contract shall not exceed
$359,820.00 without express written modification of the Agreement signed by the City.
All other provisions of the contract shall remain in full force and effect.
Dated this ________ day of ___________________________, 20________________.
CITY OF TUKWILA CONTRACTOR
_
Allan Ekberg, Mayor Printed Name:_______________________
ATTEST/AUTHENTICATED APPROVED AS TO FORM
Christy O’Flaherty, MMC, City Clerk Office of the City Attorney
25
EXHIBIT A-1
City of Tukwila KPG, P.S.
2020-2021 Small Drainage Program KPG Project Number 20025
Design Services Page 1 of 4 October 2020
Design Services
Scope of Work
October 2020
City of Tukwila
2020-2021 Small Drainage Program
City Project Number: 92041201
KPG Project Number: 20025
PROJECT DESCRIPTION
The Consultant shall prepare final Plans, Specifications and Estimates for the 2020-2021 Small Drainage
Program. The project will include the following sites:
Site 7: S 166th Ln @ 51st Ave S
Install new storm drain structure at center of existing 12” Concrete pipe to provide access for City
maintenance. In addition, install approximately 140 LF of 12” CIPP liner to correct root intrusion
and minor damage that has been discovered through City Maintenance videos. Pipe repair locations
will be identified and included in design improvements based on City provided video inspections. The
existing termination catch basins structures will be inspected for any necessary repairs or upgrades.
Site 8: Thorndyke CIPP
Install approximately 280 LF of 24” CIPP liner to correct root intrusion and minor damage that has
been discovered through City Maintenance videos. Pipe repair locations will be identified and
included in design improvements based on City provided video inspections. Termination of point of
conveyance run is located at the Thorndyke Elementary School. The other termination point is within
existing City Easement.
Sites 9: 49th Ave S from S 124th St to S 122nd St Drainage System
Install storm drain system approximately 760 LF starting from the northside of S 124th St and
traveling down 49th Ave S to tie-into the existing system along S 122nd St.
The Consultant shall provide necessary surveying, project design, quantity and cost estimates, and utility
coordination required to complete final bid documents. It is anticipated that sites will be bid as a single
bid package along with up to six sites currently under design for the 2020-2021 Small Drainage Program
as budget or other considerations allow.
The Consultant shall provide surveyed base maps with horizontal utility locations, or base maps created
from field measurements, ortho-photography, and GIS data as necessary for each site as described below.
If necessary, surveyed base maps will include right-of-way line work based on available public records.
Project horizontal and vertical datum will be NAD83/2011 and NAVD88 respectively on all sites.
The Consultant shall prepare an easement document, legal description, and an exhibit for Site 7. The City
will perform negotiations to obtain signature and record the easement.
It is the Consultants understanding that Sites 7,8&9 do not require SEPA checklist, HPA application,
Special Permissions Permit, biological assessments, wetland delineations, detention facilities, or water
26
EXHIBIT A-1
City of Tukwila KPG, P.S.
2020-2021 Small Drainage Program KPG Project Number 20025
Design Services Page 2 of 4 October 2020
quality treatment facilities. The budget assumes a straightforward approval process with no special studies
or extensive coordination.
It is the Consultants understanding that aside from the proposed Site 7 maintenance access easement, all
work will be completed within City right of way, existing easements, and/or approved right of entry, and
no further easement acquisition is anticipated.
It is the Consultants understanding that the City will secure right of entry and temporary access for work at
Site 8 for entrance onto the Thorndyke Elementary School property. It is assumed this work will be
completed during daytime working hours and a noise variance permit will not be required.
SCOPE OF WORK
TASK 1 – 2021 Small Drainage Program Design
1.1 MANAGEMENT/COORDINATION/ADMINISTRATION
• The Consultant shall provide continuous project management and administration for the
duration of the Project. (Estimate 8 months).
• Hold project coordination meetings with the City to update progress and review submittals.
Assume (3) meetings.
• The Consultant shall provide monthly status reports and billings.
• The Consultant shall provide independent QA/QC reviews by senior in-house staff of all
deliverables prior to submittal to the City.
1.2 The Consultant shall prepare a topographic base map along Site 7 where drainage structure will be
installed and there is absence of City GIS data. Utility Locates will be called and marked and existing
storm network mapped. Aerial base maps and City GIS data will be utilized for Site 8. The Consultant
shall prepare a topographic base map for Site 9.
1.3 For Site 7, the Consultant shall prepare 50% and 90% plans for review and approval by the City.
1.4 For Site 7, based on approved 50% preliminary design layout, the Consultant shall prepare necessary
easement and legal descriptions to acquire maintenance access to existing City utility easement. The
City will review the project and easement needs to obtain approval from the property owner. The
Consultant shall make necessary revisions to design based on easement conditions negotiated
between the City and property owner and include the final design into the Bid Documents.
• Deliverables
o Legal Description and figure(s) for City Maintenance Access Easement (assume four
(4) private parcels.) (pdf).
1.5 For Site 8, the Consultant shall prepare 50% and 90% plans for review and approval by the City using
aerial mapping and GIS data provided by the City. Each structure will be reviewed in the field to note
general size, type, and depth of structures which will require access for CIPP lining. These
27
EXHIBIT A-1
City of Tukwila KPG, P.S.
2020-2021 Small Drainage Program KPG Project Number 20025
Design Services Page 3 of 4 October 2020
observations will be made from the surface, no survey or manned entry into drainage structures will
be performed. The City shall provide video inspection for each pipe segment to receive CIPP lining.
1.6 For Site 9, the Consultant shall prepare 50% and 90% plans for review and approval by the City.
1.7 The Consultant shall prepare Contract Specifications per 2021 WSDOT Standard Specifications for
the 90% Review Submittal and the Bid Documents.
1.8 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction
Cost for each review submittal and the Bid Documents.
1.9 The Consultant shall distribute 50% review submittals to franchise utility owners to identify potential
conflicts within the Project limits. The Consultant shall meet and coordinate with the franchise
utilities with facilities located within the limits of the project. The coordination will include relocation
of existing utilities. (estimate 2 meetings)
1.10 The Consultant shall prepare final Bid Documents for advertisement and award by the City for the
proposed improvements including the following:
o Plans shall be prepared with such provisions in such detail as to permit field layout and
construction within a degree of accuracy acceptable to the City and per industry
standards.
o Details will be prepared for items not available as standard details from the City, State,
or WSDOT standard drawings.
o The plans shall illustrate complete details of construction of the proposed
improvements including limits of construction and removals, proposed invert
elevations, rim elevations and required construction materials.
o Drainage designs will be determined through consultation with City staff and from
previous experience rather than detailed basin modeling.
1.11 The Consultant shall provide bid period services to include responses to bidder inquiries, preparation
of addenda (assume 2), attendance at bid opening, preparation of bid tabulation, and recommendation
to award or reject the apparent low bidder. The budget assumes a straightforward review process
with the low bidder receiving the contract award.
• Assumptions
o No federal funding is anticipated for the Project engineering or construction.
o No utility upgrades are anticipated in the project design.
o Drainage & Water Quality Reports will not be required.
o Geotechnical Engineering services will not be required except as identified in Task
1.12.
o Environmental Documentation will not be required.
o Potholing of existing underground utilities will be performed by the utility owner.
o All easement negotiations and approval from property owner will be through the City.
o Any fees for BXWA.com will be paid by the City.
28
EXHIBIT A-1
City of Tukwila KPG, P.S.
2020-2021 Small Drainage Program KPG Project Number 20025
Design Services Page 4 of 4 October 2020
• Deliverables
o 50% review submittal with Plans and Estimate (pdf).
o 90% review submittal with Plans, Specifications, and Estimate (4 sets + pdf).
o Bid Documents and Engineer’s Estimate (6 sets ½ size plans, specs, and estimate)
o Coordinate upload of Plans and Specifications to Builders Exchange.
1.12 The Consultant shall support a Geotechnical Subconsultant to perform a site reconnaissance to
observe existing conditions and surficial indications of slope stability to support classification of the
geologic hazards and to evaluate impacted of the proposed project on slope stability at the previously
mapped 13601 40th Ave S Site referred to as (Site 1) in the original 2020 Small Drainage Program
Contract. Per the City of Tukwila Municipal Code Chapter 18.45, the Subconsultant will review and
provide recommendations to support the geologic critical areas assessment and geotechnical
recommendations for pipe design and installation. In addition, the Subconsultant shall collect samples
for characterization of arsenic and lead concentrations in surficial soil that has been impacted by the
TSP.
• Assumptions
o Project within Category 2 and 3 Soil Classification that requires Memo to satisfy City
Municipal Code Requirements.
o Project has anticipated tree removal that will require critical area assessment to satisfy
City Requirements.
• Deliverables
o Geotechnical memorandum summarizing the results of arsenic and lead testing. (pdf).
o Draft and final report summarizing the results of subsurface explorations, a geologic
critical areas assessment, and geotechnical recommendations to support design and
construction of the new storm drainpipe. (pdf).
Additional Services
The City of Tukwila may require other services of the consultant. These services could include additional
design, right of way, utility potholing, environmental documentation, construction phase services, or other
work tasks not included in the scope of work. At the time these services are required, the Consultant will
provide the City with a detailed scope of work and an hour and fee estimate. The Consultant will not
proceed with the work until the City has authorized the work and issued a Notice to Proceed.
29
EXHIBIT A-1
City of Tukwila KPG, P.S.
2020-2021 Small Drainage Program KPG Project Number 20025
Construction Management Services Page 1 of 8 October 2020
Construction Management Services
Scope of Work
October 2020
City of Tukwila
2020-2021 Small Drainage Program
City Project Number: 92041201
KPG Project Number: 20025
KPG, P.S. (KPG) will provide construction management services for the construction contract to complete
the City of Tukwila 2020-2021 Small Drainage Program project. The proposed work includes:
Site 1: 13601 40th Ave S Drainage System
Replace and install new storm drain system approximately 90’ of 18” CMP and 80’ of 12” concrete
pipe along with three drainage structures. Tie into the existing system at 40th Ave S. This site requires
SEPA and City of Tukwila Special Permissions Permit with project limits within Type 3 Watercourse
Buffer.
Site 2: Klickitat Dr. @ 53rd Ave S Drainage System
Replace and install new storm drain system approximately180’ of 18” CMP. Tie into the existing
system along Klickitat Dr. This site requires HPA, SEPA and City of Tukwila Special Permissions
Permit with project limits within Type 3 Watercourse Buffer.
Site 3: S 124th St from 42nd Ave to 45th Ave Drainage System
Install storm drain system approximately 750’on the northside of S 124th St. Tie into the existing
system.
Site 4: 57th Ave S @ Golden Nugget Drainage Structure
Bring Type II Manhole up to grade by removing approximately 8’ of existing 24” riser rings. Add
48” barrel sections and new manhole ring and cover.
Site 5: 42nd Ave S Drainage Structure
Install a new drainage structure with bird cage inlet to reduce plugging and overflows onto 42nd Ave
S. This site requires an HPA and SEPA.
Site 6: 48th Ave S from S 124th St to S 122nd St Drainage System
Install storm drain system approximately 820’ starting the northside of S 124th St and down 48th Ave
S. Tie into the existing system along S 122nd St.
Site 7: S 166th Ln @ 51st Ave S – Seatac, WA
Install new storm drain structure at center of existing 12” Concrete pipe to provide access for City
maintenance. In addition, install approximately 140’ of 12”CIPP liner to correct root intrusion and
minor damage that has been discovered through City Maintenance videos. Pipe repair locations will
be identified and included in design improvements. The existing termination catch basins structures
will be inspected for any necessary repairs or upgrades.
30
EXHIBIT A-1
City of Tukwila KPG, P.S.
2020-2021 Small Drainage Program KPG Project Number 20025
Construction Management Services Page 2 of 8 October 2020
Site 8: Thorndyke CIPP
Install approximately 280’of 24” CIPP liner to correct root intrusion and minor damage that has been
discovered through City Maintenance videos. Pipe repair locations will be identified and included in
design improvements.
Sites 9: 49th Ave S from S 124th St to S 122nd St Drainage System
Install storm drain system approximately 760’ starting from the northside of S 124th St and traveling
down 49th Ave S to tie-into the existing system along S 122nd St.
A detailed scope for the Contract follows:
I. INTRODUCTION
The following scope of services and associated costs are based upon the assumptions outlined below.
General Assumptions:
• The level of service and fee is based on project duration of 90 working days.
• The proposed project team will include a part time Resident Engineer (20 hours a week) from the
Consultant for construction administration documentation and project support, one full time
Construction Inspector, and certified payroll admin (4 hours a week), and one part time Project
Engineer from KPG Design Team to review submittals and interpret Contractor inquiries as needed.
The Team also includes sub-consultant to provide services for materials testing and construction
site observation to satisfy Tukwila Municipal Codes for work within certain soil classifications.
• City will review and execute the insurance, bonds, and the Construction Contract.
• Consultant will coordinate during audits or traffic control operations related to project impacts and
help the City to complete any other required correspondence with outside agencies.
• The City will work with the Contractor to conduct all community outreach in relation to phasing
and direct impacts due to construction. The City’s Contractor shall be responsible for the
communication to the community on schedule and work activities.
• KPG design engineers will be available during construction to answer questions and review
RAM’s, shop drawings, and answer RFI’s.
• Consultant services will be performed in accordance with the WSDOT Construction Manual,
Contract plans & special provisions, and City of Tukwila engineering standards.
• The franchise Utilities will provide field inspection for all work surrounding the construction or
relocation of their utility systems if necessary.
• Coordination of construction with franchise utilities, if any, will be done by City Contractor.
Consultant will help facilitate coordination between utilities and Contractor as needed or requested
by City.
31
EXHIBIT A-1
City of Tukwila KPG, P.S.
2020-2021 Small Drainage Program KPG Project Number 20025
Construction Management Services Page 3 of 8 October 2020
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, and ultimately that the City of Tukwila receives
a successful review by any outside agency including state audits at the end of the Project.
TASK 1 – MANAGEMENT / COORDINATION /ADMINISTRATION
Provide overall project management, coordination with the City, monthly progress reports, and invoicing.
This effort will include the following elements.
1.1 Organize and layout work for project staff. Prepare project instructions on contract administration
procedures to be used during construction.
1.2 Review monthly expenditures and CM team scope activities. Prepare and submit monthly project
progress reports to the City along with invoices describing CM services provided each month.
Prepare and submit reporting required by funding source(s), if any.
Deliverables:
• Monthly invoices and progress reports
TASK 2 – PRECONSTRUCTION SERVICES
2.1 Preconstruction Conference: KPG will prepare an agenda for, distribute notices of, and conduct
a preconstruction conference in the City’s offices or via an on-line platform of the City’s choice.
The Consultant’s team will attend the preconstruction conference. Pertinent City staff and private
utilities will also be present at this meeting. KPG 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 help facilitate discussions with the
Contractor concerning the plans, specifications, schedules, pay estimate timelines and cutoff dates,
issues with utilities, any unusual conditions, State and local requirements and any other items that
will result in better project understanding among the parties involved.
2.2 Preconstruction Photos: KPG’s inspector will arrive on site prior to City Contractor mobilizing
on site to take preconstruction photographs for documentation of pre-existing conditions.
2.3 Review Plans and Specs: The Consultant team will familiarize themselves with all plans, specs,
and City standards that will be incorporated into this project.
2.4 Prepare Hard and Electronic Files: The Consultant will prepare all electronic and hard copy
files in preparation for the project. This includes pre-populating forms and pay estimate as
coordinated with the City. SharePoint will not be utilized on this contract.
32
EXHIBIT A-1
City of Tukwila KPG, P.S.
2020-2021 Small Drainage Program KPG Project Number 20025
Construction Management Services Page 4 of 8 October 2020
Deliverables:
• Preconstruction conference meeting minutes
• Pre-construction Photos
TASK 3 – CONSTRUCTION SERVICES - FIELD
3.1 Construction Observation: The Consultant will provide one (1) inspector during construction
activities and other tasks necessary to monitor the progress of the work. The Inspector will ensure
that the daily inspection reports and working days reporting are completed in a timely manner and
contain sufficient information to assess whether the work is being conducted in compliance with
the Contract Documents per City, WSDOT,. Consultant will make IDR’s available to the City by
Friday of the same work week upon request.
The Inspector may perform the following duties as a matter of his daily activities:
i. Observe technical conduct of the construction, including providing day-to-day contact with
construction contractor, City, utilities, and other stakeholders, and monitor for adherence
to the Contract Documents. The Consultant’s personnel will act in accordance with
Sections 1-05.1 and 1-05.2 of the WSDOT Standard Specifications.
ii. Observe material, workmanship, and construction areas for compliance with the Contract
Documents and applicable codes, and notify construction contractor of noncompliance.
Advise the City of any non-conforming work observed.
iii. Document all material delivered to the job site in accordance with the Contract Documents.
iv. Prepare daily inspection reports, recording the construction contractor’s operations as
actually observed by the Consultant; includes quantities of work placed that day,
contractor’s equipment and crews, and other pertinent information.
v. Interpret Contract Documents in coordination with the City, Contractor, and KPG.
vi. Resolve questions which may arise as to the quality and acceptability of material furnished,
work performed, and rate of progress of work performed by the construction contractor.
vii. Support the Contractor’s communication and responsibilities to answer questions from
property owners and the general public as needed.
viii. Monitor compliance of approved permits per the project specifications, if applicable.
ix. Prepare field records and documents to ensure the Project is administered in accordance
with the plans and specifications.
x. Collect and calculate delivery tickets and scaleman’s daily reports of aggregate. All tickets
will be initialed with correct bid item and stationing identified (Construction Manual 10-
2).
xi. Attend and actively participate in regular on-site weekly construction meetings.
xii. Take digital photographs during the course of construction, and record locations.
xiii. Punch list. Upon substantial completion of work, coordinate with the Client and affected
agencies, to prepare a ‘punch list’ of items to be completed or corrected. Coordinate final
inspection with those agencies.
33
EXHIBIT A-1
City of Tukwila KPG, P.S.
2020-2021 Small Drainage Program KPG Project Number 20025
Construction Management Services Page 5 of 8 October 2020
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. KPG 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 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 client, as detailed in the Contract Documents.
3.2 Material Testing – Coordination & Tracking: The inspector shall coordinate with the Contractor
and the material testing firm to schedule testing of materials in the field to ensure they meet
specifications per contract requirements..
3.3 Substantial Completion: Upon substantial completion of work, the Consultant shall issue a punch
list and coordinate with the City’s contractor to complete any deficiencies. Upon completion of the
punch list work the Consultant will draft the Certificate of Substantial Completion for final review
and issuance by the City.
Deliverables:
• Daily Construction Reports with project photos
• Punch List – Consultant to issue punch list, City to Review
• Certificate of Substantial Completion – Consultant to draft, City to Issue
• Review test reports for compliance
TASK 4 – CONSTRUCTION SERVICES – OFFICE
4.1 Document Control. 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:
• Final Estimate
• Affidavit of Wages Paid
• Release for the Protection of Property Owners and General Contractor
34
EXHIBIT A-1
City of Tukwila KPG, P.S.
2020-2021 Small Drainage Program KPG Project Number 20025
Construction Management Services Page 6 of 8 October 2020
• Certified Payroll (see 4.8 below).
4.2 Project Coordination: Liaison with City, construction Contractor, engineer, utilities and property
owners on a regular basis to discuss project issues and status.
4.3 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.
4.4 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.
4.5 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.
4.6 Lump Sum Breakdown: Consultant shall evaluate construction Contractors’ Schedule of Values
for lump sum items. Review the Contract Price allocations and verify that such allocations are
made in accordance with the requirements of the Contract Documents. Lump Sum Breakdowns for
payment each month will be calculated.
4.7 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.
4.8 Certified Payroll: The Consultant will process and check the Contractor and Subcontractor’s
certified payroll per State Prevailing Wage Requirements. Tracking of payroll shall consist of
recording each payroll received from the Prime and Subcontractors and checking pay rates against
Contract requirements. Any discrepancies will be brought to the Contractor and City.
4.9 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.
4.10 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.
4.11 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.
35
EXHIBIT A-1
City of Tukwila KPG, P.S.
2020-2021 Small Drainage Program KPG Project Number 20025
Construction Management Services Page 7 of 8 October 2020
4.12 Project Closeout: Transfer all project documents to the City for permanent storage.
• Schedule review comments
• Meeting agendas and notes
• Monthly Pay Estimates
• Subcontractor Packets
• Physical Completion Letter
• Contractor submitted As-builts transcribed to CADD Bid Plans
• Final Project Documents
TASK 5 – SUBMITTAL/RFI PROCESSING
5.1 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.
5.2 Request for Information (RFI): Consultant shall review and respond to RFI’s. RFI’s shall be
logged and tracked by Consultant.
Deliverables:
• Submittal log
• RFI Log
TASK 6 – CHANGE MANAGEMENT
6.1 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.
6.2 Field Work Directives: The Consultant will prepare field work directives as necessary to keep the
Contractor on schedule.
6.3 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.
Deliverables:
36
EXHIBIT A-1
City of Tukwila KPG, P.S.
2020-2021 Small Drainage Program KPG Project Number 20025
Construction Management Services Page 8 of 8 October 2020
• Change Order(s)
• Force Account Records
TASK 7 – ADDITIONAL SERVICES
7.1 Material Testing: GeoDesign will be retained as our (KPG) subconsultant to provide material testing
and construction observation services. All testing will be done in accordance with LAG Manual and
WSDOT Construction Manual.
Additional services requested by the City will be performed only when authorized by the City.
Authorization to perform additional services will be in writing, specifying the work to be performed, and
basis of payment. Items such as Community Outreach (except as completed on a day to day basis by the
inspector and resident engineer as described in task 3.1 – vii), Public Meetings, Ribbon Cutting Ceremony,
claims analysis, surveying, services during shutdown periods of non-working days, and services for
extended working days are examples of possible additional services. This fee is based 90 working day
contract / 18 weeks, 8-hour days, additional extension of days will be approximately $1,000.00 per day for
one person. (8 hours x $125.00 = $1,000.00)
37
Cl
i
e
n
t
Ci
t
y
o
f
T
u
k
w
i
l
a
Pr
o
j
e
c
t
20
2
0
-
2
0
2
1
S
m
a
l
l
D
r
a
i
n
a
g
e
P
r
o
g
r
a
m
KP
G
P
R
O
J
E
C
T
N
U
M
B
E
R
:
2
0
0
2
5
-
S
u
p
p
l
e
m
e
n
t
2
DA
T
E
:
1
0
/
3
0
/
2
0
2
0
Pr
i
n
c
i
p
a
l
En
g
i
n
e
e
r
i
n
g
Mg
r
Sr
.
E
n
g
i
n
e
e
r
Pr
o
j
e
c
t
En
g
i
n
e
e
r
Pr
o
j
e
c
t
Su
r
v
e
y
o
r
De
s
i
g
n
En
g
i
n
e
e
r
Sr
.
A
d
m
i
n
En
g
i
n
e
e
r
i
n
g
Te
c
h
n
i
c
i
a
n
Su
r
v
e
y
C
r
e
w
I
I
O
f
f
i
c
e
A
d
m
i
n
Sr
.
C
o
n
s
t
M
g
r
Pr
o
j
e
c
t
Su
r
v
e
y
o
r
Sr
.
C
A
D
Te
c
h
n
i
c
i
a
n
CA
D
Te
c
h
n
i
c
i
a
n
La
n
d
s
c
a
p
e
Te
c
h
n
i
c
i
a
n
Su
r
v
e
y
M
g
r
Su
r
v
e
y
Te
c
h
n
i
c
i
a
n
25
2
22
6
18
7
14
0
14
2
11
7
10
3
10
3
21
9
88
Hours Fee
1.
1
M
a
n
a
g
e
m
e
n
t
/
C
o
o
r
d
i
n
a
t
i
o
n
/
A
d
m
i
n
i
s
t
r
a
t
i
o
n
4
2
4
4
8
22 3,324.00 $
1.
2
S
u
r
v
e
y
&
B
a
s
e
M
a
p
s
4
12
24
32
72 12,424.00 $
1.
3
S
i
t
e
7
-
S
1
6
6
t
h
L
n
D
e
s
i
g
n
2
32
20
16
70 8,842.00 $
1.
4
S
i
t
e
7
-
A
c
c
e
s
s
E
a
s
e
m
e
n
t
&
L
e
g
a
l
D
e
s
c
r
i
p
t
i
o
n
6
12
18 2,244.00 $
1.
5
S
i
t
e
8
-
T
h
o
r
n
d
y
k
e
C
I
P
P
D
e
s
i
g
n
4
20
20
12
56 7,124.00 $
1.
6
S
i
t
e
9
-
4
9
t
h
A
v
e
S
D
r
a
i
n
a
g
e
S
y
s
t
e
m
D
e
s
i
g
n
4
32
20
16
72 9,216.00 $
1.
7
P
r
e
p
a
r
e
S
p
e
c
i
f
i
c
a
t
i
o
n
s
2
2
16
4
24 3,534.00 $
1.
8
Q
u
a
n
t
i
t
y
a
n
d
C
o
s
t
E
s
t
i
m
a
t
i
n
g
2
2
20
20
8
52 6,790.00 $
1.
9
U
t
i
l
i
t
y
C
o
o
r
d
i
n
a
t
i
o
n
12
6
18 2,382.00 $
1.
1
0
P
r
e
p
a
r
e
B
i
d
D
o
c
u
m
e
n
t
s
20
16
8
44 5,496.00 $
1.
1
1
B
i
d
P
e
r
i
o
d
S
e
r
v
i
c
e
s
8
2
10 1,296.00 $
1.
1
2
G
e
o
t
e
c
h
n
i
c
a
l
S
e
r
v
i
c
e
s
S
u
p
p
o
r
t
(
s
e
e
s
u
b
c
o
n
s
u
l
t
a
n
t
s
)
4
4 560.00 $
4
10
18
17
0
12
14
2
4
60
32
10
4
6
2
63,232.00 $
4
10
1
8
1
7
0
1
2
1
4
2
4
60
3
2
1
0
4
6
2
6
3
,
2
3
2
Ge
o
t
e
c
h
n
i
c
a
l
(
G
e
o
D
e
s
i
g
n
)
12,460.00 $ 12,460.00 $
Mi
l
e
a
g
e
a
t
c
u
r
r
e
n
t
I
R
S
r
a
t
e
300.00 $
Ut
i
l
i
t
y
L
o
c
a
t
e
S
e
r
v
i
c
e
2,500.00 $
Ti
t
l
e
R
e
p
o
r
t
s
f
o
r
S
i
t
e
8
2,000.00 $
Re
p
r
o
d
u
c
t
i
o
n
A
l
l
o
w
a
n
c
e
600.00 $ 5,400.00 $ 81,092.00 $
To
t
a
l
L
a
b
o
r
H
o
u
r
s
a
n
d
F
e
e
Re
i
m
b
u
r
s
a
b
l
e
D
i
r
e
c
t
N
o
n
-
S
a
l
a
r
y
C
o
s
t
s
To
t
a
l
R
e
i
m
b
u
r
s
a
b
l
e
E
x
p
e
n
s
e
To
t
a
l
E
s
t
i
m
a
t
e
d
B
u
d
g
e
t
Ta
s
k
N
o
.
Ta
s
k
D
e
s
c
r
i
p
t
i
o
n
La
b
o
r
H
o
u
r
E
s
t
i
m
a
t
e
Total Hours and Labor Fee E stimate by Task
Ta
s
k
1
-
2
0
2
1
S
m
a
l
l
D
r
a
i
n
a
g
e
P
r
o
g
r
a
m
D
e
s
i
g
n
Ta
s
k
T
o
t
a
l
Su
b
c
o
n
s
u
l
t
a
n
t
s
To
t
a
l
S
u
b
c
o
n
s
u
l
t
a
n
t
E
x
p
e
n
s
e
38
Cl
i
e
n
t
:
Ci
t
y
o
f
T
u
k
w
i
l
a
Pr
o
j
e
c
t
:
20
2
0
-
2
0
2
1
S
m
a
l
l
D
r
a
i
n
a
g
e
P
r
o
g
r
a
m
CI
T
Y
P
R
O
J
E
C
T
N
U
M
B
E
R
:
9
2
0
4
1
2
0
1
KP
G
P
R
O
J
E
C
T
N
U
M
B
E
R
:
2
0
0
2
5
S
u
p
p
l
e
m
e
n
t
#
2
90
w
o
r
k
i
n
g
d
a
y
s
/
1
8
w
e
e
k
s
DA
T
E
:
1
0
/
3
0
/
2
0
2
0
Pr
i
n
c
i
p
a
l
Co
n
s
t
r
u
c
t
i
o
n
Ma
n
a
g
e
r
Pr
o
j
e
c
t
En
g
i
n
e
e
r
Pr
o
j
e
c
t
La
n
d
s
c
a
p
e
Ar
c
h
i
t
e
c
t
Re
s
i
d
e
n
t
En
g
i
n
e
e
r
Co
n
s
t
r
u
c
t
i
o
n
Ob
s
e
r
v
e
r
I
I
Co
n
s
t
r
u
c
t
i
o
n
As
s
i
s
t
a
n
t
Se
n
i
o
r
A
d
m
i
n
25
2
17
2
14
0
13
0
12
5
11
4
68
10
3
Hours Fee
1.
1
P
r
o
j
e
c
t
M
a
n
a
g
e
m
e
n
t
a
n
d
A
d
m
i
n
i
s
t
r
a
t
i
v
e
S
e
r
v
i
c
e
s
16
12
28 3,988.00 $
1.
2
P
r
e
p
a
r
e
,
r
e
v
i
e
w
a
n
d
s
u
b
m
i
t
m
o
n
t
h
l
y
e
x
p
e
n
d
i
t
u
r
e
s
12
12
24 3,300.00 $
0
28
0
0
0
0
0
24
52 7,288.00 $
2.
1
Pr
e
c
o
n
s
t
r
u
c
t
i
o
n
C
o
n
f
e
r
e
n
c
e
2
4
4
10 1,236.00 $
2.
2
P
r
e
c
o
n
s
t
r
u
c
t
i
o
n
P
h
o
t
o
s
8
8 912.00 $
2.
3
R
e
v
i
e
w
P
l
a
n
s
a
n
d
S
p
e
c
s
8
8
16 1,912.00 $
2.
4
P
r
e
p
a
r
e
H
a
r
d
a
n
d
E
l
e
c
t
r
o
n
i
c
F
i
l
e
s
8
8 1,000.00 $
2.
5
P
r
e
p
a
r
e
R
O
M
16
16 2,000.00 $
0
0
2
0
36
20
0
0
58 7,060.00 $
Ta
s
k
3
-
C
o
n
s
t
r
u
c
t
i
o
n
S
e
r
v
i
c
e
s
-
F
i
e
l
d
3.
1
Co
n
s
t
r
u
c
t
i
o
n
O
b
s
e
r
v
a
t
i
o
n
(
U
p
o
n
a
u
t
h
o
r
i
z
a
t
i
o
n
b
y
C
i
t
y
o
n
l
y
)
68
4
684
7
7
,
9
7
6
.
0
0
$
3.
2
Ma
t
e
r
i
a
l
s
T
e
s
t
i
n
g
-
C
o
o
r
d
i
n
a
t
i
o
n
&
T
r
a
c
k
i
n
g
O
n
l
y
6
8
14
1
,
6
6
2
.
0
0
$
3.
3
S
u
b
s
t
a
n
t
i
a
l
C
o
m
p
l
e
t
i
o
n
4
8
12
1
,
4
1
2
.
0
0
$
0
0
0
0
1
0
70
0
0
0
710 81,050.00 $
4.
1
D
o
c
u
m
e
n
t
C
o
n
t
r
o
l
16
16 2,000.00 $
4.
2
P
r
o
j
e
c
t
C
o
o
r
d
i
n
a
t
i
o
n
20
20 2,500.00 $
4.
3
P
l
a
n
I
n
t
e
r
p
r
e
t
a
t
i
o
n
s
8
8 1,000.00 $
4.
4
W
e
e
k
l
y
M
e
e
t
i
n
g
s
(
1
8
W
e
e
k
s
)
20
20 2,500.00 $
4.
5
S
c
h
e
d
u
l
e
R
e
v
i
e
w
8
8 1,000.00 $
4.
6
L
u
m
p
S
u
m
B
r
e
a
k
d
o
w
n
8
8 1,000.00 $
4.
7
M
o
n
t
h
l
y
P
a
y
R
e
q
u
e
s
t
s
24
24 3,000.00 $
4.
8
C
e
r
t
i
f
i
e
d
P
a
y
r
o
l
l
72
72 4,896.00 $
4.
9
W
e
e
k
l
y
S
t
a
t
e
m
e
n
t
o
f
W
o
r
k
i
n
g
D
a
y
s
(
1
8
W
e
e
k
s
)
16
16 2,000.00 $
4.
1
0
S
u
b
C
o
n
t
r
a
c
t
o
r
D
o
c
u
m
e
n
t
a
t
i
o
n
16
16 2,000.00 $
4.
1
1
P
h
y
s
i
c
a
l
C
o
m
p
l
e
t
i
o
n
L
e
t
t
e
r
2
2 250.00 $
4.
1
2
P
r
o
j
e
c
t
C
l
o
s
e
o
u
t
4
32
36 4,560.00 $ 0 -$
0
0
4
0
17
0
0
72
0
246 26,706.00 $
5.
1
S
u
b
m
i
t
t
a
l
s
30
8
40
78 10,240.00 $
5.
2
R
e
q
u
e
s
t
F
o
r
I
n
f
o
r
m
a
t
i
o
n
(
R
F
I
)
14
32
46 5,960.00 $
5.
3
R
e
c
o
r
d
o
f
M
a
t
e
r
i
a
l
s
(
R
O
M
)
40
40 5,000.00 $
0
0
44
8
11
2
0
0
0
164 21,200.00 $
6.
1
C
a
s
e
L
o
g
8
8 1,000.00 $
6.
2
C
h
a
n
g
e
O
r
d
e
r
s
8
8
16 2,120.00 $
6.
3
F
i
e
l
d
W
o
r
k
D
i
r
e
c
t
i
v
e
s
(
F
W
D
)
8
6
14 1,870.00 $
6.
4
F
o
r
c
e
A
c
c
o
u
n
t
10
10 1,250.00 $ 0 -$
0
0
16
0
32
0
0
0
48 6,240.00 $
La
b
o
r
H
o
u
r
E
s
t
i
m
a
t
e
Ta
s
k
T
o
t
a
l
Ta
s
k
2
-
P
r
e
c
o
n
s
t
r
u
c
t
i
o
n
S
e
r
v
i
c
e
s
Ta
s
k
6
-
C
h
a
n
g
e
M
a
n
a
g
e
m
e
n
t
Ta
s
k
T
o
t
a
l
Total Hours and Labor Fee Estimate by Task
Ta
s
k
5
-
S
u
b
m
i
t
t
a
l
/
R
F
I
P
r
o
c
e
s
s
i
n
g
Ta
s
k
T
o
t
a
l
Ta
s
k
T
o
t
a
l
Ta
s
k
N
o
.
Ta
s
k
4
-
C
o
n
s
t
r
u
c
t
i
o
n
S
e
r
v
i
c
e
s
-
O
f
f
i
c
e
Ta
s
k
D
e
s
c
r
i
p
t
i
o
n
Ta
s
k
T
o
t
a
l
Ta
s
k
1
-
M
A
N
A
G
E
M
E
N
T
/
C
O
O
R
D
I
N
A
T
I
O
N
/
A
D
M
I
N
I
S
T
R
A
T
I
O
N
Ta
s
k
T
o
t
a
l
39
0
28
66
8
36
0
72
0
72
24
1278
0
4,
8
1
6
9
,
2
4
0
1
,
0
4
0
4
5
,
0
0
0
8
2
,
0
8
0
4
,
8
9
6
2
,
4
7
2
1
,
2
7
8
149,544.00 $
7.
1
M
a
t
e
r
i
a
l
s
T
e
s
t
i
n
g
&
C
o
n
s
t
r
u
c
t
i
o
n
O
b
s
e
r
v
a
t
i
o
n
-
G
e
o
D
e
s
i
g
n
16,230.00 $ 16,230.00 $
Mi
l
e
a
g
e
a
t
c
u
r
r
e
n
t
I
R
S
r
a
t
e
1,500.00 $
Of
f
i
c
e
S
u
p
p
l
y
A
l
l
o
w
a
n
c
e
600.00 $ 2,100.00 $ 167,874.00 $
To
t
a
l
E
s
t
i
m
a
t
e
d
B
u
d
g
e
t
Ta
s
k
7
-
A
d
d
i
t
i
o
n
a
l
S
e
r
v
i
c
e
s
To
t
a
l
L
a
b
o
r
F
e
e
To
t
a
l
L
a
b
o
r
H
o
u
r
s
To
t
a
l
S
u
b
c
o
n
s
u
l
t
a
n
t
E
x
p
e
n
s
e
Su
b
c
o
n
s
u
l
t
a
n
t
s
To
t
a
l
R
e
i
m
b
u
r
s
a
b
l
e
E
x
p
e
n
s
e
Re
i
m
b
u
r
s
a
b
l
e
D
i
r
e
c
t
N
o
n
-
S
a
l
a
r
y
C
o
s
t
s
40