Loading...
HomeMy WebLinkAboutTIC 2019-05-07 COMPLETE AGENDA PACKETCity of Tukwila Transportation and Infrastructure Committee • • • • • • Zak Idan, Chair Kate Kruller Thomas McLeod Distribution: Z. Idan K. Kruller T. McLeod K. Hougardy D. Robertson Mayor Ekberg D. Cline R. Bianchi L. Humphrey H. Hash H. Ponnekanti G. Labanara H. Kirkland B. Still R. Turpin A. Youn Clerk File Copy 2 Extra Place pkt pdf on Z:\Trans & Infra Agendas e-mail cover to: A. Le, C. O'Flaherty, A. Youn, B. Saxton, S. Norris, L. Humphrey, Z. Idan AGENDA TUESDAY, MAY 7, 2019 — 5:30 PM HAZELNUT CONFERENCE ROOM (EAST ENTRANCE OF CITY HALL) :e commended Ac n; e� PRESENTATIONS 2. BUSINESS AGENDA a) 2019 Overlay and Repair Program Construction Bid Award b) 2019 Overlay and Repair Program Amendment No. 2 for Construction Management Services c) 53rd Ave S Project Construction Management Amendment No. 6 with KPG d) 42nd Ave S Phase Ill & Gilliam Creek Culvert Change Order No. 4 with Active Construction e) Waste Management Waste Management Contract Status Update 3. SCATBd/RTC 4. MISCELLANEOUS 5. ANNOUNCEMENTS a) Forward to 5/20/19 Consent Agenda b) Forward to 5/20/19 Consent Agenda c) Forward to 5/20/19 Consent Agenda d) Forward to 5/20/19 Consent Agenda e) Discussion Only Future Agendas: Pg. 1 Pg. 11 Pg. 21 Pg. 29 Pg. 35 Next Scheduled Meeting: Tuesday, May 21, 2019 IS The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206-433-0179 for assistance. Allan Ekberg, Mayor 0/ Public Works Department - Henry Hash, ector INFORMATIONAL E ORANDU TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director /11. BY: Scott Bates, Traffic Engineering Coordinator CC: Mayor Ekberg DATE: May 3, 2019 SUBJECT: 2019 Overlay and Repair Program Project No. 91910401 Bid Award ISSUE Award the bid for construction of the 2019 Overlay and Repair Program. BACKGROUND The Overlay and Repair Program preserves and maintains the street structure in a safe and useable condition. Construction will include pavement repairs and an asphalt overlay at seven locations citywide including the Fort Dent parking lot and the pavement repair on Andover Park East due to the recent water main break. ANALYSIS A call for bids was advertised for the 2019 Overlay and Repair Program on April 2 and 9, 2019. Two bids were opened on April 16, 2019. The lowest apparent bidder was Tucci and Sons, Inc. with a bid of $1,211,916.50. The Engineer's Estimate was $1,183,515.00. The 2019 Overlay Program also included a bid additive "D" for the overlay of S 124th St at 50th Place S and Tucci's additive bid of $74,848.00 was below the engineer's estimate of $81,761.00. There were no bidding errors. With significant ADA and pedestrian signal improvements triggered as part of this project, staff will supplement the 2019 Overlay Program with budget funds from the Annual Traffic Signal and ADA Program. FINANCIAL IMPACT AND BID SUMMARY (All amounts include sales tax) Bid Results Engineer's Estimate 2019 Budget Bid Schedule "A" Overlay $1,005,801.50 $976,105.00 $1,050,000.00 Bid Schedule "B" Fort Dent 98,645.00 121,220.00 115,000.00 Bid Schedule "C" 401 Water 107,470.00 86,190.00 112,843.50 Bid Schedule "D" Additive Alt. 74,848.00 81,761.00 Contingency (5%) 64,338.22 Annual Signal Programs 104 Fund 80,000.00 ADA Program 104 Fund 25,000.00 Total $1.351.102.72 $1265.276.00 $1,382.843.50 RECOMMENDATION Council is being asked to award construction of the 2019 Overlay and Repair Program to Tucci and Sons, Inc. in the amount of $1,211,916.50, and with bid additive "D" for $74,848.00, for a total contract amount of $1,286,764.50 and to consider this item on the Consent Agenda of the May 20, 2019 Regular Meeting. ATTACHMENTS • Vicinity Map • 2019 CIP Pages 16, 18, 19, 32 • Bid Tabulation 1 WIPW Eng PROJECTSW RW & RS Projects1Annual Overlay & Repair Programs12019 Overlay & Repair Program (91910401)IDesigrnAd and AwardlAwarthDocs to TIC Bid Award120190vedayBidAward.docx S 137Th ST 52ND AVE S /00001CFORT DENT PARK ANDOVER PARK E 2019 Overlay Program Vicinity Map CITY OFTUNWIL&CAPITAL PROJECT SUMMARY PROJECT: Annual Overlay and Repair Program Project No 8xx040 DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays ofarterial and residential streets. P�oe�eomdm�n�intheo�eea�u�uneinauo�andusoab��e�Uy�su�mingbe�ro�Uu�vv�nho�n JU�lDF/�4T|ON' ' ' minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects. STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay. MAINT.m8PACT Reduces annual maintenance. COMMENT: Ongoing project. Only one year octuolsshown in first column. FINANCIAL Through Estimated in $000's 3030 2021 3032 2023 2024 BEYOND TOTAL EXPENSES Design 149 150 150 150 150 150 150 150 150 1.349 LendVR/mO O Const. MgmC 151 200 200 200 200 208 200 200 200 1751 Construction 526 1.050 1.050 1.050 1.050 1.050 1.050 1.050 1.050 8,926 TOTAL EXPENSES Vos 1.400 1.400 1.400 1.400 1/00 1.400 1.400 1.400 13.026 FUND SOURCES Awarded Grant n Proposed Grant O Mitigation Actual V Mitigation Expected O City Dpor.Revenue 826 1.400 1.400 1.400 1.400 1.400 1.400 1.400 1.400 12.026 TOTAL SOURCES 826 1.*00 1.400 1.400 1.400 1.400 1,400 1'400 1'400 12`036 2019 2024 Capital Improvement Program 18 3 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2019 to 2024 PROJECT: Americans with Disabilities Act (ADA) Improvements Project No.g1210405 DESCRIPTION: Construct ADAcompliant upgrades to City infrastructure inconjunction with aCity developed plan. JUSTIFICATION: The enforcement ufAOAlaws and standards was delayed pending legal challenges —and studies. Recent t court rulings now mandate ADA compliance. The City must provide upgrades with most construction projects. STATUS: � Provide annual funding tuconstruct improvements 'aonecessary. Began the ADATransition Plan jn2O10with adoption in 2017. The goal is to resolve ADA compliance issues within a reasonable time period. MAINT. IMPACT: Negligible. � p���0o0 wbnn0nngunCky�nU�sand in�os�u�uremeet 8DA�qui�men�.Th�v�Ualso ���" ��.� include ADA compliance by utilities and private development. FINANCIAL Through Estimated BEYOND TOTAL EXPENSES Design 228 25 15 15 25 25 25 25 25 408 Land(R/W) O ConotMgmt. 25 25 10 10 25 25 25 25 550 720 Construction 103 150 25 25 150 150 150 150 4.000 4.905 TOTAL EXPENSES 356 200 50 50 200 300 200 %on 4.575 6,031 FUND SOURCES Awarded Grant O Proposed Grant O Mitigation Actual O Traffic Impact Fees O City OperRevenue 356 200 50 50 300 200 200 200 4.575 6.081 TOTAL SOURCES 356 300 sO 50 200 oun 200 %OV 4.575 6.031 18 4 CITY OF TUKWILA CAPITAL PROJECT SUMMARY PROJECT: Annual Traffic Signal Program ProjectNo. 8xx10404 DESCRIPTION: Dns�nand nono�u��affioo�na upg�demand �po�noyvigne��a exceed rouUneman�� maintenance loop replacement, head replacement, and controllers. Replace direct bury cable for existing lighting system. JUSTIFICATION: City ioadding traffic signals 0oinventory every year. STATUS: LEDs are nno4to5yea replacement cydeVVo�indudenadd�gadd�ono�gn�heads, |un�n�om.kmp � repairs, and controller upgrades including signal timing and coordination plans. MA|NT' IMPACT: Reduces man�monuscosts. Preventative maintenance onevery traffic signal iorequired hobecompleted quarterly. COMMENT Ongoing project, only one year actuals shown infirst column. FINANCIAL Through Estimated (in$V00'o)� 3017 2018 2019 2020 BEYOND TOTAL EXPENSES Design 25 35 40 45 45 50 50 50 50 390 Lond(R8x) O Const. Mgmt 14 14 EquipmemVCnnat 39 5 DO 80 OO 80 OO OO 80 604 TOTAL EXPENSES 78 40 120 125 125 130 130 130 130 1.008 FUND SOURCES Awarded Grant O Proposed Grant 0 Mitigation Actual n Traffic Impact Fees » City 0per.Revenue 78 40 120 125 125 130 130 180 130 1.008 TOTAL SOURCES rV 40 120 125 125 130 130 130 130 1.008 �rqject Location: �76r& System - 2019 2024 Capital Improvement Program 19 5 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2019 to 2024 PROJECT: Fort Dent Park Project Nos. 90330107 DESCRIPTION: 52-acre regional park requires ongoing capital and maintenance improvements. King County transferred Fort Dent Park to the City in 2003. Concessionaire agreement with Starfire Sports to operate the complex. JUSTIFICATION: City is responsible for maintenance of the picnic area, parking lot, trail, pond, and all major park repairs and infrastructure. STATUS: Funding of approximately $125K per year through 2019 is for a phased approach to parking lot repairs in conjunction with the City's Annual Overlay and Repair Program. MAINT. IMPACT: Approximately 1,750 staff hours per year. COMMENT: 1% Municipal Arts Fund for City funded construction costs to be included. FINANCIAL Through Estimated in $000's 2017 2018 2019 2020 2021 2022 2023 2024 BEYOND TOTAL EXPENSES Design 343 10 10 363 Land (RMI) 0 Const. Mgmt. 15 15 30 Construction 1,674 100 100 1,874 TOTAL EXPENSES 2,017 125 125 0 0 0 0 0 0 2,267 FUND SOURCES Awarded Grant 694 694 Parking Taxes 50 50 Mitigation Actual 0 Mitigation Expected 0 REET 1 Funds 1,273 125 125 0 0 0 0 0 0 1,523 TOTAL SOURCES 2,017 125 125 0 - 0 0 0 0 2,267 2019 - 2024 Capital Improvement Program 32 6 rl- 2019 Overlay and Repair Program Project No. 91910401 Bid Tabulation Tuesday, April 16, 2019 �I?�_� �� Interdisciplinary Design Enineer Estimate Inc Sons, � , _--_-- -'_-_----,_--' Bid Item w� Section No. `� ' '` Item � ``� 'Unit ' ' ' - ` Total-_---. Unit Unit Cost Total Cost _---_ Total AlROADWAY (SCHEDULE A) 1-04 Unexpected Site Changes 1 FA $ 10,00000 $ 10,00000 $ 10,00000 $ 10\00000 $ 10,00000 o 10,00000 ` A2 1-05 A[A Features Surveying 1 LS $ 8,00003 * 8,00000 $ 11.000.00 $ 11.00000 $ 15i42500 * 15,425.00 A3 1-07 Resolution ofUtility Conflicts 1 FA $ 2.00000 $ 2.000i00 G 2.000.00 $ 2.000.00 $ 2.00000 $ 2.00000 - A4 1-07 3PCCP|on 1 LS $ 2.000.80 $ 2.000.00 $ 125.00 $ 125.00 $ 2.000.00 $ 2.000.00 A5 1-09 Mobilization 1 L8 $ 90,000.00 $ 90.000.00 $ 93.000.00 $ 93.000.00 $ 139.000.00 $ 139.000.00 AO 1-10 Project Temporary Traffic Control 1 LS $ 90.000.00 . $ 90.000.00 $ 92.200.00 $ 92.280.00 $ 110.000.00 $ 11O.0UO.OD_ A7 1-10 O��DutyUniformed Police Ofhcer 75 HR $ 120.00 $ 9,000.00 $ 150.00 $ 9.75ODD $ 100.00 $ 7.500.00 AO 2-02 Cement Cone. Sidewalk Removal Ind. Haul 230 8Y $ 60.00 $ 13.800.00 $ 53.00 $ 12.130.00 $ 60.00 $ 13.800.00 A9 2-02 Cement ConuCurbRemoval Ind. Haul 560 LF $ 25.00 $ 14.000.00 $ 11.00 $ 6.160.00 $ 30.00 $ 16.800.00 A10 2-02 Removal ofStructure and Obstruction 1 LS $ 5.000.00 $ 5.000.00 $ 3.900.00 $ 3.800.00 $ 2'500.00 $ 2.500.00 All 2'02 Roadway Excavation Ind. Haul 480 CY $ 90.00 $ 41.400.00 $ 46.00 $ 21.180.00 $ 75.00 $ 34.500.00 Al2 2-03 Unsuitable Foundation Excavation Ind. Haul 80 CY $ 95.00 $ 5.700.00 $ 80.00 $ 4.800.00 $ 75.00 $ 4.500.00 A18 2-03 Gravel Borrow Ind. Haul 140 TON $ 25.00 $ 8.500.00 $ 55.00 $ 7.700.00 $ 25.00 $ 3.500.00 A14 4'04 Crushed Surfacing Top Course 400 TON $ 60.00 $ 24.000.00 $ 61.00 $ 24.400.00 $ 35.00 $ 14.000.00 A15 5-04 Pavement Repair Excavation Ind. Haul 140 CY * 90.00 * 12.600.00 $ 204.00 $ 20.560D0 $ 75.00 * 10.500.00 A16 5-04 HMACl. 1/2"P864'22 3.000 TON $ 100.00 $ 300.000.00 $ 98.00 $ 294.000.00 $ 110.00 $ 830.000.00 A17 5'04 HMA for Pavement Repair Cl. 1/2"PG84-22 210 TON $ 150.00 $ 31.500.00 $ 145�00 $ 30.450.00 $ 140.00 $ 29.400.00 ' A18 5'04 Temporary Pavement 5 TON $ 175.00 $ 875.80 $ 160.00 $ 800.00 $ 200D0 $ 1.000.00 /\19 5-04 Thickened Edge 430 LF $ 3.00 $ 1.280.00 $ 1.50 $ 645.00 $ , 2.00 $ 860.00 A20 5'04 Planing Bituminous Pavement 12.870 8Y $ 5.00 $ 64.350.00 * 6.50 $ 83.655.00 $ 6.50 $ 83.655.00 ' A21 7-12 Adjust Water Valve 28 EA $ 500.00 $ 14.500.00 $ 870.00 $ 25.230.00 $ 400.00 $ 11.600.00 A22 8-01 Emuinn8Wador Pollution Control 1 FA $ 4.000.00 $ 4.000.00 $ 4.000.00 $ 4.000.00 $ 4.000.00 * 4.00O.00_ A23 8'01 Inlet Protection 40 Bl $ 80.00 $ 3.200.00 $ 95.00 $ 3.800.00 $ 100.00 $ 4.000.00 A24 8-04 Cement Conc. Curb and Gutter 390 LF $ 40.00 $ 15'800.00 $ 35.00 $ 13.650.00 $ 31.50 $ 12285.00. A25 Not Used $ - $ - $ ' A26 8-13 Adjust Monument Case and Cover 3 EA $ 700.00 $ 2.100D0 $ 870.00 $ 2.010.00 $ 400.00 $ 1.200D0 A27 8'20 Traffic Signal Modifications (S20OthStand DriUaRoad G) 1 L8 $ 10.000.00 $ 10.008D0 $ 17.000.00 $ 17.000.00 $ 15.000.00 $ 15.000.00 A28 8'20 Traffic Signal Modifications (S20UthGtand Southnenter Pkvy) 1 LS $ 10.000.00 $ 10'000.00 $ 17.000D0 $ 17.000.00 $ 15.000.00 $ 15'000.00 A29 8-20 Traffic Signal Modifications (52ndAve SInterurban Ave G) 1 LS $ 57.000.00 $ 57.000D0 $ 70.000.00 $ 79.000.00 $ 70.000.00 $ 70.000.00^ A30 8'14 Cement Cone. Sidewalk 130 SY $ 65.00 $ 8.450.00 $ 60.00 $ 7.800.00 $ 48.85 $ 5.700.50 A31 8-14 ComentConc. Curb Ramp 1.100 SF $ 30.00 $ 34.800.00 $ 26.00 $ 30.160.00 $ 14.50 $ 18.82O.UO_ A32 8-26 Non -Skid 25 SF $ 35.00 $ 625.00 * 45.00 $ 1.125.00 $ 40.00 $ 1.000.00 A33 7'05 Adjust Catch Basin 14 EA $ 800.00 $ 11.200.00 $ 1.100.00 o 15.400.00 $ 525.00 $ 7.350.00 A34 7-05 Storm Drain Marker 17 EA . $ 30.00 $ 510.00 $ 25.00 $ 425.08 $ 20.00 $ 340.00 A35 7'05 Adjust Manhole O EA $ 800.00 $ 7.200.00 $ 1.100.00 $ 8.800.00 $ 550.00 $ 4.400.00 A36 8-09 Raised Pavement Marker Type 1 4 HUND $ 500.00 $ 2.000.00 * 280.00 $ 1.120.00 $ 250.00 $ 1.000.00 A37 O'OS Raised Pavement Marker Type 2 2 HUNO $ 500.00 $ 1.000.00 $ 580.00 $ 1.120.00 $ 500.00 $ 1000D0 A38 8-22 Plastic Traffic Arrow 18 EA $ 80.00 $ 1.440.00 $ 64.00 $ 1.152.00 $ 57.00 $ 1 O2G.00_ A39 8'22 P|o,�ioTnaOicLe�er 3 EA $ 100.00 $ 300.00 * 127.00 $ 381.00 * 114.00 $ 342.00 A40 8'22 Plastic Stop Line 12" 150 LF $ §O.00 $ 7.500.00 $ 5,60 $ 840.00 $ 5.00 $ 750.00 A41 8'22 Plastic Stop Line 24" 190 LF $ 50.00 $ 9.500.00 $ 0.00 * 1.710.00 $ 8.00 $ 1520D0 /442 8-22 Plastic Crosswalk Line 1.040 SF $ 8,00 $ 8.320.00 $ 4.25 * 4.420.00 $ 4.00 $ 4.100.00 Tukwila 2U19Overlay Program ' Bid Tabu.xlux 216TH-3 Sheet 1of4 2019 Overlay and Repair Program Project No. 91910401 Bid Tabulation Tuesday, April 16, 2019 Section No. 8-22 8-22 8-23 Plastic Line, 8 Inch Paint Line, 4 Inch Temporary Pavement Markings Interdisciplinary Design Eninoer Estimate ^' Total Quantity Unit Unit Cost 550 9,930 9,120 LF LF LF $ 0.50 U TmcciW6Sons, Inc. Total Cost`;. ` ` -Unit Cost, 1,650.00 4,965.00 2,280.00 Lakeside Industries Inc. Total Cost Unit Cost 1.512.§O 4,965.00 $ 2,736.00 8.15 Total Cost 1,375.00 3,972.00 1,368.00 8-02 8-02 8-02 Topsoil Type A Edge Restoration Property Restoration 0 1,000 1 CY LF FA 4.00 750.00 $ 4,000.00 1,000.00 2,800.00 $ 8,000.00 1,000.00 100.00 1,000.00 $ 2,000.00 $ 2,000.00 $ 1,000.00 � � ' � 8-1S 8-19 Adjust Franchise Utility Manhole/Vault Adjust Gas Valve 9 EA 2,700.00 $ 1,300.00 3,900.00 7,650.00 * 2,985.00 961, ���otall r-,--~_-,^�--~---^-^�-� - Reported Total Difference $ 1,02803850 B2 1-07 GPCCPlan 1 LS $ 500.00 $ 50000 $ 60.00 $ 00.00 $ 1.0DODO. $ 1.OD0�U 1'0Mobilization Mobilization 1 LS ` $ 1O�0O[0 o 10.00000 $ 1.00000 $ 1.00000 $ 21.00000 $ 21.000.00 84 1-10 Project Temporary Traffic Control 1 LS $ 10.000.00 $ 10.000.00 $ 5.700.00 $ 5.700�00 * 13.000.00 $ 13.000.00 B5 2-02 Cement Conc. Sidewalk Removal Incl. Haul 70 SY $ 60.00 $ 4.200.00 $ 44.00 $ 3.080.00 $ 75D0 $ 5.250�00 80 2-02 Cement Conc. Curb & Gutter Removal Ind. Haul 40 LF $ 30D0 $ 1.200.00 * 38.00 $ 1.520.00 $ 40.00 $ 1.800.00 B7 2-02 Removal ofStructure and Obstruction 1 LS $ 1.000.00 $ 1.000.00 $ 3.900.00 $ 3.900.00 $ 2.500D0 $ 2.500.00 B8 2-03 Unsuitable Foundation Excavation Incl. Haul 10 CY $ 95.00 o 850.00 $ 125.00 $ 1.250.00 $ 150.00 $ 1.500.00 B8 2'03 Gravel Borrow Incl. Haul 30 TON $ 25.00 $ 750.00 $ 25.00 $ 750.00 $ 25.00 $ 750D0 B10 4-04 Crushed Surfacing Top Course 100 TON * 60,00 $ 6.000.00 $ 53,00 $ 5.300.00 $ 35.00 $ 3.500.00 B11 5-04 Pavement Repair Excavation Ind. Haul 80 CY * 90.00 $ 7.200.00 $ 40.00 $ 3.200.00 $ 75.00 * 6.000.00 B12 5'04 Slurry Seal, Type 2 3.500 SY $ 4.00 $ 14.000.00 $ 275 $ 9.025.00 $ 15.00 $ 52.500.00 B13 5-04 HMAfor Pavement Repair Cl. 1/2'PGG4-22 TO TON $ 150.00 $ 10.500D0 $ 115.00 $ 8.050.00 * 150.00 $ 10.50030 814 8'01 Erosion/Water Pollution Control 1 FA $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 815 8-01 Inlet Protection 10 EA $ 80.00 $ 800.00 $ 35.00 $ 950.00 $ 100.00 $ 1.000.00 816 8'04 Cement Conc. Extruded Curb Type S 700 LF $ 15.00 $ 10.500.00 $ &OO $ 5.600.00 $ 8.00 $ 5.000,00 B17 8'04 Cement Concrete Traffic Curb 520 LF $ 40.00 $ 20.800.00 $ 45.00 $ 23.400.00 $ 31.00 $ 16.120.00 B18 &'04 Cement Conc. Curb and Gutter 170 LF $ OODO $ 10.200.00 $ 49.00 $ 8.330�00 $ 30.00 $ 5.100.00 B19 8-14 Cement Conc. Sidewalk 78 GY $ 70.00 $ 4`90000 $ 09.00 $ 4.03000 $ 45.00 $ 3,150.00 B20 8'14 Cement Conc. Curb Ramp 1 EA $ 2.00000 $ 2.00000 $ 2.300.00 $ 2.30000 $ 800.00 * 800.00 821 8-22 Paint Line, 4Inch 1.400 FT $ 0.30 * 42000 * 0.50 $ 70&00 $ 0.40 $ 56000 Subtotal $ 121.220.00 Subtotal $ 98,645.00 Subtotal $ 162,930.00 _ 00 Tukwila 2U1SOverlay Program -Bid Tubo.xIux 216TH'3 Sheet 2of4 2019 Overlay and Repair Program Project No. 91910401 Bid Tabulation Tuesday, April 16, 2019 Bid Item No. Section No. Item K. JP Gr Interdisciplinary Design Total Quantity Enineer Estimate Unit Unit Cost Total Cost Tucci & Sons Inc. Unit Cost Total Cost Lakeside Industries, Inc. Unit Cost Total Cost ROADWAY (SCHEDULE C) fdriejlliti7grtSearatfle it4 T-4-i-t-F4!---Z':,i:ii-f'R:',:t-FS-7-g!•-gskicQjii5Z:W-Z;i:-S3:-ck;Y*ZZIW Unexpected Site Changes Cl C2 1-04 1-07 SPCC Plan 1 1 FA LS 5,000.00 $ 1,000.00 5,000.00 $ 1,000.00 $ 5,000.00 60.00 5,000.00 $ 60.00 $ 5,000.00 1,000.00 $ 5,000.00 1,000.00 C3 1-09 Mobilization LS 10,000.00 10,000.00 $ 1,800.00 1,800.00 $ 12,000.00 12,000.00- C4 1-10 Project Temporary Traffic Control 1 LS $ 10,000.00 10,000.00 $ 7,600.00 7,600.00 $ 5,200.00 $ 5,200.00 C5 2-02 Cement Conc. Sidewalk Removal Incl. Haul 30 SY 60.00 $ 1,800.00 $ 50.00 $ 1,500.00 $ 60.00 1,800.00 C6 C7 2-02 2-02 Cement Conc. Curb Removal Incl. Haul Roadway Excavation Incl. Haul 90 200 LF CY 25.00 48.00 2,250.00 $ 17.00 9,600.00 $ 118.00 1,530.00 $ 23,600.00 $ 50.00 75.00 $ 4,500.00 15,000.00 C8 C9 C10 2-03 4-04 5-04 Unsuitable Foundation Excavation Incl. Haul Crushed Surfacing Top Course HMA Cl. 1/2" PG 64-22 20 50 280 CY TON TON 60.00 45.00 110.00 1,200.00 $ 60.00 2,250.00 $ 50.00 30,800.00 $ 170.00 1,200.00 $ 2,500.00 $ 47,600.00 $ 75.00 35.00 110.00 $ 1,500.00 1,750.00 30,800.00 C11 7-12 Adjust Water Valve 2 EA 500.00 1,000.00 870.00 1,740.00 $ 400.00 800.00 C12 8-01 Inlet Protection 6 EA 80.00 480.00 95.00 570.00 $ 100.00 600.00 C13 8-02 Root Barrier 30 LF 20.00 600.00 $ 56.00 1,680.00 $ 10.00 300.00 C14 C15 8-04 8-06 Reinforced Cement Conc. Curb and Gutter Cement Conc. Driveway Entrance 50 50 LF SY 50.00 80.00 2,500.00 $ 64.00 4,000.00 $ 64.00 3,200.00 $ 3,200.00 $ 60.00 60.00 $ 3,000.00 3,000.00 C16 8-14 Cement Conc. Sidewalk 30 SY 65.00 1,950.00 $ 49.00 1,470.00 45.00 1,350.00 C17 8-09 Raised Pavement Marker Type 1 HUND 500.00 500.00 $ 280.00 280.00 $ 250.00 250.00 C18 C19 8-09 8-22 Raised Pavement Marker Type 2 Plastic Traffic Arrow 0 2 HUND EA $ 500.00 80.00 100.00 $ 560.00 160,00 64.00 $ 112.00 $ 128.00 $ 500.00 60.00 100.00 120.00 C20 8-19 Adjust Franchise Utility BoxNault 2 EA 500.00 1,000.00 $ 1,350.00 2,700.00 $ 995.00 1,990.00 Subtotal $ 86,190.00 Subtotal $ 107,470.00 Subtotal $ 90,060.00 Total Estirnated Construction Cost Schedule C $ 1 86.190.00 Subtotal 107,470.00 Subtotal ii $ 90,060.00 MI1111111111=1111111111111111=1111=1111111111111111111111 ROADWAY (ADDITIVE. SCHEDULE D) Dl Ef*it&ical-0. 1-04 Unexpected Site Changes Reported To a Difference FA 2,000.00 2,000.00 2,000.00 2,000.00 87,360.00 2,000.00 $ 2,000.00 D2 1-09 Mobilization 1 LS $ 8,000.00 8,000.00 $ 1,000.00 1,000.00 $ 10,000.00 10,000.00 D3 1-10 Project Temporary Traffic Control 1 LS 8,000.00 8,000.00 $ 16,500.00 16,500.00 $ 6,500.00 6,500.00 D4 2-02 Roadway Excavation Incl. Haul 30 CY 75.00 2,250.00 $ 94.00 2,820.00 $ 75.00 $ 2,250.00 D5 4-04 Crushed Surfacing Top Course 10 TON 60.00 600.00 $ 44.00 440.00 35.00 350.00 D6 5-04 HMA Cl. 1/2" PG 64-22 370 TON 110.00 40,700.00 $ 110.00 40,700.00 115.00 $ 42,550.00 D7 5-04 Planing Bituminous Pavement 2,000 SY 5.00 10,000.00 $ 4.00 8,000.00 6.20 12,400.00 D8 Not Used $ $ D9 Not Used $ D10 Not Used $ D11 Not Used $ D12 8-09 Raised Pavement Marker Type 1 2 HUND $ 500.00 1,000.00 $ 280.00 $ 560.00 $ 250.00 $ 500.00 D13 8-09 Raised Pavement Marker Type 2 HUND 500.00 500.00 560.00 560.00 $ 500.00 500.00 D14 8-22 Plastic Traffic Arrow 3 EA 80.00 240.00 64.00 192.00 $ 57.00 171.00 Tukwila 2019 Overlay Program - Bid Tabs.xlsx 216TH-3 Sheet 3 of 4 2019 Overlay and Repair Program Project No. 91910401 Bid Tabulation Tuesday, April 16, 2019 Interdisciplinary Design Enineer Estimate Tucci & Sons, Inc. Lakeside Industries, Inc. Bid Item No. Section No. D15 8-22 Plastic Stop Line 24" item Total Quantity 25 Unit Unit Cost Total Cost Unit Cost Total Cost Unit Cost LF 50.00 1,250.00 9.00 225.00 8.00 Total Cost 200.00 D16 8-22 Plastic Crosswalk Line 100 SF 8.00 800.00 4.25 425.00 4.00 400.00 D17 8-22 Paint Line, 4 Inch 632 LF 0.50 316.00 0.50 316.00 0.40 252.80 D18 8-23 Temporary Pavement Markings 700 LF 0.25 175.00 0.30 210.00 0.50 350.00 D19 8-19 Adjust Gas Valve 1 EA 650.00 650.00 Subtotal $ 76,481.00 $ 900.00 Subtotal $ 900.00 74,848.00 400.00 Subtotal $ 400.00 78,823.80 Total Estimated Construction Cost Schedule D 76.481.00 Subtotal 74848.00 Subtotal 78.823.80 Reported Total Difference $ 78,823.00 0.80 CONSTRUCTION SUBTOTAL BASE BID (SCHEDULES A, B. & 1,168,765.00 SCH A,B,&C 1,211,916.50 SCH A,B,&C 1,280,678.50 CONSTRUCTION SUBTOTAL ADDITIVE (SCHEDULE D) 76,481.00 SCH D $ 74,848.00 SCH D 78,823.80 Reported Total A Reported Total B Reported Total C Reported Subtotal A,B&C $ 1,028,038.50 162,930.00 87,360.00 1,278,328.50 Difference Reported Total D 2,350.00 78,823.00 Difference 0.80 TOTAL ESTIMATED CONSTRUCTION COST 1,245,246.00 Total Tucci $ 1,286,764.60 Total Lakeside 1,359,502.30 Tukwila 2019 Overlay Program - Bid Tabs.xlsx 216TH-3 Sheet 4 of 4 Allan Ekberg, Mayor Public Works Department- Henry Hash, Director INFOR ATIONAL E ORANDU TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director 174 BY: Scott Bates, Traffic Engineering Coordinator CC: Mayor Ekberg DATE: May 3, 2019 SUBJECT: 2019 Overlay and Repair Program Project No. 91910401, Contract No. 18-199 Amendment No.2 for Construction Management Services ISSUE Execute Amendment No. 2 to Contract No. 18-198 with KPG, Inc. (KPG) to provide construction management services for the 2019 Overlay and Repair Program. BACKGROUND On October 19, 2018 the Council approved the contract with KPG to provide design services for the 2019 Overlay and Repair Project. Amendment No.1 was added to design the repairs from the water main break on Andover Park East. KPG was selected to provide construction management services as Amendment No. 2 to the 2019 Overlay and Repair Program design contract. DISCUSSION KPG has provided Contract Amendment No. 2, with the scope of work and fee for construction management services for $179,576.00. The contract duration will be extended until December 31, 2019 to allow for project closeout and the new contract total will now be $350,308.00. FISCAL IMPACT Amend No.2 for Construction Management Amend No.2 CM $179,576.00 2019 Budget $200.000.00 RECOMMENDATION Council is being asked to approve Amendment No. 2 to Contract No. 18-199 for construction management services with KPG, Inc. for the 2019 Overlay and Repair Program in the amount of $179,576.00 for a new total contract amount of $350,308, and consider this item on the Consent Agenda at the May 20, 2019 Regular Meeting. ATTACHMENTS • KPG Amendment No. 2 WIPW Eng PROJECTS \A- RW & RS ProjectslAnnual Overlay & Repair Programs12019 Overlay & Repair Program (91910401)1DesigrnAd and AwardlAwarthDocs to TIC Bid Award1Final Docs to TICIInfoMemo Overlay 2019 CM Am No2 50319.docx 1 1 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: CONTRACT FOR SERVICES Amendment #2 Between the City of Tukwila and KPG, P.S. That portion of Contract No. 18-199(a) 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 construction services in accordance with the scope of work included as Exhibit A-2. 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, 2019, 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, 2019 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-2, attached hereto, provided that the total amount of payment to the Consultant for this work not exceed $179,576.00 without express written modification of the Agreement signed by the City. The new total contract shall not exceed $350,308.00 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 ATTEST/AUTHENTICATED Printed Name: APPROVED AS TO FORM Christy O'Flaherty, MMC, City Clerk Office of the City Attorney CA Revised December 2016 Page 1 of 1 12 EXHIBIT A-2 Construction Management Services Scope of Work April 18, 2019 City of Tukwila — 2019 Overlay Program This work will provide construction management services for the construction contract to complete the City of Tukwila — 2019 Overlay Program. These services will include design support, project management, documentation control, inspection, materials testing, 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, a part-time resident engineer, a full-time inspector, project design staff as needed, and a sub -consultant to provide services for materials testing. It is anticipated that full-time site observation will be required for the entirety of the project, which includes night work on select sites. • The level of service is based on a construction project duration of approximately 40 working days. • KPG estimates a total project construction duration of 60 working days (12 weeks) including two weeks for preconstruction service, eight weeks for construction services, and two weeks for project closeout and record drawing preparation. No suspensions or stop work periods are anticipated during this duration. • It is anticipated that the KPG will develop 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. • It is anticipated that the Contractor will do all public outreach, and ensure affected business and residents are notified of impending contractor activities one week prior to work. • The design engineers from KPG will be available during construction to answer questions during construction and review RAM's, shop drawings, and answer RFI's as required. City of Tukwila — 2019 Overlay Program Construction Management Services Scope of Work Page 1 of 7 KPG Project Number 18161 4/19/2019 13 EXHIBIT A-2 • 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 invoicing. This effort will include the following elements. • Organize and layout work for project staff. • Review monthly expenditures and CM team scope activities. Prepare and submit invoices describing CM services provided each month. Deliverables • Monthly invoices 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 manager, 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 TASK 3 — CONSTRUCTION SERVICES - FIELD 3.1 On -site Observation: The Consultant shall provide the services of one full time inspector during construction activities and other tasks necessary to monitor the progress of the work. An additional inspector, may be incorporated as dictated by the Contractor's approach to 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: o Preparation to include mobilization and clearing and grubbing City of Tukwila — 2019 Overlay Program Page 2 of 7 KPG Construction Management Services Project Number 18161 Scope of Work 4/19/2019 14 EXHIBIT A-2 o Erosion Control o HMA grinding and paving o Driveways, curb, gutter and sidewalk o And all incidental items necessary to complete the Work as described in the Plans and/or Specifications. 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 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 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 during site visits. 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 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. Establish communications with adjacent property owners. Respond to questions from property owners and the general public. viii. Prepare field records and documents to help assure the Project is administered in accordance with the funding requirements. ix. Collect and calculate delivery tickets and salesman's daily reports of aggregate. All tickets will be initialed with correct bid item and stationing identified (Construction Manual 10-2). x. Attend and actively participate in regular on -site weekly construction meetings. xi. Take periodic digital photographs during the course of construction, and record locations. xii. Coordinate with the City's maintenance personnel. 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. Assumptions: • Consultant will provide observation services for the days/hours that the contractor's personnel are on -site. • Consultant will provide qualified personnel for inspection of all bid item work. • 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 City of Tukwila — 2019 Overlay Program Page 3 of 7 KPG Construction Management Services Project Number 18161 Scope of Work 4/19/2019 15 EXHIBIT A-2 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 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. 3.3 Materials Testing: 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 determined by the resident engineer. Deliverables • Daily Construction Reports with project photos — submitted on a weekly basis • Punch List, Certificate of Substantial Completion. • Review test reports for compliance TASK 3.4 — 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 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 City of Tukwila — 2019 Overlay Program Construction Management Services Scope of Work Page 4 of 7 KPG Project Number 18161 4/19/2019 16 EXHIBIT A-2 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. 1. 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. L. Record Drawings: Review record drawings prepared by the Contractor, and prepare a confozined 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 provide the marked up plan sheets with both the contractors and inspectors as -built information to the design team to make revisions in AutoCAD and prepare record mylars. 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 • As -built schedule • Meeting agendas and notes • Monthly Pay Estimates • Subcontractor Packets • Cost Projection • Physical Completion Letter • Final Project Documents • Record Drawings (AutoCAD, .pdf, and 1 full size mylar copy) TASK 3.5 — 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 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): Utilize ROM prepared by KPG and update 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 City of Tukwila — 2019 Overlay Program Construction Management Services Scope of Work Page 5 of 7 KPG Project Number 18161 4/19/2019 17 EXHIBIT A-2 • Completed Record of Material for Material Certification TASK 3.6 — 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 City of Tukwila — 2019 Overlay Program Construction Management Services Scope of Work Page 6 of 7 KPG Project Number 18161 4/19/2019 18 HOUR AND FEE ESTIMATE Project: City of Tukwila 2019 Overlay Program Amendment No. 2 - Construction Services EXHIBIT B-2 01,":1011EaftelanglaillIfINSUMNISEMLA or 1 - Management, Coordination, Administration (Estimated duration 12 weeks) I<JE* G • Architecture • Landscape Architecture • Civil Engineering • ourEstimate.10;:lEilN0516101:9,41411NfraCisii.01029:6-3.1"4'gri"Rtj::: Total Budget Budget Weekly level of effort by Classification 2 2 0 0 0 0 0 0 2 Preconstruction Budget Estimate 24 24 0 0 0 0 0 0 24 9,456.00 3 - Preconstruction Services (Estimated duration 2 weeks) Weekly level of effort by Classification Preconstruction Budget Estimate 0 8 8 0 0 8 0 12 4 0 16 16 0 0 16 0 24 8 9,440.00 4 - Construction Services (Estimated duration 8 weeks) Weekly level of effort by Classification 4 20 16 0 0 60 0 20 8 Construction Period Budget Estimate 32 160 128 0 0 480 0 160 64 120,448.00 5 - Closeout/Record Dwg Services (Estimated duration 2 weeks) Weekly level of effort by Classification 0 16 4 8 8 24 0 16 4 I Closeout / Record Dwg Budget Estimate 0 32 8 16 16 48 0 32 8 $ 18,232.00 RltaSNGD,IBMERNBSaSubtotal-Labor ,ingtngn HigiOCENISMIUNIttlitgatil ISMSNEI 66111419% Reimbursables & Subconsultants MitifillOASE 1601.1003442.41iiiI Material Testing Allowance $ Construction Vehicle Mileage $ Miscellaneous - Repro, Field Supplies $ 20,000.00 1,000.00 1,000.00 $ubtotal Singliterg 111M21154 44$0119.20 Project EtudttOtitAkitiggi* 210,31Fig-084-Wii, 4/23/2019 i$r!!!!iggioigoot $,RttSsvgmomr 20 City of Tukwila Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director BY: Peter Lau, Senior Program Manager CC: Mayor Allan Ekberg DATE: May 3, 2019 SUBJECT: 53rd Avenue South Project (South 137th Street to South 144th Street) Project No. 99110301, Contract No. 15-159 Construction Management Amendment No. 6 with KPG, Inc. ISSUE Approve Amendment No. 6 to Consultant Contract No. 15-159 with KPG, Inc, Allan Ekberg, Mayor BACKGROUND Contract No. 15-159 with KPG provided design and construction management (CM) services for the 53rd Ave S Project. DISCUSSION KPG's Amendment No. 6 will allow the continuation of construction engineering, inspection, and documentation compliance support for the full completion of the 53rd Ave S Project. The construction project is currently anticipated to be completed by June 2019. However, the progress of the utility conversion work will dictate when construction will actually be physically completed. If the slow progress of the utility conversion prohibits the contractor from efficiently completing the construction project, construction will be suspended until the utility conversion work is completed. FISCAL IMPACT The table below shows the project budget and expenditures, with the inclusion of KPG's Amendment No, 6: KPG's fee of $259,770.00 is reasonable for the scope of work provided to complete this challenging project. Design CM Construction Budget Design & ROW (up to Am No. 3) $809,382 $832,000 KPG CM Amendment Nos. 4 & 5 $858,842 870,000 KPG CM Amendment No. 6 259,770 City CM Staff (estimated total) 100,000 SCI Construction Contract w/ sales tax 5,953,250 7,548,000 SCI Change Orders No. 1 to 5 w sales tax 632,017 Construction Contingency 350,000 Total $809,382 $1,218,612 $6,935,267 Grand Total $8,963,261 $9,250,000 The current 2019 CIP project budget is sufficient to cover the cost of KPG's Amendment No. 6 and will leave a construction contingency of $300,000 to cover all future change orders and other additional costs needed to physically complete the 53rd Ave S Project. RECOMMENDATION Council is being asked to approve Amendment No. 6 to Contract No. 15-159 with KPG, Inc. in the amount of $259,770 for a new contract total of $1,774,201.69 for the 53rd Ave S Project and to consider this item on the Consent Agenda at the May 20, 2019 Regular Meeting. Attachments: 2019 CIP, page 3, KPG Amendment No.6 W:1PW Eng1PR0JECTS1A- RW & RS Projects153rd Ave S (99110301)ICN Managementlinfo Memo for KPG Supp #6, gl NH 050319.docx 21 DESCRIPTION: CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2019 to 2024 53rd Ave S (S137th St-S144th St) Project No. 88110301 Design and construct urban residential street improvements that include curb, gutter, sidewalk, undergrounding, and illumination. Street will coordinate with Water $1.1m, Sewer $185k, and Surface Water $920k CIP projects. Provide pedestrian and vehicle safety, drainage, and neighborhood revitalization. UndergmundinQisincluded at this time. Reduce pavement, shoulder, and drainage work. OtateTIB grant for $2.14M for roadway and drainage. See additional pages in Enterprise funds under 53ndAve 5Projects. Seattle City Light ionmmnogoUoUngu60/4PundorgmundopUtondundongmunding costs have been added mproject. Bond for $2million. FINANCIAL Through Estimated EXPENSES Design Lomd(R[W) nunst. Mgmt. Construction Undergmmndlng TOT#LEXPENGsS 007 157 764 21 47 485 3.239 1.378 5,121 435 2.050 880 3.365 u V n 0 V V 628 204 870 5,289 2,253 9.250 FUND SOURCES L»i|iUnoVV/G/8m/IVI Awarded T|BGrant Seattle City Light Bond City 0per.Revenue 259 65 2.049 (1.609) 1.101 1,912 729 1.319 1.254 364 428 1.319 0 Q O O O O 2.674 2,341 1,157 2,049 1.029 22 City of Tu Ha 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: CONTRACT FOR SERVICES Amendment #6 Between the City of Tukwila and KPG Inc. That portion of Contract No, 15-159 between the City of Tukwila and KPG Inc, is amended 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-6. Article 4, Payment, shall be modified as follows: Payment for work provided by Consultant shall be made as provided on Exhibit B-6, attached hereto, provided that the total amount of payment to the Consultant for this work not exceed $259,770.00 without express written modification of the Agreement signed by the City. The new total contract shall not exceed $1,774,201.69 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 TU ILA CONTRACTOR Allan Ekberg, Mayor Printed Name: Nelson Davis, KPG ATTEST/AUTHENTICATED APPROVED AS TO FORM Christy O'Flaherty, IVIIVIC, City Clerk City Attorney Page 1 of 1 23 Supplement 6 Additional Construction Management Services Scope of "-- �-— March 2019 ���«»^����n�x*v U ~~°*� ~°� "~°"~��""= 53rd,Ave S (S 14,fh Street to 137 1h Project No. 99110301 TIB Project No.: 8~1_116(012)-1 KPG Project #: 15085 BACKGROUND This work will provide additional construction management services for the construction contract to complete 58mAvenue S Roodm/mv Improvements (S 144 1h Street to S 1371hStreed. These additional services are the result of: Additional working days added through approved change orders (43 working days approved). Anticipated additional working days for force account work and to allow SCL to complete wiring, energization of underground system, and wreckout of aerial system (27 working days estimated). * Weather days (30.5approved todate, estimate 35total through physical completion) The original contract duration was 21Sworking days, beginning onApril 9,2D18and ending mnFebruary 15,2019. An additional 105 working days are anticipated based on the change orders and weather days described above, resulting in a completion date of July 17, 2019. This supplement is provided to continue construction management and inspection services in accordance with the original authohzationandasdeteUedhe|wvv: 11. INTRODUCTION The following scope of services and associated costs are based upon the assumptions outlined below. General Assumptions. The proposed project team for additional working days will include one part-time project manager, one part-time resident engineer, one part-time documentation control specialist, one full-time inspector, additional part-time inspector for certain work elements, design team, management, and administrative support as required, sub -consultants to provide services for materials testing, and mthersupportingtasks axdeemed necessary. |1isanticipated that full-time site observation will be required for the entire duration of construction. City oƒTukwila f3mAve 5 Additional Construction Management Services Scope qfWork -Supplement 6 Page 1 of 4 KP6 Project#25085 March 2019 24 EXHIBIT A-6 The level ofservice bbased nnadditional project duration ofupto 105 working days per the assumptions in the Background section of this scope of work. KPG field staff will continue to perform day to day public outreach to ensure affected residents are notified in advance of impending contractor activities. The design engineers fnomKPGwvO|6eavaUab|eduhngconstructiontmonsvverquestionsdurinQ construction and review RAK0s,shop drawings, and answer RF|s. The engineer ofnePordwiObe available to provide background information on the design should it be necessary. Services will be performed in accordance with the Contract plans Q/special provsions,VV3QOT Local Agency Guidelines ("LAG"), thwVVSDOT Construction Manual, and the client engineering standards. The franchise utilities will provide field inspection for all work surrounding the construction or relocation of their utility systems not constructed by the Client's Contractor, if necessary. Client/Field Office: The Contractor will provide a field office as required by the contract documents, The Consultant's field staff shall have access to the field office. Ill. SCOPE OF WORK The objective and purpose of this Construction Management Services Agreement is for the Consultant to successfully deliver the construction ofthe Project tothmcUentbvensur|nQthattheimprovemeotsane constructed in accordance with the approved Plans and Specifications, as may be amended or revised, that all ofthe required Project docurnentationisaccountedfmr, and ultimately that the client receives a successful review bvTIB at the end of the Project. TASK 1—MANAGENNEON No additional funds are requested for this task We have been able to mitigate the longer contract duration and can continue to provide the services described in the original scope of work within the previously authorized budget. TASK 2—DESIGN SUPPORT No additional funds are requested for this task. We have been able to mitigate the longer contract duration and can continue to provide the services described in the original scope of work within the previously authorized budget. TASK 3—PRSERVICES Work is complete, no additional funds are requested for this task. City qfTukwila f3rdAve S Additional Construction Management Services Scope oƒWork —Supplement 6 Page 2 of 4 KPG Project #15085 March 2019 25 TASK 4 — CONSTRUCTION OBSERVATION Construction Observation services will continue in accordance with the original scope of work. Additional observation time is required to achieve physical completion due to longer contract duration: 4.5 The Consultant shall provide the services of one full-time inspector with necessary oversight, engineering, and administrative support for an additional lOS working days as described in the Background section of this scope of work, Part-time inspection is anticipated for certain remaining work elements. The budget is based on 40 hours/week full-time inspection and 20 hours/week part- time|nspmc8onfmrupto1OSm/nrk|ngdaynasnociotedvvithchmnQeorderandvveatherdoys. Deliverables • Daily Construction Reports with project photos —submitted on a weekly basis w Punch List, Certificate of Substantial Completion • Review test reports for compliance TASK 5—CONSTRUCTION SERVUCES—OFFUCE Construction Office services will continue inaccordance with the original snnpepfmxork Additional time is required to achieve physical completion due to longer contract duration: 5.27The Consultant shall provide the services of one part-time resident engineer and one part-time documentation specialist with necessary oversight, engineer(n0 and administrative support for an additional 105 working days as described in the Background section of this scope of work. The budget is based on 16 hours/week part-time resident engineer and 30 hours/week part-time documentation specialist. Deliverables * Submittal log • RF|Log • Completed Record nfMaterial for Material Certification • Change Qrder/s\ * Change Management Log ~ RF|Lo8 wMinor Change Order(x) w Force Account Records w Record drawings in electronic and hard copy format TASK G—SURVEY &MATERIAL TESTING No additional funds are requested for this task. We have been able to mitigate the longer contract duration and can continue to provide the services described in the original scope mfwork within the previously authorized budget. City qfTukwila S3"'Ave J Additional Construction Management Services Scope of Work —Supplement 6 Page 3 of 4 KPG Project #15085 March 2019 26 EXHIBIT A6 TASK 7 - ADDITIONAL SERVICES Additional services requested by the client, will be performed only when authorized by the client 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 herein), Public Meetings, Ribbon Cutting Ceremony, claims analysis, additional 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 on 340 working days (two weeks prior to construction, 215 working day contract, 105 additional days per this supplement, and two weeks for closeout, 8 hour days), additional extension of days will be approximately $3,000 per day. City of Tukwila 53rd Ave S Additional Construction Management Services Scope of Work — Supplement 6 Page 4 of 4 KPG Project #15085 March 2019 27 HOUR AND FEE ESTIMATE Project: Task City of Tukwila EXHIBIT B-6 T1B No. 8-1-116(012)-1 53rd Ave S Tukwila # 99110301 Supplement No. 6 KPG No. 15085 Additional Construction Management Services Description Task 1 - Mena ement/CoordinatIon/AdministratIon No Additional Budget Required Reimbursable expenses - no additional required Task Totals I 0 Project Manager $ 168.00 Task 2 - Design Support during Construction No Additional Budget Required Reimbursable expenses - no additional reouired Task Total 0 0 Task 3 - Preconstruction Services No Additional Budget Required Reimbursable expenses - no additional required Task Total I 0 Task 4 - Construction Observation 4,5 Construction observation (addl 90 days) Reimbursable expenses - no additional re Task Total 0 21 uired 21 Project Engrneer $ 140.00 0 0 0 0 42 42 Resident Engineer $ 125,00 0 0 0 0 42 42 Senior Inspector $ 128.00 0 0 0 840 840 Const Inspector $ 9200. 0 0 0 0 420 420 Const Technician 5 77.00 0 0 0 0 0 0 Interdisciplinary Design Doc Control Admin $ 77.00 0 0 0 0 0 0 Senior Admin $ 115.00 0 0 0 0 Budget $ $ $ 160,776 $ 160,776 Task 5 - Construction Services - Office 5,27 Construction office services (add'I 90 days) Reimbursable expenses - no additional required Task Total Task 6 - Survey & Material Testing No Additional Budget Required Reimbursable expenses - no additional Task Total e 0 uired 0 Total Hours 105 City of Tukwila 53rd Ave S Additional Construction Management Services Budget Estimate - Supplement 42 42 0 0 336 336 0 0 0 0 0 0 0 0 0 0 420 420 0 0 42 42 0 378 840 420 0 420 42 Page 1 of 1 $ 98,994 8,994 $ $ Total Budget: $ 259,770 KPG Project 15085 March 2019 28 Allan Ekberg, Mayor Public Works Department - Henry Hash, Director INFOR ATIONAL EMORANDU TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director /74 BY: Peter Lau, Senior Program Manager CC: Mayor Allan Ekberg DATE: May 3, 2019 SUBJECT: 42nd Avenue South Phase III & Gilliam Creek Culvert Replacement Projects Project Nos. 99410303 & 99341208, Contract No. 17-090 Change Order No. 4 ISSUE Approve Change Order (CO) No. 4 with Active Construction, Inc. (ACI) to resolve all new claims and disputes for the 42nd Avenue South Phase Ill Project. BACKGROUND Due to continuous issues with excessive ground water interference during excavation, changes and conflicts for Seattle City Light (SCL) facilities, design issues, some inefficiencies by the contractor, and other unanticipated utility conflicts, the 42nd Avenue South Phase III Project encountered schedule delays and cost overruns. DISCUSSION Change Order No. 3 was a compromise between the City and ACI to resolve outstanding construction disputes through May, 2018, which was approved by Council in July, 2018. The execution of CO No. 3 avoided potential claims and a possible legal battle with substantial legal fees by both parties and produced cost savings for the City. After the execution of CO No. 3, PW staff and ACI worked cooperatively together to move the project forward. However, for the reasons stated above and more unanticipated issues, the project cost overruns continued. After extensive discussions and negotiations between PW staff and ACI, a mutual agreement was reached and both parties agreed that it is in their best interest to complete the project in the most efficient way possible. The new compromise is documented in Change Order No. 4. In summary, CO No. 4 will: • reduces the 14% mark-up rate (established in CO No. 3) to 12.5%, which still covers ACI's bond, insurance, other general and administrative overhead costs, and profit. This change will result in a savings of $164,000 for the City; • enables City project staff to continue to work cooperatively with ACI's construction crew, in order to efficiently complete the construction project with the least amount of cost; • requires ACI to physically complete the project within six weeks after the utility conversion work is completed; • resolves all outstanding claims and disputes between the City and ACI and agrees not to pursue legal action against each other when this CO is strictly followed. WAPVV EngIPROJECTSIA- RW & RS Projects142nd Ave S Phase III (99410303 94-RSO3)IConstruction \#.500 - Project Payments1030 - Change Proposals & COs I CO #4 - Cost Plus 21Info Memo for CO #4 gl 050319, pl,g1 042519.docx 29 Informational Memo 42nd Ave S CO 4 Page 2 FISCAL IMPACT The table below shows the project budget and expenditures, with the inclusion of CO No. 4: Design CM Construction Budget CH2M Hill Design & Staff $1,563,995 $1,564,000 AECOM Original CM & Sups No. 1 & 2 $1,768,424 1,897,000 CH2M Hill Supplemental No. 7 & 8 79,272 AKANA Consultant Contracts 79,450 Widener & WSDOT JA 9753 18,000 Active Construction Contract 17-090 $6,599,266 11,705,000 Active Change Orders No. 1 & 2 916,864 Active Change Order No. 3 w/ sales tax 2,741,136 Active Change Order No. 4 w/o sales tax 1,050,000 Construction Contingency 349,593 Total $1,563,995 $1,945,146 $11,656,859 Grand Total $15,166,000 $15,166,000 The current 2019 CIP project budget is sufficient to cover the cost of Change Order No. 4 and will leave a $349,593 construction contingency. CO No. 4 would require an increase of 33 working days for ACI to physically complete 42nd Ave S Phase III construction project. RECOMMENDATION Council is being asked to approve Change Order No. 4 to Contract No. 17-090 with Active Construction, Inc. in the amount of $1,050,000 for the 42nd Avenue South Phase III and Gilliam Creek Culvert Replacement Projects and consider this item on the Consent Agenda at the May 20, 2019 Regular Meeting. Attachments: 2019 CIP, page 2 Change Order No. 4 W:IPW EngIPROJECTSIA- RW & RS Projects142nd Ave S Phase Ill (99410303 94-RS03)1Constructionl#.500 - Project Payments1030 - Change Proposals & COsICO #4 - Cost Plus 2001s Memo for CO #4 gl 050319, pl,g1 042519.docx 30 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2019 to 2024 PROJECT: 42nd Ave South Phase III Project No. 99410303 DESCRIPTION: Design and construct street improvements, drainage, sidewalks, bike facilities, and driveway adjustments. JUSTIFICATION: Provide pedestrian and vehicle safety, drainage, and neighborhood revitalization. STATUS: Phase III (S/C Blvd (154th) - S 160 St), Design began in 2012, construction in 2017. Project No. 99410303 Phase IV (S 139 St - S 131 PI) in beyond. Project No. 99410301 Phase I 90-RW15 (S/C Blvd (154) - 144 St) $3,796 & Phase II 94-RS02 (144-139) $1,850, both completed. MAINT. IMPACT: Reduce pavement, shoulder, and drainage work. COMMENT: Only Phase III is shown in active years. Project includes Surface Water's Gilliam Creek 42nd Ave S Culvert project for $1.3m and is part of the Walk & Roll Plan. Seattle City Light's funding is a 60/40 underground split. FINANCIAL Through Estimated in $000' 2017 2018 2019 2020 2021 2022 2023 2024 BEYOND TOTAL EXPENSES Design 1,564 1,564 Land (RNV) 0 Const. Mgmt. 809 688 400 1,897 Construction 2,232 5,231 2,100 9,563 Undergrounding 508 1,634 2,142 TOTAL EXPENSES 5,113 7,553 2,500 0 0 0 0 0 0 15,166 FUND SOURCES Seattle City Light 1,285 1,285 Surface Water 1,415 2,881 4,296 Other Utilities 1 575 576 Bond 6,487 6,487 City Oper. Revenue (2,790) 2,812 2,500 0 0 0 0 0 0 2,522 TOTAL SOURCES 5,113 7,553 2,500 0 0 0 0 0 0 15,166 - A 2019 - 2024 Capital Improvement Program 2 31 DATE: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 4 April 15, 2019 BUDGET NOs.: 103.98.595.300.65.00 412.98.594.382.65.00 PROJECT NO.: 99410303 CONTRACT NO.: 17-090 PROJECT NAME: 40th — 42nd Avenue South Phase Ill Project TO: Active Construction, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A," incorporated herein by this reference. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept the prices shown above and below as full payment for . ACCEPTED: Date Contractor: Active Construction, Inc. By Title Original ct (without tax) , 99,266.04 APPROVED BY THE CITY OF TUKWILA Prevp s Change Order 3,345,367.97 Date This Change Order (without ta $ 1,050,000.00 By Mayor REV. CONTRACT AMOUNT $10,994,634.01 Previous Contract Time: 321 Working Days Additional Contract Time for this Change Order: 33 Working Days Updated Contract Time: 354 Working Days City Engineer ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File 32 40' 42nd Avenue South Phase III Project Contract Change Order No. 4 EXHIBIT A DESCRIPTION OF WORK Change Order (CO) #3 for the 40th — 42nd Avenue South Phase 3 Project, which was a compromise between the City and the construction contractor (ACI) on resolving all the outstanding construction disputes through May 20, 2018, was executed on July 17, 2018. However, three months after the execution of CO #3, ACI started to alert the City that the cost increase from CO #3 would be insufficient to pay for all the remaining contract works. As a result, the City requested ACI to provide justifications for the cost increase beyond the new contract amount from CO #3. After reviewing ACI's provided cost increase justifications, the City contended that ACI was partially responsible for causing the additional cost increase. ACI disagreed with the City's contention. After months of further monitoring of the actual project cost increase, and negotiations between City project staff and ACI, another compromise has been reached between the parties. This new compromise is herein documented in this CO #4. In this CO #4, the City and ACI have mutually agreed to work collaboratively to physically complete the project within 6 weeks after the utility conversion works were completed by all utility companies. The City also agrees to a reduction of the 14% markup rate (previously generated from CO #3) to 12.5%, of the actual overall cost of construction. The 12.5% markup is to compensate ACI's general and administrative overhead cost, and profit. The actual overall cost of this 40th — 42nd Avenue South Phase 3 Project refers to all the direct expenditures spent by ACI on this particular construction project, includes the mobilization/field overhead cost but excludes the indirect overhead cost. However, for costs incurred after the date of this CO #4, if the expenditure was caused by ACI's own negligence, such expenditure will not be counted as part of the actual project costs to be paid by the City, and ACI will remain fully responsible for such expenditures. As for all the subcontracts among ACI and its subcontractors, this CO #4 will not apply to any subcontracts executed prior to the execution of CO #3, and all the corresponding Bid Items paying for these subcontracts. The City will just continue to pay for these subcontract costs and with the new 12.5% markup. As a result, the existing payment mechanism among ACI and its current subcontractors will continue to be preserved. After the execution of CO #4, all new subcontracts among ACI and it's future subcontractors will be subjected to the new 12.5% mark-up as the subcontractors' direct costs. ACI's actual cost for this 40th — 42nd Avenue South Phase 3 Project will continue to be subject to a detailed review monthly before the issuance of the monthly pay estimate for such work, and before the issuance of the final payment by the City. At the option of the City, the actual cost reviews and verifications may continue to be conducted by a Certified Public Accountant or other City of Tukwila designated representatives. The current projected total cost for ACI to complete this 40th — 42nd Avenue South Phase 3 Project is $9,773,008.01, per the enclosed projected cost breakdown provided by ACI. Adding 12.5% to the projected cost of $9,773,008.01, it would result in $10,994,634.01 as the cost. Both the City and ACI agree that after the execution of this CO #4, the City's construction management team will continue to have the option of determining the means and methods of ACI in constructing this project. The execution of this CO #4 supercedes the previous COs #1 and #2 on the payment and bid item parts, but the scope issues and Contract time increase will remain in effect, This CO #4 also supercedes CO #3 on all applicable and conflicting Contract terms and conditions. Both the City and ACI agree that mutual execution of this CO #4 continues to resolve any and all outstanding disputes between the parties relating to the Project, including any claims for prior delays, and ACI and the City hereby release each other from any such claims. Both the City and ACI agree not to pursue legal action against each others if both parties strictly abide by the terms of this CO #4. The parties agree to continue to discuss and negotiate when necessary, in order to resolve any additional Contract disputes that arise after the execution of this CO #4. Page 2 of 3 33 The City looks forward to continuing to work with ACI to complete this important project. CONTRACT TIME Per CO #3, the Contract time was to expire on November 13, 2018, CO #4 will add 33 working days to this Contract, since • ACI vacated the project site on November 16, 2018, allowing the utility companies to continue the utility conversion works, Therefore, between November 13 and 16 of 2018, 3 working days of Contract time extension is needed. • The construction project will be retroactively suspended starting from November 17, 2018, until the utility conversion works are completed. • ACI will have 30 working days to complete all remaining works for the construction project, including all the punch list items. Therefore, the Contract time will need to be increased by 33 working days total. As part of this CO #4, the parties agree that the Contract time will not be extended further, with the exception of: • weather related delays; • delays encountered that are out of the control of the Contractor or the City; • and unanticipated changes to the work where extension of Contract time would otherwise be determined in accordance with Section 1-08 of the WSDOT Standard Specifications, 2016 version. Page 3 of 3 34 Public Works Department - Henry Hash, Director INFORMATIONAL EMORANDUM TO: FROM: Henry Hash, Public Works Director BY: Hari Ponnekanti, City Engineer CC: Mayor Allan Ekberg DATE: May 3, 2019 SUBJECT: Solid Waste Collection Contract No. 12-027, Amendment No. 1 Waste Management Contract Status Update Transportation and Infrastructure Committee Allan Ekberg, Mayor ISSUE Update the Committee on the ongoing discussion with Waste Management of Washington, LLC (WM). BACKGROUND The current Comprehensive Garbage, Recyclables, and Compostables Collection Agreement will expire on October 31, 2019. The current contract has a provision that provides for up to two extensions, which shall not exceed two years each. DISCUSSION In 2018, staff started researching the extension process for the current WM contract and have been meeting with representatives from WM. Staff believes that it makes good economic sense for the City to opt for the allowable two extensions (for a total of four years). RECOMMENDATION Information only. 35 WPW EnglOTHERHari PonnekantilInfoMernoTIC050319WM-HPO1 docx