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