HomeMy WebLinkAboutUtilities 2015-11-24 Item 2F - Agreement - Tukwila International Boulevard Redevelopment / Motel Demolition Construction Management with AKANACity of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Utilities Committee
FROM: Bob Giberson, Public Works Director =
BY: Robin Tischmak, City Engineer
DATE: November 20, 2015
SUBJECT: Tukwila International Blvd Redevelopment Project — Motel Demolition
Project No. 91330201
Construction Management Consultant Selection and Contract
ISSUE
Execute a construction management contract with AKANA for the demolition of the Great
Bear, Boulevard, and Spruce Motels and Sam's Smoke Shop on Tukwila International
Boulevard (TIB). Demolition of the Traveler's Choice is included if awarded by Council.
BACKGROUND
The City purchased the Great Bear, Boulevard and Traveler's Choice motels from the
Federal Government in 2014 and Sam's Smoke Shop and the Spruce Motel in 2015 as part
of the TIB Redevelopment Project. Bids were received and opened on October 22, 2015 for
demolition of the buildings and site stabilization, which the City plans to award in December
2015.
ANALYSIS
Management of the construction contract will require outside consulting services to assist
with project management, documentation, and part -time inspection. The City is proposing to
provide an inspector from Public Works staff to cover the majority of the inspection.
AKANA was selected from a list of three firms and was determined to be the most qualified
consultant to provide the requested services. The proposed contract scope of work is based
on the number of expected working days in the contract and is independent of whether or
not the City awards the Bid Alternate No. 1 to demolish the Traveler's Choice Motel.
BUDGET AND BID SUMMARY
Contract Budget
AKANA CM Contract $ 72,646.00 $250,000.00
RECOMMENDATION
Council is being asked to approve the construction management contract for the TIB
Redevelopment Project with AKANA for $72,646.00, and to consider this item on the
Consent Agenda at the December 7, 2015 Regular Meeting.
Attachments: Consultant Selection Scoring Matrix
Page 43, 2015 CIP
Contract with Scope of Work and Estimate
W: \PW Eng \PROJECTS'- BG Projects \Tukwila Village (90030222) \Demolition \Info Memo Demolition Motels - CM AKANA 11 -20 -15 gl- rt.docx
25
Tukwila International
Blvd. Redevelopment
Project - Motel
Demolition
Consultant
Scoring Matrix
Total Possible Points
15
20
20
10
15
20
100
AKANA
15
20
18
10
15
20
98
1
Anchor Envronmental
15
20
17
5
15
20
92
2
Harris & Associates
15
16
16
8
12
18
85
3
Date: 11/4/15
H: \Scoring Matrix.xlsScoring Matrix.xls
N
0)
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2015 to 2020
PROJECT: TIB Redevelopment Project Project No. 91330201
DESCRIPTION: This Tukwila International Blvd (TIB) Redevelopment Project is for the acquisition and disposition of properties
within and adjacent to the City's Urban Renewal Area.
JUSTIFICATION: Improve the neighborhood's safety by eliminating the high amounts of crime associated with the motel properties.
STATUS: The City has completed appraisals and is in negotiations with the property owners and the US Attorney
General's Office to purchase four motels and a smoke shop.
MAINT. IMPACT: If purchased, the City will need to demolish buildings and maintain the properties until they are redeveloped.
COMMENT: Land purchase costs are based on appraised value. Engineering includes legal and administrative expenses.
Debt service costs are not shown (see Attachment A).
FINANCIAL Through Estimated
(in $000's)
2013 2014 2015
2016
2017
2018
2019
2020
BEYOND TOTAL
EXPENSES
{ Project Location
_� ;`,rm
1101.0
stbilik'N.
,
nolo
Engineering
35
250
250
1:4 11.
wip..-.—.,---A
A.,
%
535
Land (R /W)
WI li 111
iiiiirMIN
iftrAng
TAN
3,610
1,590
Eh
IE
5,200
Construction
250
200
50
676061 ' 11I �„-E
500
TOTAL EXPENSES
35
4,110
2,040
50
0
0
0
0
0
6,235
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Land Sale
2,250
2,250
Bonds
3,850
2,250
6,100
City Oper. Revenue
35
260
(210)
(2,200)
0
0
0
0
0
(2,115)
TOTAL SOURCES
35
4,110
2,040
50
0
0
0
0
0
6,235
2015 - 2020 Capital Improvement Program
43
27
{ Project Location
_� ;`,rm
1101.0
stbilik'N.
,
nolo
=1;41
-,,,_
1:4 11.
wip..-.—.,---A
A.,
%
iyotolt/t.,
.24ez,e,-
,...,„11.---ef.
WI li 111
iiiiirMIN
iftrAng
TAN
' s taa
5t
Eh
IE
IIq
• i
111 ¢ \
k Alt
"'ri GIS
s i ss st
.
676061 ' 11I �„-E
2015 - 2020 Capital Improvement Program
43
27
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
CONSULTANT AGREEMENT FOR
CONSTRUCTION MANAGEMENT SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City ", and AKANA, hereinafter referred to as "the Consultant ", in consideration of
the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform construction
management and engineering services in connection with the project titled TIB
Redevelopment Project — Motel Demolition.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending , 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 unless an extension of such time is granted in writing by
the City.
4. Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall not
exceed $72,646.00 without express written modification of the Agreement signed by the
City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion of
the work under this Agreement and its acceptance by the City.
D. Payment as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
28
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall be
endorsed to provide contractual liability coverage.
CA revised : 1 -2013
Page 2
29
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self - insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Consultant
before commencement of the work. Certificates of coverage and endorsements as required
by this section shall be delivered to the City within fifteen (15) days of execution of this
Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
CA revised : 1 -2013
Page 3
30
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this warrant,
the City shall have the right to annul this contract without liability, or in its discretion to
deduct from the contract price or consideration, or otherwise recover, the full amount of such
fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non - Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree
that venue shall be properly laid in King County, Washington. The prevailing party in any
such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The provisions
of this Agreement, which by their sense and context are reasonably intended to survive the
completion, expiration or cancellation of this Agreement, shall survive termination of this
Agreement.
CA revised : 1 -2013
Page 4
31
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
AKANA
3380 — 146th Place SE, Suite 105
Bellevue, WA 98007
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
DATED this
CITY OF TUKWILA
Mayor, Jim Haggerton
day of , 20
CONSULTANT
By:
Printed Name:
Title:
Attest /Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1 -2013
Page 5
32
EXHIBIT A
SCOPE OF SERVICES
Construction Management Services
City of Tukwila Urban Renewal Motel Demolition
Akana (CONSULTANT) will provide professional Construction Management (CM) Services for the City of Tukwila
(CITY). These services will include CM, contract administration, field observation, documentation, and reporting as
required during the "Urban Renewal Motel Demolition Project ". All services will be provided in accordance with
the Washington State Department of Transportation's (WSDOT) Local Agency Guidelines and Construction Manual.
Consultant will be providing Construction Management (Jeff Faunce), Contract Administrator, and Inspection
services on a Part time basis to the project to perform the duties listed below.
Project Description
The project includes Demolition and site reconfiguration of four (4) Motel properties and one retail property,
including but not limited to: removal of site structures and improvements, cutting /capping utilities, removal of one
approx. 60" Dia. retention pipe, removal of concrete and asphalt paving, installation of new chain link and cedar
split rail fencing, new drainage, piping and illumination and other work necessary.
Work Breakdown Structure by Tasks
100 Pre- Construction Services:
101 CONSULTANT will review bid documents to become familiar with the project.
102 City Inspector will take pre- construction photographs and burn them to a disc to include in hard -copy
files.
103 CONSULTANT will conduct a site visit with City Inspector to become acquainted with the project site.
104 CONSULTANT will prepare hard -copy and electronic files for project documentation.
105 CONSULTANT will prepare Project Templates for:
A. Design Changes
B. Change Orders and Change Order Justifications
C. Case Log and Case Log Files
D. Pay Estimates, including Ledger
E. Forecasted Cost to Complete
F. Coordination Meeting Agendas, Minutes and Sign -In Sheets
106 CONSULTANT will prepare Project Logs for tracking:
A. Design Changes
B. Change Orders
C. Requests for Information(RFI)
D. Submittals
E. Materials on Hand (will correlate with Pay Estimates)
F. Employment Documentation
107 CONSULTANT will prepare for, and conduct, a Pre - Construction meeting. Duties will include:
A. Preparing an agenda draft and sending it to the CITY for review /comments.
B. Developing an attendees list with input from CITY.
C. Conducting the meeting.
D. Preparing Meeting Minutes, sending them to CITY for review /comments, revising them per
comments and distributing them to attendees and affected stakeholders.
108 CONSULTANT will review the Contractor's initial Schedule against allowable Working Days. CONSULTANT
will also review schedule sequencing and activity duration to check that they are reasonable. Any
discrepancies, conflicts or unreasonable work durations will be brought to the attention of the Contractor
and the CITY will be notified.
109 CONSULTANT will prepare up to 4 monthly CONSULTANT progress invoices for CITY review and payment.
200 Construction Management Administration:
33
201 CONSULTANT will prepare up to 4 Monthly Progress Pay Estimates for work performed by Contractor.
These will be completed once CONSULTANT and Contractor have reached agreement on estimate
quantities.
202 City inspector will prepare Weekly Statement of Working Day reports.
203 CONSULTANT will monitor Contractor and Sub- Contractor's employment documentation for adherence to
contract requirements. Monitoring will include:
A. Maintaining Employment Documentation Log.
B. Collecting, reviewing and approving (or rejecting) Requests to Sublet.
C. Collecting Certified Payrolls to verify that they meet contract wage requirements.
D. Collecting Statements of Intent to pay prevailing wages.
E. Collecting Affidavits of Wages Paid.
204 CONSULTANT will review and respond to Requests for Information (RFIs) submitted by the Contractor.
Responses will include technical interpretations of the drawings, specifications, and Contract Documents.
The CONSULTANT will update the RFI Log as RFIs are submitted and resolved.
205 CONSULTANT and City Inspector will monitor issues that may eventually have impacts to the project
budget or schedule. These issues will be documented Information included in the Log will be:
A. An assigned number that will be used to track each issue separately.
B. The date the issue became known.
C. A description of the issue.
D. An estimate of the lowest cost necessary to resolve the issue. If resolution creates an overall
decrease to the budget, this amount would be negative.
E. An estimate of the highest cost necessary to resolve the issue.
F. An estimate of the issue's impact on Working Days.
G. A summary of project documents that relate to the issue.
H. Comments relating to the issue.
206 CONSULTANT will prepare Change Orders and will include the CITY in the process of Change Order
negotiation and preparation. Items tracked using the Issue Log may eventually become Change Orders.
CONSULTANT Change Order work will include:
A. Scheduling and conducting negotiation meetings. The CONSULTANT will create and distribute
meeting agendas and minutes.
B. Preparation of independent Engineer's Estimates.
C. Compilation of Change Order back -up. This will include, but is not limited to:
i. Engineer's Estimates
ii. E -mail correspondence
iii. Extra Work Orders from Contractor
iv. Design Change Documents
v. Meeting Minutes
D. Preparation of Change Order Justifications. (1 change order included in proposal cost)
Justifications will include:
i. A description of the change.
ii. An evaluation of what is required by the Contract.
iii. An explanation as to why a Change Order is necessary.
iv. Descriptions of considered alternatives to a Change Order.
v. The reasons for entitlement; why the work cannot be paid for under the existing
contract.
vi. The names of those that approved the Change Order.
vii. An evaluation of impact to Working Days.
viii. Change Order back -up.
E. Writing the Change Orders and providing them to CITY for edits and /or concurrence.
F. Obtaining the necessary signatures for execution once concurrence has been given by the CITY.
G. Maintaining the Change Order Log.
300 Construction Services - Field: Calendar Days 180: of these days 135 Calendar days compromise this
contract proposal as indicated on page P -1 of the contract documents.
34
CONSULTANT will provide Part time Inspection consisting of a senior and Junior inspector depending on
the skill sets needed for the days operation to assist in layout and slope verification to meet ADA and
observe day -to -day conduct of construction. This will include acting as the project hub for
communications, monitoring Contractor adherence to Contract Documents and documentation of
Contractor's work progress for payment. Work will include the following:
301 CONSULTANT will request and review the Contractor's breakdowns of lump -sum items for accuracy and
payment purposes. Breakdowns will be used to evaluate construction progress of these items for pay
estimates.
302 City and Consultant Inspectors will prepare Field Note Records that detail Contractor's completed work
for inclusion in monthly Pay Estimates. Field Note Records will internally be checked for accuracy prior to
being entered into Pay Estimates.
303 Prior to monthly Pay Estimate completion, the City and CONSULTANT will coordinate with the Contractor
to reach agreement on the Pay Estimate quantities.
304 City will review the materials delivered to the project site to ensure they are the approved construction
materials. This will be done by checking them against the approved Submittals and noting materials
delivered on Inspector Daily Reports (IDR).
305 The CONSULTANT Inspector(s) will prepare up to 10 Inspector's Daily Reports when city Inspector is
absent. If there is more than one Inspector, each will prepare an individual report. IDRs will include:
A. Weather information.
B. Contractor and Subcontractors working that date, as well as the on -site representative for each.
C. A work activity summary.
D. Bid items worked on.
E. Equipment and employees utilized and hours used /worked.
F. A diary to be used as a narrative of the day's events.
G. Photos.
H. Materials used.
306 City and Consultant will take photos of construction progress and will maintain them electronically in an
orderly fashion. Upon completion of the project, these photos will be burned to discs that will be
included in the hard -copy files.
307 CONSULTANT will assist the CITY regarding Public Information by assisting the CITY with responding to
project related questions from property owners and the general public.
308 City and Consultant will review the Contractor's As -Built drawings. Drawings will be checked for accuracy
and to determine if they reflect as- constructed conditions.
400 Materials:
City will review submittals by the Contractor. Materials that do not require testing will be rejected, approved or
conditionally approved per the requirements of the City and the Contract provisions. Materials that require testing
will be rejected, approved or conditionally approved per results of field evaluation and WSDOT Construction
Manual requirements. The Contractor will be notified immediately of any unapproved materials or failed test
results.
401 CONSULTANT will update the Submittal list as submittals are rejected, approved, or conditionally
approved as well as when test results are obtained.
402 City and Consultant will inspect materials and conduct testing in accordance with the Cities direction and
the WSDOT Construction Manual.
403 City and Consultant will inspect the Concrete for adherence to Contract requirements. Test cylinders will
be taken as required, inspectors will inspect loads to verify that conformance with Mix design is met.
404 City and Consultant will inspect installation of Hot Mix Asphalt for adherence to Contract requirements.
405 Consultant will provide a sub consultant to perform a Minor Materials Testing to a limit of $5000.00 for
Asphalt compaction, Concrete Cylinders, and backfill compaction as directed by the Inspection staff.
500 Project Completion:
Assist the CITY with the close -out of the project. Items of work include the following:
35
501 CONSULTANT will coordinate with the CITY, and the Contractor to resolve outstanding project issues. This
includes up to 2 Project Closeout Meetings. The CONSULTANT will prepare and distribute the agendas
and minutes.
502 City will prepare and issue a Letter of Substantial Completion. Prior to being issued to the Contractor.
Issuance of this letter will mark the beginning of project completion.
503 CONSULTANT will coordinate with the Contractor to obtain all outstanding project documentation.
504 City and Consultant will prepare a Punch List of work items for the Contractor. This list will be created
with input from the CITY. Creation of the list will include 1 initial project walkthrough and up to 2 follow -
up walkthroughs to ensure Punch List work is complete. The list may still be revised after it has been
issued to the Contractor.
505 City will prepare and issue a Letter of Physical Completion. This letter will denote that the Contractor's
work is completed.
506 City and Consultant will take photos of completed project and will maintain them electronically in an
orderly fashion. Upon completion of the project, these photos will be burned to discs that will be
included in the hard -copy files.
507 City and Consultant will receive As- Builts (Record Drawings) from the Contractor upon issuance of Physical
Completion and will perform a review of the drawings for accuracy.
508 CONSULTANT will prepare the Final Pay Estimate and Voucher. Prior to being issued to the Contractor,
drafts of these items will be routed to the CITY for review /approval.
509 CONSULTANT will review the project records to verify that they are complete. This will be a last check
before hard -copy files are transferred to the CITY.
510 Attend a wrap up meeting with the CITY.
600 Optional Field Services:
Upon written approval from the CITY, the CONSULTANT shall provide engineering services beyond the work
identified above. Services may include the addition of new tasks; additional working days added to the contract or
increasing the work effort of the engineering services as directed by the CITY. Such work shall be specified in a
written Supplement to this Agreement.
Optional services may include: additional work caused by extension of contract time due to Non - Working Days or
schedule delays, additional project meetings, additional testing due to failing tests, additional surveying and
mapping, additional geotechnical analysis, additional environmental documentation, document printing and
overtime due to the contractor working weekends.
Assumptions:
• This scope and fee does not include construction support services during non - working days. A Non -
Working Day is defined in the WSDOT Standard Specifications as "...unworkable because of weather or
conditions caused by the weather that prevents satisfactory and timely performance of the work shown
on the critical path of the Contractor's approved schedule." If the contract amount under this agreement
is exceeded, the CONSULTANT may request a supplement to cover the costs incurred from work
completed on Non - Working Days.
• Construction will take no more than 135 Calendar days for this contract proposal as indicated on page P-
1 of the contract documents.
• The Contractor will be responsible for environmental documentation requirements.
• No Overtime has been estimated.
• Assume the contractor will work 8:00 am to 5:OOpm, working a 40 hour week, 8 hours a day, I shift.
• No office space for Consultant will be provided, weekly meeting space will be assumed to be available at
Public works.
• Consultant will provide vehicle and fuel, cell phone, standard safety wear and laptop computer.
• Mileage for PPM, PM /RE, PE, and CA, assume 40 x trips @ 60 miles round trip (includes anticipated on -site
daily mileage). inspection mileage will be charged assume 65 trips at 60 miles round trip
36
Deliverables by Task:
• 100 Pre - Construction Services
o 101 Sub - Consultant Agreements
o 102 Notice to Proceed Letter
o 103 Award Data Package
o 112 Pre - construction meeting agenda, sign -in sheet and minutes
o 113 Initial CPM Schedule Review with up to 2 updates
o 114 4 CONSULTANT Progress Invoices
• 200 Construction Management Administration
o 201 Up to 4 Pay Estimates
o 203 Employment documentation and tracking log for Contractor and Sub - Contractors
o 204 RFI responses and RFI Log
o 205 Case Log
o 207 Change Orders (CO), a CO Log and CO justifications with back -up
• 300 Construction Services — Field
o 301 Review of lump -sum breakdowns
o 302 Field Note Records
o 304 Scale Certifications, Scaleman's Daily Reports and Scale Report Log
o 306 Inspector's Daily Reports ( Consultant)
o 308 Disc of construction progress photos
• 400 Materials
o 401 Approved Request for Approval of Materials (RAM), ROM and test reports
• 500 Project Completion
o 501 Meeting agendas, sign -in sheets and minutes for up to 2 close -out meetings
o 502 Letter of Substantial Completion
o 504 Final Punch List
o 505 Final Change Order
o 506 Letter of Physical Completion
o 507 Disc of completed project photos
o 508 Contractor produced As- Builts (Record Drawings)
o 509 Final Pay Estimate and Voucher
o 510 Hard - copies of project files
37
Proposal Fee Estimate
Exhibit B
AKANA
CLIENT Name: City of Tukwila
PROJECT Description: Urban Renewal Motel Demolition phase 2 Scott inspe
Proposal /Job Number: Date:
January 1, 2014 Rates
Classification:
1
V ,_
y i
§ o
a7 ( V
0-
C N
4 Y .E
a
0
N
'to-
N
Q
C
E
Q
Total
Total n
Labor
CZE
M
-
@J
O
CZE
aa)
LL
CD \
L. °
Sub
Sub
T in
2
CZE
G
c
aS
m
CZE
v
O
ODCs N
Markup
Total Expenses
Total Labor +
Expenses
Hourly Rate:
$72 $72 $50 $40 $30
Hours
Fees
143%
10%
Fees
Fees
5%
Fees
5%
Fees
Task 100 - preconstruction services
Preconstruction services
16
4
8
12
24
64
$3,042
$4,353
$739
$0
$0
$5,092
$8,134
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Task
0
0
0
$0
$0
$0
$0
$0
$0
$0
Task 100 - Subtotal
16
4 8 12 24
64
$3,042
$4,353
$739
$0
$0
$0
$0
$0
$5,092
$8,134
Task 200 - Construction Services Field office
Administration
48
156
204
$8,142
$11,651
$1,979
$0
$0
$1,344
$67
$15,041
$23,183
FA tracking
12
32
44
$1,825
$2,612
$3,738
$0
$0
$6,350
$8,176
0
$0
$0
$0
$0
$0
$0
$0
0
$0
$0
$0
$0
$0
$0
$0
Task 200 - Subtotal
60
0
0
0
188
248
$9,967
$14,263
$5,717
$0
$0
$0
$1,344
$67
$21,392
$31,359
Task 300 - Construction Services Field
field inspection services
36
80
116
$6,596
$9,439
$1,604
$0
$2,184
$109
$13,336
$19,932
fa tracking
0
$0
$0
$0
$0
$0
$0
$0
Task
0
$0
$0
$0
$0
$0
$0
$0
0
$0
$0
$0
$0
$0
$0
$0
Task 300 - Subtotal
_ 36 0 80 0 0
116
$6,596
$9,439
$1,604
$0
$0
$0
$2,184
$109
$13,336
$19,932
Task 400 - materials
materials
0
$0
$0
$0
$5,000
$250
$0
$5,250
$5,250
Task
0
$0
$0
$0
$0
$0
$0
$0
Task
0
$0
$0
$0
$0
$0
$0
$0
Task
0
$0
$0
$0
$0
$0
$0
$0
Task 400 - Subtotal
0
0
0
0
0
0
$0
$0
$0
$0
$5,000
$250
$0
$0
$5,250
$5,250
Task 500 - Project Completion
closeout
16
16
24
56
$2,674
$3,826
$650
$781
$39
$0
$5,296
$7,970
Task
0
$0
$0
$0
$0
$0
$0
$0
Task
0
$0
$0
$0
$0
$0
$0
$0
Task
0
$0
$0
$0
$0
$0
$0
$0
Task 500 - Subtotal
16 0 16 0 24
56
$2,674
$3,826
$650
$781
$0
$39
$0
$0
$5,296
$7,970
hidden line - task groups end
All Phases Total
128 4 104 12 236
484
$22,279 $31,882 $8,710 $781 $5,000 $289
$3,528
$176
$50,367
$72,646