HomeMy WebLinkAboutUtilities 2016-08-09 Item 2A - Agreement - Andover Park East Water and Sewer Replacement Construction Management with AECOMCity of Tukwila
Allan Ekberg, Mayor
Public Works Department - Bob Giberson, Director
INFORMATIONAL MEMORANDUM
TO: Utilities Committee
FROM: Bob Giberson, Public Works Director
BY: Peter Lau, Senior Program Manager
CC: Mayor Ekberg
DATE: August 5, 2016
SUBJECT: Andover Park East Water and Sewer Replacement
Project Numbers 99940103
Construction Management Contract with AECOM
ISSUE
Authorize the Mayor to execute a contract with AECOM Technical Services for construction
management services for the Andover Park East (APE) Water and Sewer Replacement Project.
BACKGROUND
Council awarded the construction contract for the APE Water and Sewer Replacement Project to
Titan Earthworks, LLC on August 1, 2016 for $3,504,684.14. For construction management
services, the current Municipal Research and Services Center Consultant Roster was reviewed
and three firms were selected for interviews. The firms were: AECOM, AKANA and Parametrix.
AECOM was rated the highest by the cumulative scores of the interview selection panel.
DISCUSSION & FISCAL IMPACT
The AECOM construction management contract will include field engineering, inspection,
documentation compliance support, archaeological monitoring, geotechnical engineering and
material testing. The fee of $532,893.84 is reasonable for the scope of work provided by AECOM.
AECOM Contract CM & Inspection
APE Water Replacement CM Budget
APE Sewer Replacement CM Budget
Total
CM Expense
$532,893.84
$532,893.84
Budget
$384,000.00
256,000.00
$640,000.00
RECOMMENDATION
Council is being asked to approve the Construction Management contract with AECOM in the
amount of $532,893.84 for the Andover Park East Water and Sewer Replacement Project and
consider this item on the Consent Agenda at the August 15, 2016 Regular Meeting.
Attachments: CM Consultant Selection Scoring Sheet
APE Water & Sewer CIP pages 60 & 77, Proposed 2017
CM Consultant Services Scope and Fees with AECOM
W: \PW Eng \ PROJECTS \A- WT Projects \APE Water Main Replacement ( 99940103) \ Construction \Consultant Selection \(005) - CM Consultant Selection \ AECOM \Info Memo For AECOM CM 08- 05- 16.Docx
11
Andover Park East Water & Sewer Replacement Project
Construction Management (CM) Consultant Selection Interviews: From the Municipal Research and Services Center Roster, 3 qualified CM
firms were selected by the City for interview, in order to choose a CM consultant team for the APE Water and Sewer Replacement Project.
Firms were AECOM, AKANA and Parametrix. Below are the scores for each firm in the interview.
Andover Park East Water Main and
Sewer Replacements Project CM
Consultants - Interview. Average
scores from the 3 Interview
Panelists.
cer
I. 0) 10
a) U
O
Q „
o 4.. co
U
U c
O O 9.
�C
w 7
0) 0
N 'o
o .—
Tr 0
U h
co
0
O
c.
cb
o m
C
nry
Q"
Potential CM Consultant
300
250 1 150
150 1 100
50
1000
AECOM
AKANA
Parametrix
235 217
232 193
208 173
138 122 83 48
133 120 75 48
117 127 75 45
843
802
745
2
3
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
PROJECT: Andover Park E Water Main Replacement Project No. 99940103
DESCRIPTION: to Strander Blvd.
Design and construct 2,700 LF of new 8" & 16" ductile iron pipe along Andover Park East from Tukwila Pkwy
JUSTIFICATION: Support future growth within this area of the CBD as aging cast iron system has suffered frequent failures.
STATUS: Survey and design is complete. Construction is scheduled for 2016 from Strander Blvd to Tukwila Pkwy
with final paving in 2017.
MAINT. IMPACT: A new pipe will significantly reduce impact on crews from the risk of cataclysmic events.
COMMENT: PWTF loans were rescinded in 2014 & 2015 by the State Legislature.
FINANCIAL Through Estimated
(in $000's)
2015 2016 2017
2018
2019
2020
2021
2022
BEYOND TOTAL
EXPENSES
Design
140
59
199
Land (R /W)
0
Const. Mgmt.
284
100
384
Construction
2,100
685
2,785
TOTAL EXPENSES
140
2,443
785
0
0
0
0
0
0
3,368
FUND SOURCES
Awarded Grant
0
Proposed Bond
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
140
2,443
785
0
0
0
0
0
0
3,368
TOTAL SOURCES
140
2,443
785
0
0
0
0
0
0
3,368
2017 - 2022 Capital Improvement Program
60
13
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
PROJECT: Andover Park East Sewer Replacement Project No. 91440204
DESCRIPTION: Design and construct 1,600 LF of 15" and 12" sanitary sewer from Strander Blvd. to 1 -405 in Andover Park E.
JUSTIFICATION: Sewer improvement will provide additional capacity for future development along Andover Park East.
STATUS: Project will overlay Andover Park East from Strander Blvd to 1 -405 in 2017.
MAINT. IMPACT:
COMMENT: Construction is scheduled for 2016 from Strander Blvd to Tukwila Parkway.
FINANCIAL Through Estimated
(in $000's)
2015 2016 2017
2018
2019
2020
2021
2022
BEYOND TOTAL
EXPENSES
Design
47
43
90
Land (R /W)
0
Const. Mgmt.
206
50
256
Construction
1,626
500
2,126
TOTAL EXPENSES
47
1,875
550
0
0
0
0
0
0
2,472
FUND SOURCES
Awarded Grant
0
Proposed PWTF /Bond
0
Mitigation Actual
0
Mitigation Expected
290
290
Utility Revenue
47
1,585
550
0
0
0
0
0
0
2,182
TOTAL SOURCES
47
1,875
550
0
0
0
0
0
0
2,472
FYI
2017 - 2022 Capital Improvement Program
77
14
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 AECOM Technical Services, 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 services in connection with the project titled `Andover Park East Water Main
and Sewer Replacements'.
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 September 30, 2017, 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 September 30, 2017 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 $532,893.84 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.
15
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.
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.
CA revised : 1 -2013
Page 2
16
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.
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.
CA revised : 1 -2013
Page 3
17
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.
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:
AECOM Technical Services
710 5th Avenue, Suite 1000
Seattle, WA 98004
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.
CA revised : 1 -2013
Page 4
18
DATED this day of , 20
CITY OF TUKWILA CONSULTANT
By:
Allan Ekberg, Mayor
Attest /Authenticated:
Printed Name: Michael Horton
Title: Vice President
Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1 -2013
Page 5
19
Andover Park East
City of Tukwila
Exhibit A
SCOPE OF SERVICES
Construction Management and Contract Administration Services for the
Andover Park East
City of Tukwila
AECOM Technical Services, Inc. ( "Consultant ") proposes to provide to the City of Tukwila, Washington
( "Client ") construction management services for the Andover Park East (APE) Water Main and Sewer
Replacement Project (hereinafter called "Project "). These services will include inspection, construction
management, and contract administration assistance during the construction of the project as detailed in
the following:
I. INTRODUCTION
The following scope of services is based upon the assumptions outlined herein. Associated costs are
detailed in EXHIBIT E -1.
Assumptions:
• The proposed project team will include a part -time resident engineer, a full time construction inspector
and a part -time document administrator. An allowance for materials testing are included in this
scope.
• A standard working week for project staff is 40 hrs. Should the Client direct fewer hours, the
Consultant will not guarantee to perform all of the scope items. The man -hours proposed by the
Consultant are an estimate only and are subject to change based on the actual construction schedule
and working hours of the Contractor.
• Services will be performed in accordance with the Local Agency Guidelines (LAG) and the WSDOT
Construction Manual.
• An assumption for geotechnical engineering support has been included in this scope. These as-
requested services are limited to recommendations pertaining to constructability, construction issue
resolution, and review of contractor submittals for compliance with the contract documents.
• Design by Others: It is understood and agreed that the Consultant did not prepare the Contract
Documents for the project, and the Client will provide the Consultant the support of the Engineer -of-
Record during the course of the Consultant's work.
I. DETAILED SCOPE OF WORK
Subtask 1 — Administration /Quality
Consistent with the hours shown in
management and contract administration
and the Client. This effort will include the
Control
EXHIBIT E -1, the Consultant shall provide overall project
associated with the service agreement between the Consultant
following elements:
1.1 Prepare of Consultant invoicing and progress reporting to the Client.
1.2 Perform internal administration of the Consultant's Task Order.
1.3 Prepare any supplements to the Consultant's Task Order.
1.4 Attend pre- construction conference.
1.5 Make periodic field visits and conduct project reviews for the quality of services
AECOM and consistency with AECOM's project quality plan.
Page 1 of 5
provided by
Updated: 8/2/28
Andover Park East
City of Tukwila
Subtask 2 — Document Control
Consistent with the hours shown in EXHIBIT E -1, the Consultant shall provide document control services
including the following elements:
2.1 Process; track and archive construction records including: Inspectors Daily Reports (IDR's);
Requests for Information (RFI's); Submittals; Requests for Approval of Materials (RAM's);
Statements of Working Days. Consultant shall maintain submittal and RFI logs to track when
documents are received and returned to the contractor.
2.2 Compile and review inspector pay quantity and force account records, and prepare monthly
contractor progress pay estimates.
2.3 Review and archive project record documentation associated with prevailing wage reporting,
including Requests to Sublet, Intents to Pay Prevailing Wage, Certified Payroll, Affidavits of
Wages Paid, and Contractor employee wage interviews.
2.4 Review and archive Certificates of Materials Origin tracking and reconcile against the Projects
Record of Materials prepared by others.
2.5 Attend and provide minutes for the preconstruction conference and up to 26 weekly contractor
construction progress meetings.
2.6 Maintain a material testing log that tracks the test date, type of material test, test result,
specification requirement and action taken if a failed result is received from the material testing
consultant.
2.7 Maintain a list of approved change orders and potential change orders. Potential change orders
will have a force account estimate of the extra work related to that item(s), until an approved
change order is executed.
Subtask 3 — Field Inspection
The Consultant shall provide construction inspection services for up to 125 full -time days, consistent
with the hours shown in EXHIBIT E -1. This effort will include the following elements:
3.1 Prepare daily construction reports recording the contractor's operations performed for each day
the Consultant is on site; measure the quantities of materials installed, log equipment and staff
present, weather conditions, and any observed problems or construction issues.
3.2 Prepare Daily Payment Notes, Statements of Working Days, and Force Account Records (if
necessary).
3.3 Respond to contractor questions which may arise as to the quality and acceptability of
furnished materials or work performed per the requirements of the construction contract
documents.
3.4 Respond to general questions raised by adjacent property owners, businesses, or general
public. Complaints or detailed questions shall be referred to the Client.
3.5 Prepare field records and documents in accordance with Projects Record of Materials.
3.6 Coordinate with Resident Engineer and Client for changes and updates to the ROM.
3.7 For each day the Consultant is on site, provide photographs of traffic control set -up and work
activities during the course of construction. Photographs will be in digital format and cataloged
by date.
3.8 Facilitate the Contractor's coordination with existing utilities within the project boundaries.
3.9 Review the Record of Materials (ROM) against the material testing results provided by the
Project's material testing consultant, and advise the Contractor accordingly.
Page 2 of 5
Updated: 8/2/2 6
Andover Park East
City of Tukwila
3.10 Monitor the Contractor's compliance with water quality permits and the requirements of the
TESC and SPCC Plans.
3.11 Attend weekly construction meetings up to 26 weekly meetings.
3.12 The Construction Inspector shall review monthly pay estimates with the Contractor and provide
recommendations to the Resident Engineer and Client.
3.13 Review the Contractor's construction record drawings on a weekly basis. Upon project
completion, verify Contractor provided markups accuracy and forward to the Client. The
Consultant Inspector will track and record field changes on drawings and use this information to
verify the Contractor's construction record drawings.
3.14 Participate in the Project's final inspection and assist in developing a list of any remaining
deficiencies.
3.15 Attend pre- construction conference.
3.16 For the days present on site, the construction inspector shall observe day -to -day construction
activities. By providing inspection oversight, the Consultant shall assume no responsibility for
proper construction techniques or job site safety but will report to the Contractor and Client any
known public safety concerns immediately. The presence of the Consultant's personnel at the
construction site is for the purpose of providing to the Client a greater degree of confidence that
the completed work will generally conform to the Contract Documents and that the integrity of
the design concept as reflected in the Contract Documents has been implemented and
preserved by the Construction Contractor.
3.17 The Consultant will endeavor to protect all parties against defects and deficiencies in the work
of the Contractor, but cannot guarantee the Contractor's performance and shall not be
responsible for construction means, methods, measurements, techniques, sequences of
procedures, or for safety precautions and programs in connection with the work performed by
the Construction Contractor and any subcontractors.
Subtask 4 — Construction Management
Provide construction management services, consistent with the hours shown in EXHIBIT B. This effort
will include the following elements:
4.2 Supervise the Consultant's field personnel assigned to the project.
4.3 Liaison between the Contractor's management and the Client's management personnel, acting
as the direct point of contract for both parties.
4.4 Organize and chair the Pre - construction conference
4.5 Review and approve daily construction reports prepared by the construction inspector.
4.6 Respond to contractor questions which may arise as to the quality and acceptability of
furnished materials, work performed, and to general questions raised by adjacent property
owners or general public.
4.7 Respond to Contractor RFI's, and defer to the Engineer of Record for a response when
appropriate.
4.8 Review Contractor submittals, and defer to the Engineer of Record for a review when
appropriate.
4.9 Review ROM and material testing results and advise the Contractor accordingly.
4.10 Review the Contractor's baseline project schedule, and then monitor that schedule throughout
the course of the project for compliance with the provisions of the Contract. Monitoring shall
include review of periodic schedule updates submitted by the Contractor.
4.11 Facilitate coordination between the Contractor, Client and project stakeholders regarding status
and issues of construction activities.
Page 3 of 5
Updated: 8/2/2(�
Andover Park East
City of Tukwila
4.12 Chair up to 26 weekly construction meetings.
4.13 Prepare official correspondence to the Contractor and issue upon the Client's approval.
4.14 Issue field directives and stop work notices to the Contractor upon direction of the Client's
approval.
4.15 Issue Correction Notices when appropriate.
4.16 Review monthly pay estimates with the Contractor and provide recommendation to the Client
for release of payment.
4.17 Supervise contract close -out activities including as -built drawings, final payment, and
completion notices. Consultant shall provide the Client, at contract close -out, construction
records to the all applicable funding agencies.
4.18 The Consultant shall assume no responsibility for proper construction techniques or job site
safety but will report to the Contractor and Client any observed public safety concerns
immediately. The presence of the Consultant's personnel at the construction site is for the
purpose of providing to the Client a greater degree of confidence that the completed work will
generally conform to the Contract Documents and that the integrity of the design concept as
reflected in the Contract Documents has been implemented and preserved by the construction
Contractor.
4.19 The Consultant will endeavor to protect all parties against defects and deficiencies in the work
of the Contractor, but cannot guarantee the Contractors' performance and shall not be
responsible for construction means, methods, measurements, techniques, sequences of
procedures, or for safety precautions and programs in connection with the work performed by
the construction contractor and any subcontractors.
Subtask 5 — Public Outreach / Client Meetings
The Consultant's construction inspector shall provide limited assistance with project outreach consistent
with the following:
The Consultant shall, under direction of the Client, assist with delivering informational flyers for the
upcoming construction activities, road closures, temporary traffic controls, and other pertinent information.
The Consultant shall also assist the Client in responding to questions and issues raised by private citizens
and local businesses relative to the Project.
Subtask 6 — Materials Testing
The Consultant will retain a materials testing subconsultant to perform soil and concrete testing which
includes: gradations, in -place density, Proctor compaction tests, concrete air entrainment, concrete test
cylinders, and asphalt composition. These services are budgeted as an allowance and the actual costs of
the testing effort may vary. The Consultant shall advise the Client regarding the status of the materials
testing budget to allow funds to be added or removed as necessary.
Subtask 7 — Archaeological Monitoring and Inadvertent Discovery Plan and Field
Monitoring.
The Consultant shall prepare Archaeological Monitoring and Inadvertent Discovery Plan to the
Washington State Historic Preservation Officer (SHPO), Department of Archaeology and Historic
Preservation (DAHP) and the Tribes. The Plan shall address the required response by the contractor and
project team for a potential intersection of the construction work with pre- contact archaeology or human
remains. The plan shall be based upon previous archeological surveys by others. The draft plan shall be
submitted to DAHP and the Tribes for comment and subsequently finalized. At the conclusion of open cut
excavation activities, the Consultant shall prepare a final report summarizing the findings of the
monitoring effort. An allowance of 120 hours has been budgeted for this work.
The Consultant shall provide a qualified archaeological monitor during open cut excavation activities by
the Contractor. This person shall be responsible for monitoring the Contractor's compliance with the
Page 4 of 5
Updated: 8/2/2
Andover Park East
City of Tukwila
Archaeological Monitoring and Inadvertent Discovery Plan, and to be available to respond to related
Contractor questions. The monitor shall not enter the excavation without the specific direction by the
Consultant's Resident Engineer. A budget allowance of 720 hours have been budgeted for this effort.
Subtask 8 — Change Order Resolution
The Consultant shall provide services up to 40 hours for preparing change order packages, this includes
independent cost estimates (ICE), change order forms; and, force account records.
Subtask 9 — Claims /Disputes Support
No services are provided under this section.
III. Consultant Deliverables; including but not limited to:
Inspector Daily Reports
ii. Construction Photographs
Weekly Meeting Minutes and Agendas
iv. Submittal, RFI, and Material Testing Logs
v. Change Order and Potential Change Order Log
vi. Declaration of Substantial Completion
vii. Monthly Contractor Pay Requests with field note record and quantity documentation
viii. Punch -lists and tracking documentation
ix. Physical Completion Letter and Recommendation of Final Acceptance Letter
x. All Project Records received from the Contractor described under Subtask 2
xi. Other records generated as a result of this Contract, when requested by the Client, or as
deemed necessary by a public record request.
IV. Responsibilities of the Client
Provide CM oversight and approval authority for all construction activities.
ii. Manage the Designer -on- Record team as part of the Project Designer's on -call design
support and architectural submittal review.
Process all contract documents through the City's approval process (e.g. CM services
invoices, construction contract, monthly pay estimates, change order execution, cost
reduction proposals, time extensions, etc.).
iv. Provide preferred forms and formats, and filing structure to the Consultant.
v. Oversee the Consultant on conducting schedule evaluation, monitoring, and evaluate Time
Impact Analysis for changes.
vi. Provide and assist the Consultant in utility coordination with third -party utilities under project
specific or franchise agreements.
vii. Review the Pre - Construction Conference agenda and all hand -out materials, before the
Consultant conducts the Pre - Construction Conference.
viii. Coordinate and schedule any public meetings required before, during and after construction.
ix. Provide operations & maintenance interface with other City Staff for ongoing project issues.
Page 5 of 5
Updated: 8/2/2 6
Exhibit B
ArCOM
City of Tukwila - Tukwila Transit Center
Budget Summary
AECOM Labor - Home Office
Employee
Mike Horton - PD
Jim Fillis - PM
Ty Bardwell - RE
Jaime Shinsato - Doc. Cntl.
Stephanie Butler - Arch.
Marty McCabe - Geo. Engr.
Mike Kelly - Sr. Arch.
Classification
PD
PM
RE
Doc. Cntl.
Arch.
Geo. Engr.
Sr. Arch.
Overhead (OH Cost -- Including Salary Additives):
OH Rate x DSC of 139.14%
Fee
Fee Rate x DSC of 30.00%
Labor Subtotal - Home Office
AECOM Labor - Field Office
Employee
Jeff Vaughn - Insp. Inspector
Classification
Overhead (OH Cost -- Including Salary Additives):
OH Rate x DSC of 114.70%
Fee:
Fee Rate x DSC of 30.00%
Labor Subtotal - Field Office
Labor Subtotal
Reimbursable
Expenses
Vehicles
Subconsultant
Materials Testing Allowance
Hours Rate
Cost
80.00 $ 97.59 $7,807.20
156.00 $ 95.80 $14,944.80
496.00 $ 77.15 $38,266.40
624.00 $ 31.18 $19,456.32
760.00 $ 41.90 $31,844.00
136.00 $ 61.06 $8,304.16
74.00 $ 70.45 $5,213.30
2,326.00 $125,836.18
Total DSC
x $125,836.18
x $125,836.18
Total DSC
x
x
Hours
1,040.00 $
1,040.00
$58,936.80
$58,936.80
Rate
$125,836.18
$175,088.46
$37,750.85
$338,675.49
Cost
56.67 $58,936.80
$58,936.80
$58,936.80
$67,600.51
$17,681.04
$144,218.35
$482,893.84
Cost
$ 7,000.00
$ 13,000.00
$20,000.00
Cost
$ 30,000.00
$30,000.00
Total $532,893.84
25
Exhibit B
City of Tukwila
BUDGET FOR SERVICES - Schedule of Services
Andover Park East
August 2, 2016
Vehicles $ 13,000.00
ODC $ 7,000.00
Subcontractor $ 30.000 00
Subtotal $ 532,893.84
ust
September
October
November
December
January
February
March
Weeks from NTP
-2
-1
1
2
3
4
5
6
7
8
56
9
63
10
11
12
13
14
15
16
17
18
19
20
140
21
147
22
23
24
25
26
27
189
28
196
29
203
30
210
31
217
32
224
33
231
Calander Days from NTP
-14
-
7
14
21
28
35
42
49
70
77
84
91
98
105
112
119
126
133
154
161
168
175
182
Hours
Bill Rate
Amount
Mike Horton - PD
16.0
16.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
0.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
0.0
0.0
0.0
0.0
80.0
156.0
262.65
$ 21,012.00
5 40,223.04
Jim Fillis - PM
16.0
16.0
8.0
8.0
8.0
8.0
8.0
8.0
4.0
4.0
4.0
4.0
4.0
4.0
4.0
4.0
4.0
4.0
4.0
4.0
4.0
4.0
4.0
4.0
4.0
4.0
4.0
0.0
0.0
0.0
0.0
257.84
_
Ty Bardwell - RE
Jeff Vaughn - Insp.
Jaime Shinsato - Doc. Cntl.
24.0
24.0
16.0
16.0
16.0
16.0.
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
0.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
496.0
207.64
$ 102,989.44
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
0.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
0.0
0.0
0.0
0.0
1,040.0
138.67
$ 144 ,216.80
40.0
0.0
40.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
0.0
16.0
16.0
16.0
16.0
16.0
16.0
16.0
40.0
40.0
40.0
40.0
624.0
83.92
$ 52,366.08
$ 85,705.20
$ 22,350.24
Stephanie Butler - Arch.
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
40.0
0.0
40.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
760.0
112.77
Marty McCabe - Geo. Engr.
_
0.0
0.0
16.0
20.0
16.0
20.0
8.0
2.0
8.0
2.0
8.0
2.0
8.0
2.0
8.0
8.0
8.0
8.0
8.0
8.0
8.0
8.0
8.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
136.0
74.0
164.34
189.61
Mike Kelly - Sr. Arch.
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
0.0
2.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
$ 14,031.14
subtotal
3,366.0
$ 482,893.84
Vehicles $ 13,000.00
ODC $ 7,000.00
Subcontractor $ 30.000 00
Subtotal $ 532,893.84