Loading...
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