HomeMy WebLinkAboutTIC 2017-05-09 Item 2C - Agreement - 42nd Avenue South Phase III / Gilliam Creek Culvert Replacement Construction Management with AECOM Technical Services�.pllLq�
�yZ City of Tukwila
Allan Ekberg, Mayor
Public Works Department - Bob Giberson, Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Commi jtee
FROM: Bob Giberson, Public Works Director�lo/
BY: Peter Lau, Senior Program Manager
CC: Mayor Ekberg
DATE: May 5, 2017
SUBJECT: 42nd Avenue South Phase III & Gilliam Creek Culvert Replacement Projects
Project Nos. 99410303 & 99341208
Construction Management Contract with AECOM Technical Services, Inc.
ISSUE
Authorize the Mayor to execute a contract with AECOM Technical Services, Inc. (AECOM) for
construction management (CM) services for the 42nd Avenue South Phase III and Gilliam Creek
Culvert Replacement Projects.
BACKGROUND
The 42nd Avenue South Phase III and Gilliam Creek Culvert Replacement Projects construction
contract was awarded by Council on May 1, 2017 in the amount of $6,827,798.84. The City
solicited for CM services from three consultant firms; AECOM, CH2M HILL Engineers, and Jacobs
Engineering Group, and interviewed all three firms. AECOM was rated the highest by the
cumulative scores of the selection panel.
DISCUSSION & FISCAL IMPACT
The AECOM contract will include construction engineering, inspection, documentation compliance
support, as well as material testing. The fee of $977,154.00 is reasonable for the scope of work
provided by AECOM for this complex project.
AECOM Contract CM & Inspection
CH2M Hill Supplement No. 7
42nd Avenue South Phase III
Gilliam Creek Culvert Replacement 0.00
Total $1,027,421.26
CM Expense
$977,154.00
50,267.26
Budget
$1,072,000.00
150,000.00
$1,222,000.00
RECOMMENDATION
Council is being asked to approve the construction management contract with AECOM Technical
Services, Inc. in the amount of $977,154.00 for the 42nd Avenue South Phase III and Gilliam Creek
Culvert Replacement Projects and consider this item on the Consent Agenda at the May 15, 2017
Regular Meeting.
Attachments: Pages 2 & 100, 2017 CIP
CM Consultant Selection Scoring Sheet
CM Consultant Agreement with AECOM
W 9PW Eng \ PROJECTS \A- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Construction \Consultant Selection \(005) - CM Consultant Selection \Info Memo AECOM CM 050517 GI.Docx
15
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
PROJECT: 42nd Ave South Phase III Project No. 99410303
DESCRIPTION: Design and construct street improvements, drainage, sidewalks, bike facilities, and driveway adjustments.
JUSTIFICATION: Provide pedestrian and vehicle safety, drainage, and neighborhood revitalization.
STATUS: Phase III (S /C Blvd (154th) - S 160 St), Design began in 2012, construction in 2017. Project No. 99410303
Phase IV (S 139 St - S 131 PI) in beyond. Project No. 99410301
Phase 1 90-RW15 (S /C Blvd (154) - 144 St) $3,796 & Phase II 94 -RS02 (144 -139) $1,850, both completed.
MAINT. IMPACT: Reduce pavement, shoulder, and drainage work.
COMMENT:
Only Phase 111 is shown in active years. Project includes Surface Water's Gilliam Creek 42nd Ave S Culvert project
for $1.3m and is part of the Walk & Roll Plan. Seattle City Light's funding is a 60/40 underground split.
FINANCIAL Through Estimated
(in $000's)
2015 2016
2017
2018
2019
2020
2021
2022
BEYOND TOTAL
EXPENSES
Phase IV
Design
1,000
125
1,125
Land (R /W)
100
100
Const. Mgmt.
750
322
560
1,632
Construction
2,534
1,086
3,800
7,420
Undergrounding
2,467
1,057
3,524
TOTAL EXPENSES
1,000
125
5,851
2,465
0
0
0
0
4,360
13,801
FUND SOURCES
Seattle City Light
1,077
462
1,539
Surface Water
144
4
148
Other Utilities
1
150
136
287
Bond
4,600
1,800
6,400
City Oper. Revenue
855
121
24
67
0
0
0
0
4,360
5,427
TOTAL SOURCES
1,000
125
5,851
2,465
0
0
0
0
4,360
13,801
2017 - 2022 Capital Improvement Program
2
16
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
PROJECT: Gilliam Creek 42 Ave S Surface Water Culvert Project No. 99410303
99341208
DESCRIPTION: Design and replace the 36 -inch surface water culvert under 42 Ave S /Gilliam Creek. Combining this project
with the Residential Street Project 42nd Ave S Phase III.
JUSTIFICATION: The existing concrete pipe sections are separating and cracked which could erode the 42 Ave S fill and
lead to loss of roadway.
STATUS: Project is currently under design with construction scheduled to begin in 2017.
MAINT. IMPACT: Expected to decrease maintenance.
COMMENT:
State Fish & Wildlife hydraulic project approved (HPA) permit will be required. Replacement will require
a fish passable structure.
FINANCIAL Through Estimated
(in $000's)
2015 2016 2017
2018
2019
2020
2021
2022
BEYOND TOTAL
EXPENSES
Design
144
31
175
Land (R /W)
0
Const. Mgmt.
135
15
150
Construction
8
900
100
1,008
TOTAL EXPENSES
152
31
1,035
115
0
0
0
0
0
1,333
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
152
31
1,035
115
0
0
0
0
0
1,333
TOTAL SOURCES
152
31
1,035
115
0
0
0
0
0
1,333
2017 - 2022 Capital Improvement Program
100
17
Construction Management (CM) Service Interviews: AECOM Technical Services, CH2M HILL Engineers and Jacobs Engineering
Group were interviewed by the City, to compete for the selection of CM Consultant for the 40th - 42nd Avenue South Phase 3
Project. Two evaluation criteria were used in the interview process:
1. Qualifications of the proposed CM team, and available support from the Consultant firm - 60 points.
2. Demonstration of the Consultant's understanding for the construction project - 40 points.
Below are the ranking scores rated by the 3 Interview Panelists, based on the performances of these 3 firms:
Cyndy Knighton Mike Ronda Peter Lau
CM Consultant Candidates
Ranking
Summation
Finalized Ranking
AECOM Technical Services
2
1
1
4
1
CH2M HILL Engineers
3
3
3
9
3
Jacobs Engineering Group
1
2
2
5
2
As a result, AECOM Technical Services was selected as the CM Consultant for the 40th - 42nd Avenue South Phase 3 Project.
Fos
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, Inc., 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 42" Avenue South Phase III
Project.
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 December 31, 2018, 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.
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 $977,154.00 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.
19
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 20
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.
CA revised : 1 -2013
Page 3 21
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.
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, Inc.
1111 Third Avenue
Suite 1600
Seattle, WA 98101
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 22
DATED this day of , 20
CITY OF TUKWILA CONSULTANT
Allan Ekberg, Mayor
By:
Printed N. e:
Title:
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1 -2013
Page 5 23
40th — 42ND Avenue South — Phase III
City of Tukwila
Exhibit A -1
SCOPE OF SERVICES
Construction Management and Contract Administration Services for the
40th — 42nd Avenue South — Phase III
City of Tukwila
AECOM Technical Services, Inc. ( "Consultant ") proposes to provide to the City of Tukwila, Washington
( "Client ") construction management services for the 40th — 42nd Avenue South — Phase III, Construction of
approximately 2,250 linear feet of street improvements within the right -of -way of 42nd Avenue South — S.
160th Street to Southcenter Boulevard, including but not limited to clearing and grubbing, grading,
drainage, paving with HMA, installing curb, gutter and sidewalks, undergrounding of overhead power and
communications, sanitary sewer, water main, retaining walls, landscaping, signing, striping, illumination,
installation of a fish passible culvert and other work necessary to complete the Work as specified and
shown in the Contract Documents, (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 and full time construction
inspector. 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 labor 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, City of Tukwila standards, and as required per the Project Plans and
Specifications.
• 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 Control
Consistent with the hours shown in EXHIBIT BE 1, the Consultant shall provide overall project
management and contract administration associated with the service agreement between the Consultant
and the Client. This effort will include, but not limited to, the 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.
Page 1 of 6 Updated: 5/3/20175/2/2017 24
40th — 42ND Avenue South — Phase III
City of Tukwila
1.4 AAttend the pre- construction conference.
1.5 Make periodic field visits and conduct project reviews for the quality of services provided by
AECOM and consistency with AECOM's project quality plan.
Subtask 2 — Document Control
Consistent with the hours shown in EXHIBIT BE-4, the Consultant shall provide document control
services including, but not limited to, 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 AAttend, and provide minutes for the preconstruction conference: and up to 32 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.
2.8 Assist with documentation file sharing on cloud storage system or with City of Tukwila
Sharepoint site.
Subtask 3 — Field Inspection
The Consultant shall provide construction inspection services for up to 165 full -time days over a 33
week period (not including the utility suspension period) during the construction phase, consistent
with the hours shown in EXHIBIT BE —a. This effort will include, but not limited to, 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.
Page 2 of 6
Updated: 5/3/20175/2/2017
25
40th — 42ND Avenue South — Phase III
City of Tukwila
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 of 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.
3.10 Visually monitor the Contractor's compliance with Hydraulic Project Approval (HPA), water
quality permits and the requirements of the TESC and SPCC Plans.
3.11 Attend up to 33 weekly construction 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, but not limited to, 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.
Page 3 of 6
Updated: 5/3/20175/2/2017
26
40th — 42ND Avenue South — Phase III
City of Tukwila
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 Chair up to 33 weekly construction meetings.
4.12 Prepare official correspondence to the Contractor and issue upon the Client's approval.
4.13 Issue field directives and stop work notices to the Contractor upon direction of the Client's
approval.
4.14 Issue Correction Notices when appropriate.
4.15 Review monthly pay estimates with the Contractor and provide recommendation to the Client
for release of payment.
4.16 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.
4.17 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.
4.18 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 assistance with project outreach consistent with the
hours included in EXHIBIT B. Outreach assistance includes 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 and provide monthly updates to the city for use on city
webpage updates.
Subtask 6 — Change Order Resolution
The Consultant shall prepare change orders and associated change order backup documentation
consistent with the hours provided in EXHIBIT B. This includes change order plans and specifications,
independent engineer's cost estimates, negotiations, and justification memos.
Subtask 7 — Electronic Record Drawings
The Consultant shall provide electronic as -built mark ups on the CAD files (CAD files provided by others)
utilizing as -built plans provided by the contractor. Along with the electronic files, the Consultant shall
provide mylar hard copies of the electronic as- builts. The Consultant is not responsible for any changes to
the plans or stamping of any plan revisions that may occur as the work progresses. If this is required, this
shall be done by others.
Page 4 of 6
Updated: 5/3/20175/2/2017
27
40th — 42ND Avenue South — Phase III
City of Tukwila
Subtask 8 — Claims /Disputes Support
No services are provided under this section.
Subtask 800 — Materials Testing
The Consultant will retain a materials testing subconsultant to perform soil and concrete testing which
includes, but not limited to: 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.
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. Electronic CAD Record Drawing Files and Mylars
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 6 Updated: 513/20175/2/2017 28
40th — 42ND Avenue South — Phase III
City of Tukwila
V. Assumptions
a. Staffing levels are anticipated in accordance with the attached budget estimate (Exhibit
B).
b. The level of effort required will not exceed the approved budget without prior approval
by City. The approved budget is based upon a 165 Working Day construction contract
with zero (0) Unworkable Days. Work is anticipated to begin construction in June 2017.
Should further services be required, or should construction run longer than this time
period, and if costs exceed the approved budget, the City will negotiate a supplement to
this Agreement.
c. The City will provide field office_, intcrnct access, printing, and scanning capabiliticsand
parking for field personnel.
d. Consultant has the authority to shift budget between work tasks provided the overall
project budget remains unchanged.
e. Project closeout will be completed within 30 calendar days following issuance of
substantial completion. Should further services be required, or should closeout run
longer than this time period, and if costs exceed the approved budget, the City will
negotiate a supplement to this Agreement.
ef. Items and Services City will provide:
i. All construction survey is provided by the Contractor, except as requested by
the City for the Consultant to provide field- verification survey. Field verification
survey costs are not included in the budget. If costs exceed the approved
budget, the City will negotiate a supplement to this Agreement.
ii. The City will provide the Record of Materials (ROM) assembled by WSDOTL
unless the City requires the Consultant to put together the ROM for this
construction project. If preconstruction costs exceed the approved budget
because of additional time required for ROM assembly, the City will negotiate a
supplement to this agreement.
f- Design by Others: It is understood and agreed that the Consultant did not
prepare the Contract Documents for the project, and the City will provide the
Consultant the support of the Engineer -of- Record during the course of the
Consultant's work. The City is responsible for managing the Design Team.
g:h. Vehicle usage will be billed at an hourly rate for those working on
the project requiring usage of vehicle as estimated in EXHIBIT B.
Page 6 of 6 Updated: 513/20175/2/2017 29
Exhibit B
A=COM
City of Tukwila
BUDGET FOR SERVICES
40th - 42nd Avenue South - Phase III
Construction Inspection and Administration Services
Task 1: Project Management/Quality Control
Employee Classification Hours Rate Cost (DSC)
Tyron Bardwell Senior Construction Manager 128 $ 86.20 $ 11,034
Patty Coughlin Administrator 25 $ 29.63 $ 741
153 $ 11,775
Overhead (OH Cost -- Including Salary Additives):
OH Rate x DSC of 149.10%
Fee Rate x DSC of 30.00%
Labor Subtotal - Project Management/Quality Control
Fee:
x $ 11,774.75 $ 17,556
x $ 11,774.75 $ 3,532
$ 32,863
Task 2: Document Control
Employee Classification Hours Rate Cost (DSC)
Alex Juan Office Engineer 1,168 $ 33.66 $ 39,315
1,168 $ 39,315
Overhead (OH Cost -- Including Salary Additives):
OH Rate x DSC of 119.67%
Fee Rate x DSC of 30.00%
Labor Subtotal - Document Control
Fee:
x $ 39,315.00 $ 47,048
x $ 39,315.00 $ 11,795
$ 98,158
Task 3: Field Inspection
Employee Classification Hours Rate Cost (DSC)
Jeff Vaughn Construction Manager 1,650 $ 58.09 $ 95,849
Alex Juan Inspector 403 $ 33.66 $ 13,565
2,053 $ 109,414
Overhead (OH Cost -- Including Salary Additives):
OH Rate x DSC of 119.67%
Fee:
Fee Rate x DSC of 30.00%
x $ 109,413.50 $ 130,935
x $ 109,413.50 $ 32,824
Labor Subtotal - Field Inspection $ 273,173
Task 4: Construction Management
Employee Classification Hours Rate Cost (DSC)
Tyron Bardwell Senior Construction Manager 512 $ 86.20 $ 44,134
Shoaib Akram Construction Manager 2,170 $ 61.91 $ 134,345
2,682 $ 178,479
Overhead (OH Cost -- Including Salary Additives):
OH Rate x DSC of 149.10% x $ 44,134.00 $ 65,804
OH Rate x DSC of 119.67% x $ 134,344.70 $ 160,770
$ 226,574
Fee:
Fee Rate x DSC of 30.00% x $ 178,478.70 $ 53,544
Labor Subtotal - Construction Management $ 458,596
30
Exhibit B
A=COM
City of Tukwila
BUDGET FOR SERVICES
40th - 42nd Avenue South - Phase III
Construction Inspection and Administration Services
Task 5: Public Outreach
Employee Classification Hours Rate Cost (DSC)
Shoaib Akram Construction Manager 40 $ 61.91 $ 2,476
Alex Juan Office Engineer 40 $ 33.66 $ 1,346
80 $ 3,823
Overhead (OH Cost -- Including Salary Additives):
OH Rate x DSC of 119.67%
Fee:
Fee Rate x DSC of 30.00%
x $ 3,822.80 $ 4,575
x $ 3,822.80 $ 1,147
Labor Subtotal - Public Outreach $ 9,544
Task 6: Change Orders
Employee Classification Hours Rate Cost (DSC)
Shoaib Akram Resident Engineer 80 $ 61.91 $ 4,953
Alex Juan Office Engineer 160 $ 33.66 $ 5,386
240 $ 10,338
OH Rate x DSC of 119.67% x $ 10,338.40 $ 12,372
Fee:
Fee Rate x DSC of 30.00% x $ 10,338.40 $ 3,102
Labor Subtotal - Change Orders $ 25,812
Task 7: Electronic As- Builts
Employee Classification Hours Rate Cost (DSC)
TBD CAD Operator 80 $ 30.00 $ 2,400
80 $ 2,400
Overhead (OH Cost -- Including Salary Additives):
OH Rate x DSC of 149.10%
Fee:
Fee Rate x DSC of 30.00%
x $ 2,400.00 $ 3,578
x $ 2,400.00 $ 720
Labor Subtotal - Electronic As- Builts $ 6,698
Labor SubTotal $ 904,845
2018 Labor Escalation (Estimate 2.5% increase for 2018 labor rates) $ 9,032
Task 800: Materials Testing
Materials Testing & Consulting, Inc.
Task 900: Other Direct Costs
Vehicles ($6 /hr for field work, tasks 3, 4, 5, & 6)
Printer /Scanner (estimate $150 /mo for 13 months)
Expenses (Misc Supplies)
LaborTotal $ 913,877
Cost
$ 30,000
$ 30,000
Hours Rate Cost
5,055 $ 6.00 $ 30,327
$ 1,950
$ 1,000
$ 33,277
Direct Costs Total $
63,277
Grand Total $ 977,154
31
32
EXHIBIT B
City of Tukwila
BUDGET FOR SERVICES
Time Summary
Preconstruction
Post Construction Post Construction
May
June
July
August
September
October
November
December
January
February
March
April
May
June
July
August
Weeks from NTP
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
Working Days from NTP
5
10
15
20
25
30
35
40
45
50
55
60
65
70
75
80
85
90
95
100
105
110
115
120
125
130
135
140
145
150
155
160
Ty Bardwell - PM /RE
Patty Coughline, Administrator
Jeff Vaughn, Inspector
Shoaib Akram, Assist RE
Alex Juan, OE /Inspection
8
8
8
16
16
8
8
8
16
16
16
16
16
16
16
16
16
16
16
16
16
16
16
16
16
16
16
16
8
8
8
8
8
8
8
8
4
4
4
4
4
4
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
6
2
1
1
1
1
1
1
1
1
1
1
1
1
1
4
20
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
30
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
20
20
40
40
40
40
40
40
40
40
20
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
30
40
40
40
40
32
32
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
20
20
8
8
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
30
40
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
TBD, CAD Operator
40
40
TBD, Inspection Support
0
0
0
0
0
0
0
0
0
0
0
0
0
0
subtotal