HomeMy WebLinkAboutREG 2017-05-15 Item 5E - Agreement - 42nd Avenue South Phase III / Gilliam Creek Culvert Replacement Construction Management with AECOM Technical Services for $977,154- -----------
Mee Ling Date
05/15/17
1'e pared by
BG,9�
Mayor.) revi -
cz]
Coundl nuien,
1Ag Date Al�? Dale 09119117 Af g Deae 1M1 1(? L)Ote L)ae A 1(g Dale Mde, Date
SPONS(M (.ounci/ E] A 1qyor E] HR E] DCD ] I'Ynance ❑ 1`*ire El IT ED ❑ Police Z Plf"'
SVONS( tR'S This contract is for construction management services for the 42nd Ave S Phase III Project.
AECOM was selected from three consulting firms. Construction management services will
include field engineering, documentation, and inspection. The City awarded the
construction contract to Active Construction on 5/1/17. Council is being asked to approve
the construction management contract with AECOM for $977,154.00.
Rrvirwr1l) Ii)'' R cow, Nitg. � CA&P ("nite [:] F&S (:n)te Z 1"ran sport ation Orate
R U6116cs Clmte [ ] Arts Comin. ❑ Parks F1 planning (10MITI.
05/09/17 COMMIT'FFF (A LM KATE KRULLER
RECOMMENDATIONS:
SPONI;()I�/ADMIN. Public Works
C()MMITI FF Unanimous Ap�proval; Forward to Regular Consent Agenda
5.E.
S 1', \ I � I 'S I 'ON So R: BOB GIBERSON OMUNAL ,\G1,NDA DATF�: 05/1S/17
A(; I 42nd Ave S Phase III Project (S 1601" St - Southcenter Blvd)
Construction Management Contract with AECOM Technical Services, Inc.
Cxri�x;om, E] Disais.cim Z Molion EJ Resolulion F-J Ordinamv R Bid,Aipard 1:1 PuNic I leariq, [] 01ber
1Ag Date Al�? Dale 09119117 Af g Deae 1M1 1(? L)Ote L)ae A 1(g Dale Mde, Date
SPONS(M (.ounci/ E] A 1qyor E] HR E] DCD ] I'Ynance ❑ 1`*ire El IT ED ❑ Police Z Plf"'
SVONS( tR'S This contract is for construction management services for the 42nd Ave S Phase III Project.
AECOM was selected from three consulting firms. Construction management services will
include field engineering, documentation, and inspection. The City awarded the
construction contract to Active Construction on 5/1/17. Council is being asked to approve
the construction management contract with AECOM for $977,154.00.
Rrvirwr1l) Ii)'' R cow, Nitg. � CA&P ("nite [:] F&S (:n)te Z 1"ran sport ation Orate
R U6116cs Clmte [ ] Arts Comin. ❑ Parks F1 planning (10MITI.
05/09/17 COMMIT'FFF (A LM KATE KRULLER
RECOMMENDATIONS:
SPONI;()I�/ADMIN. Public Works
C()MMITI FF Unanimous Ap�proval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
ANIOUN'r Btim,&-rim APITOPRIATION REQUMED
$977,154.00 $1,222,000.00 $0.00
1"und Source: 103 RESIDENTIAL STREETS & SURFACE WATER (PAGES 2 & 100, 2017 CIP)
Comillents'.
MTG. DATE
RECORD OF COUNCIL ACTION
5/115/15/1 7
05/15/17
MTG.DATE
ATTACHMENTS
05/15/17
Informational Memorandum dated 05/05/17
Pages 2 & 100, 2017 CIP
Consultant Selection Scoring Sheet
AECOM Contract with Scope of Work and Fee
Minutes from the Transportation & Infrastructure Committee meeting of 05/09/17
. . ........
ME
70
TO:
FROM:
BY:
CC:
DATE:
try • 41"Urkwita Allan Ekberg, Mayor
Public Works Department - Bob Gibersoq, Director
May 5, 2017
SUBJECT: 42nd Avenue South Phase III & Gilliam Creek Culvert Replacement Proiects
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.
I-ailel"'Itule 1 0
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 • the selection panel.
The AECOM contract will include construction engineeriingi, inspection, documentation compliance
support, as well as material testing. The fee of $977,154.00 is reasonable for the scope • work
provided by AECOM for this complex project.
Council is being asked to approve the construction management contract with AECOM Technical
Services, I nc. in the amou nt of $977,154 i 00 f or the 42ndAvenue South Phase III and Gilliam Creek
Culvert Replacement Projects and consider thiis item on the Consent Agenda at the May 15, 2017
Regular Meeting.
Attachments: Pages 2 &1 K 2017 CIP
CM Consultant Selection Scoring Sheet
CM Consultant Agreement with AECOM
WPW Enq FR OJECTSkA RW & RS ProjecW42nd Ave S PKASe 01 (9"10,900 94 SoW.W,4005) - CM Cms,111ant 9OW1000o Moffm AECOM CM050617MD x
71
72
CITTOF TITR111LA CAPITAL PROJECT SUMMARY
2017 to 2022
[�IROJECT: 42nd Ave South Phase III Project No, 99,410303
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 t 90-RW1 5 (S/C Blvd (154) - 144 St) $3,796 & Phase 11 94 -R 02 (144-139) $1,850, both, completed,
MAINT. IMPACT. Reduce pavement, shoulder, and drainage work.
COMMENT: Only Phase III is shown in active years. Project includes Surface Water's Gilliam Creek 42nd Ave S Culvert project
for $1.3m and is part of the Walk & Roll Plan, Seattle City Light's funding is a 60/40 underground split,
FINANCIAL
Through
Estimated
in $000si
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 1,000
1261
5,861
1 2,466
01 01 01 01 4,360 1
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
126
6,861
2,465
0
0
0
0
4,360
13,801
2017 - 2022 Capital Improvement Program
1
73
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 3 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 wifi 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 (RAIV)
0
Const, Mgmt,
135
15
150
Construction
8
900
100
1,008
TOTAL EXPENSES
1 1521
311
1,0351
116
01
01
01
01
01
1,333
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
152
31
1035
115
0
0
0
0
0
1,333
TOTAL SOURCES
152
31
1,035
116
0
0
0
0
0
1,333
2017 - 2022 CapifM Improvement Program
74
11 1
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 I Mike Ronda I Peter Lau
CM Consultant Candidates
Ranking
Summation' Finalized Ranking
AECOM Technical Services
2
4
CH2M HILL Engineers
Jacobs Engineering Group
2
2
•
2
As a result, AECOM Technical Services was selected as the CM Consultant for the 40th - 42nd Avenue South Phase 3 Project.
76
a Contract Number:
Caft, of Tukwil
Y
6200 Southcenter Boulevard, Tukwila WA 98188
CONSULTANT AGREEMENT FOR
VAK*;A
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 • 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 4211d Avenue South Phase III
Project.
2. Scope • Services. The Consultant agrees to perform the services, identified on Exhibit "A7
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, 2018i, 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:
X 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
nR t 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
vN uchers 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 upo on 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.
77
5. Ownership and Use • 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.
♦ 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 • 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.
a was
& 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
N r 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:
CA revised .- 1-2013
W.
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,OiOO per accident. Automobile Liability
insurance shall cover all owned, nr as hired and leased vehicles.
Coverage shall be, written on Insurance Services Office (ISO) form CA 00 01 or a
suN stitute 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
wN rk performed for the City
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
i =6
12. Assignment. The Consultant shall not suUet or assign any of the services covered by this
Agreement without the express written consent of the City.
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.
R 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
I& 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.
LIN
DATED this _--- day of 20-.
CA revised : 1-2013 Page 5
a
LIM
40th - 4211D 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
AECOM Technical Services, Inc. ("Consultant") proposes to provide to the City of Tukwila, Washington
("Client") construction management services for the 4011 — 42d Avenue South — Phase III, Construction of
approximately 2,250 linear feet of street improvements within the right-of-way of 42nd Avenue South — S.
16001 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:
The following scope of services is based upon the assumptions outlined herein. Associated costs a
Metailed in EXHIBIT E-1 I
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), 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 constructabifity, 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.
ITT-AreTwive- MEL
Consistent with the hours shown in EXHIBIT B, 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.
12 Perform internal administration of the Consultant's Task Order.
1.3 Prepare any supplements to the Consultant's Task Order.
Page I of 6 Opdated 512/2017 83
40th - 42ND Avenue South - Phase III
Cfty of TukwIla
1.4 Attend the pre-construction conference.
1.5 Make periodic field visits and conduct project reviews for the quality of services provided by
AECIOM and consistency with AECOM's project quality plan.
• • 1 0
Consistent with the hours shown in EXHIBIT B, the Consultant shall provide document control services
including, but not limited to, the following elements:
2.1 Process; track and archive construction record's including: Inspectors Daily Reports (IDR's);
Requests for information (RFI's); Submittals; Requests for Approval of Materials (RAM's);
Statements
• Working M. Consultant shall maintain submittal and RFI logs to track when
documents are received and returned to the contractor.
22 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 32 weekly contractor
construction progress meetings.
2.6 Maintain a material testing tog 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.
2J 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 B, 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
N.. resent, 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 • 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.
35 Prepare field records and documents in accordance with Projects Record of Materials.
36 Coordinate with Resident Engineer and Client for changes and updates to the ROM.
84 Page 2 of 6 Updated: W/2017
40th - 4211D Avenue South - Phase 01
City of TukwRa
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.
310 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. 5,0?12017 85
401b 421NO Avenue Soufli — Phase III
CiC of Tukwila
HE IVIONT,
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.
412 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 clocumentati
consistent with the hours provided in EXHIBIT B. This includes change order plans and specification
independent engineer's cost estimates, negotiations, and justification memos, 11
WIM"
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.
86 Page 4 of 6 Updated: W212017
40th - 42NO Avenue South •- Phase III
Giq of Tukwib
M
'Jt. wdrNwnwl - • F7771�
No services are grovided under this section,
• ; L. � i: �� •
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.
i. Inspector Daily Reports
ii. Construction Photographs
iii. 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. 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
0 - - I
I. 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.
iii. 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 utiility 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� WQ017 87
40th - 42NU Avenue South - Phase 111
City of Tukwfla
MUM=
a. Staffing levels are a,nticipated in accordance with the attached budget estimate (Exhibi
13).
b. The level
• effort required wiII not exceed the approved budget without prior approv.
by City. The approved budget is based upon a 165 Working Day construction contra
with 15 Unworkable Days. Work is anticipated to begin construction in June 201
Should further services be required, or should construction run longer than this ti
period, and if costs exceed the approved budget, the City will negotiate a supplement
this Agreement.
c. The City will provide field office, internet access and parking for field personnel.
d. With written consensus from the City's Project Manager, Consultant has the authority
shift budget between work tasks provided the overall project budget remai
unchanged.
e, Project closeout will be completed withiin 30 caIendar days following issuance
substantial completion. Should further services be required, or should closeout r
longer than this time period, and if costs exceed the approved budget, the City w
negotiate a supplement to this Agreement.
f. Items and Services City will provide,
L 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 WSDOT,
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.
g. 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.
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.
88 Page 6 of 6 Updated W/2017
AZCOM
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
i
153
$
11,775
Overhead (OH Cost -- Including Salary Additives):
OH Rate x DSC of 149.10%
x $
11,774.75
$
17,556
Fee:.
Fee Rate x DSC of 30.00%
X $
11,774.75
$
3,532
Labor Subtotal - Project Management/Quality Control
$
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):
OR Rate x DSC of 119.67%
X $
39,315.00
$
47,048
Fee:
Fee Rate x DSC of 30.00%
X $
39,315.00
$
11,795
Labor Subtotal - Document Control
$
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%
X $
109,413.50
$
130,935
Fee:
Fee Rate x DSC of 30.00%
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
i
A.rCOM
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 (DSQ
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%
x $
3,822.80
$
4,575
Fee:
2018 Labor Escalation (Estimate
2.5% increase for 2018 labor rates)
$
9,032
LaborTotal
Fee Rate x DSC of
30,00%
x $
3,822.80
$
1,147
Labor Subtotal -Public Outreach
$
30,000
$
9,644
Task 6: Change Orders
Hours Rate
Cost
Vehicles ($6/hr for field work, tasks 3, 4, 5, & 6)
5,055 $ 6.00
$
Employee Classification
Printer/Scanner (estimate $150/mo for 13 months)
Hours
Rate
Expenses (Mist Supplies)
Cost (D,SC)
Shoaib Akram Resident Engineer
1,000
80 $
61.91
$
4,953
Alex Juan Office Engineer
$
63,277
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%
X $
2,400.00
$
3,578
Fee Rate x DSC of 30.00% 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
LaborTotal
$
913,877
Task 800: Materials Testing
Cost
Materials Testing & Consulting, Inc,
$
30,000
$
30,000
Task 900: Other Direct Costs
Hours Rate
Cost
Vehicles ($6/hr for field work, tasks 3, 4, 5, & 6)
5,055 $ 6.00
$
30,327
Printer/Scanner (estimate $150/mo for 13 months)
$
1,950
Expenses (Mist Supplies)
$
1,000
$
33,277
Direct Costs Total
$
63,277
Grand Total
$
977,154
a
EXHIBIT B
City of Tukwila
BUDGET FOR SERVICES
Time Summary
Preconstruction
May
June
July
August
September
October
November
December
January
February
March April
May
June
July
August
Weeks from NTP
1
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
1 1
1
22
23 24
25
26
27
28 29
30
31
32
33
Working Days from NTP
1
51
10
15
20
25;
30
35
40 .
45
50
55
60
65
70
75
80
85
90
95
100
105
Suspension Period (Nvember 18 - March 14)
1
11
. 11.5, 120
.125
130'.
135
1401 145
150
155
160
165
Ty Bardwell - PM /RE
Patty Coughline, Administrator
Jeff Vaughn, Inspector
Shoaib Akram, Assist RE
Alex Juan, OE /Inspection
8
81 8
16
16;
81
8
16
161
161
16
16
16
16
16
16,
16
'16
16
16
16
16
16
16
16
16
16
8
8
8
8
81 8. 81 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
s
2
1
1 1
�
t
1
1
1
1 �
1'
t
�
1
1
1
11
4;
20
401,
401
40
40
40
40
40
401
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
201
40
401 40
40
40
401
40
40
20
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
30
40
401
401
40
32
32 40 40 40
40
40
40
40
401
401
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
201
20
8
81
40
401 40
40
401
401
40
40
40
401
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
40
30
40
201
20
20
20
20! 20 201 20
20
20
20
20
20
20
20
20
20
20
20
20
201
20
20
20
20
20
20
20
20
20
20
20
20
TBD, CAD Operator
1
'
40
TBD, Inspection Support
0
0
o
a
o
0
0l
o
0
0
subtotal
WA
City Council Transportation & Infrastructure Committee
TRANSPORTATION & INFRASTRUCTURE COMMITTEE
Meeting Minutes
May 9, 2017 - 5:30 p.m. - Foster Conference Room, 6300 Building
Councilmembers: Kate Kruller, Chair; Joe Duffie, De'Sean Quinn
Staff: David Cline, Bob Giberson, Robin Tischmak, Gai
Lau, Pat Brodin, Dave Sorensen, Mike Cusick, Lau
CALL TO ORDER: Chair Kruller called the meeting to order at 5:30 p.m.
I. PRESENTATIONS
II. BUSINESSAGENDA
A. Bid Award: CBQ Sanitary Sewer RehaDifitation -1016 Andover
Staff is seeking Council approval of a contractith Gary Harpe
amount of $413,935.50 for the CBD Sanitary Sewer Rehabilitiat
Sewer Repair Project. This project will address the deteriorate
Park East south of Costco Chive. Gary Harper Construction wa
previously performed satisfactory work in the City. UNANIMOI
MAY 15, 2017 REGULAR CONSENT AGENDA.
B. Supplemental Agreement: 42-nd Avenue South Phase III & Gilli
a ra, Ryan Larson, Peter
p h rey
Construction, Inc. in the
on - 2016 Andover Park East
i asbestos sewer pipe in Andover
the low bidder and has
S APPROVAL. FORWARD TO
Staff is seeking Council approval of Supplemental Agreement No. 7 with CH2m HILL Engineers,
Inc. in the amount of $50,267.26 for construction management support service on the 42nd
Avenue South Phase III & Gilliam Creek Culvert Replacement Projects. This agreement will
provide for CH2M to provide responses to information requests and submittal reviews from the
contractor. UNANIMOUS APPROVAL. FORWARD TO MAY 15, 2017 REGULAR CONSENT
AGENDA.
C. Contract: 4211 Avenue South Phase III & Gilliam Creek Culvert Replacement
Staff is seeking Council` approval of a contract with AECOM Technical Services, Inc. in the
amount of $977,154.00 for construction management services for the 42nd Avenue South Phase
III & Gilliam Creek Culvert Replacement Projects. This contract includes construction
engineering, inspection, document compliance support and material testing. UNANIMOUS
APPROVAL. FORWARD TO MAY 15, 2017 REGULAR CONSENT AGENDA.
93