Loading...
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