HomeMy WebLinkAboutTIC 2017-05-23 Item 2F - Agreement - Central Business District Sanitary Sewer Rehabilitation: 2016 Andover Park East Sewer Repair Construction Management with AKANATO:
FROM:
BY:
CC:
DATE:
Citvof Tukwila
Public Works Department - Bob Giberson, Director
INFORMATIONAL MEMORANDUM
Transportation and Infrastructure Committee
Bob Giberson, Public Works Director >1
Peter Lau, Senior Program Manager
Mayor Ekberg
May 19, 2017
Allan Ekberg, Mayor
SUBJECT: CBD Sanitary Sewer Rehabilitation - 2016 Andover Park East Sewer Repair
Project No. 91140203
Construction Management Contract with AKANA
ISSUE
Authorize the Mayor to execute a contract with AKANA for construction management (CM)
services for the 2016 Andover Park East Sewer Repair Project.
BACKGROUND
The 2016 Andover Park East Sewer Repair Project construction contract was awarded by
Council on May 15, 2017 to Gary Harper Construction in the amount of $413,935.50. The City
solicited for CM services from three consultant firms; AKANA, KPG, Inc., and RH2
Engineering, Inc. AKANA was rated the highest based on the established selection criteria.
DISCUSSION & FISCAL IMPACT
The AKANA contract will include construction engineering, inspection, and documentation
compliance support. The fee of $58,869.00 is reasonable for this sewer replacement project.
AKANA Contract CM & Inspection
RECOMMENDATION
CM Expense Budget
$58,869.00 $120,000.00
Council is being asked to approve the construction management contract with AKANA in the
amount of $58,869.00 for the 2016 Andover Park East Sewer Repair Project and consider this
item on the Consent Agenda at the June 5, 2017 Regular Meeting.
Attachments: Page 81 in the 2017 CIP
CM Consultant Selection Scoring Sheet
CM Consultant Agreement with AKANA
W: \PW Eng \PROJECTS \A - SW Projects \CBD Sewer Rehabilitation (91140203)\2016 APE Sewer Repair\Construction \Consultant Selection \(OOS) - CM Consultant Selection \Info Memo AKANA CM Contract, 5- 17- 17.Docx 99
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
PROJECT: CBD Sanitary Sewer Rehabilitation Project No. 91140203
DESCRIPTION: The asbestos concrete pipe in the CBD (commercial business district) is approximately 45 years old and
becoming soft. Slip lining the pipe will reinforce the strength with little impact to roadways and minimal excavation.
JUSTIFICATION: If the pipe collapses, the street will have to be excavated and the cost of the repairs will be significant. In the
last five years we have had four major pipe failures on Andover Park West and Andover Park East.
STATUS: In 2014 and 2015, over 10,500 feet of asbestos sanitary sewer pipe were relined. In 2016 through 2018,
20,000 feet of asbestos sewer is scheduled to be relined.
MAINT. IMPACT: Reduced maintenance and repair costs.
COMMENT: A Public Works Trust Fund loan was successfully obtained in 2012 for $750k.
FINANCIAL Through Estimated
(in S000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL
EXPENSES
Design
323
37
45
45
45
fro
�• .. E
!
495
Land (RAN)
1
f` i'
1
Const. Mgmt.
112
85
120
120
120
557
Construction
736
1,540
1,100
1,100
1,049
5,525
TOTAL EXPENSES
1,172
1,662
1,265
1 1,265
1 1,214
1 01
0
1 01
0
1 6,578
FUND SOURCES
Awarded Grant
0
PW Trust Fund
750
750
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
422
1,662
1,265
1,265
1,214
0
0
0
0
5,828
TOTAL SOURCES
1,172
1,662
1,265
1,265
1,214
0
1 0
1 0
0
6,578
OProject Location
teii !
fro
�• .. E
!
'
!
f` i'
2017 - 2022 Capital Improvement Program 81
100
Construction Management (CM) Services Solicitation, mainly on Inspection and Documentation Supports.
AKANA/Cooper Zietz Engineers, Inc., KPG, Inc. and RH2 Engineering, Inc. were solicited by the City to compete for the
selection of CM Consultant for the 2016 Andover Park East Sewer Repair Project. Three evaluation criteria were used
in the evaluation process:
1. Qualifications of the proposed Inspector and Documentation Specialist - 70 points.
2. Available Support from the Consultant Firm to the proposed Inspector and Documentation Specialist, the City's
project staff, and the construction project — 20 points.
3. Conformance to the Requirements of the City's Solicitation —10 points.
Below are the scores and ranking of these 3 consultant firms:
CM Consultant Candidates
Criteria #1
Criteria #2
Criteria #3
Summation in Points
Finalized Ranking
AKANwt,00per uetz
Engineers, Inc.
55
15
8
78
1
KPG, Inc.
55
10
10
75
2
RH2 Engineering, Inc.
35
17
10
62
3
As a result, AKANA/Cooper Zietz Engineers, Inc. was selected as the CM Consultant for the 2016 Andover Park East
Sewer Repair Project.
City of Tukwila Contract Number:
• i 6200 Southcenter Boulevard, Tukwila WA 98188
°;ter
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City ", and Akana, hereinafter referred to as "the Consultant ", in consideration of
the mutual benefits, terms, and conditions hereinafter specified.
1. Project Desimnation. The Consultant is retained by the City to perform Construction
Management services in connection with the project titled "2016 Andover Park East Sewer
Repair ".
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.
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, 2017, unless sooner
terminated under the provisions hereinafter specified. Work under this Agreement shall
commence upon written notice by the City to the Consultant to proceed. The Consultant shall
perform all services and provide all work product required pursuant to this Agreement no
later than December 31, 2017 unless an extension of such time is granted in writing by the
City.
4. Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall
not exceed $58,869.00 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.
102
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:
CA revised : 1 -2013
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.
Page 2
103
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.
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.
CA revised : 1 -2013
Page 3
104
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this
warrant, the City shall have the right to annul this contract without liability, or in its
discretion to deduct from the contract price or consideration, or otherwise recover, the full
amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
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.
CA revised : 1 -2013
Page 4
105
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:
Akana
Lincoln Executive Center
3800 146`' Place SE, Suite 105
Bellevue, WA 98007
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.
DATED this /% day of / " << , 20 1 % .
CITY OF TUKWILA CONSULTANT
By:
Allan Ekberg, Mayor
Printed Name: Timothy J. Oliver
Title: Vice President
Attest /Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1 -2013
Page 5
106
City of Tukwila Contract Number:
• 6200 Southcenter Boulevard, Tukwila WA 98188
Exhibit "A"
Scope of Services
Construction Management Services
Tukwila 2016 Andover Park East Sewer Repairs
Akana (CONSULTANT) will provide professional Construction Management (CM) Services for the City of Tukwila (CITY). These services
will include CM, contract administration, field observation, documentation, and reporting as required during the "2016 Andover Park East
Sewer Repairs project ". All services will be provided in accordance with the Washington State Department of Transportation's (WSDOT)
Local Agency Guidelines, Construction Manual and City of Tukwila standards.
Consultant will be providing Jeff Faunce, Mindy Corey, on a Part time basis and Jeremy Privett on a fiill time basis to the project. No
subconsultants have been assigned to assist in the performance of the duties listed below.
Project Description
The project includes construction of 435 feet of Sewer repairs within the right of way of Andover Park East between 180 °1 and 1074 north of
180th. Including but not limited to replacing asbestos cement sewer main with PVC and other work necessary to complete the work as
specified and shown in the contract documents.
Work Breakdoivn Structure by Tasks
100 Pre - Construction Services:
101 CONSULTANT will review bid documents to become familiar with the project.
102 CONSULTANT will take pre - construction photographs and burn them to a disc to include in hard -copy files.
103 CONSULTANT will conduct a site visit to become acquainted with the project site.
104 CONSULTANT will prepare hard -copy and electronic files for project documentation.
105 CONSULTANT will prepare Project Templates for:
A. Design Changes
B. Change Orders and Change Order Justifications
C. Case Log and Case Log Files
D. Pay Estimates, including Ledger
E. Coordination Meeting Agendas, Minutes and Sign -In Sheets
106 CONSULTANT will prepare Project Logs for tracking:
A. Contract Changes
B. Requests for Information(RFl)
C. Submittals
D. Materials on Hand (will correlate with Pay Estimates)
E. Employment Documentation
107 CONSULTANT will prepare for, and conduct, a Pre - Construction meeting. Duties will include:
A. Preparing an agenda draft and sending it to the CITY for review /comments.
B. Developing an attendees list with input from CITY.
C. Conducting the meeting.
D. Preparing Meeting Minutes, sending them to CITY for review /comments, revising them per comments and distributing
them to attendees and affected stakeholders.
I08 CONSULTANT will review the Contractor's initial Schedule against allowable Working Days. CONSULTANT will also
review schedule sequencing and activity duration to check that they are reasonable. Any discrepancies, conflicts or
unreasonable work durations will be brought to the attention of the Contractor and the CITY will be notified.
109 CONSULTANT will prepare a monthly CONSULTANT progress invoices for CITY review and payment. Under the
provisions of this contract a total of 2 invoices shall be prepared and presented to the CITY.
110 CONSULTANT will use the City's provided electronic filing system for this construction project.
107
200 Construction Management Administration:
201 CONSULTANT will prepare a Progress Pay Estimates for work performed by Contractor. Under the provisions of this
contract up to a total (3) invoices shall be prepared. These will be completed once CONSULTANT and Contractor have
reached agreement on estimate quantities.
202 CONSULTANT will prepare up to (6) Weekly Statement of Working Day reports.
203 CONSULTANT will monitor Contractor and Sub- Contractor's employment documentation for adherence to contract
requirements. Monitoring will include:
A. Maintaining Employment Documentation Log.
B. Collecting, reviewing and approving (or rejecting) Requests to Sublet.
C. Collecting Certified Payrolls to verify that they meet contract wage requirements.
D. Collecting Statements of Intent to pay prevailing wages.
E. Collecting Affidavits of Wages Paid.
204 CONSULTANT will review and respond to Requests for Information (RFIs) submitted by the Contractor. Responses will
include technical interpretations ofthe drawings, specifications, and Contract Documents. The CONSULTANT will update
the RFI Log as RFIs are submitted and resolved.
205 CONSULTANT will monitor issues that may eventually have impacts to the project budget or schedule. These issues will be
documented. Information included in the Log will be
A. An assigned number that will be used to track each issue separately.
B. The date the issue became known.
C. A description of the issue.
D. An estimate of the lowest cost necessary to resolve the issue. If resolution creates an overall decrease to the budget, this
amount would be negative.
E. An estimate of the highest cost necessary to resolve the issue.
F. An estimate of the issue's impact on Working Days.
G. A summary of project documents that relate to the issue.
H. Comments relating to the issue.
206 CONSULTANT will prepare Change Orders and will include the CITY in the process of Change Order negotiation and
preparation. Items tracked using the Issue Log may eventually become Change Orders. CONSULTANT Change Order work
will include:
A. Scheduling and conducting negotiation meetings. The CONSULTANT will create and distribute meeting agendas and
minutes.
B. Preparation of independent Engineer's Estimates.
C. Compilation of Change Order back -up. This will include, but is not limited to:
i. Engineer's Estimates
ii. E -mail correspondence
iii. Extra Work Orders from Contractor
iv. Design Change Documents
v. Meeting Minutes
D. Preparation of Change Order Justifications. (1 change order included in cost) Justifications will include:
i. A description of the change.
ii. An evaluation of what is required by the Contract.
iii. An explanation as to why a Change Order is necessary.
iv. Descriptions of considered alternatives to a Change Order.
v. The reasons for entitlement; why the work cannot be paid for under the existing contract.
vi. The names of those that approved the Change Order.
vii. An evaluation of impact to Working Days.
viii. Change Order back -up.
E. Writing the Change Orders and providing them to CITY for edits and/or concurrence.
F. Obtaining the necessary signatures for execution once concurrence has been given by the CITY.
G. Maintaining the Change Order Log.
CA revised : 1 -2013
Page 7
108
300 Construction Services - Field: Working Days 30.
CONSULTANT will provide full time Inspection consisting of a senior inspector depending on the skill sets needed for the
days operation to assist and observe day -to -day conduct of construction. This will include acting as the project hub for
communications, monitoring Contractor adherence to Contract Documents and documentation of Contractor's work progress
for payment. Work will include the following:
301 CONSULTANT will request and review the Contractor's breakdowns of lump -sum items for accuracy and payment purposes.
Breakdowns will be used to evaluate construction progress of these items for pay estimates.
302 CONSULTANT will prepare Field Note Records that detail Contractor's completed work for inclusion in monthly Pay
Estimates. Field Note Records will internally be checked for accuracy prior to being entered into Pay Estimates.
303 Prior to monthly Pay Estimate completion, the CONSULTANT will coordinate with each of the Contractors to reach
agreement on the Pay Estimate quantities.
304 CONSULTANT will review the materials delivered to the project site to ensure they are the approved construction materials.
This will be done by checking them against the approved Submittals and noting materials delivered on Inspector Daily
Reports (IDR).
305 The CONSULTANT Inspector(s) will prepare up to 30 Inspector's Daily Reports, using the City's provided 1DR form. If
there is more than one Inspector, each will prepare an individual report. IDRs will include:
A. Weather information.
B. Contractor and Subcontractors working that date, as well as the on -site representative for each.
C. A work activity summary.
D. Bid items worked on.
E. Equipment and employees utilized and hours used /worked.
F. A diary to be used as a narrative of the day's events.
G. Photos.
H. Materials used.
306 CONSULTANT will take photos of construction progress and will maintain them electronically in an orderly fashion. Upon
completion of the project, these photos will be burned to discs that will be included in the hard -copy files.
307 CONSULTANT will assist the CITY regarding Public Information by assisting the CITY with responding to project related
questions from property owners and the general public.
308 CONSULTANT will review the Contractor's As -Built drawings. Drawings will be checked for accuracy and to determine if
they reflect as- constructed conditions.
400 Materials:
Consultant shall perform a preliminary review of submittals and coordinate getting technical engineering reviews. Materials
that do not require testing will be rejected, approved or conditionally approved per the requirements of the City and the
Contract provisions. Materials that require testing will be rejected, approved or conditionally approved per results of field
evaluation materials testing is through city supplied testing agency. The Contractor will be notified immediately of any
unapproved materials or failed test results.
401 CONSULTANT will update the Submittal list as submittals are rejected, approved, or conditionally approved by the city as
well as when test results are obtained.
402 CONSULTANT will inspect the Pipe and backfill materials for adherence to Contract requirements.
403 CONSULTANT will inspect installation of earthwork and Hot Mix Asphalt for adherence to Contract requirements. Formal
testing will be performed by City materials testing agency.
500 Project Completion:
Assist the CITY with the close -out of the project. Items of work include the following:
501 CONSULTANT will coordinate with the CITY, and the Contractor to resolve outstanding project issues. This includes up to
(1) Project Closeout Meetings. The CONSULTANT will prepare and distribute the agendas and minutes.
502 CONSULTANT will prepare a Letter of Substantial Completion for issuance by the city. This letter will include punchlist
items for both Physical and Final completion.
503 CONSULTANT will coordinate with the Contractor to obtain all outstanding project documentation.
CA revised : 1 -2013
Page 8
109
504 CONSULTANT will prepare a Punch List of work items for the Contractor. This list will be created with input from the
CITY. Creation of the list will include 1 initial project walkthrough and up to I follow -up walkthroughs to ensure Punch List
work is complete. The list may still be revised after it has been issued to the Contractor.
505 CONSULTANT will take photos of completed project and will maintain them electronically in an orderly fashion. Upon
completion of the project, these photos will be burned to discs that will be included in the hard -copy files.
506 City's Engineering Firm will backdraft the As- Builts to create a Record Drawings for city records upon issuance of Physical
Completion and the CONSULTANT will perform a review of the drawings for accuracy.
507 CONSULTANT will prepare the Final Pay Estimate and Voucher. Prior to being issued to the Contractor, drafts of these
items will be routed to the CITY for review /approval.
508 CONSULTANT will review the project records to verify that they are complete. This will be a last check before hard -copy
files are transferred to the CITY.
509 Attend a wrap up meeting with the CITY.
600 Survey:
Consultant shall coordinate with PM and Construction Contractor (CC) as needed to require compliance with and verify that the construction
survey work completed by the CC for the Project is in conformance with the approved plans, specifications and applicable laws.
Consultant shall perform QA review of the Contractor's Surveyor's calculations, of the above described elements, in accordance with
established Agency policies and procedures. Calculations must be sufficient to establish the correct position, orientation, and elevation of the
work within required tolerances from control stations.
700 Optional Field Services:
Upon written approval from the CITY, the CONSULTANT shall provide engineering services beyond the work identified above. Services
may include the addition of new tasks; additional working days added to the contract or increasing the work effort of the engineering services
as directed by the CITY. Such work shall be specified in a written Supplement to this Agreement.
Additional work elements for consideration and recommended by the Consultant include:
Materials testing- compaction of bedding and backfill, testing of Hot Mix Asphalt (HMA)
Optional services may include: additional work caused by extension of contract time due to Non - Working Days or schedule delays, additional
project meetings, additional testing due to failing tests, additional surveying and mapping, additional geotechnical analysis, additional
environmental documentation, document printing and overtime due to the contractor working weekends.
Assumptions Cont:
• This scope and fee does not include construction support services during non - working days. A Non - Working Day is defined in the
WSDOT Standard Specifications as "... unworkable because of weather or conditions caused by the weather that prevents
satisfactory and timely performance of the work shown on the critical path of the Contractor's approved schedule." If the contract
amount under this agreement is exceeded, the CONSULTANT may request a supplement to cover the costs incurred from work
completed on Non - Working Days.
• Construction will take no more than 30 working days.
• The Contractor will be responsible for environmental documentation requirements.
• No Overtime has been estimated.
• Assume the contractor will work from 7:00 am to 4:00pm, working a 40 hour week, 8 hours a day, I shift.
• No office space for Consultant will be provided.
• Consultant will provide vehicle and fuel, cell phone, standard safety wear and laptop computer.
• Mileage for PPM, PM/RE, inspector and CA, assume 24 cm /ca x trips @ 80 miles + 35 insp x trips* 80 round trip (includes
anticipated on -site daily mileage).
CA revised : 1 -2013
Page 9
110
Deliverables by Task:
100 Pre - Construction Services
0 102 Disc of pre - constriction photographs
0 104 Prepare hard copy and electronic file for project documentation
0 105 Prepare Project Templates (Design Changes, Change orders, Case Logs, Pay Estimates and ledger, Forecasted cost
of Completion)
0 106 Prepare Project Logs (Design Changes, Change orders, RFI's, Submittals, Materials on Hand, Employment)
0 107 Pre - construction meeting agenda, sign -in sheet and minutes
0 109 (2) CONSULTANT Progress Invoices
200 Construction Management Administration
0 201 Up to (2) Pay Estimates
0 202 Up to (6) Weekly Statement of Working Days
0 203 Employment documentation and tracking log for Contractor and Sub - Contractors
0 204 RFI responses and RFI Log
0 205 Issue Log
0 206 (1) Change Orders (CO), a CO Log and CO justifications with back -up
300 Construction Services —Field
0 301 Review of lump -sum breakdowns
0 302 Field Note Records
0 305 Inspector's Daily Reports
0 306 Disc of construction progress photos
400 Materials
o none
• 500 Project Completion
0 501 Meeting agendas, sign -in sheets and minutes for up to (2) close -out meetings
0 504 Final Punch List
0 505 Prepare Letter of Physical Completion
0 506 Disc of completed project photos
0 507 Contractor produced As- Builts (Record Drawings)
0 508 Final Pay Estimate and Voucher
0 509 Hard - copies of project files
0 510 Attend Wrap up meeting
• 600 Survey
o Contractor shall provide.
• 700 Additional Services
CA revised : 1 -2013
Page 10
111
Exhibit "B"
Project Budget
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
CLIENT Name:
PROJECT Description:
Proposal /Job Number:
City of Tukwila
2016 Andover Park East Sewer repair Project
Date: 5/15/2017
Contract Number:
January 1, 2017 Rates
Classification:
—,
c
Y
$
o
a
¢
O
g.
Total
CZE
Winxn
72' _I
CZE
0
CZE
it P,
Sub
Sub
v ,
2
CZE
`
i 2
CZE
o En
0
CZE
o Y
0 2
Total Expenses
Total Labor +
Expenses
Hourly Rate:
$75
$72
$49
$0
$45
$0
$38
Hours
Fees
...e..,
!! 30 °>
Fees
Fees
_
Fees
0„
Fees
!
T
Task 100 - Preconstruction Services
Preconstruction Services
81 1 1 4i
1 ,i
24
$1,2361
$1,692!
$371' $0
$0
$2,062
$3,298
! 'r
4 _ _ _
$1:).
$a' $0
$0
00
50
0
0,
50;
so!'
$0' to
$0
$0
$0
Task
0' o'
$0: $0',
$o
$o
$o
Task 100 - Subtotal
8; 0; 0' 0!. o' 4;
0' 0; 0: 0; of 12; 0
24
$1,236:
$1,692',
$371; 00; $01 $0; 50;
50
52,062
53,298
Task 200 - Construction Services Field Office -_
-
- :- - -
- - - - -
.- --o
_.
-- -- - - -_ '
----- - - - -- --- ---._._
- -- - --
Adml015trallo❑
* - --- ' — -- - --
24'
I_. _____
144
L
-
168
$7 272'
19,953,
$2j182, se', $o
$12,13344
519,406
FA tracking
I F
J «
-._.-
_ -,
'- `-- --' -- --
0
72�
$01
_ _
$o
$a
_.
-- --
soi $0
$0
$0
so
$0
0
$o;
$0'
$0' $0'
$0
$0
$0
Task 200 - Subtotal
24' 0' 0, o' 0; 0'
0, of 0' 0 0' 144; 0
168
$7,272'
$9,953!
52,182: $0' $0: $0 $0;
$0
$12,134
$19,406
Task 300- Construction Services Field
!F
_...
$80
$30,5500,
T2 ITrlackl Inspection Services
F
240'
Y
____
h
___ r____
2400
$10,9$0:
$14,7so!
03,240
50.,
$0F__$1,eo6!L
$19,7$00
o
$o'
so!
$d $o;
$o
$o
$o
Task 300- Subtotal
o; 0; 0! 0; 0: 240;
o; 0 0; 0; 0; 0; 0
240
$10,800.
$14,781!
$3,240; $0; $0; $0; $1,605;
$80
319,707
$30,507
Task 400- Materials
Materials
o'
0
$o'
$o;
$o! $0:
50
$o
$o
Task
,
o
$0:
$01
$0'I
$01
$0
$o
s0
Task
,
o
$0;
so!
$0!'
$0'
$0
50
$0
Task
'
'
0
$0;
$0'
$o;
50;
$0
$0
$0
Task400- Subtotal
0; o; 0! o'! o' o;
0' 0; o; o; o; OI' o
o
$o:
$o'
so' $0; $o: $o' $0'
$o
$o
$0
Task - Project Com letion
1 p
`
4500
8; ! _ F
1 _.. ! 40
_488
$2.120
52,902'
$630 '
$0 - ,
__
_$0
53,538
55,658
Task
! !
Y _ _ _
F - --
0
W.
$2!
$0;
SO:_
50; ,
$0: !
$0
80
50
Task
! '
!
o
$0:
$o'
$0:
$0' '
$0
$0
$0
Task $00- Subtotal
8; 0; o�i 0; 0'!
■
0', 40' 0
48
$2,120;
$2,902'
■
$636' $0: $0: $0' $0'
$0
$3,538
$5,658
All Phases Total
40'
0' 0: 0' 0'! 244'
0; Oi 0' 0' 0' 196; 0
480
$21,428'
$29,327;
$6,428; $0! $o: s0; 57,o05;
$80
$37,441
$58,869