HomeMy WebLinkAboutREG 2017-06-05 Item 4G - Agreement - Commercial Business District Sanitary Sewer Rehabilitation Construction Management with AKANA for $58,869nillals
ITEWN0.
(INS N t'N1 BER: �)ia: BOB GIBERSON ORIGIN yL iV;kND,N DA` F: 06/05/17
,V,I'Nlm h Al'IT1,1+. CBD Sanitary Sewer Rehabilitation - 2016 Andover Park East Sewer Repair
Construction Management Contract with AKANA
Cxi'l�w)RN, f-I Discussion
,I 1rg Date
E Molion
A 1�g Date 06105117
n Reyallifion
11�g Oam
❑ Onlinance
M Datr,
n Bid. �bninl
Alt,,,, Oak
n Publt'4, I leaf °q
!I 11r, Owe
n 01ber
A lig Dale
SM)NS( R C'Ountil E] Nlqpr. ❑ I I 1 E] DCD ❑ 1°'finance ❑ I ''iry [] IT 1' ,R . ❑ Polia E 111F
SPONSOR'S This contract is for construction management services for the Commercial Business District
Sanitary Sewer Rehabilitation - 2016, Andover Park East Sewer Repair Project. AKANA was
selected from three consulting firms. Construction management services will include field
engineering, documentation, and inspection. The City awarded the construction contract to
Gary Harper Construction on 5/1/17. Council is being asked to approve the construction
management contract with AKANA for $58,869.00.
RF\ 11,, \VFD BY [] Cow mtg. ❑ CA&P Cinte El F`&S Cnite "fransportation Orate
El Utili tics Clntc El Arts conlill, E] Parks ('10111111. F-1 Planning Comm.
rx,vn,,: 05/23/17 CONINIFFIT"El CHAIR: KATE KRULLER
RECOMMENDATIONS:
SPONSOR/AOMIN. Public Works
Cc 1' Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUNID SOURCE
F'X1TNDHVitr1 ANiOUN,r BUDGETED APPROPRIK110N REQUIRED
$58,869.00 $120,000.00 $0.00
Fund Source: 402 SEWER (PAGE 810 2017 CIP)
Conitnents:
MTG. DATE
RECORD OF COUNCIL ACTION
06/OS/17
MTG.DATE
06/05/17
ATTACHMENTS
Informational Memorandum dated 05/19/17
Page 81, 2017 CIP
Consultant Selection Scoring Sheet
AKANA Contract with Scope of Work and Fee
Minutes from the Transportation & Infrastructure Committee meeting of 5/23/17
75
W
TO:
FROM:
BY:
CC:
DATE-
City If '1wU--kw10 I Allan Ekberg, Mayor
SUBJECT: CBD Sanitary Sewer Rehabilitation - 2016 Andover Park East Sewer Repair
Project No. 91140203
Construction Management Co�ntract 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.
The 2016 And, over 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 suppo�rt. The fee of $58,869.00 is reasonable for this sewer repilacemeint project.
qili�!Ilqil M.. r
Lmol � I - - : a a -
0
Council is being asked to approve the construction management contract with AKANA in the
amount of $,58,869,00i for the 2016 Andover Park East Sewer Repair Project and consider th
item on the Consent Agenda at the June 5, 2017 Regular Meeting.
Attachments: Page 81 Mn the 2017 CIP
CM Consultant Selection Scoring Sheet
CM Consultant Agreement with AKANA
VY `PW EnYRROJECT" SW Rroia0s�CBD QOfI4=3�M$6 APE SgadwW4005� -WConsWaN SPIWoNOnto MamoAKANA CM CoMmd, 5.1'7 -17.V x
77
W
2017 - 2022 Capital Improvement Program 81
79
20117 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.
If the pipe collapses, the street will have to be excavated and the cost of the repairs will be significant. In the
JUSTIFICATION.
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 $000's)
2015 2016 2017 2018 2019 2020 2021 2.022 BEYOND TOTAL
EXPENSES
Design
323
37
45
45
45
495
Land(RW
1
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
1,265
1,214
1, 01
0
01
0
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
0
0
0
6,678
2017 - 2022 Capital Improvement Program 81
79
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
Criteria #2'
Criteria #31 Summation in Points I Finalized Ranking
5
55
10
0
75
2
RH2 Engineering, Inc.
35
1 7
10
As a result, AKANA/Cooper Zietz Engineers, Inc. was selected as the CM Consultant for the 2016 Andover Park East
Sewer Repair Project.
ILA -
Contract Number:
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
THIS AGREEMENT is entered into between tile City Of 'I'Likwila, Washington, hereinafter
referred to as "the City", and Akana, hereinafter refLrred to as "the Consultant", in consideration of
the mutual benefits, terms, and conditions hereinafter specified,
I Proiect Designation. 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 oil Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2017, unless sooner
terminated Linder the provisions hereinafter specified. Work Linder 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 Linder 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
I
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 ofthe total contract price carried will be
made promptly upon its ascertainment and verification by the City after the completion
of the work Linder 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.
L 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.
a
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered tinder 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 C'onsultant'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. Coi pliance with Laws. The Consultant shall, in pert-brining 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,
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 RCVS'
4.24,115, then, in the event of liability for damages arising out of bodily injury to persons or
darnages, to property caused by or resulting fi-orri 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 tile parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
Insurance. The Consultant shall procure and maintain for tile duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise frorn
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 time
types and with the firnits described below:
CA revised 1-2013
M.
I. Automobile Liability insurance with a minit-nurn combined single limit for bodily
injury and property damage of $11.000,00O per accident. Automobile Liability
insurance shall cover all owned, non-owned, hired and [eased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
f'orm, providing equivalent liability coverage. If necessary, the policy shall be
endorsed to provide contractual liabillity 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 farm CG 00 01 and shall cover
liability arising frorn 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 covet-age as required by the Industrial Insurance laws of
the State of Washington.
4 Professional Liabilit y with limits no less than $1,000,000 per claial 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 tile 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:Vll.
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 commencernent of tile 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. "I'he 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 Clity.
9, Independent Contractor. The Consultant and the City agree that the Consultant is all
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 tile state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of` the Consultant.
pia
MW
10. Covenant Atzainst Contingent Fees. Tile 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 lie has not paid or agreed to pay any
company or pet-soil, other than a bonafide employee working solely for the Consultant, any
tee, commission, percentage, brokerage fee, gills, 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 frorn the contract price or consideration, or otherwise recover, the full
amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
I I 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.
11 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 tell (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 subMject 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. Tile 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
01
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southeenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address,
Akana
Lincoln Executive Center
3800 1460' 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 17 day of 20, 17.
CITY OF TUKWILA CONSULTANT
B.
Allan Ekberg, Mayor
Attest/Authenticated:
City Clerk, Christy O'Flahcrty
CA revised e 1-2013
Printed Name: Timothy J. Oliver
Title: Vice President
Approved as to Form:
Office of the City Attorney
W.,
City of Tukwila Contract Number:
6200 Southcenter Boulevard, Tukwila WA 98188
ScopeofServices
Construction Management Services
Tukwila 2016 Andover Park East Sewer Repairs
Akan.a (('(.)NStJl.'T'AN'F1 will provide professional Construction Management (CM) Services for the City ol"I'trkwila (CITY), These services
will include CNI, contract administration, field observation, documentation, and reporting as required during the "2016 Andover Park Fast
Sewer Repairs project"- All services will be provided in accordance with the Washington State Department of"Eransporration's (WSD0'1)
Local Agency Guidelines, Construction Manual and City of-l'okwila standards.
Consultant will be providing JeffFaunce, Mindy Corcy, on a Part tone basis and.lerciny Prior ett on a full, nine basis to (tie prqjecc No
subconsullants have been assigned to assist in the pert6rinancr of"the duties listed below.
1're.yeel Description
The project includes construction of 435 feet of'Sewer repairs within the right of way ol'Andover Park East between 18V' and 1074 north of
180th. Including but not limited to replacing asbestos cernern sewer urain with PVC and other work necessary to complete the \work as
specified and shown in the contract documents
Work Breaktkwn Structure ky Tasks
100 Pre-Construction Services-
101 CONSULTANT will review bid documents to became famdrar with the project
102 CONY JLTA NT will take pre-construction photographs and burn Ibern to a disc to include in hard-copy files,
103 CONS(UVANT will conduct a site visit to become acquainted with the project site,
104 (IONSULTAN'Twill prepare hard-copy and electronic files fer project documentation
105 C'ONSULTAN'T will prepare FrqjectTernplates for:
A Design Changes
B Change Orders and Change Order Justifications
C Case Log and Case Log Files
F) Pay I ' 'stimates, including Ledger
E Coordination Meeting Agendas, Minutes and Sign-In Sheets
106 CONSLILTAN 11'r will prepare Project Logs for tracking:
A, Contract Changes
14, Requests for Information(RH)
C Submittals
D, Materials on Fland (will Correlate with Pay Ustirriates)
L, Employment Documentation
107 CONSt.JL"I'AN'F swill prepai"e liar, and conduct, ,tPre-C(enstructionniceitng. Dulies will inclu&
A, Preparing an agenda draft and sending it to the CITY Ru review/coninious
B. Developing an attendees list with input fironi CITY,
C Conducting the meeting.
1) Preparing Meeting Minutes, sending thein to CITY for review/comnients, revising them per comments and distributing
them to attendees and affected stakeholders.
IN CONSI ii,"rANT will review the Contractor's initial Schedule against allowable Working Days. CONSULT ANT will also
review schedule sequencing and activity duration to check that they are reasonable Any discrepancies, conflicts or
unreasonable N ork durations will be brought to the attention of the Contractor and the CITY will be notified,
109 CC )ONSI, TIFAN'r N%ru prepare a monthly ("ONSI I rANTprogress invoices for CITY revrieNs, and payment Under the
provisions of this contract a total oft invoices shall be prepared and presented to the CITY,
110 CONSULTANT will use the ("try's provided electronic filing systern for this construction project,
W.
200 Construction Management Administration:
201 CONSULTANT kvill prepare a Progress Ila), F'stintates for Nvork performed by Contractor, Under the provisions ofthis-
contract tip to a total (3) invoices shall he prepared, fliese will be completed once CONSUL"TANTand Contractor have
reached agreement oil estimate quantities
202 CONSUL'TANT will prepare up to (6) Weekly `statement of'"orking Day reports.
203 CONSULTANT will nionitor Contractor and Sub-Contrachil's eniployincin documentation for adherence to contract
requirements, Monitoring will mclu&
A. Maintaining I'mployrnent Documentation Log
B, Collecting, reviewing and approving lot rejecting) Requests It) Sublet,
C. Collecting Certified Payrolls to verity, that they meet contract voage requirements.
1), Collecting Statements of Intent to pay prevailing wages.
L Collecting Affidavits of Wages Paid
204 CO NS IJ LTA NT swill review and respond to Requests, for l[ n fi mn ation (RF1 s) submitted by the Contractor Responsesovill
include technical interpretations of the drawings, specification, and Contract Documents, The CONSULTANT will update
the RH Log as Rl"'Isare submitted and resolved,
205 CONS U I-TAN T will imunior issues that may eventually have impacts to the prqiect budget or schedule, These issues swill he
documented hiffinuation included in the Log will be:
A. Ali assigned number that will be used to track each issue separately,
B, 'file date the issue became known
C A description of the issue,
D, Ali estimate of the IoNvest cost necessary to resolve (tic issue. If resolution creates an overall decrease to the budget, this
amount would be negative,
I . Ali estimate of the highest cost necessary to resolve the issue
I-, An estimate of (fie issue's impact on Working Days.
G A sumrruir} ol'project documents that relate to the issix,
14, Comments relating to the issue,
206 CONSULTANTwill prepare Change Orders and will include tile Cl"l')' in the process (if Change Order negotiation and
preparation, Items tracked rising the Issue Log may eventually become Change Orders. CONSULTANTChuge Order work
will include:
A Scheduling and conducting negiouation tnectings The CONSULTANI will create and distribute meeting agendas and
minutes
B. Preparation of independent Engineer's Elstuntites,
C . Compilation of Change Order back-tip. This will include, but is not limited ter:
i. Engineer's Estimates
it, E-mail corTespondericc
in F,xtra Work Orders front Contractor
iv, Design Change 0wcurnents
S Meeting Minutes
D preparation of'Change Older Justifications, ( I change order included in cost) Justifications will include;.
i A description ofthe change,
it An evaluation of what is required by the Contract
in, Ali explanation as to why a Change Order is necessary,
i v. Descriptions of 'considered afternatives, to a Change Order
v The reasons for enfiflerncnt� why the work cannot be paid for under the existing contract
,
vi. 'file n attics ofthose that approved the Change Order,
vu. Art evaluation of impact to Working Days.
viii. Change Order back-tip.
L Writing the Change Orders and Providing them to CITY for edits and/or concurrence,
F Obtaining the necessary signatures for execution once ca,uicurrcncc has been given by the CITY,
G Maintaining the Change Order Log.
CA revised : 1-2013
im
M.
300 Construction Services - Field: Working 1)4",s 30.
CONSULTANT will provide full nine Inspection consrsfing ofa senior inspector depending (in die skill sets needed for the
days operation to assist and observe day -to -day conduct ofconstruction I his will include acting as the project hob for
communications. monitoring Contractor adherence to Contract Documents and documernalion of Contractor's, work progress
for payment, Work will include the tbllowmg:
301 CONSULTANI' vviH request and review the Contractor's breakdowns of lump -stint items for accuracy and payment purposes,
Breakdowns will be used to evaluate construction progress of these, fterris for pay estimates
302 CONSULTAN'r will Prepare Fichl Note kecords that derail Contra cl or's completed work tbr inclusion in nuunlity Pay
Estimates, Field Note Records vvitl internally be checked for accuracy prior to being entered into Pay I'stunates
303 Prior In monthly Pay 1"stanate completion, the ONSUIA AN f will coordinate with each of the Contractors to teach
agreement (in the Pay Estinian: quantities,
304 CONSULTANTwill review the materials delivered to the project site to ensure they are the approved construction materials,
This Nvill be done by checking them against the approved Submittals and noting riumcnals delivered can Inspector Daily
Reports (IDR).
305 the CONSULTAN f hispectoosl will prepare up it) 30 Inspecror's Daily Reports, using the try's provided )DR harm. It'
there is more than one Inspector, each will prepare an individual report. JDRs %still include:
A. Weather infiarniaticm,
B. Contractor and ,Subcontractors working that date, as well as the (in-site representative for each.
C. A work activity sunintary.
D. Bid iterns worked on
E Equipment and employees utilized and hours used/worked,
V. A diary to he used as a narrative of the day's, events.
G, Photos,
It, Materials used,
306 CONSULTANT will take plionis of'construclion progress and will maintain thern electronically in an orderly fashion. t.Jpon
completion of the project, these photos will be burned to discs that will be included in the hard-copy files.
307 CONSULTANTwill assist tire CITY regarding Public Information by assisting, the C11 "Y with responding to project related
questions front property owners and the general public
309 CONSULT A NT 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'subminals, and coordinate getting technical engineering reviews. Materials
that do not require testing will be Yelected, approved or conditionally approved per the requirements of(he 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 vvill be notified iturnediately afany
unapproved materials or failed test results
401 CONSI TTANTwill update the Submittal list as submittals are rejected, approved, or conditionally approved by the city as
well as when test results are obtained.
402 C "ONSULTAN'fwill inspect the Pipe and backfill materials far artherence to Contract requirements.
403 CONSULTANI'vvill inspect installation of earthwork and Hot Mix Asphalt f6r adhetence to Contract requirements, Fornial
testing will be performed by City materials testing agency,
500 Project Completion.
Assist the CITY widi the close-out oil f (lie project, Items ofwork include the roflowing!
501 C(-)NSULTANT%N!H coordinate with the CITY, and the Contractor to resolve outstanding project issues, ']')its includes up to
(1) Project Closcout Meetings, The CONSULTAN't- wilt prepare and distribute the agendas and minutes
502 CONS ULTA NTsvill prepare a Letter of Substantial Completion for issuance by the city. This letter will include punchlist
items for both Physical and Final completion
503 CONSULTAN'r will coordinate with the Contractor to obtain all outstanding project documentation,
CA revised : 1.2013
r-I •
Lei*]
504 CONSULTANT will prepare as Punch List ofwork ticnis fur the Contractor. This list will be created ivith input front the
cify, Creation ofthe list will include I initial project walkthrough air(] tip it) I l'ollow-up walkthroughs to ensure Punch List
work is complete. f he list may still be revised after it has been issued to the Contractor.
505 CONSLUFANT %% ill take photos of completed project and will mannain them electronically in an orderly fashion Upon
completion ofthe pro ' ject. these photos will be b trued to discs that will he included in the hard-copy tiles,
506 ity"s Friginecring Firm will backdraft the As-BuRts to create it Record Drawings for city records, upon issuance off"hysical
Completion an(] the CONSULT ANT' ivill perform a review ofthe drawings ftir accurao
507 CONSULTANT will prepare the Final Pay E*suritate and Voucher. Prior to being issued to the Contractor, drafts of these
items will be routed to the CITY for review/approval,
508 CONSLA TANT will revk:N% the protect records to vcrrt�r that they are complete This will be a last check betbre hard-copy
tiles are transibi-red to the (TlY
509 Attend as wrap tip meeting with the ('If Y
600 Survey.
Consultant shall coordinate with PM and onstruction Contractor (CC) as needed to require compliance with and verify that the "nistroction
survey work completed by the CC Iiir the ProJect is in confbtinance with the approved plains, specifications and applicable laws,
Consultant shall perf6rin QA review ofthe Contractor*s Surveyor's calculations, ofthe above described elements, in accordance with
established Agency policies and procedures, Calculations must be sufficient to establish the correct position, orientation, arid elevation ofthe
work within required tolerances from control stations.
700 Optional Field Services:
Upon written approval from die CITY, the CONSULTANI' shall provide engineering services beyond the work identified above ServCeS
may include the addition of new tasks'; additional working days added to the contract or increasing the work effort offlie criginecrinx s ser ic
s c
as directed by the CITY Such work shall be specified in a written Supplement to this Agreement
Additional work elements Rn- consideration anadl recommended by the Consultant include:
Materials testing- compaction of bedding and backfill, testing cit'llot Mix Asphalt pI INIA)
Optional services may include: additional Nvoik caused by extension ol"confract time due to Non-Working Days cir schedule delays, additional
project meetings, additicnial testing due to flailing tests, additional surveying and mapping, additional geotechnical analysis, additional
environmental documentation, document printing and overtime due to the contractor working weekends,
Assumptions Cont:
• flins scope and I& does not include construction support services during non-working days A Non-Working [)ay is defined in the
\k'SDO'f StandratiSpecificatio is as "`.,. unworkable beeaaaasc of weather or conditions caused by tyre wvecither tpaat prevents
satisfactory and timely PeIrlortnance of the work shown on the critical path of the Contracior's approved schedule " If the contract
amount under this agreement is exceeded, the C()NSULTANTmay request a supplement to cover the costs incurred fioni work
completed on Non-Working Days,
• ('OnStIrnerion will take no more than 30 working days,
• The Contractor will be responsible for crivironnicidal documentation requirements
• No ( Yverfinie has been estimated
• Assume the contractor will work ftorn, 7,00 am to 4,00prit, working a 40 Win week, 8 hours a day, I shift,
• No office space for Consultant will be provided
• Consultant will provide vehicle and fbel, cell phone, standard sakly %%,car and laptop computer.
• Mileage I'm PPM, PM/Rl',,. inspector and CA, assurne 24 cm/ca x trips roc, 80 miles 1- 35 insp x trips*80 round trip (includes
anticipated on-site daily mileage)
CA revised ; 1-2013
r-yal
Leli
Defiverables by Task:
100 Pre-Construction, Services
0 102 Disc of pre-construction photographs
104 Prepare hard copy and electronic file for project docurnentation
Q, 105 Prepare ProjectTernplates (Design Changes, Change orders, Case Logs, Flay I-Stintates and ledger, Forecasted cost
of Completion)
0 106 Prepare Project I ogs (Design Changes, Change orders, RVI's, Submittals, Materials on Fland, Flinployment)
0 107 Pre-construction meeting agenda, sign -in sheet and minutes
0 109 (2) CONSULTANT Progress Invoices
0 200 Construction Management Administration
0 201 Up to (2) Pay Estimates
Q 202 Up to (6) Weekly Statement of Working, Days
C, 203 Employment documentation and tracking log R)r Contractor and Sub-Contractors
Q 204 RF1 responses and R Log
0 205 Issue Log
as 206 ( 1) Change Orders (CO), a CO Log and with back-up
0 300 Construction Services— Field
301 Review t)fltjnip-sttiiibreakdo vats
II'D 302 Field Note Records
" 305 Inspcctor's Daily Reports
11:1 306 Disc of construction progress photos,
0 400 Materials
a none
# 500 Project (I ompletion
G 501 Meeting agendas, sign-in shecis and minutes f6r tip lo (2) closc-out meetings
0 504 Final Punch List
505 prepare Letter of Physical Completion,
0 506 Disc of completed project photos
0 507 Contractor produced As-Builis t'Record Drawings)
0 508 Final Pay Estimate and Voucher
0 509 1 lard-copies ol'project files
0 5 l0 Attend Wrap tip nreeling,
0 600 Survey
0 ("ontramr shall provide.
• 7011 Additional Services
CA revised : 1.2013
Ell
Exhibit "B"
Project Budget
City of Tukwila
6200 Southcenter Boulevard, Tu la 1t to 98188
CLENT Name:
PROJECT Description
ProposaUJab Humber:
City of Tukwila
Mt6. Amasser Port East Serer repair Project
Gate:
Contract Number:
92
TO r r i r r .............
Construction, Inc. The ILA includes cost estimates for now but the actual costs will be full
reimbursed to the City. UNANIMOUS APPROVAL. FORWARD TO JUNE S, 2017 REGULA
CONSENTAGENDA. I
D. Transportation Demand Management Program and Hopelink Partnership
Staff updated the Committee on the background and activities of the Tukwila Transportation
Demand Management (TDM) Program, formerly known as the Commute Trip Reduction
Program. The TDM Program has expa�nded to focus on all trips including non-commute trips,
and is supported through several federal funding sources in addition to the CTR allocation. The
City partners with Hopelink on a specialized "TDM for Diverse Communities" component which
provides transportation information and resources to 1• •# populations. DISCUSSION
ONLY.
E. Resolution- Six-Year Transportation Improvement Program (2018-2023),
Staff is seeking Council approval of a resolution to adopt the annual update of the Six-Year
Transportation Improvement Program (TIP) for 2018-2023. The TIP is a compilation of
transportation projects planned within the next six years that are deemed regionally significant
orthat have grant funding prospects. This update includesthe addition of the South 140tl Street
Intersection Improvements project and the deletion of Andover Park East/industry Drive
Intersection, South 1331d Street/SR599 Intersection, Walk & Roll Program, Boeing Access Road
Bridge Rehabilitation, and TUC- Pedestria n/Bicycle Bridge, The Committee requested that the
Walk & RoR Program be retained in the, TIP as a placeholder even though it is unfunded during
the 2018-2023 timeframe, UNANIMOUS APPROVAL AS AMENDED. FORWARD TO JUNE 12,
2017 COMMITTEE • THE WHOLE.
F. Construction Management Contract: CB Rehab - 2016 APE Sewer Repair
Staff is seeking Council approval of a construction management contract with AKANA in the
amount of $58,869.00 for the 2016 Andover Park East Sewer Repair Project. AKANA was rated
the highest of three applicants based upon the established on criteria, and the fee is well
Linder the budget of $120,000.00 UNANIMOUS APPROVAL. FORWARD TO JUNE 5, 2017
PEGULAR CONSENT AGENDA.
G. Universal Ggrbage Collection
Council President Robertson requested that a Council committee discuss the issue of universal
garbage collection in the City, The City does, not currently require residential subscription to
garbage services as part of its current contract with Waste Management, and around 21% of
single family households do not subscribe. The City's Code Enforcement division has advocated
for universal garbage collection in the City to reduce trash and pest related violations, but most
of the public comments to the Council on the matter have been in opposition. The current
Waste Management contract expires in 2019 and includes two optional 2-year extensions. The
Transportation & Infrastructure Committee received a comment letter in opposition from Ted
and Diane Myers dated May 20, 2017. Following discussioin, the Committee agreed that
universal garbage collection should be assessed as part of the contract analysis and future
negotiations with Waste Management, but that it doesn't make sense to pursue this year.
DISCUSSION ONLY.
93