Loading...
HomeMy WebLinkAboutCOW 2009-06-08 Item 4C - Agreement - Change Orders for Interurban Avenue South Waterline Project with Gary Merlino Construction for $30,714 COUNCIL AGENDA SYNOPSIS oo ILA�, 1 q�, Initials ITEM NO. 1 Meeting Date 1 Prepared by 1 Mayor's review Council re i w, a 06/08/09 -et.C� D.�7,� i 06/15/09 J I LI. c, i 290= 1 1 1 1 ITEM INFORMATION CAS NUMBER: 09-078 I ORIGINAL, AGENDA DA1L: JUNE 8, 2009 AGENDA ITEM TITLE Interurban Ave S Waterline Project Approval of Budget for Construction Change Order Nos. 2 3 CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other Mtg Date 06/08/09 Mtg Date 06/15/09 Mtg Date Mtg Date Mtg Date Mtg Date Mtg Date SPONSOR Council Mayor Adm Svcs DCD Finance Fire Legal PeR Police PIV SPONSOR'S This project replaced the water line in Interurban Ave South. During construction, an SUMMARY unforeseen 8" waterline connection near Gateway Dr was discovered and an existing water main that was thought to be 8 inches was actually 12 inches. Both of these circumstances required substantially more effort and materials to complete the connections to the new water main. The repairs were over the 10% contingency of $33,899.00 and require Council approval of Change Order Nos. 2 3 for $30,714.00. REVIEWED BY COW Mtg. CA &P Cmte F &S Cmte Transportation Cmte Utilities Cmte Arts Comm. Parks Comm. Planning Comm. DA IE: 05/27/09 RECOMMENDATIONS: SPONSOR /ADMIN. Public Works COILMLUIhE Unanimous Approval; Forward to Committee of the Whole COST IMPACT FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $30,714.00 $400,000.00 $0.00 Fund Source: 401.02 WATER FUND (PG. 79, 2008 CIP) Comments: MTG. DATE I> RECORD OF COUNCIL ACTION 06/08/09 06/15/09 MTG. DATE ATTACHMENTS 06/08/09 Informational Memorandum dated 05/14/09 Change Order Nos. 2 3 with Gary Merlino Construction Minutes from the Utilities Committee meeting of 05/27/09 06/15/09 JA tLA h 4 ei sy City of Tukwila a —4 Jim Haggerton, Mayor 4 190= INFORMATIONAL MEMO RANDUM r TO: Mayor Haggerton UTILITIES COMMITTEE FROM: Public Works Directodrn DATE: May 14, 2009 SUBJECT: Interurban Ave S Waterline Project Project No. 04 -WT02, Construction Contract No. 08 -093 Change Order Nos. 2 3 ISSUE Approve Change Order Nos. 2 3 for the Interurban Ave S Waterline Project. BACKGROUND Gary Merlino Construction Company, Inc. was awarded the construction contract for the Interurban Ave S Waterline Project for $311,000.00 plus sales tax with a 10% contingency of $33,899.00. Due to the discovery of an unforeseen 8" waterline connection near the north end of the project, Change Order No. 1 was issued for $13,800.00. DISCUSSION After issuance of Change Order No. 1, additional items were required for the unforeseen 8" waterline. Another existing water main to be connected was previously thought to be 8 inches but was actually 12 inches. Both of these circumstances required substantially more effort and materials to complete the connections to the new water main. Project staff and construction management consultants, Anchor QAE, reviewed the stated change order requests and negotiated the proposed fees stated in Change Order Nos. 2 and 3 for $30,714.00 ($16,390.21 $14,323.79). These costs were determined to be reasonable payment for the additional work. The cost increase from these change orders is over the authorized 10% construction contingency of $33,899.00 and require Council approval. RECOMMENDATION The Council is being asked to approve and forward Change Order Nos. 2 and 3 with Gary Merlino Construction Company Inc., for the Interurban Ave S Waterline Project in the amount of $30,714.00 for consideration at the June 8, 2009 Committee of the Whole meeting and subsequent June 15, 2009 Regular Meeting. attachments: Change Order No. 2 Change Order No. 3 W \PW Eng'PROJECTS\A- WT Projects \04WT02 IU Waterline \Construction PhaselGary Merlino Construdion \Change Orders 2 5 4 -23-09 \Info memo CO 2 3 5 -14-09 F,nel_doc CITY OF TUKWILA 1� �t+ CONTRACT CHANGE ORDER NO. 2 to, isoa DATE: 4 -27 -09 BUDGET NO.: 401.02.594.343.63.36 PROJECT NO.: 04 -WTO2 CONTRACT NO.: 08 -093 PROJECT NAME: Interurban Ave. S. Waterline Construction TO: Gary Merlino Construction Company, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; and B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Additional Connections. Due to an the discovery of the unforeseen 8" waterline connection near the north end of the project as addressed in Change Order No.1, additional work items beyond the CO No. 1 costs ($13,800) occurred. The related work included the addition of a 12" gate valve along with restraints needed to isolate the two systems for future maintenance purposes between the 8 inch point of connection and the 12 inch point of connection to the south. Also included was work needed to provide additional site restoration in parking and landscaped areas. When the work was performed, City staff and Anchor (CM consultant) documented and confirmed the required additional work. The Contractor submitted a cost proposal and the actual amount was negotiated to $16,390.21. This cost was determined to be reasonable payment for the additional work. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if, this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. This change represents a fair, equitable and complete compensation. ACCEPTED: Date 6/ `t Contractor s M 9 i i J Co i By 6/ Title Pc-?-0:):. ,it Original Contract (without tax) $311,000.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order (1) 13,800.00 This Change Order (without tax) 16.390.21 By Mayor REV. CONTRACT AMOUNT $341,190.21 Date Additional Calendar Days due to this change: 14 to 125 days ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w /encumbrance) Contractor (2 of 2) Construction Inspector file: p: \forms\ Construction Engineer o CITY OF TUKWILA ��k, CONTRACT CHANGE ORDER NO. 3 Y3 i o u rsos DATE: 4 -27 -09 BUDGET NO.: 401.02.694.343.63.36 PROJECT NO.: 04 -WTO2 CONTRACT NO.: 08 -093 PROJECT NAME: Interurban Ave. S. Waterline Construction TO: Gary Merlino Construction Company, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; and B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: During the course of construction it was anticipated that an existing water line from the east was 8 inches in diameter as shown on City As -Built Plans and determine through the field review of existing water valves approximately 200 feet east of the point of connection. The contractor installed the new 12° line with an 8" tee fitting to make the re- connection. After the new lines with the 8' tee were installed, the contractor dug down approximately 12 feet to intercept the existing 8' line. When they reached it, it was actually a 12' line. This discovery required the need to remove the previously attached 12° x 8" tee and 8' valve, and replace these with a 12" x 12' tee and a 12° valve. Staff also added a 12' gate valve on the north leg of the new line to provide isolation of this portion of the system when needed in the future. This added valve would isolate a smaller part of the local system thus resulting in lesser degree of service disruption and fire protection concerns to local customers should the need for a temporary shutdown occur. When the work was performed, City staff and Anchor (CM consultant) documented and confirmed the required additional work. The Contractor submitted a cost proposal and the actual amount was negotiated to $14,323.79. This cost was determined to be reasonable payment for the additional work. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. This change represents a fair, equitable and complete compensation. ACCEPTED: Date 6 1 1 :-Vol Contractor y T. (0 By v Title Original Contract (without tax) $311,000.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 30,190.21 This Change Order (without tax) 14.323.79 By Mayor REV. CONTRACT AMOUNT $355,514.00 Date Additional Calendar Days due to this change: 14 to 139 days ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w /encumbrance) Contractor (2 of 2) Construction Inspector file: p:lforms1 Construction Engineer r ,1 `sy City of Tukwila Utilities Committee 9oa UTILITIES COMMITTEE Meeting Minutes May 27, 2009 5:00p.m. Conference Room #1 **Wednesday, due to holiday PRESENT Councilmembers: Kathy Hougardy, Chair; Joe Duffie (sitting in for Pam Linder), and Dennis Robertson Staff: Jim Morrow, Frank Iriarte, Bob Giberson, Pat Brodin, Peter Lau, Ryan Larson, Mike Cusick, Mike Mathia, Gail Labanara and Kimberly Matej CALL TO ORDER: Committee Chair Hougardy called the meeting to order at 5:00 p.m. I. PRESENTATIONS No Presentations II. BUSINESS AGENDA A. Interurban Avenue South Waterline Proiect Gary Merlino Change Order Nos. 2 3 In 2008, Council approved a bid award for replacement of the Interurban Avenue South Water Line. This project replaces an aging cast iron water line which has been consistently problematic (see Utilities Committee Minutes dated 08/18/08, 10/20/08). The waterline runs along Interurban Avenue South from 42 Avenue South to 48 Avenue South. Staff is seeking full Council approval for Change Orders Nos. 2 and 3 to Construction Contract No. 08- 093 with Gary Merlino Construction Company in the amount of $30,714 ($16,390.21 and $14,323.79 respectively), for replacement of the Interurban Avenue South Water Line. This project replaces an aging cast iron water line which has been consistently problematic. These changes orders are a result of unknown waterlines and connection requirements including a change in waterline size. Council approval is required because the project change orders now total more than the Council authorized 10% construction contingency (project is still within budget). UNANNIMOUS APPROVAL. FORWARD TO JUNE 8 COW FOR DISCUSSION. B. Interurban Avenue South Waterline Proiect Anchor OEA CM Supplement No. 7 Staff is seeking full Council approval for Supplemental Agreement No. 7 (to Consultant Agreement No. 06 -049) with Anchor QEA, LLC (formerly known as Anchor Environmental, LLC) in the amount of $21,206 for additional construction management services needed as a result of the change orders as discussed in Item A above. UNANIMOUS APPROVAL. FORWARD TO JUNE 8 COW FOR DISCUSSION. C. Standby Power Upgrades Year One Ebenal General Change Order No. 5 In 2008, Council approved a bid award to Ebenal General, Inc. for standby power upgrades at the following locations: City Hall and Fire Stations 52, 53 and 54 (see Utilities Committee Minutes dated 08/04/08). The Standby Power Upgrades for the Fire Station locations have been completed. However, the original installation location and subsequent locations for the City Hall generator were determined to be cost prohibitive, and another location needed to be identified. As a result of the identification of a feasible installation area, staff is seeking full Council approval of Change Order No. 5 to Contract No. 08 -086 with Ebenal General in the amount of $50,565.03 and 76 calendar days for the Standby Power Upgrade at City Hall. Council approval is required because the project change orders now total more than the Council authorized 10% construction contingency (project is still within budget). UNANIMOUS APPROVAL. FORWARD TO JUNE 8 COW FOR DISCUSSION.