Loading...
HomeMy WebLinkAboutCOW 2008-10-27 Item 4B - Contract Supplement #6 - Interurban Avenue South Waterline Management with Anchor Environmental for $53,978 COUNCIL AGENDA SYNOPSIS ITEIIvI No. 0 1 Meeting Date Prepared by 1 Mayor's review I �CQuncit review J 1 10/27/08 I MM O9 -2- f 11/03/08 1 MM 10- ITEM INFORMATION CAS NUMBER: 08-130 I ORIGL \IALAGENDA DATE: OCTOBER 27, 2008 AGENDA ITEM TITLE Interurban Ave S Waterline Project Construction Management Services Supplement No. 6 with Anchor Environmental, LLC. CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other Mtg Date 10/27/08 Mtg Date 11/3/08 Mtg Date Mtg Date Mtg Date Mtg Date Mtg Date: SPONSOR Council Mayor Adm Svcs DCD Finance Fire Legal P&R Police Pi7 SPONSOR'S Base Contract 06 -049 with Anchor Environmental, LLC was a blanket construction SUMMARY management agreement. The Interurban Ave S Waterline construction bid was awarded to Gary Merlino Construction Company on September 3, 2008. Supplement No. 6 has been negotiated with Anchor in the amount of $53,978.00. The scope of work includes all construction management and inspection services during the waterline construction contract. REVIEWED BY COW Mtg. CA &P Cmte F &S Cmte Transportation Cmte Utilities Cmte Arts Comm. Parks Comm. Planning Comm. DAZE: 10/20/08 RECOMMENDATIONS: SPONSOR /ADMAN. Authorize Mayor to sign supplement with Anchor Environmental, LLC. CoMMIrrtEE Unanimous approval; forward to COW. COST IMPACT FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $53,978.00 $60,000.00 Fund Source: 401 Water Fund (pages 79, 2008 CEP) Comments: MTG. DATE RECORD OF COUNCIL ACTION 10/27/08 11/03/08 MTG. DATE ATTACHMENTS 10/27/08 Information Memo dated October 16, 2008 Supplement No. 6 with Exhibits Utilities Committee Meeting Minutes from October 20, 2008 11/03/08 INFORMATION MEMO To: Mayor Haggerton From: Public Works DirectoTX) Date: October 16, 2008 Subject: Interurban Ave South Waterline Project No. 04 -WTO2 Consultant Agreement 06 -049, Supplement No. 6 Construction Management Services ISSUE Approve Supplemental Agreement No. 6 to Consultant Agreement Number 06 -049. BACKGROUND Base contract No. 06 -049 with Anchor Environmental, LLC of Seattle, WA included on -call construction management (CM) services in support of any City funded construction projects. On September 3, 2008, City Council approved the Interurban Ave S Waterline construction contract with Gary Merlino Construction Company, Inc. This project will replace the existing forty- year -old 12" cast iron waterline along Interurban Ave South from 42" Ave S to 48t Ave S in front of Shell Oil, Jack In the Box and Starbucks. To provide adequate CM and inspection support to Public Works project staff, we solicited a proposal from Anchor Environmental. ANALYSIS Anchor Environmental has previously provided design review services for this construction project. In addition, Anchor has the proper expertise and staff availability to provide CM and inspection services. Supplemental Agreement No. 6 was carefully reviewed and is reasonable in scope and fees at $53,978.00. The proposed budget under this project for Construction Management is $60,000.00 and Anchor's supplement of $53,978.00 is well within budget. RECOMMENDATION Approve Supplemental Agreement No. 6 with Anchor Environmental in the amount of $53,978.00. Attachment: Supplemental Agreement No. 6 to Consultant Agreement No. 06 -049 P:\PROJECTS\A- WT Pmjear \04WT02 IU Waterline \Construction Phase\Anchor Environmental CM\Info Memo for CM services Anchor sup 6.doc SUPPLEMENTAL AGREEMENT NUMBER SIX TO CONSULTANT AGREEMENT NTJibiBER 06 -049 THIS SUPPLEMENTAL AGREEMENT SIX is entered into between the City of Tukwila, Washington, herein -after referred to as "the City and Anchor Environmental L.L.C., Inc., hereinafter referred to as "the Consultant in consideration of the mutual benefits, terms, and conditions hereinafter specified. The City desires to supplement the agreement entered into with the Consultant and executed on, April 17, 2006 and identified as Agreement No. 06 -049 and previously amended by supplements, the most recent being Supplement No. 5 dated March 11, 2008. All provisions in the basic agreement and the previous supplements remain in effect except as expressly modified by this new Supplement No. 6. The changes to the agreement are described as follows: 1. Scope of Services, is hereby changed to add to the general scope of services the specific scope of services as outlined in Exhibit A -6. 2. Payment, shall be amended as follows: See attached Exhibit B -6. Payment for the work provided by the Consultant as part of this supplement shall be made as outlined in the agreement and the total amount of payment to the Consultant for the work presented in this Supplement No. 6 shall not exceed $53,978 without express written modification of the Agreement signed by the City. 3. Time for Performance, shall be amended as follows: No change to the basic agreement duration as amended by Supplement 5. Supplement Six has an estimated duration of 90 calendar days. DATED this day of 2008. CITY OF TUKWILA CONSULTANT BY: Jim Haggerton,, Mayor Printed Name: Ed Berschinski Title: Partner 1 oft 0 M)� 02_( 6 s EXHIBIT A -6 City of Tukwila: Consul Agreement No.06 -049 Supplement No.6 Interurban Ave Waterline Replacement e o 0- Revised scope of work 1 09 8 0 p Specific Scope of Work Construction Management Services The following represents the general scope of services to be performed by Anchor Environmental L.L.C. (Anchor) during construction of the Interurban Ave. Waterline Replacement project. The services are divided into different categories of work that represent the chronology of the activities as well as the types of services provided. This scope is intended to reasonably address all construction- related services that would normally be anticipated for a project of this type. Task 1 Pre Construction Services Subtask 1.1 Construction Document Review (No charge) Scope Obtain from City and become familiar with bid documents (plans, specifications), property owner agreements, and other information pertinent to the CM process. Hold kick off meeting for Anchor project team. Subtask 1.2 Pre Construction Meeting Scope Attend pre construction meeting. Subtask 1.3 Submittal Review Scope Log and track contractor submittals (as outlined in specifications). Review contractor technical submittals (i.e. shop drawings, catalogue cuts, work plans, test reports and certifications). for general compliance with contract requirements. General submittal requirements (i.e. Schedule, wage rates) will be routed as requested for review by City Water Dept. staff and/or City /Consultant designers. Subtask 1.4 Conditions Review Scope Task 2 Contract Administration Services Subtask 2.1 Planning Scope Correspondence: Prepare draft response on behalf of City to all project construction correspondence requiring responses. Final formal correspondence will be issued by City. Status Reports: Prepare and transmit monthly invoices and status reports. Status reports shall include project progress with respect to critical timelines, budget status and identification of any issues that may affect schedule or budget. Subtask 2.3 Progress Payments Payment: Prepare payment spreadsheet. Review monthly progress payment requests submitted by the contractor. Provide measurements and verification of progress and submit monthly application for payment to the City for processing. Payment to Contractor will be issued by City. Products Payment spreadsheet with signature page Task 3 Field Observations/ Inspections Scope Activities performed by field engineer /technician Pre construction conditions: Document pre construction conditions, including pre construction construction site condition surveys, photographs, and record any visible property comers. Observation: Observe the technical conduct of the contractors work for quality and compliance with design documents, approved submittals and/or applicable technical standards. Prepare a daily inspection report and take progress photographs. Interpretations: Provide day to day interpretation of contract requirements and respond to contractors questions including resolution of minor issues. Testing: Perform or cause to be performed sampling and testing of materials to be incorporated into the project. Witness leak testing performed by contractor and purity testing r f I at Ci 7 laboratory. tort' All 11 test lance veril purit les in performed al City contracted l0.Uora o y C'lll esl acceptance by City utility personnel. Measurements: Perform or cause to be performed field measurements to determine excavation quantities, trench backfill and placement limits, etc. as well as surveys or other measurements to verify pay requests and conformance with project requirements. Field Changes: Facilitate minor field changes to circumvent change orders due to obstructions or other unanticipated conditions. Coordinate with design engineer for any changes that may impact project cost or time. (See Task 4). Communications: Maintain primary day to day communications with the contractor and keep the construction manager informed of activities. Receive comment from neighboring property owners /tenants and the general public and provide responses for questions and concerns. Check for contractor compliance with requirements for traffic control and notice requirements with city and WSDOT when disconnecting loops. Participate in bi- weekly project meetings Note: Assumes a 90 calendar day construction contract duration. For budgeting purposes the Anchor inspector is only expected to be on site for only about 40 working days and averaging a 9 hour day. Additional inspection needs will be performed by the City of Tukwila. Products Tnspection Daily Reports Field Sketches and Measurements Progress photos Task 4 Construction EngineeringlChange Orders Scope Respond to questions related to site engineering. Evaluate contractor proposed revisions or substitutions. Change Orders: In coordination with the city design engineer, prepare calculations, drawings, cost estimates and justification for change orders for approval by City. This includes coordination with designer for input regarding technical acceptance of design changes. Negotiate change orders with the contractor and incorporate fully endorsed change order documents into the project. For this fee estimate we have assumed up to four minor change orders 8 hours per C.O. for 32 hours. Task 5 Site Visits/Meetings Scope Up to two site visits by construction manager to review conditions in combination with attending a bi- weekly coordination meeting with the contractor or separately to review change order conditions. Exclusions Anchor shall assume no responsibility for proper construction techniques and jobsite safety. The presence of Anchor personnel at the construction site is for the purpose of providing the City a greater degree of confidence that the 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. Anchor will endeavor to protect all parties against defects and deficiencies in the work of the contractor(s) but cannot guarantee the contractors performance and shall not be responsible for construction means, methods, techniques, sequences of procedures, or for safety precautions and programs in connection with the work performed by the construction contractor or any subcontractors. Estimated Fee A detailed breakdown of labor and a fee estimates by task is provided in the accompanying budget spreadsheet. Note that labor hour breakdowns by subtask are included in the spreadsheet. However, we have only used the subtask designation to explain the basis for our budget estimates, and have anticipated that we would track and bill costs at the Task level, not at the subtask level. We trust that this proposed scope and cost estimate is sufficient for your needs. If you have any question regarding this scope, please do not hesitate to contact Ed Berschinski. Exhibit B -6 Summary of Costs City of Tukwila City Supplement Six Interurban Ave. Water Main Replacement Staff Type Rate Hours Total Office Senior Project Manager $63.10 59 3,723 Project Assistant $20.48 20 410 Total Hours 79 Total Labor (DSC) 4,133 Office OH 171.86% x DSC 7,102 Subtotal Office Labor $11,234 Fee 15% of Office Labor subtotal 1.685 Total Office Labor $12,919 Field Senior Inspector $38.71 360 $13,936 Field OH 140.0% $19,510 Subtotal Field Labor $33,446 Fee @15% of Field Labor subtotal 5.017 Total Field Labor $38,463 Total Labor 51,382 Total Expenses 2,596 Total Project 53,978 J�W t vgsy �`•1�� 0'� I. City o f Tukwila Utilities Committee 1908 UTILITIES COMMITTEE Meeting Minutes October 20, 2008 5:00 p.m. Conference Room #1 PRESENT Councilmembers: Verna Griffin, Chair; Joan Hernandez, and Kathy Hougardy Staff: Jim Morrow, Frank Iriarte, Bob Giberson, Ryan Larson, Pat Brodin, Mike Mathia, Gail Labanara and Kimberly Matej CALL TO ORDER: Committee Chair Griffin called the meeting to order at 5:04 p.m. I. PRESENTATIONS No Presentations. II. BUSINESS AGENDA A. Interurban Avenue South Waterline Construction Management Supplemental Agreement Council has approved a bid award for replacement of the Interurban Avenue South Water Line. This project will replace an aging cast iron water line which has been consistently problematic (see Utilities Minutes dated August 18, 2008). The waterline runs along Interurban Avenue South from 42n Avenue South to 48 Avenue South. Staff is now seeking full Council approval for Supplemental Agreement No. 6 (to Consultant Agreement No. 06 -049) with Anchor Environmental, LLC of Seattle in the amount of $53,978 for construction management and site inspection services related to this project. UNANIMOUS APPROVAL. FORWARD TO OCTOBER 27 COW FOR DISCUSSION. B. GIS Inventory Area 5 Consultant Agreement Staff is seeking full Council approval to enter into a consultant agreement with Perteet Engineering, Inc. in the amount of $150,000 for the mapping of all storm drainage and survey monuments within the public right -of -ways for Area 5 of the Geographical Information Systems (GIS) Inventory. As part of the implementation requirements of the National Pollution Discharge Elimination System (NPDES), the City is conducting a multi phased GIS inventory of city owned as -built drawings for public drainage systems (catch basins and manholes). NPDES requires that all 24 -inch and larger outfalls must be Located and identified by 2011. This inventory will also allow for better tracking of storm facility maintenance needs. Perteet Engineering, Inc. has conducted all four previous phases of this inventory. The budgeted amount is greater than the project cost estimate due to carryover from 2007 for Area 4 completion and the Master Drainage Plan. UNANIMOUS APPROVAL. FORWARD TO OCTOBER 27 COW FOR DISCUSSION. C. 2008 3rd Ouarter Report The Committee reviewed the status of program goals as outlined in the 2008 3 Quarter Report. INFORMATION ONLY. III. MISCELLANEOUS Meeting adjourned at 5:46 p.m. Next meeting: Monday, November 3, 2008 5:00 p.m. Conference Room No. 1. I �1 Committee Chair Approval Mines by KAM. Reviewed by GL.