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.