Loading...
HomeMy WebLinkAboutCOW 2007-01-22 Item 4E - Agreement - Southcenter Boulevard Water Main Replacement with Anchor Environmental COUNCIL AGENDA SYNOPSIS s R je y r�Titials ITEM No. 1 P 4 1 Meeting Date Prepared by I Mayor' review I inc review 1 -Ai W 01/22/07 BGO A/ ,41- I OW 02/05/07 1 R 3 ITEM INFORMATION CAS NUMBER: 07-013 I ORIGINAL AGENDA DATE: JANUARY 22, 2007 AGENDA ITEM TITLE Southcenter Blvd Water Main Replacement Project Construction Management Services Supplement No. 2 with Anchor Environmental CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other ilitg Date 1/22/07 Mtg Date 2/05/07 Mtg Date Mtg Date Mtg Date 2/05/07 ilitg Date litg Date: SPONSOR Council Mayor Adm Svcs DCD Finance Fire Legal P &R Police PJV SPONSOR'S Construction Management Services have been negotiated with Anchor Environmental for SUM ARY the Southcenter Boulevard Water Main Replacement project in the amount of $89,615.00. The scope of work includes construction inspection, survey control, project management, contract administration and documentation. REVIEWED BY COW Mtg. CA &P Cmte F &S Cmte Transportation Cmte Utilities Cmte Arts Comm. Parks Comm. Planning Comm. DATE: 1/17/07 RECOMMENDATIONS: SPONSOR /ADMIN. Authorize Mayor to sign the supplement with Anchor Environmental. COMMIrrEE Unanimous approval, forward to COW. COST IMPACT FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $89,615.00 $980,000.00 Fund Source: 401.02 Water Fund (page 78 79, 2007 Proposed CIP) Comments: Includes $440, 000 from page 79 and the Interurban Ave South Waterline Project MTG. DATE RECORD OF COUNCIL ACTION 1/22/07 2/5/07 MTG. DATE ATTACHMENTS 1/22/07 Information Memo dated January 9,. 2007 Consultant Supplement; CIP pages 78 79 Utilities Committee Meeting Minutes from January 17, 2007 2/5/07 INFORMATION MEMO To: Mayor Mullet From: Public Works Director Date: January 9, 2007 Subject: Southcenter Boulevard Water Main Replacement Construction Management Services Supplemental Agreement No. 2 ISSUE Supplemental Agreement No. 2 has been negotiated with Anchor Environmental for construction management services on the Southcenter Boulevard Water Main Replacement project in the amount of $89,615.00. BACKGROUND Anchor Environmental is under an existing two -year master agreement for construction management services. Their first supplemental agreement was for Maule Ave /Campbell Hill and 58 Ave S Waterline project. ANALYSIS This supplement for construction management services has been negotiated for a fixed fee not to exceed $89,615.00. The scope of work includes construction inspection and reporting, construction survey control and spot checking, part-time project management and contract administration. This fee is fair and reasonable. The construction management funds of $50,000 shown on page 78 of the 2007 CIP will be supplemented by the $40,000 shown on page 79 from the Interurban Ave South Waterline project. RECOMMENDATION Authorize the Mayor to sign Supplemental Agreement No. 2 with Anchor Environmental for construction management services in the amount of $89,615.00. BG:gl attachments: Consultant Supplement with A -2 B -2 P:\PUBWORKS\PROJECTS\A- WT Projects\98wt05 Southcenter Blvd\INFO MEMO Anchor Environmental CM Supplement No 2 .doc SUPPLEMENTAL AGREEMENT NUMBER TWO TO CONSULTANT AGREEMENT NUMBER 06 -49(b) THIS SUPPLEMENTAL AGREEMENT 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 20, 2006 and identified as Agreement No. 06 -049. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: 1. Scope of Services, is hereby changed to include the general scope of services and specific scope of services as outlined in the attached Exhibit A -2. 2. Payment, shall be amended as follows: See attached Exhibit B -2. 3. Time for Performance, shall be amended as follows: Payment for the work provided by the Consultant as part of this supplement shall be made and the total amount of payment to the Consultant for this work shall not exceed $89,615 without express written modification of the Agreement signed by the City. DATED this day of 2007. CITY OF TUKWILA CONSULTANT By: Steven M. Mullet, Mayor Printed Name: Ed Berschinski Title: Partner Exhibit A -2 City of Tukwila Construction Management Services 2006/2007 On -Call Supplement Number 2 Contract Number 06- 049(b) Construction Services Scope of Work January 10, 2007 The Consultant shall provide Construction Management and Field Observation services for the Southcenter Boulevard Waterline Replacement as outlined below: A. The Consultant shall provide project management throughout the construction duration. This includes management of staff and testing subconsultant and preparation of monthly invoices and progress reports. The estimated project duration is 90 Calendar Days. B. Prepare for and attend pre construction conference with the City, Contractor, and affected utilities. The Consultant shall prepare notice of pre- construction meeting, agenda, and minutes for distribution to all attendees. C. The Consultant shall keep records and prepare correspondence as required for the duration of construction. Certified payroll and other required documentation obtained from the Contractor will be provided to the City. D. The Consultant shall provide one set of preconstruction photographs and any photographs taken during the course of construction. Photographs will be labeled with the date taken and subject matter. E. The Consultant shall provide the services of one inspector and supplemental assistants, as needed, on the project site who will observe the technical content of the construction, including providing day to day contact with the Contractor and the City. By providing such assistance, the Consultant shall assume no responsibility for proper construction techniques and job site safety. The presence of the Consultant's personnel at the construction site is for the purpose of providing to the City a greater degree of confidence that the completed work will conform generally to the Contract Documents. The Consultant will endeavor to protect all parties against defects and deficiencies in the work of the Contractor, but cannot guarantee the Contractor's 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 and any subcontractor. F. The Consultant shall contract with an independent testing lab for material testing services such as field sampling, sieve analysis, in place density tests, extraction, and rice density. A $1,000 allowance has been included for testing services from an independent lab. G. The Consultant shall review traffic control, schedule, and materials submittals provided by the Contractor. H. The Consultant shall provide periodic, informal site visits with the field observer and Contractor to address concerns, make clarifications, and assure compliance with Contract Documents. The Consultant shall review change conditions as they arise and make recommendation to the City for field changes /change orders. J. The Consultant shall track quantities, prepare pay estimates, and review with City and Contractor for approval. Four pay estimates are anticipated for this project (3 monthly progress payments and 1 final payment). K. The Consultant shall provide field inspection for substantial completion and final completion. L. The Consultant shall prepare and review a comprehensive punchlist based on the above field inspections. M. The Consultant shall revise the original drawings and prepare field survey and record drawings and submit to the City, upon completion of the work, using available information supplied by the Contractor and field personnel. As -built survey information shall include roadway centerline profile grades at 50 -foot intervals, horizontal and vertical locations of all catch basins, manholes or other significant structures (as appropriate for the type of project). The Consultant shall provide one set of original red -ink on mylar record drawings one set of bond copies and the AutoCAD record drawings on CD ROM The construction duration is anticipated to be 90 Calendar Days with a construction start date of approximately March 1, 2007. All work shall be completed within 30 calendar days after project acceptance. Deliverables: Items to be provided by the Consultant: Preconstruction notice and minutes Daily field inspection reports Field testing reports Preconstruction and construction photos Documentation from site meetings, change conditions, and field directives. Copy of all correspondence and payroll information received. Change orders, if required. Partial and Final pay requests Punchlist. Record Drawings (mylars, bond copy and AutoCAD files on CD ROM) Items to be provided by the City: Contract award Contract closeout Copy of Auto CAD files to prepare record drawings Contract documents (3 -'h size sets of plans and specifications, 2 full size plan sets) Review /Acceptance of purity and pressure tests Exhibit B -2 Summary of Costs City of Tukwila 2006/2007 On -Call Construction Services City Supplement Two Southcenter Boulevard Water Main Replacement Staff Tyne Rate Hours Total Office Senior Project Manager $63.10 186 $11,737 CADD technician $30.91 12 371 Project Assistant $20.48 72 1,475 Total Hours 270 Total Labor (DSC) $13,582 Office OH 170.25% x DSC $23.123 Subtotal Office Labor $36,705 Fee 15% of Office Labor subtotal 5,505 Total Office Labor 42,210 Field Senior Inspector $39.00 364 $14,196 Field OH 140.0% $19.874 Subtotal Field Labor $34,070 Fee @15% of Field Labor subtotal 5.111 Total Field Labor 39.181 Total Labor 81,391 Total Sub consultants 3,300 Total Expenses 4,924 Total Project 89,615 City of Tukwila: Consultant Agreement No.06- 049(b) Supplement No. 2 Southcenter Boulevard Waterline Replacement 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 Southcenter Boulevard. 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 Scope Obtain from City and become familiar with plans, specifications, property owner agreements, etc. Hold kick off meeting for Anchor project team. Subtask 1.2 Pre Construction Meeting Scope Issue invitations and prepare meeting agenda Conduct and attend pre construction meeting. Prepare and distribute meeting minutes. Subtask 1.3 Submittal Review Scope Log and track contractor submittals (as outlined in specifications). Review contractor submittals for general compliance with contract requirements. Submittals include general requirements (i.e. Schedule, wage rates) as well as technical submittals (i.e. shop drawings, catalogue cuts, work plans, test reports and certifications). Submittals will be routed as requested for review by City Water Dept. staff and/or City /Consultant designers. Subtask 1.4 Conditions Review Scope Pre construction conditions: Document pre construction conditions, including pre construction construction site condition surveys, photographs, and record any visible property corners. Task 2 Contract Administration Services Subtask 2.1 Planning Scope Planning: Prepare a brief project specific construction management plan that outlines tasks, staff responsibilities, procedures and forms, documentation methods, safety procedures and communication links. Subtask 2.2 Records Management Scope Documentation: Establish project specific documentation management system for maintaining project records and tracking multiple party review /approval documents. Documents include submittals, Requests for Tnformation (RFI's), change orders, test reports, surveys, meeting minutes, project photographs and general correspondence. Liaison: Act as owner's representative/liaison for all daily coordination/communication to contractor as well as that from other agencies, other contractors (adjacent projects), site tenants and other third parties that occurs during the course of the project. Correspondence: Prepare draft response on behalf of City to all formal project construction correspondence requiring responses. 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. Products Project Documentation System (Files) Tracking logs for correspondence Draft letters Status reports 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. Products Payment spreadsheet with signature page Task 3 Field Observations /inspections Scope Activities performed by field engineer /technician. 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 verify purity testing. (Some materials testing by sub consultant, see Task 8). All test acceptance by City utility personnel. Measurements: Perform or cause to be performed field measurements to determine excavation quantities, trench backfil and placement limits, etc. as well as surveys or other measurements to verify pay requests and conformance with project requirements.(Actual survey may be done by sub consultant, see Task 7). 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 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 3 month construction contract duration with 1 person on site. For budgeting purposes the inspector may not be on site full -time. Products Inspection Daily Reports Field Sketches and Measurements Progress photos Task 4 Construction Engineering /Change Orders Scope Respond to questions related to site engineering. Evaluate contractor proposed revisions or substitutions. Change Orders: Prepare calculations, drawings, cost estimates and justification for change orders for approval by City. This includes coordination with designer for input regarding design changes. Negotiate change orders with the contractor and incorporate into the project. For this cost estimate we have assumed up to five minor change orders (8 hours per C.O.). Task 5 Site Visits /Meetings Scope Periodic site visit by construction manager in combination with conducting a bi- weekly coordination meeting with the contractor. Prepare agenda and minutes of meetings including tracking of action items. Task 6 Record Drawings Scope Record Drawings: Provide a fmal conformed set of drawings that include any field changes and fmal configuration of facilities Task 7 Surveying Scope Activities: To be performed by City approved survey subconsultant (as needed) Provide visual spot checks of contractor's alignment, grade cuts, elevations, etc. as a quality control check and only use 3 party surveyor if questionable issue. Provide cross sections of cuts and fills to check quantity calculations for payment. Products Survey Reports Task 8 Materials Testing Scope Work on this task will not begin until receipt of City approval of a qualified, independent subcontractor. Provide tests of materials for compliance with contract requirements for gradation, compaction, strength, etc. (as needed only to verify) Products Test Reports Note: Anchor will review test results for compliance with the project specifications. 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 Costs A detailed breakdown of labor and cost 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 Berschisnki. CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2007 to 2012 PROJECT: Southcenter Blvd Water Main Replacement LINE ITEM: 401.02.594.34. .09 PROJECT NO. 98 -WTO5 DESCRIPTION: Design and construct 1,900 LF of new 10" ductile iron pipe from Grady Way to Tukwila Parkway. JUSTIFICATION: Aging cast iron system has suffered frequent and spectacular failures. STATUS: Survey and in -house design began in 2004, advertise bids in late 2006 with construction in 2007. MAINT. IMPACT: A new pipe will significantly reduce impact on crews from the risk of cataclysmic events. COMMENT: FINANCIAL Through Estimated (in $000's) 2005 2006 2007 2008 2009 2010 2011 2012 BEYOND TOTAL EXPENSES Design 30 15 45 Land (R/W) 0 Const. Mgmt. 50 50 Construction 490 490 TOTAL EXPENSES 30 15 540 0 0 0 0 0 0 585 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 30 15 540 0 0 0 0 0 0 585 TOTAL SOURCES 30 15 540 0 0 0 0 0 0 585 r° she: Project Location sir N I W VS 60 Sl w At E 1 41' zwilk 1 EA ii t ss 7 1., s IP li =AI l't 1 1 NI 1 s i 2D St44st t mm 3 i rr l .>s. m S1 fist k I 1 a S 14 k v 47 S I /����ii 5 160 StI 1 a S 752 5 755 St �eBMo� 5 156 S ,GI ,S S 7 St Q CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2007 to 2012 PROJECT: Interurban Ave S Waterline (42nd Ave S to 48th Ave S) LINE ITEM: 401.02.594.34. .36 PROJECT NO. 04 -WT02 DESCRIPTION; Design and construct (2) 800 LF of 10" ductile iron waterline to replace the old cast iron waterline in Interurban Ave S. JUSTIFICATION: The existing waterline is cast iron and is subject to cracking and breaking. STATUS: MAINT. IMPACT: A new pipe will significantly reduce impact on crews for risk and failure. COMMENT: FINANCIAL Through Estimated (in $000's) 2005 2006 2007 2008 2009 2010 2011 2012 BEYOND TOTAL EXPENSES Design 50 50 Land (RNV) 0 Const. Mgmt. 40 40 Construction 400 400 TOTAL EXPENSES 0 0 490 0 0 0 0 0 0 490 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 0 0 490 0 0 0 0 0 0 490 TOTAL SOURCES 0 0 490 0 0 0 0 0 0 490 t s 12E r t, Project Location 4 p lirrt N u �S 3D 5 1 I��, la /\1/t i s 1 st, S E 1 61345 1 Vile F• S 144 St I N 5 I S 1 43 St 51116 St L r u 5148 7 I f fll� i St 'd v 47 e �I �N o I 5 5150 StI IQ �S121 a 1 II1 S 156 St S 158 SI V∎ l GIS 516051 71 Utilities Committee DRAFT January 17, 2007 5:00 p.m. Present: Joan Hernandez, Chair; Jim Haggerton, Council members. Jim Morrow, Director of Public Works; Frank Iriarte, Deputy Director; Bob Giberson, Acting City Engineer; Mike Cusick, Senior Engineer; Pat Brodin; and Diane Jenkins, Administrative Assistant to the Council. Business Aeenda A. 2007 Public Works Utility Issues Mr. Morrow reviewed the issues and priorities of the utilities committee for 2007. He highlighted the National Pollutant Discharge Elimination System (NPDES) Phase II project. This is an unfunded mandate and will have significant impact on the city, both from the service which needs to be provided and reporting /staffing requirements. The city has five years to meet all requirements. There have been significant strides taken to make certain that permit conditions would be met. This and other items on the list will impact policy and funding decisions of the council. Ms. Hernandez inquired how much this unfunded mandate will cost the district. Mr. Morrow replied $75,000- $80,000 a year. The city may receive the permit and also consider joining an appeal on the issuance of the permit. Mr. Morrow solicited additional input from committee members on items they would like to have brought forward. Mr. Haggerton suggested that field trips to sites being discussed would be helpful. Discussion. B. Southcenter Blvd. Water Main Bid Award Mr. Cusick provided an update on the replacement of the cast iron Southcenter Blvd. Water main. This line was damaged in the 2001 earthquake and the main was repaired. He described the rerouting of this pipe. Mr. Morrow conveyed that the council was recently briefed on the increases in the cost of construction materials /projects. The original estimate for this project was $490,000 and increased to $620,000; the preliminary budget was already complete so was unable to transfer funds then. It was proposed to delay the Interurban Ave. South Waterline project and transfer the funds allocated for that project ($440,000) to this project. $540,000 was originally allocated for this project; this will bring the total project budget to $980,000. This will cover the cost of construction and the next item construction management. Mr. Haggerton asked if the Interurban Ave. South project could be delayed. Mr. Morrow replied affirmatively. He noted that the city is looking at a more aggressive approach to replace aging infrastructure, especially cast iron pipes. Mr. Morrow indicated that the reserves in the Enterprise funds will be examined to evaluate appropriate levels, especially in view of escalating construction costs. Mr. Haggerton asked if steps are being taken to prevent earthquake damage. Mr. Cusick indicated that ductile iron pipe e is being used which is more resistant to cracking. Ms. Hernandez requested that the location of the new pipe, along with the existing location, be shown on the map and included in the council information. Unanimous approval to move to Committee of the Whole for discussion then to regular council. C. Southcenter Blvd. Water Main Construction Management Services Mr. Giberson reviewed the process used to obtain construction management services. Five firms have master agreements and, as needed, supplemental agreements are developed which are task oriented for a specific project. A supplemental agreement has been negotiated with Anchor Environment in the amount of $89,615.00 for construction management of the Southcenter Blvd. Water Main project. Unanimous approval to move to Committee of the Whole for discussion then to regular council.