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.