Loading...
HomeMy WebLinkAboutCOW 2006-09-11 Item 3A - Bid Award - Corsair Construction for Fire Station #52 Women Restroom COUNCIL A SYNOPSIS e JAW w9 y rti Tnitiaf ITEM NO. a Meiling Dale Pr ar d by 1iz or' nth Cnar j:l review u 9/11/06 PBS4ffl A�11JaP i 1/,�' 9/18/06 C� i i ITEM INFORMATION I CAS NUMBER: 06-103 I ORIGINAL AGENDA DATE: SEPTEMBER 11, 2006 AGENDA ITEM TITLE Bid Award for the Fire Station #52 Female Restroom Project CATEGORY Discussion Motion Resolution Ordinate Bid Award Public Heating Other Mtg Date 9/11/06 3Ug Daft ix Date Mfg Date MQ Dote 9/18/06 Mtg Date Aitg Date I SPONSOR Council t1f jor Adm Svcs DCD Finance Fire Legal P&R Police PIT'/ I SPONSOR'S Three contractors were solicited for bids through the Small Works Roster and Corsair SUMMARY Construction submitted the lowest bid on August 14, 2006. The bid of $37,563.20 includes building a separate female restroom and shower area within the existing Fire Station #52. References indicate that Corsair has performed well on similar type projects and are currently under contract for the Council Chamber remodel. REVIEWED BY COW Mtg. CA &P Cmte F&S Cmte Transportation Cmte Utilities Cmte Arts Comm. Parks Comm. Planning Comm. DATE: 8/28/06 RECOMMENDATIONS: SPoNsoR /ADM IN. Award contract to Corsair Construction. CON nTTEE Unanimous approval, forward to COW. COST IMPACT FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGE! ED APPROPRIATION REQUIRED $37,563.20 $50,000.00 Fund Source: 303 Facilities (page 72, 2006 CIP) Comments: MTG. DATE 1 RECORD OF COUNCIL ACTION 9/11/06 1 1 9/18/06 1 I MTG. DATE I ATTACHMENTS I 9/11/06 1 Information Memo dated August 16, 2006 1 Short Form Contract 1 Transportation Committee Meeting Minutes from August 28, 2006 I I 1 9/18/06 1 1 I 1 JNFORMATION MEMO To: Mayor Mullet From: Public Works Director) Date: August 16, 2006 Subject: Fire Station #52 Female Restroom Proiect Project No. 06 -BG10 BID AWARD ISSUE Award the bid for the Fire Station #52 Female Restroom project. BACKGROUND Tukwila Fire Department has requested that a separate female restroom and shower area be built within the existing Fire Station #52 structure. Fire Station #52 has one shower area located inside the male restroom and locker area. Firefighters assigned to this station have all been male in the past. However, temporary assignments of females to this station have created concerns. To be able to assign female firefighters to this station necessitates the construction of a separate gender specific restroom and shower facility ANALYSIS/WORK PLAN In 2006, we retained the architectural services of Wayne Ivary Architects and Associates to develop plans to utilize a portion of the existing dorm area for the new restroom. ACTION TAKEN Contractors from the Small Works Roster as well as other qualified vendors met on location on July 20 to review the project. Three (3) bids were received and opened on August 14, with the apparent low bid of $34,525 submitted by Corsair Construction, Inc. The other two included Crown Construction at S45,563 plus tax and DP, Inc., at 562,284 72 plus tax. We have reviewed the bids, notified the apparent low bidder of their opportunity to claim error within 24 hours, which they have declined, and checked the low bidder's references. Corsair Construction is currently under contract for the Council Chambers Remodel project. The estimated cost of S37,563.20, including sales tax, is budgeted in the 303 Fund, which has adequate funds for construction. BUDGET AND BID SUMMARY Bid Results Budget Bid Amount 34,525.00 Sales Tax 8.8% 3,038.20 Subtotal 37,563.20 Contingency 10% 3.452.50 Total 41.015.70 50,000.00 RECOMMENDATION Award the contract for construction of Fire Station 1152 Female Restroom to Corsair Construction, Inc., in the amount of 537,563.20. RR:ad attachment: Short Form Contract Scope of Work will be available at the 8/28/06 Transportation Committee meeting. (ra .u'A -ec FEj.,“6 -1%10 Avs3 TC Yn) 1. CITY OF TUKWILA Short Form Contract Contractor/ Vendor Name: Corsair Construction Project No. 06-BG 10 Address: P.O- Box 66945 Burien, \Vashington 98166 Budget Item: 303.00.594.190.41.41 Telephone: 206 248 -7974 Project Name: Fire Station 52 ADA Bathroom Please initial all attachments, then sign and return copies one and two to: City of Tukwila, Facility Department, 6200 Souticenter Boulevard, Tukwila, Washington 98188. Retain copy three for your records until a fully executed copy is returned to you. AGREEMENT This Agreement, made and entered into this 15 day of August 2006. by and between the City of Tukwila, hereinafter called the City, and Corsair Construction hereinafter called the Contractor. The City and the Contractor hereby agree as follows: L SCOPE OF WORK Build one restroom at Fire Station 52 for female firefighters, meeting ADA specifications as outlined in the following attachment A. City of Tukwila, Alternations to Fire Station?: 52 2. TIME OF COMPLETION The work shall be commenced October 2` and be completed no later than November 5th. 3. CONTRACT SUM The City shall pay the Contractor for the performance of the work the sum of S 34.525.00 plus applicable Washington State sales tax. 4. PAYMENTS The City shall make payments on account of the contract at completion of project. 5. ACCEPTANCE AND FINAL PAYMENT Final payment shall be due 30 days after completion of the work, provided the contract is fully performed and accepted. 6. GENERAL CONDITIONS The City and the Contractor agree upon the following general conditions which shall govern: A. Contract Documents The contract includes this Agreement, Scope of Work and Payment Exhibit. The intent of these documents is to include all labor, materials, appliances and services of every kind necessary for the proper execution of work, and the terms and conditions of payment therefore. The documents are to be considered as one, and whatever is called for by any one of the documents shall be as binding as if called for by all. The Contractor agrees to verify all measurements set forth in the above documents and to report all differences in measurements before commencing to perform any work hereunder. -I- B. Materials, Appliances and Employees Except as otherwise noted, the Contractor shall provide and pay for all materials, labor, tools, water, power and other items necessary to complete the work. Unless otherwise specified, all material shall be new, and both workmanship and materials shall be of good quality Contractor warrants that all workmen and subcontractors shall be skilled in their trades. C. Surveys, Permits and Regulations The City shall furnish all surveys unless otherwise specified. Permits and licenses necessary for the prosecution of the work shall be secured and paid for by the Contractor. Easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City unless otherwise specified. The Contractor shall comply with all laws and regulations bearing on the conduct of the work and shall notify the City in writing if the drawings and specifications are at variance therewith. D. Protection of Work, Property and Persons The Contractor shall adequately protect the work, adjacent property and the public and shall be responsible for any damage or injury due to his act or neglect. E. Access to Work The Contractor shall permit and facilitate observation of the work by the City and its agents and public authorities at all times. F Changes in the Work The City may order changes in the work, the contract sum being adjusted accordingly All such orders and adjustments shall be in writing. Claims by the Contractor for extra cost must be made in writing before executing the work involved. G. Correcting of Work The Contractor shall re- execute any work that fails to conform to the requirements of the contract and that appears during the progress of the work, and shalt remedy any defects due to faulty materials or workmanship which appear within a period of one year from date of completion of the contract and final acceptance of the work by the City unless the manufacturer of the equipment or materials has a warranty for a longer period of time, which warranties shall be assigned by Contractor to City The provisions of this article apply to work done by subcontractors as well as to work done by direct employees of the Contractor. H. Owner's Right to Terminate Contract Should the Contractor neglect to prosecute the work properly, or fail to perform any provision of the contract, the City, after seven days' written notice to the contractor, and his surety, if any, may without prejudice to any other remedy the City may have, make good the deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contract or, at the City's option, may temlinate the contract and take possession of all materials, tools, appliances and futish work by such means as the City sees fit, and if the unpaid balance of the contract price exceeds the expense of finishing the work, such excess shall be paid to the Contractor, but if such expense exceeds such unpaid balance, the Contractor shall pay the difference to the City. I. Payments Payments shall be made as provided in the Agreements. Payments otherwise due may be withheld on account of defective work not remedied, liens filed, damage by the Contractor to others not adjusted, or failure to make payments properly to the subcontractors. J. Contractor's Liability Insurance Contractor will carry public liability and property damage insurance with carriers satisfactory to the City, in the following amounts: S50,000 property damage 500,000 public liability (each person) SI,000,000 public liability (each occurrence) with endorsements naming the City as an additional insured and will provide the City with certificates of insurance prior to start of construction and with 30 days notice prior to cancellation. -2- K. Performance Bond The Contractor shall furnish to the City prior to start of construction a performance bond in an amount of 100% of the contract in a form acceptable to the City In lieu of bond for contracts less than 525,000, the City may, at the Contractor's option, hold 5% of the contract amount as retainage for a period of 30 days after final acceptance or until receipt of all necessary releases from the Department of Revenue and the Department of Labor and Industries and settlement of any liens, whichever is later. L. Liens The final payment shall not be due until the Contractor has delivered to the City a complete release of all liens arising out of this contract or receipts in full covering all labor and materials for which a lien could be filed, or a bond satisfactory to the City indemnifying the City against any lien. M. Separate Contracts The City has the right to let other contracts in connection with the work and the Contractor shall properly cooperate with any such other contracts. N. Attorneys Fees and Costs In the event of legal action hereunder, the prevailing party shall be entitled to recover its reasonable attorney fees and costs. O. Cleaning Up The Contractor shall keep the premises free from accumulation of waste material and rubbish and at the completion of the work he shall remove from the premises all rubbish, implements and surplus materials and leave the building broom clean. P Indemnification The Contra, ctor shall indemnify, defend and hold harmless the City, its officers, agents and employees, from and against any and all claims, losses or liability, including attorney's fees, arising from injury or death to persons or damage to property occasioned by an act, omission or failure of the Contractor, its officers, agents and employees, in performing the work required by this Agreement. With respect to the performance of this Agreement and as to claims against the City, its officers, agents and employees, the Contractor expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any employee of the contractor. This waiver is mutually negotiated by the parties. This paragraph shall not apply to any damage resulting from the sole negligence of the City, its agents and employees. To the extent any of the damages referenced by this paragraph were caused by or resulted from the concurrent negligence of the City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid and enforceable only to the extent of the negligence of the Contractor, its officers, agents, and employees. Q. Prevailing Wages The Contractor shall pay all laborers, workmen and mechanics the prevailing wage and shall file the required "Statement of Intent to Pay Prevailing Wages" in conformance with RCW 39.12.040. R Discrimination Prohibited The Contractor shall comply with all Equal Employment Opportunity regulations and shall not discriminate against any employee, applicant for employment, or any person seeking the services of the Contractor on the basis of race, color, religion, creed, sex, age, national origin, marital status or the presence of any sensory, mental or physical handicap. -3- IN WITNESS WHEREOF, the parties hereto executed this Agreement the day and year first above written. CITY OF TUKWILA By� By: g nanve Sigature £55,/ Printed Name: Printed Name: Title: Title: (JAZ Date: Date: 7/S 6 ATTEST /AUTHENTICATED: Jane E. Cantu, CMC, City Clerk APPROVED AS TO FORM: Office of the City Attorney BY Transportation Committee August 28, 2006 5:00 p.m. Present: Joe Duffle, Chair; Pam Carter, Joan Hernandez, council members. Jim Morrow, Director of Public Works; Frank Iriarte, Deputy Director; Bob Giberson, Acting City Engineer; Gail Labanara, Public Works Analyst; Cyndy Knighton, Senior Engineer; Nick Olives, Fire Chief; Caroline Brabrook, HNTB Corporation; Chuck Parrish, community member; and Diane Jenkins, Administrative Assistant to, the Council. Business Agenda A. KlickitatfTukwila Urban Center Access Improvement Project Update Ms. Cyndy Knighton reported that staff has been working toward a design to improve traffic conditions at the Klickitat Drive/Southcenter Parkway intersection. HNTB was selected in 2005 as an engineering consultant for this project. She conveyed that 60% of the design is now complete and 100% design should be complete by the end of September She pointed out that Westfield was given an option to pay for a °slip ramp" as well as a dropped pedestrian walkway, estimated at $1.5 million. Westfield informed staff that they are declining this option. Mr Duffle asked why Westfield declined. Ms. Knighton conveyed that it was an economical decision. Many of the design options will be incorporated throughout the Tukwila Urban Center and other areas of the City to provide a coordinated design. Ms. Carter asked about the pedestrian walkway. Ms. Knighton noted that the sidewalks would remain in similar location, however, they will be widen to 6 -10 feet, narrower at some points due to physical constraints and need to maintain parking. Westfield does not have sufficient parking, which is why they contributed $500,000 to the Tukwila Transit Center project (in order to get approval of the reduced parking spaces). Ms. Hemandez asked if the slip ramp could be installed at a later date. Ms. Knighton said that was possible, but it would be costly. Ms. Knighton noted that it is preferred that construction would begin next year, prior to other major regional construction activities occurring, but a 2008 construction date is still possible. Ms. Knighton related that they will be submitting a Transportation Improvement Board (Tl8) Application for a $5 million grant Also, work will begin on the formation of LID (Local Improvement District) to help fund this project. Ms. Hernandez asked why the city's operating budget showed_$1 million negative amount in the years 2008 and 2009. Ms. Knighton replied that because of Hurricane Katrina, there was a reduction of 15% from original grant awards and the funds will be spread out over 5 years, so the City will forward fund part of the grant dollars and it shows a negative balance because the City will be paying itself back. Discussion only. 8. Fire Station #52 Female Restroom Project Bid Award Mr Nick Olives, Fire Chief, conveyed that a separate female restroom and shower area is required at Fire Station #52. They currently only have one shower area located inside the male restroom and locker area. The architectural services of Wayne Ivary Architects and Associates were retained to develop plans to utilize a portion of the existing dormitory area for the new restrooms. Corsair Construction, currently performing the work for the Council Chambers remodel project, submitted the apparent low bid. Fire station #51 and #53 can accommodate both genders. As Corsair is currently remodeling the Council Chambers, Ms. Hernandez asked when the Council Chambers would be complete. Mr Marrow noted that the cabinets should be delivered September 14 and the project completed by the end of October Unanimous approval. Forward to Committee of the Whole then to Regular Council. C. 2006 Second Quarter Report The Second Quarter Report for the Public Works Department was presented. Ms. Hernandez asked when the card access system would be implemented. Mr Morrow replied that administrative services will be printing the new identification cards. Ms. Carter inquired about the maintenance tracking system being used. Mr Brodin noted that this is an in -house database. They are tracking maintenance of vehicles and equipment Information will be shared at an upcoming Transportation Committee on the condition of the fleet. Some vehicles are no longer on the depreciation schedule and are costly to maintain. information. New Business Ms. Carter inquired about the TIB bus shelter located across the Neighborhood Resource Center which has been dosed for months and asked that contact information be provided at all bus shelters. Mr. Morrow noted that Seattle City Light should be able to remove the pole by the end of the month and the shelter would re -open. Also, he will have maintenance staff check on the status and make improvements to provide contact information for Metro. The city is responsible to maintain the bus shelters on TIB. Mr Morrow provided an update on an incident which occurred last week at the Sound Transit Construction site on $2 Ave. S. The police are conducting an investigation of a noise complaint; the contractor went beyond the 10:00 p.m. noise variance due to alleged safety concems. Also, someone tumed off the light plant which posed a safety risk and endangered workers on the site. He continued and pointed out that today the gantry was moved and the Johnson Braund Building was evacuated. Ad 5:45 p.m. t Committee Chair Approval ;Minutes by DJ, Reviewed by GL and OK.