Loading...
HomeMy WebLinkAboutUtilities 2014-06-16 Item 2D - Contract Supplement #3 - Central Business District Sanitary Sewer Rehabilitation with RH2 EngineeringTO: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Utilities Committee FROM: Bob Giberson, Public Works Director BY: Mike Cusick, Senior Engineer DATE: June 13, 2014 SUBJECT: CBD Sanitary Sewer Rehabilitation Project Project No. 91140203, Contract No. 13 -076 Supplemental Agreement No. 3 ISSUE Approve Supplemental Agreement No. 3 with RH2 Engineering (RH2) to prepare two separate bid packages as follows: 1) design a repair for the failed sanitary sewer line between Andover Park East (APE) and Andover Park West (APW) and 2) design a rehabilitation project to slip line sanitary sewer lines within the CBD. BACKGROUND On March 11, 2013 a failed 12 -inch sanitary sewer line was discovered between APE and APW. A temporary rental pump has been installed to bypass the plugged sewer line until repairs can be completed. In 2012 the City received a Public Works Trust Fund (PWTF) Loan for the relining of sewer pipes in this portion of the CBD for 2013. A portion of the PWTF Loan has been approved to repair the failed portion of sanitary sewer line. DISCUSSION Supplement No. 2 directed RH2 to revise the plan set to bid one project that would repair the collapsed sewer line west of the Union Pacific Railroad tracks, slip line 2,440 of sewer line and install a manhole south of Strander Blvd In APE. The project was advertised and on April 14, 2014, the only bid received was opened. The one bid was rejected by the Council on May 19, 2014 as it was significantly over budget. The City has now directed RH2 to split the project into 2 bid packages. The first project is the repair of the collapsed line west of the railroad tracks and the installation of a manhole in APE. The second project is the slip lining of the sewer line between APE and APW, and the first 600 feet of pipe south of Strander Blvd. in APE. These 2 segments of sewer pipe have the highest risk of collapse and greatest need of rehabilitation. The remaining scope of work included in the Public Works Trust Fund Loan will be accomplished using funds from the 2015 CIP. FINANCIAL IMPACT Supplemental Agreement No. 3 will increase the consultant's scope of work to include the preparation of documents for rebidding two sewer line projects at a design cost of $63,124.00. With all of the supplements, the total contract amount for RH2 will be $232,235.00. The 2014 CIP has $180,000.00 budgeted for design of the CBD Sanitary Sewer Rehabilitation Project and additional funds for Supplemental Agreement No. 3 will come from the construction management budget of $110,000.00. RECOMMENDATION Council is being asked to approve Supplemental Agreement No. 3 with RH2 Engineers in the amount of $63,124.00 for the CBD Sanitary Sewer Rehabilitation Project and consider this item at the June 23, 2014 Committee of the Whole and subsequent Special Meeting that same night. Attachments: Supplemental Agreement No. 3 W: \PW Eng \PROJECTS\A- SW Projects \CBD Sewer Rehabilitation (91140203)\ Info Memo Supplemental Agreement 3 may 20 2014.doc 43 ORIGINAL 1 PAGE NO I OF PAGES SUPPLEMENTAL AGREEMENT NUMBER 3 to CONSULTANT AGREEMENT NUMBER 13 -076 THIS SUPPLEMENTAL AGREEMENT is entered into between the Citv of Tukwila, Washington, herein -after referred to as "the City", and RH2 Engineering 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 5, 2013, and identified as Agreement No. 13 -076. 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: Task 1— Design Revisions and Modification of Plans and Specifications to Rebid Project as Two Separate Contracts Objective: Revise plans to modify original concept of open - cutting railroad easement to that of point repair with lining. Separate existing single set of plans and specifications into two projects for construction. Approach: 1.1 Revise plans and specifications, and incorporate edits from City staff to modify plans from original design concept. Modify cover sheets, sheet indices, sheet numbering, and drawing notes to segregate Schedules A (APW repair), B (APE manhole insertion), and D (restoration of seven manholes), from Schedule C (CIPP work). 1.2 Create two (2) project manuals (including bid forms, construction contract, and technical specifications) to separate Schedules A/B/D from Schedule C as described above. Submit 90- percent, 95- percent, and final copies to the City for review, and incorporate City edits following each iteration. 1.3 Perform internal QA/QC check on final draft and update project cost estimates. Perform additional revisions to plans and specifications per City preferences. 1.4 Conduct one (1) design review meeting with City prior to the bid advertisement to discuss modifications. RH2 Deliverables: • 90- percent, 95- percent, and Final Plans and Specifications for both projects provided in PDF format and delivered to City via FTP site. 44 ORIGINAL PAGE NOA OF PAGES Task 2 — Services During Bidding Objective: Assist the City and project bidders during bidding phase. Approach: 2.1 Convert bid packages to PDF format preferred by Builders Exchange of Washington (BXWA) and upload to BXWA's website. 2.2 Respond to questions from bidders and City during the bidding phases via phone and email. 2.3 Prepare up to one (1) addendum per project to modify bid documents and to provide clarification, if needed. Assumptions: Because the project documents will be uploaded to BXWA, it is assumed that no hard copies of bid sets will be provided to bidders. RH2 Deliverables: • Preparation of up to two (2) addenda. • Responses to technical questions. Task 3 — Services During Construction Objective: Assist the City with technical efforts during the construction phases for two projects. Approach: 3.1 Pre - construction conference: Prepare a meeting agenda with the City and schedule a preconstruction conference with the contractor, utilities, and adjacent property owners. Assist the City in conducting the meeting, and prepare and circulate meeting minutes. 3.2 Submittal review: Review contractor- provided submittals and provide written response. It is assumed that Shannon and Wilson will review the submittals for Schedule A trench shoring and dewatering. RH2 will review shoring and dewatering submittals for Schedule B. 3.3 Pay request processing: Coordinate with the City's inspectors via email or telephone to review bid -item quantities being requested for payment by the contractor. Prepare the pay requests for signature by the contractor and City. The pay requests will include tabulation of the total amount previously paid to the contractor, the amount currently being requested, and the total expended at the time of the pay request. It is assumed that three (3) pay requests will be required, and that RH2 's assistance with change order negotiation and preparation will be paid on a time and expense basis. 3.4 General consultation and construction coordination meetings: Assist City with interpretations to plans and specifications via phone or email. Attend one (1) construction coordination meeting at Tukwila City Hall. It is assumed that RH2 will assist the City up to the number of hours shown in the fee estimate. 45 ORIGINAL 1 PAGE NO3OF CO PAGES 3.5 Part-time on -site construction observation: Perform construction observation as requested by the City. It is assumed that RH2 will observe up to the number of hours shown in the fee estimate. Prepare written construction observation reports for the times that RH2 is in the field and email reports to the City in PDF format. 3.6 Perform final walkthrough with City and contractor, and help generate punch -list items. Revise punch -list if needed after contractor addresses initial list items. Assumptions: It is assumed that the City will conduct and lead on -site construction observation duties. It is further assumed that Shannon and Wilson will provide an on -site representative during the excavation activities of Schedule A near the Union Pacific Railroad easement. Shannon and Wilson will review the submittals for shoring and dewatering and perform periodic groundwater and vibration tests to review the contractor's measurements. RH2 Deliverables: • Participation in pre - construction conference. • Pre - construction meeting agenda and minutes. • Written submittal responses transmitted via email. • Pay request processing and change order negotiation. • Construction observation reports in PDF format. • Punch -list preparation including one revision of punch -list following contractor's first attempt to address items on list. Participation or Information Needed from City: • Attendance at pre - construction conference. • Verification of pay - request quantities. • Construction observation. • Procurement of consultants for: o Geotechnical and hydrogeologic review of dewatering plan review for Schedule A (Shannon and Wilson). o Structure position monitoring measurements. o Trench backfill compaction testing. o Asphalt compaction testing. • Notification of construction events and dates RH2 is requested to be on -site. • Review of punch -list prior to submittal to contractor. Task 4 — Project Management Objective: Coordinate with City staff; monitor scope, budget, and schedule; review and issue invoices; and maintain project files and records. Approach: 4.1 Coordinate with City staff on schedule, progress, and technical questions. 46 ORIGINAL 1 PAGE NO `t OF lP PAGES 4.2 Prepare invoices. Review for consistency and monitor budget spent. Provide monthly status updates. 4.3 Maintain project records and project files. 1. Time for Performance, is amended to the completion date of work until January 31, 2015. 2. Payment, shall be amended as follows: • Payment for the work provided by the Consultant as part of this supplement shall be made for an additional $63,124.00. The total amount for the Consultant for this contract shall not exceed $232,235.00 without express written modification of the Agreement signed by the City. DATED this day of , 2014. Jim Haggerton, Mayor By: Printed Name: Richard H. Harbert Title: Chief Executive Officer 47 EXHIBIT B City of Tukwila Supplemental Agreement No. 3 to Contract No. 13 -076 2013 Central Business District Sewer Rehabilitation SDB and SDC Estimate of Time and Exuense Task 1 DESIGN REVISIONS AND MODIFICATIONS OF PLANS AND SPECIFICATIONS TO REBID PROJECT AS TWO SEPARATE CONTRACTS Description Ho�ur� Total Labor SubconsuitDnt Total Expense Total Cost Classification Task 1 DESIGN REVISIONS AND MODIFICATIONS OF PLANS AND SPECIFICATIONS TO REBID PROJECT AS TWO SEPARATE CONTRACTS 1.1 Revise plans and spedflcations to segregate Schedules 35 $ 5,591 $ - $ 567 $ 6,158 1.2 Create two project manuals of separate Schedules A/B /D from Schedule C, prepare 90%, 95 %, and final copies, Incorporate City edit 28 4,766 $ - $ 439 $ 5,205 1.3 Perform internal QA /QC of plans and spedflcatlons and Incorporate City edits; update project cost estimates 68 $ 11,117 $ - $ 1,442 $ 12,559 1.4 Conduct one final design meeting with City staff prior to bid advertisement 22 $ 3,486 $ - $ 506 $ 4,092 Subtotal 153 $ 24,960 $ - $ 3,053 $ 28,013 Task 2 SERVICES DURING BIDDING PHASE 2.1 Convert bid packages to PDF format for uploading to BXWA 9 1,364 $ - 5 60 1,424 2.2 Respond to contractor and City questions during bidding phases 10 1,834 $ 72 1,905 2.3 Prepare addenda 12 $ 1,879 $ 73 $ 1,952 Subtotal 31 $ 5,077 $ - $ 205 $ 5,282 Task 3 SERVICES DURING CONSTRUCTION 3.1 Prepare for and attend two pre-construction conferences 23 $ 3,813 $ - $ 699 $ 4,512 3.2 Perform submittal review 28 $ 4,886 $ - $ 128 $ 5,014 3,3 Process pay requests 30 $ 1,671 $ 46 $ 1,717 3.4 Provide general consultation and attend 1 construction coordination meetint 28 $ 4,789 $ - 121 4,910 3.5 Perform construction observation as requested by the City 32 $ 5,765 $ 327 $ 6,092 3.6 Perform final walkthrough with City and contractor, revise punch -list 7 $ 1,214 $ - $ 88 $ 1,302 Subtotal 1'28 $ 22,138 $ - $ 1,408 $ 23,546 Task 4 PROJECT MANAGEMENT 4.1 Coordinate with City staff on schedule, progress and technical Issues 24 $ 4,389 $ - $ 170 $ 4,559 4.2 Prepare invoices and monitor project budget 3 611 42 $ 653 4.3 Maintain project files 7 1 1,019 - 51 $ 1,070 Subtotal 34 $ 6,019 $ - $ 264 $ 6,283 Supplemental Agreement No. 3 Total 1 346 1 $ 58,1941$ S 4,930 1 $ 63,124 J:ID tMTU1a1113-05eCMrodlsuppAgmtNo S_PEE_COD Rohobaltolken SOB ond SDC .M 521.14 (411-der W10/2014 035 AM ORIGINAL / PAGE NO69 OF PAGES EXHIBIT C R112 Engineering, Inc. SCHEDULE OF RATES AND CHARGES 2014 HOURLY RATES CLASSIFICATION RATE CLASSIFICATION RATE Professional Professional Professional Professional Professional Professional Professional Professional Professional $209.00 5209.00 5201.00 5186.00 5177.00 5167.00 $157.00 5147.00 5135.00 Technician Technician Technician Technician Administrative Administrative Administrative Administrative Administrative IV m 11 1 5135.00 $127.00 595.00 590.00 IV 5126.00 5105.00 591.00 575.00 563.00 IN-HOUSE SERVICES In -house copies (each) In -house copies (each) In -house copies (each) In -house copies (color) (each) In -house copies (color) (each) In -house copies (color) (each) 83" X 11" 8.5" X 14" 11 "X 17' 83"X 11" 8.5' X 14" lI X 17" S0.09 50.14 50.20 50.90 51.20 52.00 CAD Plots CAD Plots CAD Plats CAD System GIS System Technology Charge Mileage Large Full Size Half Size Per Hour Per Hour 525.00 510.00 5230 52730 527.50 2.5% of Direct Labor Current IRS Rate OUTSIDE SERVICES Outside d'uext costs for permit fees, reports, maps, data. reprographics, eouriets,postage, and non - mileage related travel expenses that are necessary for the execution of the project and are not speei6eslly identified elsewhere in the contract will be invoiced stmt. All Subrnasubant services =billed atcostolus 15%. CHANGESJN RATES Roles listed here are adjusted annually. The cwrenl schedule of rates col elrnrges is used forbitiing purposes. Payment.for work accomplished shall be based on the hourly rates and expenses in effect at the time of balling as stated In this Exhibit. V11,11141 ant 1 moat AI11Ja1 C ro""M".N. 1J*F.R1141e1fY"b 109.4 f to. 49