HomeMy WebLinkAboutUtilities 2016-01-26 Item 2C - Agreement - 6300 Building Water Service Replacement with Green River Construction Company2 0
of Tukwlela Allan Ekberg, Mayor
Public Works Department - Bob Giberson, Director
INFORMATIONAL MEMORANDUM
TO: Mayor Ekberg
Utilities Committee
FROM: Bob Giberson, Public Works Director ` -
BY: Mike Cusick, PE, Senior Engineer
DATE: January 22, 2016
SUBJECT: 6300 Building Water Service Replacement Protect
Project No. 91630302
Construction Contract
ISSUE
Approve construction contract for the 6300 Building Water Service Replacement Project.
BACKGROUND
The City of Tukwila's 6300 Building was constructed in the early 1980's' and PVC pipe was used for the
water service between the water meter and building in the steep asphalt driveway from Southcenter
Blvd. The PVC water service has broken in five different locations and the repair costs for the last two
water service repairs were $11,639.03. The water service line is leaking again. The reason for the
breaks in the service pipe is due to the deterioration of the pipe and the joints.
ANALYSIS
With the current facilities plan, the City will occupy the 6300 Building until at least 2021. For that length
of time and the current deteriorating condition of the water pipe, total replacement of the 6300 Building
water service is recommended.
FISCAL IMPACT
The City requested quotes from five contractors for the water service replacement between the water
meter on Southcenter Blvd and the 6300 Building. Two of the five contractors returned quotes to the
City. The low quote of $41,555.25 was from Green River Construction Company and the second
highest quote of $48,727.50 was from R.L. Alia Company. Both firms have done satisfactory work for
the City in the past.
The $41,555.25 required for the 6300 Building Water Service Replacement Project would be funded
from the $200,000 budgeted in the 303 Fund.
RECOMMENDATION
Council is being asked to approve the contract with Green River Construction Company for the 6300
Building Water Service Replacement Project for $41,555.25 and consider this item on the Consent
Agenda at the February 1, 2016 Regular Meeting,
Attachment: Short Form Contract
W tPW Eng4PR0JECTSiA• BG Prajects$300 BUILDING WATER LINE 1216gnfo Memo Water Service 6300 Building 01 -22 -16 gtdoax
33
City of Tukwila Contract Number:
6200 Southcenter Boulevard, Tukwila WA 98188
CITY OF TUKWILA
Short Form Contract
Contractor/
Vendor Name: Green River Construction Project No. 91630302
Address: 6402 South 144`h, Suit #1
Tukwila, WA 98168 Budget Item: 303.98.594.180.65.00
Telephone: 206 246 9856 Project Name: 6300 Building
Water Service Replacement
Please initial all attachments, they: sign and return copies one and two to:
City of Tukwila, Public Works Department, 6300 Southcenter 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 day of 20, by and
between the City of Tukwila, hereinafter referred to as "City ", and Green River Construction,
hereinafter referred to as "Contractor."
The City and the Contractor hereby agree as follows:
1. SCOPE AND SCHEDULE OF SERVICES TO BE PERFORMED BY CONTRACTOR. The
Contractor shall perform those services described on Exhibit A attached hereto and incorporated
herein by this reference as if fully set forth. In performing such services, the Contractor shall at all
times comply with all Federal, State, and local statutes, rules and ordinances applicable to the
performance of such services and the handling of any funds used in connection therewith. The
Contractor shall request and obtain prior written approval from the City if the scope or schedule is
to be modified in any way.
2. TIME OF COMPLETION. The work shall be commenced on and be completed no
later than
3. COMPENSATION AND METHOD OF PAYMENT. The City shall pay the Contractor for
services rendered according to the rate and method set forth on Exhibit B attached hereto and
incorporated herein by this reference. The total amount to be paid shall not exceed $41,555.25,
except by written agreement of the parties.
4. CONTRACTOR BUDGET. The Contractor shall apply the funds received under this Agreement
within the maximum limits set forth in this Agreement. The Contractor shall request prior approval
from the City whenever the Contractor desires to amend its budget in any way.
5. PAYMENTS. The City shall make payments on account of the contract at completion of the
project.
CA revised 2012 Page 1
34
6. ACCEPTANCE AND FINAL PAYMENT. Final payment shall be due 10 days after completion
of the work, provided the contract is fully performed and accepted.
7. 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.
8. 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.
9. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all surveys unless
otherwise specified. Permits and licenses necessary for the execution 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.
10. 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 any act or neglect.
11. 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.
12. CHANGES IN 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.
13. CORRECTION 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 shall 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.
14. OWNER'S RIGHT TO TERMINATE CONTRACT. Should the Contractor neglect to execute
the work properly, or fail to perform any provision of the contract, the City, after seven days'
CA revised 2012 Page 2
35
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 terminate the contract and take
possession of all materials, tools, appliances and finish 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.
15. 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.
16. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from or in
connection with the performance of the work hereunder by the Contractor, their agents,
representatives, employees or subcontractors. Contractor's maintenance of insurance, its scope of
coverage and limits as required herein shall not be construed to limit the liability of the Contractor
to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy
available at law or in equity.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the
limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile liability
insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall be
endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate and $2,000,000 products - completed
operations aggregate limit. Commercial General Liability insurance shall be written
on ISO occurrence form CG 00 01 and shall cover liability arising from premises,
operations, independent contractors, products- completed operations, stop gap
liability, personal injury and advertising injury, and liability assumed under an
insured contract. The Commercial General Liability insurance shall be endorsed to
provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an
equivalent endorsement. There shall be no endorsement or modification of the
Commercial General Liability Insurance for liability arising from explosion,
collapse or underground property damage. The City shall be named as an insured
under the Contractor's Commercial General Liability insurance policy with respect
to the work performed for the City using ISO Additional Insured endorsement CG
20 10 10 01 and Additional Insured - Completed Operations endorsement CG 20 37
10 01 or substitute endorsements providing equivalent coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the
State of Washington.
CA revised 2012 Page 3
36
2" POLY WATER SERVICE TO THE 6300 BUILDING
January 5, 2016
5NUMM,
1. CALL FOR UITILITY LOCATES 48 HOURS PRIOR TO BEGINNING THE EXCAVATION (Call 811).
2. PROVIDE EROSION CONTROL FOR THE PROJECT AREA, INCLUDING THE INSTALLATION OF FILTER
SOCKS IN THE CATCH BASINS (ULTRA -DRAIN GUARD OR APPROVED EQUAL).
3. POTHOLE AT THE POINT OF CONNECTION TO THE BUILDING PRIOR TO THE INSTALLATION OF THE 2"
POLY LINE TO DETERMINE THE REQUIRED TYPE OF FITTINGS FOR THE CONNECTION AT THE
BUILDING. THIS TASK CAN BE DONE ON WEEKDAYS.
4. THE CONTRACTOR SHALL PROVIDE SHORING TO PROTECT THE EXISTING DRIVEWAY DURING THE
INSTALLATION OF THE WATER SERVICE LINE PER SECTION 7- 083.(1)B STANDARD
SPECIFICATIONS.THE COST OF THE SHORING SHALL BE INCLUDED IN THE QUOTE TO THE CITY.
5. PROVIDE TRAFFIC CONTROL AND DETOUR SIGNAGE PLAN PER THE CURRENT MUTCD.
6. SAW CUT THE EXISTING PAVEMENT. THE ESTIMATED LENGTH OF SAW CUTTING IS 700 FEET + / -.
7. EXCAVATE FOR THE INSTALLATION OF 2" CLASS 200 HIGH MOLECULAR POLYTHYLENE PIPE. ASPHALT_
PAVEMENT AND SOIL REMOVED FROM THE TRENCH SHALL NOT BE REUSED AND BE TRUCKED OFF
SITE.
8. THE CONI iiACTOR SHALL PROVIDE AND INSTALL 325 FEET +/- OF 2" CLASS 200 HIGH MOLECULAR
POLYTHYLENE PIPE. THE WATER SERVICE LINE SHALL HAVE A MINIMUM OF 36" QF COVER. THE
MINIMUM LENGTH OF SECTIONS OF PIPE SHALL BE 150 FEET.
9. THE CONTRACTOR SHALL PROVIDE AND INSTALL LEAD FREE MUELLER 110 CTS O.D. PE PLASTIC TUBE
FITTINGS AT THE WATER METER AND THE CONNECTION TO THE BUILDING.
10. THE CONTRACTOR SHALL PROVIDE AND INSTALL 325 +/- OF 1.5 INCH SCHEDULE 40 CONDUIT. THE
CONDUIT SHALL HAVE A MINIMUM 24" OF COVER AND BE INSTALLED BY AN ELECTRICAL
CONTRACTOR.
11. THE ELECTRICAL CONTRACTOR SHALL OBTAIN THE REQUIRED PERMITS. THE CONTRACTOR SHALL
INCLUDE THE COST OF THE OFF HOURS ELECTRICAL INSPECTOR IN THEIR COSTS.
12. THE 1.5 INCH CONDUIT SHALL BE STUBBED OUT AND CAPPED AT THE WATER METER AND BUILDING.
13. THE TRENCH SHALL BE BACK FILLED WITH 5/8" CRUSHED ROCK AND BE COMPACTED PER SECTION 2-
03.3(14) OF STANDARD SPECIFICATIONS.
14. THE APHALT REPAIR SHALL BE 3" OF HMA CL. PG 64 -22. THE PAVEMENT REPAIR SHALL MATCH
EXISTING PAVEMENT AND THE JOINTS SHALL BE HOT TAR SEALED.
15. THE INSTALLATION OF THE WATER SERVICE CAN BE DONE ONLY ON SATURDAY OR SUNDAY. THE
WATER SERVICE TO THE BUILDING CANNOT BE OFF DURING WEEKDAYS.
16. THE PAVEMENT REPAIR CAN BE DONE ON WEEKDAYS.
17. If CHANGES IN CONDITIONS ARE FOUND DURING CONSTRUCTION, THE CHANGES WILL BE
ADDRESSED BY FORCE ACCOUNT PER THE 2014 STANDARD SPECIFICATIONS. ALL WORK SHALL BE
DONE SHALL BE IN ACCORDANCE WITH 2014 STANDARD SPECIFICATIONS AND CITY OF TUKWILA
INFRASTRUCTURE DESIGN AND CONSTRUCTION STANDARDS
37
PROPOSAL January 4, 2016
EXHIBIT B
6300 Building Water Service Replacement
THIS IS A PREVAILING WAGE JOB
Replacement of 2" Water Service Line to the 6300 Building
Description
Quantity
Units
Unit Price
Cost
The installation of 325 feet
of 2" Dia. Class 200 High
Molecular Polyethylene Pipe.
1
EACH
s374-5L � ��'
$ 3 7� o �o
Trench Protection
1
EACH
$ j d b, v V
$ `� �� ° 6
Tax 9.5%
r1Dos- Z
$ 3r t' os-
Total
$ 4 zS
Company Name: Z i�t m �� i L Dr+ S Ira c,10 n�
Contact Name: ��� �k j -I c' lb 4, rl � (Kjv,J-O S�
Address: �' b Z j • `F� �� r� _
;i� -�I�,
Telephone: (-,76(,)
PROPOSAL DUE BY 5:00 P.M JANUARY 7, 2013
Please return to: Mike Cusick, P.E.
City of Tukwila
Public Works Department
6300 Southcenter Blvd., Suite 100
Tukwila, WA 198188
38
Michael Cusick
From: Michael Cusick
Thanks
MP[
From: David Panhiewicz
Sent: Tuesday, January O5/2O189:48AM
To: Michael Cusick
Cc: 'Gary Pankiew|cz'; HenryAndna
Subject: RE: Quote for Work Near Tukwila City Hall
Hi Mike,
Rick wants to know:
1) Are you requiring a t-cut on the trench for the water service?
2) Is the 1.5" conduit and 2" water service going in the same trench?
Please let meknow.
David
Sent: Monday, January 04, 2016 3:38 PM
To: 'Gary Pankiewicz'; Henry Ancira
Cc: DPank(cbRLAlia.com
Subject: RE: Quote for Work Near Tukwila City Hall
Gary,
Thank you for the quote for the water service installation.
| will have to you a scope mf work for the project tomorrow morning so the that the other contractor can bid on the
same scope pfwork.
Sent: Monday, January 04, 2016 3:28 PM
38