Loading...
HomeMy WebLinkAboutSpecial 2020-03-23 Item 2C - Contracts - Public Works Fleet and Facilities Building and Minkler Shop Improvements (4 Contracts)Co uNcm AGENDA S YNopsis ----------------------------------Initials-------------------- ITEMNO. Meetin Date Prepared by Mayor's review Council review 03/23/20 1 GL Special 2.C. ITEM INFORMATION STAFF SPONSOR: HARI PONNEKANTI ORIGINAL AGENDA DATE: 03/23/20 AGENDA ITEM TITLE Public Works Fleet & Facilities Building & Minkler Improvements Approval of four contracts CATEGORY ❑ Discussion ® Motion ❑ Reso ❑Ordinance ❑BidAavard ❑PublicHearing ❑ Other Mt Date Mtg Date 03123120 Mtg Date Mt g Date Mtg Date Mt Date Altg Date 'SPONSOR Council Ma or_....................................................._..........................................................................................._..,............................... �........................................................ ❑ ❑ y ❑HR ❑DCD ❑Finance ❑Fare ❑TS ❑P&R ❑Police ®P ❑Court SPONSOR'S Council is being asked to approve four contracts for the Public Works Fleet and Facilities SUMMARY Building and Minkler Shops. The three contracts for the PW Fleet and Facilities Building are 1) Removal of the paint booths, not to exceed $168,000, 2) Install security fence, not to exceed $300,000, 3) Structural repair and painting, not to exceed $280,000. The fourth contract for Minkler Shops will provide a modular locker room and shower, not to exceed $308,000. REVIEWED BY ❑ C.O.W. Mtg. ❑ CDN Comm ❑ Finance Comm. ❑ Public Safety Comm. ® Trans &Infrastructure ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm. DATE: 03/23/2020 COMMITTEE CHAIR: DELOSTRINOS JOHNSON RECOMMENDATIONS: SPONSOR/ADMIN. Public Works Department COMMITTEE Unanimous Approval; Forward to Regular Consent COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $1,056,000.00 $35,700,000.00 $0.00 Fund Source: 306 PUBLIC SAFETY PLAN - PUBLIC WORKS SHOPS (PAGE 59, 2019 CIP) Comments: MTG. DATE RECORD OF COUNCIL ACTION _.. 03/23/20 MTG. DATE ATTACHMENTS 03/23/20 Informational Memorandum dated 03/13/2020 PW Fleet & Facilities Phase 1 Cost Estimates Job Order Authorizations & Scope of Work Minutes from the Transportation and Infrastructure Committee 03/16/2020 City of Tukwfla Allan Ekberg, Mayor Public Works Department -- Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director BY: Hari Ponnekanti, Deputy PW Director CC: Mayor Allan Ekberg DATE: March 13, 2020 SUBJECT: Public Works Fleet & Facilities Building & Minkler Improvements Project Nos. 91630601 and 91930606 Project Update and Contracts for Miscellaneous Items ISSUE Provide an update on the PW Fleet and Facilities tenant improvements and Minkler Shop Improvements and approve four miscellaneous conlract arnounts. On 12/02/19, Council approved the PW Fleet and Facilities tenant improvements project budget in the amount of $9.5 million dollars and the Minkler Interim Improvements budget in the amount of $500,000. The total budget for PW Fleet and Facilities Building is S35,700,000.00 with funding split 50/50 with the General Fund and Water/Sewer/Surface Water Utilities. 1!1f*lhV i7 Public Works' staff reviewed the list of miscellaneous projects and compiled a list of four projects for construction in 202'0. The following contracts will allow the tenant improvements to be completed per the plan prepared by SHKS Architects. Our JOC contractor, Saybr, has provided the scope and fee estimate for four contracts and additional contractors may be asked to do the same in the future, with the lowest bidders to be selected. The total costs shown are based on the rough order magnitude of the construction costs and 40% soft costs, that include contingency and tax. The approval of the four contracts with a not -to -exceed amount will allow staff to meet deadlines for critical tasks and work with the contractors on ad'ditionalll scoping. This will minimize the delay to obtain Council approval before entering into individual contracts. PW Fleet and Facilities Tenant Improvement — Three Contracts 1. Removal of paint booths from the Fleet and Facilities Bldg — Not to exceed construction costs plus soft costs up to $168,000, 2. Install security fence and access gates - Not to exceed construction costs plus soft costs up to $300,000, 3. Outside envelope structural repair and painting - Not to exceed construction costs plus soft costs up to $280,000. Total of three contracts for PW Fleet and Facilities is $748,000. Minkler Shops Interim Improvements 4. Provide Modular building to provide additional locker rooms and shower - Not to exceed construction costs plus soft costs up to $308,000. PHASE 1 FINANCIAL IMPACT See attached spreadsheet for overview of PW Fleet and Facilities Phase 1 Budget, expenditures through 2019, and cost estimates. The three contracts for the Public Works Fleet and Facilities Building are highlighted. RECOMMENDATION Council is being asked to approve the three contracts for the Public Works Fleet and Facilities in the not -to -exceed amount of $748,000 and one contract for the Minkler Shops modular building in the not -to -exceed amount of $308,000 and to consider these items on the Consent Agenda at the March 23, 2020 Special Meeting. Attachments: PW Fleet and Facilities Building Phase 1 Cost Estimates Four Project Scope and Cost Estimates 'r,F,tiStore �'4b' CommonSlPirr Eng J'POJECTStA- BG Projects!01 PuNic Safety RanIPW Shops F$st Phase 191.030601jj'Jn;`o Memo for P'!J F & F Update 0316202G.docx e 150 Public Works Fleet and Facilities Building - Phase 1 Cost Estimates Land Purchases SHKS Master Plan Design SHKS Design Fee Geo-Tech Design Fee Hazard Study Fee Soft Costs Demolition of Out Buildings Construction Phase 1 Building Renovation Remoal of Paint Booths Fence and Security Gates Outside Structural Repair and Paint Covered Storage - Outside Civil Site Work Trench Drains (Alternate) Emergency Generator (Alternate) Grand Total Budget Expenditures to Estimates at 30% date 12/31/19 Design $ 24,706,348.00 1,398,437.09 $ 26,120,000.00 $ 26,104,785.09 $ 17,547.68 $ 2,880,000.00 6,700,000.00 ,' $ $ 553,220.32 80,000.00 3,450.00 $ 636,670.32 $ 81, 077.70 $ 4,524,329.00 168,000.00 300,000.00 280,000.00 750,000.00 750,000.00 35, 885.00 382, 852.00 17,547.68 $ 7,272,143.70 $ 35,700,000.00 <" $ 26,122,332.77 $ 7,908,814.02 $ 34,031,146.79 151 152 M Job Order Authorization Job Order Contract Date: February 18, 2020 Job Order #: IAA-TUK19-002B proj'e(A Job Order Title: PW Fleet & Facilities Building - Paint Booth Demo Information Contract: 1850237, dated 09/19/2019 contract t; Contractor: Saybr Contractors, Inc. Infomatia'n 3852 S. 66th St. Tacoma WA 98409 Gordian Fee Construction $96,923.22 Gordian Licensing 1.95% $1,890.00 Licensing Tax 10% $189.00 Consulting 3.05% $2,956.16 Total $5,035.16 Director (Up to $20,000) Date Mayor (Up to $40,000) Date Council Approval (Over S40,000) Date Cover Sheet Page 1 of 1 153 Job Order Authorization Job Order Contract Date: February 21, 2020 Job Order #: IAA-TUK19-002A Project Job Order Title: PW Fleet and Facilities Building - Fence Inftati Contract: 1850237, dated 09/19/2019 contract Contractor: Saybr Contractors, Inc. gr'drn'a� 3852 S. 66th St. Tacoma WA 98409 Gordian Fee Construction $193,237.02 Breakdown Gordian Licensing 1.95% $3,768.12 Licensing Tax 10% $376.81 Con'sult'id' g 3.05% $5,893.73 Total $10,038.66 Director (Up to $20,000) Date Mayor (Up to $40,000) Date Council Approval (Over $40,000) Date Cover Sheet Page 1 of 1 154 Date: December 20, 2019 ` CONTRACTORS, INC. SCOPE OF WORK Contract Name and No.: City of Bellevue JOC# 1850237 Project Name: Heiser Building Exterior Improvements Bid No.: 03 Work Location: Heiser Building 11210 Tukwila International Blvd Tukwila, WA 98188 Saybr Project Manager: Cynthia Brantley, 253-753-3312 Work Hours: Day shift Monday through Friday, including overtime hours if required Estimated Duration: 100 Days following NTP Long Lead Items: Metal wall panels Project Summary: Paint exterior of building and repair damage to metal wall panels • This Scope of Work is based on the information received from the City of Tukwila representative Hari Ponnekanti at the Joint Scoping Meeting held on November 13, 2019. • Performance of all work will be in accordance with all OSHA and Washington DOSH requirements. • Dailyjob site cleanup is required before the work crew leaves the site each day and final clean-up is required prior to final inspection and acceptance. • Contractors will be responsible for their own waste disposal. • Project requires State of Washington prevailing wages to be paid, including filing intents to pay, certified payroll, and affidavits of wages paid. • Outages to be coordinated 72 hours prior to shutdown with Facility Maintenance Manager 1. General Construction All work performance shall be completed in accordance with the all local, city, and state AHJ requirements and regulations. Provide all labor, materials, and equipment to complete the following work package to the extent necessary to complete the intended scope of work including all parts, pieces, and components: 1. Wallpanel repair 1.1. Preparation for work 1.1.1.Prior to work commencing, owner's representative to meet onsite to confirm exact repair locations and quantities. 1.1.2.New metal color will be white or primed for future painting. 1.2. Awning roof at hazardous waste accumulation area. 1.2.1.Tear off and dispose of existing metal panels over awning roof. 1.2.2.Furnish and install new corrugated metal panels over existing awning structure. (approx. 200sgft total) 1.2.3.Furnish and install new corrugated metal panel fascia onto exiting awning structure. (approx. 100sgft total) Page 1 Saybr Contractors, Inc. 155 I 1.3. Siding Reps air 1.3.1.Replace existing metal panel siding with new corrugated metal panel siding in various location around building. No single panel shall be longer than 10'. (approx. 300sgft total) 1.3.2.Replace existing corner trim pieces at noted damaged areas along garage doors and building corners. (approx. 250LF total) 1.3.3.Replace damaged/Broken downspouts with new metal downspouts. (approx. 30LF total) 1.3.4.Replace bottom panel trim piece as necessary. (approx. 25LF total) 2. Painting 2.1. Cleaning 2.1.1. Pressure wash all walls 2.1.2. Scrub rear area at old steam cleaning awning. 2.2. Prime 2.2.1. Spot prime rusted and raw substrates 2.3. Paint 2.3.1. Areas to be painted include: Exterior Steel siding, Painted Metal OH roll -up door, man doors and frames, Open Structure at steam covered area, CMU and Concrete Walls, and painted steel bollards. 2.3.2. Assumes one metal body color, one masonry color. one trim color. 2.3.3. Deep and ultra -deep color(s) may be an additional cost if an extra coat of paint is required for full coverage. 2.4. Sealer 2.4.1. Upper ASW Concrete walls will have a clear sealer applied. ROUGH ORDER OF MAGNITUDE PRICING: The ROM proposal for this work is: $182,000.00 (amount excludes sales tax). UMPTIONS: • This proposal excludes hazardous material removal. Owner to provide Good Faith Hazardous Materials Report. • The existing building requires no additional upgrades to execute all work associated with this work order, including all walls, ceilings and floors. All existing configurations and components meet all of the current local, city, and state AHJ codes and requirements. EXCLUSIONS: • No repairs to building structural elements are included. No concrete slab demolition or repairs are anticipated. Painted signage PERMITS: • No permits not required for this work. SUBMITTALS: • Construction Schedule • Metal wall panels • Paint Page 2 Saybr Contractors, Inc. 156 CONTRACTORS, INC. 441#17"iT3T 011,1111 Date: February 27, 2020 Contract Name and No.: City of Tukwila Project Name: Minkler Building Restroom Remodel — MODULAR Bid No.: 01 Work Location: Public Works Fleet and Facilities Building 600 Minkler Blvd Tukwila, WA 98188 Saybr Project Manager. Cynthia Brantley, 253-753-3312 Work Hours: Day shift Monday through Friday Estimated Duration: 200 Days following NTP Project Summary: Provide new modular restroom at location shown in the attached. Refresh existing restrooms. GENERAL INFORMATION: • This Scope of Work is based on the information received from the City of Tukwila representative Hari Ponnekanti at the Joint Scoping Meeting held on Noverniber 13, 2019 and further meetings December 30, 2020 and February 28, 2020. • Performance of all work will be in accordance with all OSHA and Washington DOSH requirements. • Daily job site cleanup is required before the work crew leaves the site each day and final clean-up is required prior to final inspection and acceptance. • Contractors will be responsible for their own waste disposal. • Project requires State of Washington prevailing wages to be paid, and Certified Payroll, including filing intents to pay and affidavits of wages paid. • Outages to be coordinated 72 hours prior to shutdown with Facility Maintenance Manager TECHNICAL SCOPE OF WORK: A. GENERAL CONSTRUCTION 1.1. All work performance shall be completed in accordance with the "Project Drawings," and all local, city, and state AHJ requirements and regulations. 1.2. Provide all labor, materials, and equipment to complete the following work package to the extent necessary to complete the intended scope of work including all parts, pieces, and components: B. MODULAR 1. Design 1.1. Verification of Existing Conditions 1.1.1.Perform limited site survey to provide background for drawings required for permit. 1.1.2.Prepare CAD as -built drawings as backgrounds for design of new layout. 1.2. Construction Document Phase 1.2.1.Provide documents for permitting and construction. 1.3. Facilitate Obtaining Building Permit 1.3.1.Building Permit Fees are not included in this proposal. These receipts will be provided to the City for direct reimbursement. Page 1 Saybr Contractors, Inc. 157 SCOONTRACTORS—,— Bud(fingRvlaflonsNps Temporary Facilities 2.1. No temporary facilities are included for staff use. Interior construction will not occur until new modular unit is in -place. 3. Modular unit 3.1. New modular unit 3.1.1. Custom design to include men's restroom and locker room. 3.1.2. Exterior to be manufacture's standard materials. No windows are required. Single exterior door will be provided. 3.1.3. Ramp and stairs to be provided for access. 3.1.4. Plumbing fixtures to include: two toilets, sink, shower, urinal. 3.1.5. Manufacture's standard toilet partitions and toilet accessories will be provided. 3.1.6. Manufacture's standard lighting and HVAC will be provided. 3.1.7. Trailer will be outfitted with 24 one -foot wide lockers. Alternate widths of lockers will reduce number of lockers. 3.2. Water and sewer connections: 3.2.1. City of Tukwila to provide trenching and piping from trailer location to existing water and sewer lines. Backfill and paverent patching also by the City of Tukwila. 3.2.2. Saybr to provide final connection to sewer and water lines provided by City. 3.3. Electrical connections: 3.3.1. City of Tukwila to provide trenching from trailer location to existing building. Backfill and pavement patching also by the City of Tukwila. 3.3.2. Saybr to provide final connection from existing building to trailer, including: 3.3.2.1. Reconfigure circuits to allow space for a new 100A, 2 pole breaker. Provide and install (1) 100A, 2 pole breaker. 3.3.2.2. Provide and install a 1 %" EMT raceway and a 100A, 120/240V, single phase circuit from panel to location of modular restroom building. 3.3.2.3. Provide and install a 100A, NEMA 3R, 120/240V, fused disconnect near the new building. 3.3.2.4. Provide an install a 1 %" PVC raceway and a 100A circuit underground from the new disconnect to the connection point on the modular trailer and make electrical terminations at the modular building existing panel. 3.3.2.5. Provide and install grounding per NEC article 250. 3.3.3. Fire alarm and Fire suppression 3.3.3.1. Stand alone smoke detectors and alarm to be provided. 3.3.3.2. No sprinklers are included. Page 2 Saybr Contractors, Inc. 5CONTRACTORS,1- 3.4. Concept modular floor plan: 30'-0" r> i C. INTERIOR REFRESH 1. Demolition 1.1. Abatement 1.1.1.13ased on Good Faith Survey performed by PBS Engineering dated January 20, 2010, asbestos containing materials, including the vinyl floor tile, are present. Flooring will be encapsulated. Asbestos flooring will remain in place. 1.2. Demolition - Restrooms 1.2.1.Interior finishes and fixtures will be removed in the restrooms to accommodate work items below. 2. Carpentry 2.1. No repairs or upgrades to existing building structural elements are included. 3. Roofing 3.1. Roof will be patched and repaired at exhaust fan penetration. 3.2. No other repairs or upgrades are included. 4. Openings 4.1. Restroom and Locker Room doors. 4.1.1.New door hardware will be provided at Men's and Women's restrooms. 4.1.2.Door hardware will include lever handles and a thumb turn lock for the Women's Restroom. 4.1.3.Powered ADA openers are not included. Page 3 Saybr Contractors, Inc. IM M CONTRACTORS, INC. S. New Architectural Finishes —all finishes will be selected from manufacturer's standard colors.. 5.1. No new GWB is included in scope. GWB will be patched and repaired following demolition. 5.2. Ceilings will remain existing suspended acoustical ceiling tiles and grid. Tiles and grid will be painted with manufacture's recommended coating. 5.3. The floor finish will be homogenous sheet vinyl (Medintone by Armstrong is basis of design.) 6. Specialties and Furnishings 6.1. Toilet partitions to be HDPE (Hiny Hiders by Scranton is basis of design.) 6.2. Existing toilet accessories to be reused. 6.3. Existing Lockers to remain. 7. PI robin 7.1. Plumbing piping will be reconfigured to accommodate new room layout. 7.2. Shower stalls will have fiberglass surrounds. 8. HVAC. 8.1. Bathroom Exhaust fan will be replaced: 735 cfm @ 0.5" SP, X HP Direct Drive, 115v/1ph. With speed control and roof curb adaptor. 9. Electrical 9.1. Connections will be provided for exhaust fan. 9.2. No revisions to lighting, outlets, panels, transformers, etc, are included in this proposal. 10. Fire Alarm Fire Su ression 10.1. No fire alarm or fire suppression changes to the existing system are not included in this proposal. 10.2. ASSUMPTIONS: • Owner provided Good Faith Hazardous Materials Report. • The existing building requires no additional structural, electrical, HVAC, fire alarm, firm suppression upgrades to execute all work associated with this work order. All existing configurations and components meet all of the current local, city, and state AH1 codes and requirements. EXCLUSIONS: • The following are assumed not needed, and are not included: c Design Review Board Materials & Process o Health Department Coordination & Submittals o CUP (Conditional Use Permit) c Change of Use and other Land Use Actions • SEPA Checklist c Arborist Report, Tree Inventory and Tree Retention Plans • Interior Design Presentation board of all interior selections and furnishings. Finishes will be discussed in an informal sit-down meeting. • Sustainable Acquisition • Audio/Visual Communications/Low Voltage system modifications. • City of Tukwila Building Permit. • Trade permits. Page 4 Saybr Contractors, Inc. SUBMITTALS. • Design documents for permitting. • Product Data Sheets: • Construction Schedule • O&M Manuals • Warranty ROUGH ORDER OF MAGNITUDE PRICING: The ROM proposal for this work is: $ (amount excludes sales tax). A simplified breakdown of these costs: Subtotal ModlrOnly $ 219,475.38.. .. .. ... . Page S Saybr Contractors, Inc. 162 Councilmembers Present: Cynthia Delostrinos Johnson, Chair; Verna Seal, Kate Kruller StoffPresent: Laurel Humphrey, David Cline, Adam Cox, Henry Hash, Hari Ponnekanti, Gail Labanara, Han Kirkland Chair Delostrinos Johnson called the meeting to order at 5:30 p.m. I. BUSINESSAGENDA A. Project Completion: S. 196th -200th Street Bridge Repair Project Staff is seeking Council approval of contract completion and release of retainage to Nordvind Company, LLC in the amount of $330,916.72 for the South 196th-200th Street Bridge Repair Project. Committee Recommendation Unanimous approval. Forward to March 23, 2020 Special Consent Agenda. B. Contracts: Public Works Fleet & Facilities Building Staff is seeking Council approval of four contracts associated with the Public Works Fleet and Facilities Building tenant improvements and Minkler Shops interim improvements: • Removal of paint booths not to exceed $168,000 • Installation of security fence and access gates not to exceed $300,000 • Structural repair and painting not to exceed $280,000 • Modular building at Minkler for additional locker rooms and shower not to exceed $308,000. Committee question(s) requiring follow up Provide information on expectations for apprenticeships and DBE (disadvantaged business enterprises) for the Public Works construction projects. Committee Recommendation Unanimous approval. Forward to March 23, 2020 Special Consent Agenda. M?