HomeMy WebLinkAboutCOW 2007-05-29 Item 3D - Agreement - Emergency Sanitary Sewer Pipe Repair with RL Alia COUNCIL AGENDA SYNOPSIS
ITEM NO.
s Meetin
,-I Date by ay pimcil review
X Prepared Mayor's review
w� ;0 05/29/07 1 MC 1 /7to 1
�r 1 06/04/07 1 1 1 Q"' rsoa 1
f
1 1 1
ITEM INFORMATION
CAS NUMBER: 07-066 1 ORIGINAL AGENDA DATE: MAY 29, 2007
AGENDA ITEM TITLE Emergency Sanitary Sewer Pipe Repair at Shasta Beverages
Short Form Contract with R.L. Alia.
CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other
Mtg Date 05/29/07 161ts Date 06/04/07 Mtg Date Mtg Date Mg Date Mtg Date !l ftg Date:
SPONSOR Council Mayor Adm Svcs DCD Finance Fire Legal P&R Police PTV
SPONSOR'S City maintenance crews discovered a portion of sanitary sewer with eroded channels
SUMMARY allowing sewage to leak and enter the ground. The location is in front of Shasta Beverages
at 1227 Andover Park East. The leak requires immediate repair. A resolution will declare
an emergency and allow staff to immediately enter into a construction contract. R.L. Alia
Company was solicited to complete the work for $35,000.00.
REVIEWED BY COW Mtg. CA &P Cmte F &S Cmte Transportation Cmte
Utilities Cmte Arts Comm. Parks Comm. Planning Comm.
DALE: 05/22/07
RECOMMENDATIONS:
SPONSOR /ADMIN. Approve emergency contract with R.L. Alia.
COMMIT ThE Unanimous approval, forward to COW.
COST IMPACT FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$35,000.00 $50,000.00 $0.00
Fund Source: 402.02 Sewer (page 117, 2007 CIP)
Comments: Available budget is from the design of the Sewer Repair at 14438 59` Ave S, which will be done in- house.
MTG. DATE RECORD OF COUNCIL ACTION
05/29/07
06/04/07
MTG. DATE ATTACHMENTS
05/29/07 Information Memo dated May 16, 2007
Short Form contract with R.L. Alia
Utilities Committee Meeting Minutes from May 22, 2007
06/04/07
INFORiMATION MEMO
To: Mayor Mullet
From: Public Works Director Car
Date: May 16, 2007 Q-'
Subject: Shasta Sanitary Sewer Emergency Pipe Repair
Project No. 07 -SW04
Short Form Construction Contract
ISSUE
Short Form Contract with R. L. Alia Company of Renton, Washington, for the emergency
repair of the sanitary sewer near Shasta Beverages in Andover Park East in the amount of
$35,000.00 plus applicable Washington State sales tax.
BACKGROUND
While videoing sewers, City maintenance staff discovered a portion of sanitary sewer with
eroded channels allowing sewage to leak and enter the ground. The location is in front of
Shasta Beverages, Inc., at 1227 Andover Park East. The depth of the sewer varies from 7 feet
to 10 feet. The leaking of sewage has not resulted in subsidence of the street or pavements
yet, but sinkholes are a possibility.
ANALYSIS
This project was not budgeted in the 2007 C.I.P. Funds to repair the damaged sanitary sewer
line are available from the design budget for the Sewer Repair at 14438 59 Ave S (page 117,
2007 CIP). The design is being done in -house by City staff.
RECOMMENDATION
Authorize the Mayor to sign the short form contract in the amount of $35,000.00 (estimated
cost) plus applicable Washington State sales tax with R. L. Alia Company for the emergency
repair at Shasta Beverage.
MC:lw
attachment
(P:PtojecM07SW6luefo Memo Shute Sanitary Sneer cagey Ape Repair Alen Form Contract)
CITY OF TUKWILA
Short Form Contract
Contractor/
Vendor Name: R. L. AIia Company Project No.: Sk.' 0
Address: 107 Williams Ave. South
Renton, WA 98055 Budget Item: �G�, 02. 3S3 0J
Telephone: 425- 226 -8100 Project Name: Shasta Beverages Sanitary
Sewer Emergency Pipe Repair
Please initial all attachments, then sign and return copies one and two to:
City of Tukwila
Public Works Department
6300 Southcenter Boulevard, Suite 100
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 2007, by
and between the Citv of Tukwila, hereinafter called "the City," and R. L. Alia Company, hereinafter
called "the Contractor."
The City and the Contractor hereby agree as follows:
1. SCOPE OF WORK
The Contractor shall furnish all of the material and perform all of the work for:
Emergency repair of existing 12" sanitary sewer in Andover Park West near Shasta
Beverages, Inc., at 1227 Andover Park East.
A. Sawcut existing pavement.
B. Excavate 30'± of trench for sewer repair.
C. Repair sanitary sewer with 12" PVC with Romac couplings.
D. Provide bypass pumping between existing manholes of sewer.
E. Remove TV camera from existing pipe.
F. Provide shoring for trench.
G. Provide 5/8" crushed backfill for trench.
H. Restore pavement to match existing.
I. Traffic control per MUTCD.
All work shall be in accordance with City Standards and the Standard Specifications for Road,
Bridge and Municipal Construction 2006.
2. TIME OF COMPLETION
The work shall be commenced Mav 10. 2007, and be completed no later than Mav 14. 2007.
-1- std e,2 d /e/6i,/177) S
3. CONTRACT SUM
The City shall pay the Contractor for the performance of the work the estimated sum of S35,000.00
plus applicable Washington State sales tax. Payment will be by Force Account per Section 1 -09.6 of
the WSDOT Standard Specifications.
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 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.
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.
-2-
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. 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.
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 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.
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:
50,000 property damage
500,000 public liability (each person)
1,000,000 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.
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 $25,000, the City may, at the Contractor's option, hold 5% of the contract amount as
retainage for a period of 30 days after fmal acceptance or until receipt of all necessary releases
-3-
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 site clean.
P. Indemnification
The Contractor 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.
-4-
IN WITNESS WHEREOF, the parties hereto executed this Agreement the day and year first above
written.
CITY OF TUKWILA R. L. LIA IOMPANY
B y'
BY 1
gnature Signature
Printed Name: Printed Name: 1 L PI�
Title:
Date: Date: o 7
1 I
ATTEST /AUTHENTICA [ED:
Jane E. Cantu, CMC, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
By:
-5-
of City of Tukwila
t 1/
N 6 O Utilities Committee
1908
UTILITIES COMMITTEE
Meeting Minutes
May 22, 2007- 5: 00 p. m.
PRESENT
Councilmembers: Joan Hernandez, Chair; Joe Duffle and Jim Haggerton
Staff: Frank Iriarte, Bob Giberson, Mike Cusick, Gail Labanara and Kimberly Matej
CALL TO ORDER: Committee Chair Hernandez called the meeting to order at 4:57 p.m.
L PRESENTATIONS
No presentations.
II. BUSINESS AGENDA
A. Shasta Sanitary Sewer Emervencv Pine Repair Emergency Declaration Resolution
Staff has identified eroded pipes in a portion of the sanitary sewer located in front of Shasta
Beverages off of Andover Park East. As a result of these damages, staff is seeking Council
approval for an emergency resolution exempting the contract process from competitive
bidding and allowing for immediate repairs of the sewer pipe. The pipe was originally
installed in 1967, and faltered after 40 years of area businesses utilizing chemical and acid in
their technical processes. The replacement piping will be made of materials inert to the
chemicals utilized by these businesses. UNANIMOUS APPROVAL. FORWARD TO
MAY 29 COW FOR DISCUSSION.
B. Shasta Sanitary Sewer Emergency Pipe Repair Short Form Construction Contract
Staff is seeking authorization to enter into a short form contract with R.L. Alia Company in
the amount of $35,000 plus WSST for the repair of the subject sanitary sewer. Funds were
not budgeted for this repair. Since the design for another project (Sewer Repair at 14438 59
Avenue South) is scheduled to be completed in- house, the funding for the emergency repair
will be taken from the 2007 CIP design budget originally reserved for the Sewer Repair at
14438 59 Avenue South (see CIP page 117). UNANIMOUS APPROVAL. FORWARD
TO COW FOR DISCUSSION.
C. Proposed King County Solid Waste Increase
Staff originally submitted King County's proposed solid waste increase as infoimation only
to the Committee. After discussion, the Committee recommended the information be
presented to full Council to keep them as well as the general public informed.