HomeMy WebLinkAboutCOW 2004-01-26 Item 5 - Agreement - Fort Dent Sanitary Sewer Lift Station #6 with AHBI Inc for $58,354ITEM' INFORMATION
CAS Number: 04-007 I Original Agenda Date: January 26,
Agenda Item Title: Fort Dent/Interurban Ave S Sewer Project Consultant's Agreement with AHBL, Inc.
I Original Sponsor:
I Timeline:
Sponsor's Summary:
Recommendations:
Sponsor:
Committee:
Administration:
I Cost Impact (if known):
I Fund Source (if known):
Meeting bate 1
1/26/04
Meeting Date
1/26/04
COUNCIL AGENDA SYNOPSIS
Meeting Date
1/26/04
Initials
Prepared by 1 Mayor's review 1 Council review
MC,S)I 1 H
v I
Council Admin. Public Works
The contract is for the design of the Fort Dent Sanitary Lift Station No. 6 that services the Fort
Dent area. Due to increased capacity with the new development, the flows will be rerouted
west to Fort Dent Way and then north in Interurban Ave S to the existing sanitary sewer line.
Authorize the Mayor to sign the agreement with AHBL, Inc.
Forward to Committee of the Whole and then Regular
Same as Sponsor
$58,354.00
303 Facilities Fund
,OJIIC IIA
Action
ENDICES
Attachments
Information Memo dated January 13, 2004
Consultant's Agreement with Exhibits A B
Utilities Committee Meeting Minutes from January 21, 2004
2004
ITEM NO.
To: Mayor Mullet
From: Public Works Direct
Date: January 13, 2004 VV
Subject: Fort Dent /Interurban Avenue South Sewer Proiect
Consultant Recommendation
ISSUE
Approve AHBL, Inc., for $58,354.00 to perform design work for the Fort Dent/Interurban
Avenue South Sewer Project.
BACKGROUND
Starfire Sports is constructing a soccer facility in Fort Dent Park. When the indoor soccer
center is complete, the existing Sanitary Lift Station No. 6 will not have enough capacity to
accommodate the proposed sewage flows from the soccer center.
ANALYSIS
The existing Sanitary Sewer Lift Station No. 6, serving the Fort Dent area, will be at over
capacity with the completion of the Starfire Soccer Complex in Fort Dent Park this summer.
To mitigate the increased flows of sanitary sewage to Lift Station No. 6 from Starfire Soccer
Complex, the flows from Lift Station No. 5 will be rerouted west in Fort Dent Way and then
north in Interurban Avenue South 2100 linear feet north to the existing sanitary sewer.
Since this is a City owned facility and does not enhance the entire sewer system, this project
will be initially funded by the City's 303 Facilities Fund. The 303 Fund will be reimbursed by
Starfire's permit fees along with future development and possibly by the sewer fund.
Three firms were short- listed from the current Consultant Roster; AHBL, Inc., The
McAndrews Group and SVR. AHBL, Inc. has been involved in the design of municipal
infrastructures for over 20 years and has the most direct experience and understanding of the
needs of the City of Tukwila for this project. Therefore, AHBL, Inc. is recommended to carry
out the design work for the Fort Dent/Interurban Avenue South Sanitary Sewer Project.
RECOMMENDATION
Authorize Mayor to execute agreement with AHBL, Inc., in the amount of $58,354.00.
MC:lw
attachments: Consultant Agreement
Scope of Services
(Piaurk Admin\Mike)memo011304sm Fort Dent Imemrban Sewer)
INFORMATION MEMO
(June 6, 2002)
CONSULTANT AGREEMENT FOR
PROFESSIONAL ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City," and AHBL, Inc., hereinafter referred to as "the Consultant," in
consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform professional
engineering services in connection with the project designated Fort Dent/Interurban
Avenue Sewer Extension.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit
"A" attached hereto, including the provision of all labor, materials, equipment, and
supplies.
3. Time. for Performance. Work under this contract shall commence upon the giving of
written notice by the City to the Consultant to proceed. The Consultant shall perform all
design services and provide all design work product required pursuant to Task 1 and 5 of
this Agreement within 180 calendar days from the date written notice is given to proceed,
unless an extension of such time is granted in writing by the City.
4. Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on
Exhibit `B" attached hereto, provided that the total amount of payment to the
Consultant shall not exceed $58,354.00 without express written modification of
the Agreement signed by the City.
B. The Consultant may submit vouchers to the City once per month during the
progress of the work for partial payment for that portion of the project completed
to date. Such vouchers will be checked by the City and, upon approval thereof,
payment shall be made to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned
will be made promptly upon its ascertainment and verification by the City after
the completion of the work under this Agreement and its acceptance by the City.
D. Payment provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment, and incidental
necessary to complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and state for a period of
three (3) years after final payments. Copies shall be made available upon request.
5. Ownership and Use of Documents. All documents, drawings, specifications, and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made
is executed or not. The Consultant shall be permitted to retain copies, including
reproducible copies, of drawings and specifications for information, reference, and use in
connection with the Consultant's endeavors. The Consultant shall not be responsible for
any use of the said documents, drawings, specifications, or other materials by the City on
any project other than the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated
by this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances, and regulations, applicable to the services to be rendered under this
Agreement.
7. Indemnification. The Consultant 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 negligent act, omission, or failure of the Consultant, 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 officer, agents
and employees, the Consultant 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 by or on behalf of any employee of the
Consultant. 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 Consultant, its officers, agents, and employees.
8. Insurance. The Consultant shall secure and maintain in force throughout the duration of
this contract comprehensive general liability insurance, with a minimum coverage of
$500,000 per occurrence and $1,000,000 aggregate for personal injury; and $500,000 per
occurrence /aggregate for property damage, and professional liability insurance in the
amount of $1,000,000.
Said general liability policy shall name the City of Tukwila as an additional named
insured and shall include a provision of prohibiting cancellation of said policy except
upon thirty (30) days prior written notice to the City. Certificates of coverage as required
by this section shall be delivered to the City within fifteen (15) days of execution of this
Agreement.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
(June 6, 2002)
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed
or retained any company or person, other than a bonafide employee working solely for
the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay
any company or person, other than a bonafide employee working solely for the
Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other
consideration contingent upon or resulting from the award or making of this contract.
For breach or violation of this warrant, the City shall have the right to annul this contract
without liability, or in its discretion to deduct from the contract price or consideration, or
otherwise recover, the full amount of such fee, commission, percentage, brokerage fee,
gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it
under this Agreement, will not discriminate on the grounds of race, color, national origin,
religion, creed, age, sex, or the presence of any physical or sensory handicap in the
selection and retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by
this Agreement without the express written consent of the City.
13. Non Waiver. Waiver by the City of any provision of this Agreement or any time
limitation provided for in this Agreement shall not constitute a waiver of any other
provision.
14. Termination.
15. Attorneys Fees and Costs. In the event either party shall bring suit against the other to
enforce any provision of this Agreement, the prevailing party in such suit shall be entitled
to recover its costs, including reasonable attorney's fees, incurred in such suit from the
losing party.
(June 6, 2002)
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the
services provided under this Agreement. The City shall not be responsible for
withholding or otherwise deducting federal income tax or social security or for
contributing to the state industrial insurance program, otherwise assuming the duties of
an employer with respect to the Consultant, or any employee of the Consultant.
A. The City reserves the right to terminate this Agreement at any time by giving ten
(10) days written notice to the Consultant.
B. In the event of the death of a member, partner, or officer of the Consultant, or any
of its supervisory personnel assigned to the project, the surviving members of the
Consultant hereby agree to complete the work under the terms of this Agreement,
if requested to do so by the City. This section shall not be a bar to renegotiations
of this Agreement between surviving members of the Consultant and the City, if
the City so chooses.
16. Notices. Notices to the City of Tukwila shall be sent to the following address:
17. Integrated Agreement. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. This
agreement may be amended only by written instrument signed by both the City and the
Consultant.
DATED this
CITY OF TUKWILA
Steven M. Mullet, Mayor
Attest/Authenticated: Approved as to Form:
Jane E. Cantu, City Clerk Office of the City Attorney
(June 6, 2002)
City of Tukwila
6200 Southcenter Boulevard
Tukwila, Washington 98188
Notices to Consultant shall be sent to the following address:
AHBL, Inc.
Doreen Gavin, PE, Vice President
2215 North 30 Street Suite 300
Tacoma, WA 98403
day of 2004.
AHBL INC.
Vi z..
Doreen Gavin, P.E.
Vice PresidentfPrincinal
Title
01/09/2004 17:13 FAX 2533832572 AHBL INC
"Exhibit Au
SCOPE OF WORK FOR FORT DENT /INTERURBAN SEWER EXTENSION
The work to be performed under this contract is generally described in the major tasks listed below:
Task Nn. 1: Gravity and Force Main Sewer Desi' n.
Provide design engineering services to the City for:
A. 2,100 linear feet of gravity sanitary sewer in Interurban Avenue, north of Fort Dent
Way.
B. 700 linear feet of 6 -inch force main from Lift Station #5 in the center of the cul-de -sac
at Fort Dent Way and west to Interurban Avenue.
Prepare plans and technical specifications for the construction contract. Assume one construction
contract for the gravity sewer, force main and pump station piping modifications or upgrades.
Specifications will utilize the Washington State Department of Transportation Standard
Specifications for Road, Bridge, and Municipal Construction, 2002 Edition, with Special Provisions
prepared to address the project. Specifications will include the work item summary for the Bid
form. The City will provide Divisions 0 and 1
Task 1.1— Schematic Design (35% CD): Prepare documents at a scale and detail that minimizes
the possibility of major modifications during subsequent phases. The 35- percent CD documents
will illustrate and describe the elements of the project, establish the size and extent of the project by
means of plans, profiles, and construction details and sections. The 35- percent submittal will
include the bid form item and quantity list. Services include one meeting with the City staff to
discus the project goals and objecdves.
Task 1.2 Construction Documents (95% CD) and Permit Submittal. Prepare 95- percent
drawings with special provisions based upon the approved 35- percent submittal with the City
comments incorporated Facilitate and document one meeting with city staff to review the 35%
comments. Review city. furnished specifications for Division 0 and 1 and provide comment.
Perform in -house quality reviews and overall coordination.xeview.
Task 1.3 Construction Documents (100% CD) and Bidding Submittal: Prepare 100 percent
drawings, special provisions, and incorporate envitonmentalpesmit provisions.
Task 1.4 Project Administration: Prepare and maintain the project schedule, prepare monthly
invoices and status reports, and maintain communications including meeting minutes, files, and
documents. Coordinate design team activities through internal meetings and memorandums and
develop internal work plans.
Task 1.5 Project Coordination: Provide project coordination with affected agencies to include,
but not limited to, private utility companies, METRO, transit, school, DOH, DOE, City, fire
department, and "other" governmental agencies.
ii 002
01/09/2004 17:13 FAX 2533832572 AJiEL INC
Task No. 2: Lift Station Evaluation
Provide engineering services to the City to evaluate the performance of the existing pumping
facilities installed in the sanitary sewer lift station for the proposed alignment of the force main
connection to the proposed Interurban Avenue gravity sanitary sewer. The evaluation will focus on
pumping capabilities, piping and related components configuration, and piping and related
component upgrades desired by the City. An electrical analysis will not be performed, and design
for modifications other than piping and pipe connections are excluded. If additional work is
determined to be required, design services for this additional work can be negotiated with an
Agreement Amendment. The evaluation report shall .be submitted with the 35% documents.
Task Nn. 3: Construction Cost Onininn
Prepare an opinion of probable construction cost for the proposed installation of the gravity sewer
and force main. Provide estimates at completion of the 35% CD, 95 CD and 100% CD phases.
Task No. 4: Environmental and Petmittino
Provide the required land use permit documents and reports. This project will require the issuance
of a Shoreline Substantial Development Permit (Type II Administrative Review in the City of
Tukwila) and SEPA Environmental Review.
Task No, 4.1; Identify all necessary permits. (Does not include permit fee.) Anticipated permits
include Shoreline Substantial Development Permit, which will be applied for through the
preparation of a Joint Aquatic Resources Protection Application QARPA), Floodplain Management,
and a National Pollution Discharge Rlimination System (NPDES) permit. Wetlands permits are not
included.
Task No 4.2; Prepare SEPA Environmental Checklist and modify up to three times to
accommodate the City's use during the public notice and comment phases.
Task No, 43: Prepare and submit a JARPA to the City. If requested by City staff, distribute the
JARPA directly to the Washington State Department of Ecology for review and comment
Task No. 44j Prepare and submit application materials for the NPDES permit. This work will
involve preparing the application materials and public notice documents for publication in the City's
newspaper of general circulation at least two times no sooner than one week apart
Task Nn. 5: WSDOT Permitting
Prepare and submit application materials to the Washington State Department of Transportation
WSDOT) for work located within their area of controlled access (Fort Dent Way at Interurban
Avenue). The WSDOT submittal shall occur after incorporating the City's 35% review comments
into the plans.
Task Nn. 5.1: Prepare the WSDOT Developer's Agreement form for the City signature.
10 003
U1 /U» /4UU4 11:14 Mdd zayso.,ta, nn01. Sou
Task Nn. 5.2: Prepare a Traffic Control Plan for work at the intersection. This work may involve
the retrieval and use of existing road drawings for those areas not included within the City provided
topographic survey.
Task No. 5.3_ Prepare the WSDOT Application Form.
Task Nn. 6! Rid and Cnnstnir_tinn Phase Services (Qntinnallj
Construction management and bid /award phase services will nbt be provided as a part of this
contract. If these support services are required, an agreement amendment will be negotiated.
01/09/2004 17:14 FAX 253341325/2 ACCL lfos
Includes 10% Administration Fee
f t
L‘H 1 13
CITY OF TUKWILA
FORT DENT /INTERURBAN AVENUE SEWER IMPROVEMENT
(See Exhibit "A" for description of tasks)
DESIGN PHASE SERVICES COMBINED FEE AMOUNT
TASK NO. PRINCIPAL PROJ MNGR CIVIL ENGR I' CIVIL ENGR II TECH TYPIST
1 •16 62 190 164 28
2 2 10 32 18 2
3 3 4 16
4 4
5 2 4 16 12 2
yJ uUJ
Total Hours 23 84 254 0 194 32
Est Rate $48 $35 $25 $22 $25 $15
Direct Labor $1,104 $2,940 $6,350 $0 $4,850 $480
Direct Labor Costs $15,724
Indirect Labor @1.53 x Direct Labor Cost $24,058
Total Labor Costs $39,782 i
Profit 15% $5,967 v
Subtotal, Labor and Fee $45,749
Expenses $12,605
Permitting (AHBL)
Printing (Ford Graphics)
Miscellaneous (Mileage, Photos, other)
$11,105
$1,000
$500
Estimated Total Costs $58,354
1/9/2004 AHBL 203637.10
01/09/2004 17:15 FAX 2533832572 ABEL INC
CITY OF TUKWILA
FORT DENT /INTERURBAN AVENUE SEWER IMPROVEMENT
(See Exhibit "A" for description of tasks)
AHBL PLANNING /PERMITTING
TASK NO. PRINCIPAL PROJ MNGR PLANNER TYPIST
4 6 37 82 6
Total Hours 6 37 82 0 0 6
Est Rate $48 $33 $26 $15
Direct Labor $288 $1,221 $2,132 $0 $0 $90
+R1uub
Direct Labor Costs $3,731
Indirect Labor @1£3 x Direct Labor Cost $5,708
Total Labor Costs $9,439
Profit 15% $1,416
Labor and Fee $10,855
Printing, mileage, arid photos $250
Subtotal $11,105
1/9/2004 AHBL 203637.10
Utilities Committee
January 21, 2004
DRAFT
Present: Pam Carter, Chair; Pam Linder, Dennis Robertson
Jim Morrow, Frank Iriarte, Mike Cusick, Gail Labanara, Pat Brodin, Bob
Giberson, Mike Sweeney, Rick Still, Lucy Lauterbach
1. Miscellaneous Painting Proiect Accentance The City had painting and miscellaneous small
projects at the Tukwila Library, Minkler Shops and other places. Washington Industrial Coatings
won the bid for the project, which was completed in late October 2003. The project was within
budget. Pam noticed a small accounting error that will be adjusted. Jim said he will try to change
the way small painting projects are bid in the future. Recommend to consent agenda
acceptance of nroiect and release of retainage to Washington Industrial Coatings.
2. Duwamish Area Improvements The project to install sewers, storm drains, sidewalks and
some street improvements is finished. The project was a joint one between the City and ValVue
whose sewer district covers Duwamish. Both governments each spent about $1.1 million on the
project. The City and ValVue got a Public Works Trust Fund loan to cover the cost of
improvements. The project is in and working well. Recommend project acceptance at a
Regular Meeting.
3. Fort Dent/ Interurban Sewer Proiect There are currently two lift stations around Fort Dent
Park After studying the area, staff recommended the Starfire project's storm water go to Lift
Station 6 at the north end of the park. From there it will go under the railroad tracks to the Metro
sewer treatment plant. However, with more development going into that area, more capacity is
needed. The solution is to also run a storm drain line on Interurban from Fort Dent north. The
$150,000 cost for that line will come from the small projects 303 fund, which is a general fund.
The committee wanted to know why the funds weren't taken from the enterprise fund, or if
repayments of the cost through future developer agreements could repay the 303 fund. Jim said
he would include a page on the financing of the project when it comes to Council.
Another issue that was discussed was what level of project was allowed to be done by short-list
consultants. Staff replied that all engineering designs can come from that list. Its purpose is to
ensure a certain quality in the engineering reports. Recommend AHBL agreement and
financing details to COW.
4. Golf Course Proiect Change Order Mike explained they found out in late November they
needed a new sewer line to the clubhouse due to a fracture and sag affecting flow in the former
line intended to be used.. When the decision to replace the pipe was made they asked the current
contractor to estimate costs. Mike. The City rejected the price as too high, and the contractor
secured other proposals that demonstrated nearly the same costs or higher. The higher costs are
attributed to the need to deeply excavate a trench to expected 22' depths, and the equipment,
materials, and labor needed to de- water, shore and brace the trench. Ground water can cause
collapses and fill the trench unless de- watering wells and related measures are taken to prevent
that. Mike said they are anxious to proceed to keep the project on its mid April opening
schedule; however, this may keep the rest of the parking lot from being completed on schedule.