HomeMy WebLinkAboutUtilities 2011-08-09 COMPLETE AGENDA PACKETCity
of Tukwila
Distribution:
G. Labanara
D. Quinn
S. Kerslake
Utilities Committee
D. Robertson
K. Hougardy
Clerk File Copy
Mayor Haggerton
2 Extra
De'Sean Quinn Chair
A. Ekberg
S. Hunstock
A. Le (email pdf)
e -mail cover to:
Dennis Robertson
Ma
C. O'Flaherty, A. Le
Kathy Kath Hougardy
B. ex erson
F. I i
D. Almberg Dideon,
B. Saxton, S. Norris,
R. Tischmak
M. Hart, S. Kirby
AGENDA
TUESDAY, AUGUST 9, 2011
Time: 5:00 PM Place: Conference Room #1
Item
Recommended Action
Page
1. PRESENTATION(S)
2. BUSINESS AGENDA
a. Solid Waste Collection Contract
Request for Proposals
a. Information only
Pg. 1
b. Southcenter Parkway Extension
Bow Lake Transfer Station Agreement with
King County for Sewer Connection
3. ANNOUNCEMENT(S)
4. MISCELLANEOUS
b. Forward to 8/22/11 C.O. W
and 9/6/11 Regular
Future Agendas:
Next Scheduled Meeting: Tuesday, August 23, 2011
Pg. 5
S The City of Tukwila strives to accommodate individuals with disabilities
Please contact the Public Works Department at 206 433 -0179 for assistance.
x
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Utilities Committee
FROM: Bob Giberson, Public Works Director
DATE: August 5, 2011
SUBJECT: Comprehensive Solid Waste. Recvclables and Compostables Collection Contract
Request for Proposals
ISSUE
Comprehensive Solid Waste, Recyclables and Compostables Collection Contract Request for
Proposal (RFP).
BACKGROUND
The current Comprehensive Solid Waste, Recyclables, and Yard Waste Collection Contract with Allied
Waste will expire on October 30, 2012. The new collection contract will be obtained through an open,
competitive procurement process. A significant milestone in the process is the development of the
RFP. In partnership with our consultant, Epicenter Services, LLC, the RFP has been completed and is
scheduled for release on August 11, 2011.
Once released, proponents will have 60 days to submit their proposal. An updated procurement
schedule highlighting the major activities is provided in Attachment 1.
DISCUSSION
The RFP and draft contract provisions ensure that the residential, multi family, and commercial
customers will continue to receive the same or enhanced level of service. Additionally, special
programs such as discounts for disabled /low- income seniors, annual bulky items /recycling events and
"free" municipal services provided under the current Allied Waste Contract will continue. The following
highlights are addressed in the RFP /Draft Contract:
Contract Term: The initial contract term will be seven years with a City option for two additional two
year extensions. A longer contract term allows a contractor to amortize the cost of new trucks and
equipment over a longer period of time which allows for more favorable collection rates.
Administrative Fee: The new contract will include a 2% administrative fee to fund street litter services
and outreach programs.
Expanded Recyclable List: The current list of recyclables collected from customers will be expanded
to include a wide range of plastics, fats /oils /grease (FOG), and fluorescent lights.
Garbage, Recycling, and Compostables Carts: Carts purchased for performance of the new
contract will (at the City's option), revert to City ownership at contract termination.
W9PWEN&Projects\Solid Wastellnfo Memo -Solid Waste Recycling Services Contract -UC 6 -9 -11
INFORMATIONAL MEMO
Page 2
As part of the RFP, several proposal alternatives and options will be addressed including:
Weekly Recycling and Compostables Collection: The base proposal assumes current every- other-
week recycling and compostables collection for single family customers. The proposal alternative
increases the collection frequency to weekly.
Every- other -Week Garbage Collection: The base proposal assumes current weekly garbage
collection for single- family customers. Proposal alternative decreases frequency to every- other -week.
Embedded Compostables Collection: The base proposal assumes the continuation of the existing
subscription -based compostables collection service for single family residents. The proposal
alternative would handle compostables the same as recyclables in that all single family customers
would pay for the service as part of their basic garbage collection service.
Embedded Commercial Recycling (cart- based): This alternative would implement City -wide
commercial recycling, with up to two 96- gallon recycling carts provided and collected weekly from
each commercial customer who requests the service at no additional charge as part of their garbage
service.
Embedded Commercial Recycling (150% Capacity): This alternative would implement city -wide
commercial recycling with recycling containers provided to businesses at a level of up to 150% of their
garbage capacity with the costs (and benefits) included in basic garbage rates.
Mandatory Collection: This alternative would implement mandatory collection for all customers,
including single family, multi family and commercial sectors.
As noted in the attached Task Schedule, the next major milestone after proposals are received from
the RFP proponents is the evaluation of RFP submissions and the selection of a finalist. Once the
contract is finalized, staff will seek approval through the normal Council approval process.
RECOMMENDATION
Information and discussion only.
Attachment: Solid Waste, Recycling, and Compostables Collection Contract Task Schedule
WAPWENG \Projects \Solid Waste \Info Memo -Solid Waste Recycling Services Contract -UC 8 -9 -11
SOLID WASTE, RECYCLING, COMPOSTABLES COLLECTION CONTRACT
Task Schedule
Event/Task Time Frame Comments
RFP /Draft Contract to UC August 9, 2011
Seattle Times,
Seattle Daily Journal,
Publish Notice of Proposal August 11, 2011 City Website,
Channel 21
Release RFP Documents
August 11, 2011
Deadline for Proponent Questions
September 7, 2011
Proposals Due
October 12, 2011
Evaluate RFP Submissions
October November 2011
Notice of Finalist to Selected
Proponent
End of November 2011
Finalize Contract
December 2011
2012 Contract to UC January 2012
2012 Contract COW January 2012
2012 Contract to Regular Meeting February 2012
City Executes Contract March 2012
Contractor Transition
May 1, 2012
Implementation Plan Due
Container Delivery October 2012
Start of New Contract October 30, 2012
W TW Eng \PROJECTS \Solid Waste\2012 SWR Contract Schedule- 8- 2- 1 1.docx 3
x
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Utilities Committee
FROM: Bob Giberson, Public Works Director*,
DATE: August 5, 2011
SUBJECT: Southcenter Parkwav Extension Bow Lake Transfer Station
Project No. 98410437
Agreement with King County for Connection to Tukwila's Sewer System
ISSUE
Interlocal Agreement for the connection of sanitary sewer from Bow Lake Transfer Station to
Tukwila's sewer system as part of the Southcenter Parkway Extension Project.
BACKGROUND
The City of Tukwila is installing public sanitary sewer mains as part of the Southcenter Parkway
Extension Project. King County has requested that the City provide an additional manhole and
sewer piping to the edge of the right -of -way for future side sewer connection to the Bow Lake
Transfer Station (which is also under construction at this time). During the design phase, the
City did not anticipate that the Transfer Station would connect to the sanitary sewer via
Southcenter Parkway due to the vertical grade slopes.
The City of Tukwila's contractor for the Southcenter Parkway Extension Project will install the
additional manhole and pipeline within the right -of -way by Change Order for the Bow Lake side
sewer.
ANALYSIS
The Contractor for the Southcenter Parkway Extension Project has provided the City with
Change Order No. 14 in the amount of $67,746.63, plus sales tax to install the additional
manhole and side sewer piping to accommodate the future sewer line for the Bow Lake Transfer
Station. Per this agreement, King County will reimburse the City for all construction costs for this
item.
In addition, when the Southcenter Parkway Extension Project has been completely constructed
and all sanitary sewer construction costs have been identified, King County has agreed to pay
their fair share of the sewer main construction costs from S 180 St to S 200 St, as the
connection fee to the public sewer system (currently 21 sewer connections are scheduled for
development in the Tukwila South area).
RECOMMENDATION
The Council is being asked to approve the Agreement between the City of Tukwila and King
County for the side sewer connection of the Bow Lake Transfer Station in the amount of
$67,746.63, plus sales tax and future connection fee for the sanitary sewer system and consider
this item at the August 22, 2011 C.O.W. and subsequent September 6, 2011 Regular meetings.
Attachments: Agreement Between the City of Tukwila and King County
Southcenter Parkway Extension's Contractor Scarsella's Change Order No. 14
W:\PW Eng\PROJECTS\A- RW RS Projects \98410437 SC Pkwy Extension( 57th Ave S) \Construction \During Con \Change Orders \Info Memo KC- Tukwila Agreement for Bow Lake Transfer.doex
AGREEMENT
BETWEEN KING COUNTY AND CITY OF TUKWILA
REGARDING
CONNECTION OF BOW LAKE RECYCLING TRANSFER STATION TO THE NEW
SANITARY SEWER MAIN IN SOUTHCENTER PARKWAY EXTENSION PROJECT
THIS AGREEMENT, made as of the day of 2011, between the City of
Tukwila, a municipal corporation organized and existing under the laws of the State of
Washington, hereinafter referred to as "the City" by and through Tukwila Public Works
Department, and King County, a political subdivision of the State of Washington, hereinafter
referred to as "the County" through the King County Solid Waste Division "KCSWD
(individually referred to as "Party" and collectively as the "Parties
WHEREAS, the County owns and operates the Bow Lake Recycling and Transfer Station, a
municipal solid waste transfer facility in Tukwila, Washington; and
WHEREAS, the Bow Lake Recycling and Transfer Station has no existing piped connection to
the City's sanitary sewer system; and
WHEREAS, the County is constructing a new facility at the site of the Bow Lake Recycling and
Transfer Station that will generate wastewater; and
WHEREAS, Public Health Seattle and King County has directed that the new Bow Lake
facility should discharge wastewater to the City's sanitary sewer system when a nearby
connection becomes available; and
WHEREAS, the City has an existing contract to construct the Southcenter Parkway Extension
Project, including installation of a sanitary sewer main, near the Bow Lake Recycling and
Transfer Station; and
WHEREAS, the City and County have identified a mutual interest to connect the Bow Lake
Recycling and Transfer Station to the City sanitary sewer system; and
WHEREAS, the City intends to impose a connection charge for connecting to the City's sanitary
sewer main constructed as part of the Southcenter Parkway Extension Project; and
WHEREAS, the connection charge will be based on the construction costs of the sanitary sewer
system from South 180 Street to South 200` Street as provided with the Southcenter Parkway
Extension Project with approximately 21 total connections; and
WHEREAS, for the purposes of calculating the connection charge, the construction costs of the
Sanitary Sewer System will not include the costs of construction of the side sewer service to The
Page 1 of 9 6
Bow Lake Transfer Station nor any grants the City has received from the State of Washington
and
WHEREAS The connection charge will be determined when the construction of the Southcenter
Parkway Extension Project is completed; and
WHEREAS, the Parties agree that construction of the Bow Lake Recycling and Transfer Station
side sewer to the City sanitary sewer system (the "Project" or the "Bow Lake side sewer will
be performed by the City and that certain costs for such construction, as set forth herein, will be
reimbursed by the County;
NOW THEREFORE THE PARTIES AGREE AS FOLLOWS:
1.0 Construction of the Project
1.1 The City shall act as the lead agency for the construction of the Bow Lake side sewer
and shall accomplish the Project in accordance with the plans, attached hereto as
Exhibit A, and incorporated herein by this reference. The County shall obtain a
Public Works permit for the Project from the City, which the City shall not
unreasonably delay, withhold or condition. The City represents that the Project will
be constructed entirely on City property and /or public right -of way. If any part of the
Project is to be constructed on property other than City property or public right -of
way, then the County shall obtain all necessary temporary and /or permanent access
easements and /or other necessary property rights to construct the Project.
1.2 The City will administer the Project, including keeping the records and accounting for
the Project and paying the Project contractor (the "Contractor The City shall
arrange a preconstruction conference with the Contractor before directing the start of
the work of the Project and invite the County to attend and participate. The Parties
agree that the Project shall be built by the Project Contractor, Scarsella Brothers,
according to the plans, attached hereto as Exhibit A, as a change order to the contract
for the Southcenter Parkway Extension Project which contract was bid, let and is
being constructed in accordance with State and local law applicable to the City's
public works projects.
1.3 The City shall, at no cost to the County, provide construction engineering and
inspection of the Project based upon the Southcenter Parkway Extension Project plans
and specifications, and sound engineering practice. The City will provide copies to
the County of any inspection reports for the Project.
1.4 The City shall initiate and coordinate final inspection of the Project and will follow
through with completion of items listed on either the City's and /or the County's
punch list.
Page 2 of 9
1.5 The City shall at no additional cost provide the County with a set of "as- built"
drawings of the Project work for its permanent records, within six (6) months of the
final acceptance of the Project.
1.6 The City shall bill the County for the direct construction costs of the Bow Lake side
sewer, as set forth in Section 3 herein and as outlined in Exhibit B. The City agrees
that the direct construction costs paid by the County under this Agreement will not be
included in the total construction costs of the Sanitary Sewer System for the purpose
of determining any connection charge imposed on the County.
2.0 Post Construction Responsibilities
2.1 The City of Tukwila shall own and be solely responsible for the inspection, cleaning,
maintenance, operation, repair and replacement, as needed, for sanitary sewer
manhole C (SSMH -C) and for the 12 inch pipe between SSMH -B and SSMH -C, as
shown in Exhibit A.
3.0 Payment
3.1 The County agrees to reimburse the City for the actual direct cost of the construction
of the Project, without mark -up costs by the City. The Parties' estimate of costs is
shown in Exhibit B, Cost Proposal, which is attached hereto and incorporated herein
by this reference.
3.2 The City shall provide the County monthly with properly executed invoices showing
expenditures during the previous month on the Project. Invoices shall be based on
and itemize the Contractor's payments, equipment, materials and labor expended on
the Project. Invoices shall be documented to the reasonable satisfaction of the
County. Properly documented invoices shall be paid by the County within forty -five
(45) days of receipt by the County. Notice of any potential dispute regarding such
payment request shall be made in writing within the same time period. Payment by
the County shall not constitute agreement as to the appropriateness of any item or
acceptance of the work so represented. Upon completion of the Project, all required
adjustments related to any potential dispute for which notice has been timely given
shall be made and reflected in a final payment.
3.3 Reimbursement for any costs associated with extra work or changed work must be
approved in accordance with Section 4 herein.
4.0 Changes in the Fork
Page 3 of 9
4.1 There may be unforeseen conditions requiring immediate resolution during the
construction phase of the Project such as construction disputes and claims, changed
conditions and changes in the construction work. Reimbursement for increased costs
for construction of the Bow Lake Sewer side sewer shall be limited to costs covered
by a modification, change order or extra work order approved as follows:
4.1.1 Should it be determined that a change to the Project plans and specifications
is required for the construction of the Bow Lake side sewer, the City, through
its City Engineer, shall notify the County at least five (5) working days prior
to commencing work on the changed work.
4.1.2 Any change in the Project, which would cause the direct construction costs to
exceed the Cost Proposal, set forth in Exhibit B, by more than five (5)
percent shall require a binding Letter of Agreement, signed by the City of
Tukwila's Public Works Director or his /her designee and the KCSWD's
Engineering Services Manager or his /her designee, describing the changed
scope of work and the estimated change in the direct construction cost.
4.2 In the event of a claim by the Contractor related to the Bow Lake side sewer, each
Party shall be responsible for its proportionate share based on its proportionate
responsibility for the claim and each Party shall be responsible for its own attorneys
fees and costs; PROVIDED THAT nothing in this Agreement shall be construed to
make the County responsible for a Contractor(s) claim, to the extent that it is caused
by the actions, inactions or responsibilities of the City and /or its agents, employees or
consultants.
5.0 Indemnification
5.1 The County shall hold harmless, indemnify and defend the City, its officers,
appointed and elected officials, employees and agents, from and against any and all
claims, actions, suits, liability, loss, expenses, damages and judgments of any nature
whatsoever, including costs and attorney's fees in defense thereof, for injury,
sickness, disability or death to persons or damage to property or business, to the
extent caused by or arising out of the County's negligent or intentional acts, errors or
omissions in the County's performance of this Agreement PROVIDED,
HOWEVER, that the County's obligation hereunder shall not extend to injury,
sickness, death or damage caused by or arising out of the sole negligence of the City,
its officers, elected and appointed officials, employees or agents; PROVIDED
FURTHER, that in the event of the concurrent negligence of the parties to this
Agreement, the County's obligations hereunder shall apply only to the percentage of
fault attributable to the County, its officers, officials, employees or agents; The
County expressly and specifically agrees that its obligations under this paragraph
extend to any claim, action, suit, liability, loss, expense, damage and /or judgment
brought by or on behalf of any of its appointed or elected officials, employees or
agents. For this purpose, the County hereby expressly and specifically waives, with
Page 4 of 9 9
respect to the City only, any immunity that would otherwise be available against such
claims under the Industrial Insurance provisions of Title 51 RCW.
The City shall hold harmless, indemnify and defend the County, its officers,
appointed and elected officials, employees and agents, from and against any and all
claims, actions, suits, liability, loss, expenses, damages and judgments of any nature
whatsoever, including costs and attorney's fees in defense thereof, for injury,
sickness, disability or death to persons or damage to property or business, to the
extent caused by or arising out of the City's negligent or intentional acts, errors or
omissions in the performance of this Agreement and arising by reason of the City's
participation in this Project; PROVIDED, HOWEVER, that the City's obligation
hereunder shall not extend to injury, sickness, death or damage caused by or arising
out of the sole negligence of the County, its officers, elected and appointed officials,
employees or agents; PROVIDED FURTHER, that in the event of the concurrent
negligence of the Parties to this Agreement, the City's obligations hereunder shall
apply only to the percentage of fault attributable to the City, its officers, elected and
appointed officials, employees or agents. The City expressly and specifically agrees
that its obligations under this paragraph extend to any claim, action, suit, liability,
loss, expense, damage and /or judgment brought by or on behalf of any of its
appointed or elected officials, employees or agents. For this purpose, the City, hereby
expressly and specifically waives, with respect to the County only, any immunity that
would otherwise be available against such claims under. the Industrial Insurance
provisions of Title 51 RCW.
5.3 The City shall require the Project's construction contractor(s), subcontractors and
suppliers of any tier to defend, indemnify and hold harmless the County, its officers,
officials, and employees from any and all claims, injuries, damages, losses or suits
including attorney's fees and costs, arising out of or in connection with the
construction of the Project.
5.4 The parties hereby agree that, except as expressly set forth in this Agreement, the
performance of services pursuant to this Agreement shall not constitute an
assumption by the County of any of the City's obligations or responsibilities.
6.0 Insurance
6.1 The City shall cause the Contractor to maintain the following insurance coverage,
name the County as an additional insured and provide the County with evidence
thereof:
6.1.1 General Liability. Coverage shall be at least as broad as Insurance services
Office form number CG 00 01 covering COMMERCIAL GENERAL
LIABILITY. $1,000,000 combined single limit per occurrence and for
those policies with aggregate limits, a $2,000,000 aggregate limit
Page 5 of 9 10
including Products and Completed Operations. Excess /Umbrella Liability
coverage may be provided to satisfy the required limits.
6.1.2 Automobile Liability. Coverage shall be at least as broad as Insurance
Services Office form number CA 00 01 covering BUSINESS AUTO
COVERAGE, symbol 1 "any auto or the combination of symbols 2, 8,
and 9. $1,000,000 combined single limit per accident. Excess/Umbrella
Liability coverage may be provided to satisfy the required limits.
6.1.3 Workers' Compensation. Statutory requirements of the State of residency.
Coverage shall be at least as broad as Workers' Compensation coverage,
as required by the Industrial Insurance Act of the State of Washington, as
well as any similar coverage required for this work by applicable Federal
or "other States" State Law.
6.1.4 Employer's Liability or "Stop Gap Coverage shall be at least as broad as
the protection provided by the Workers Compensation policy Part 2
(Employers Liability) or, in states with monopolistic state funds, the
protection provided by the "Stop Gap" endorsement to the general liability
policy. Limit: 1,000,000.
6.2 The City shall cause the insurance to be maintained until acceptance of the Project or
for such longer time as required by the City's contract with the Contractor.
6.3 The City shall cause the Contractor(s) to add the County to its insurance policy as an
additional insured under Commercial General Liability and Business Automobile
Liability Insurance with respect to primary and non contributory limits in accordance
with a standard separation of insureds clause. Any increase in premium expenses
incurred by the Contractor as a result shall be billed to the County and paid in
accordance with this agreement. The City shall notify the County in writing of
cancellation of any insurance required under this contract within five business days of
when notification of cancellation is received from the insurer or Contractor, in
writing, by the City
6.4 All insurers shall either be licensed to conduct business in -the State of Washington
and rated A -:VII in the A.M. Best's Key Rating Guide or filed as a surplus lines
placement by an authorized Washington State Surplus Lines Insurance Broker. Any
form of self insured retentions in excess of $25,000 shall be disclosed and are subject
to approval by the County.
6.5 Upon request, as documentation of insurance as required hereunder, the City shall
cause the Contractor(s) to provide certificates of insurance with copies of the actual
additional insured policy endorsements or blanket additional insured wording stating
that the County is an additional insured.
7.0 The County's Relationship to the Contractor.
Page 6 of 9 11
The City will give a copy of this Agreement to the Contractor.
8.0 Termination
8.1 Either the City or the County shall have the right to terminate this Agreement by
providing written notice to the other Party prior to the award of a construction
contract for the Project.
8.2 This Agreement shall remain in effect until terminated by the mutual, written consent
of the Parties.
Notwithstanding anything to the contrary, sections 2 and 5 and all remedial provisions
of this Agreement shall survive termination of this Agreement for any reason.
9.0 Project Records
For a period not less than six (6) years from the final payment to the City, the City shall
keep all records and accounting pertaining to the Project available for inspection and audit
by the County and /or the State and copies of all records, accounts, documents or other data
pertaining to the Project shall be furnished upon request. If any litigation, claim, or audit is
commenced, the records and accounts along with supporting documentation shall be
retained by the City until all litigation, claim or audit finding has been resolved even
though such litigation, claim, or audit may continue past the six -year retention period.
10.0 Property
Any real or personal property acquired or used by any Party in connection with this
Agreement will be acquired, held, and disposed of by that Party in its discretion, and other
Parties will have no joint or other interest therein. Upon termination of this Agreement,
real and personal property acquired through this Agreement shall be retained or disposed of
in the manner provided by law.
11.0 Dispute Resolution
11.1 If a dispute arises between the County and the Citv the Parties agree that they will
attempt to resolve the issue through mutual negotiation. In the event that the Parties
are not able to reach an agreement through such negotiation, the parties agree to
engage in mediation in order to resolve the dispute. Mediation may be requested by
either Party, and shall be attempted prior to the institution of any lawsuit arising
under this Agreement. Mediation shall be conducted under the then current
Commercial Mediation Rules of the American Arbitration Association or, if such
model procedure no longer exists, some other mutually acceptable procedure. The
Page of 9 12
County shall select a neutral third party mediator, who shall be subject to the
reasonable approval of the City. The parties agree to share the costs of mediation
equally.
11.2 This Agreement has been made pursuant to, and shall be construed according to, the
laws of the State of Washington. In the event that mediation is unsuccessful and
either party finds it necessary to institute legal proceedings to enforce any provision
of this Agreement, such proceedings may only be brought in the Superior Court of
King County, Washington. The Parties shall have the right of specific performance
of the terms of this Agreement.
12.0 Notices
12.1 Unless otherwise directed in writing, notices, reports and payments shall be delivered
to each party as follows:
City of Tukwila:
Robin Tischmak, P.E., City Engineer
3600 Building
3600 Southcenter Blvd.
Tukwila, WA 98188
(206)433 0179
King County:
Attn: Tom Creegan
Solid Waste Division
KSC -NR -0701
201 S. Jackson Street
Seattle, WA 98104 -3855
Notices mailed by either Party shall be deemed effective on the date mailed. Either
Party may change its address for receipt of reports, notices, or payments by giving the
other written notice of not less than five (5) days prior to the effective date.
12.2 For accounting purposes, the respective Federal Tax Identification Numbers are:
City of Tukwila: 91- 6001519
King County: 91- 6001327
13.0 Modification of Agreement
This Agreement may be modified only by an amendment in writing signed by each party.
14.0 Authority of Parties
The signatories below certify that they have the authority to execute this Agreement and
bind their respective governments.
Exhibit A Engineering Plans for Project
Exhibit B Cost Proposal
Page 8 of 9 13
IN WITNESS WHEREOF, the parties have executed this Agreement on the date set forth below.
KING COUNTY CITY OF TUKWILA
-5-
By: z4 r
By:
Kevin kiernan,`Divis�on Director Mayor
King County Dept. of Natural Resources Parks
Solid Waste Division City of Tukwila
Dated: G 1� Dated:
Page 9 of 9 14
exhibit a
GENERAL NOTES
I. WS O. CZ .80 080 1800 '1200.41 IOTA
ITY ATIASON 110.417 05AW45 TAG
SFrOW4154/51400. P4A-AAS. TAY 5143 TAO A
54511/004" 10 AK 54? (011K04 ?RAW.
I WA 01,4 CZ RR NAPA 141.1.ZIAL PAWL 05i0..,
1 KC WC 41 4011 WKS A0 ATATOT S..,..00tAt
A 1000400 0105 PAW L'IMP,I 1010 AMA. ?AAA
PC) AT IT FiSYCIWIN 0000 AT 01 Aztacoma
MA IA 1-114/304 AAA 144441414155
KEYED NOTES
0 sanamax maw Ittlx.S.1 ?YAW. VAR?
mu-tam To s. awl OUTS. AMA WATT AAA
OrAW C? 0004 WAS AGAR AAA MO
(SS041in
CD POCR tAYZY 0.1) 41.4 MI WW1%
AMMAR-
SET 104.4 .0,046 ASIA A? tour,
OUT 5* 34501500I0 AMA 03030150 mita
1014005#.9 vatnr..awys Nolo) 000 ARAL 5144.5
MAXIS AT COAGAI00 180 AA OF I;C<CA
IM5581111 Or 01005 05(050 04544111. 4041 AY
IYAEVAIC =MAW Wit 111.• AN't AIWA.
54 nos IA et 4.010 50101 15 ion or not
Or P80
ner 011550015 =AM 00 *1051W 00 SW rliaz
440:04008 MC 05011(5 WIKILITArilt OTT Mr
IVIAIA
'003 !'10-14,1 : s4 OILS Lo1-AY..
V .42,w 4
Ps-41-Tc.
fr; Fl1/4 ?Ail) 1.1 7-.1- .'-
•'•70 %5..rePAIA.
, :".• -1,-*:•.Z.:C.„-; • _
. ., ,......"--,,, •
•;•$ • •---....,....:,,
i • -,- .
.401500 ouTs)
1 / '
• k _...-„, •- „t.„....
-...,...., ._•• •
•
,,......„..-.s....s-- ,
KEY MAP
r-R.F
SAA■ - ▪ 0104
r4rirV"
-
Department of Natural
Resources and Parks
Solid Waste Division
J•77,11 R.Y4 AAA In.
1001 Fouslh Ay0054 5 sle 2.500
Ges010. WA 451501004
GM) 69.441e0
AA OTIS Cenp.r./
SOW LAKE RECTGuNG A143 WAFER 5041X)I
srrE FACRIDES
WINN WASTEWATER RIM
...11571,1
CI
Ix
U-
LU
PROFILE
Department of Natural
Resources and Parks
Solid Waste Division
AVILA PERMIT
general notes
offsite wastewater profile
site facilities contract
SECTION
GENERAL NOTES
Department or Natural
Resources and Parks
Solid Waste Division
BOW LAKE RECROING 030 INNISFIN SIADON
IRK Book TA,
1001 Foodh itreme,SA.2500
So481M. WA 96754.1004
(.3(11.) 6954703
SCE MOONS CONTRACT
At *44)4 0004.950*
SUMS NM SclIEDIXE
C3
ISSUED F
SITE WASTEWATER SYSTEM SCHEDULE
SECTION
Wolf: V2 -1.-O
GENERAL NOTES
Department or Natural
Resources and Parks
Solid Waste Division
BOW LAKE RECROING 030 INNISFIN SIADON
IRK Book TA,
1001 Foodh itreme,SA.2500
So481M. WA 96754.1004
(.3(11.) 6954703
SCE MOONS CONTRACT
At *44)4 0004.950*
SUMS NM SclIEDIXE
C3
ISSUED F
DAILY FORCE ACCOUNT ! EXTRA WORK REPORT
P.O. Bo. 68697 COST CODE:
F ' Seolilc. WA 96168-06W DESCRIPTION OF WORK:
Office 12531872 -7173
Fax (253 )3951209
RFP 022 - Connect Sewer to Bow Lake Recycling Facility
EQUIPMENT
OWN.'
RENTAL?
HOURS
HOURLY
RATE
EXTENDED
AMOUNTS
LABOR - Name, Classification
HOURS
LOADED
HOURLY RATE
EXTENDED
AMOUNTS
EQUIP.
NO,
Operator Group 2
REG
44
57.15
2,514.60
Komatsu PC -400 Excavator
OPER
44
180.23
7.930.12
OTT
0.00
STDBY
0.00
Operator Group 1
REG
44
57.71
2,539.24
Cat 950 Loader
OPER
44
66.62
2,931.28
OfT
0.00
STDBY
0.00
Operator Foreman
REG
• •
60.00
2,640.00
Komatsu PC -228 Excavator
OPER
44
92.00
4,048.00
O%T
0.00
STDBY
0.00
Laborer Pipelayer
REG
44
47.58
2,093.52.
Pipe Truck
OPER
44
23.19
1,020.36
O/T
0.00
STDBY
0.00
Laborer General
REG
44
46.73
2.056.12
Shoring Boxes
OPER
44
30.00
1,320.00
OIT
0.00
STDBY
0.00
Teamster- Truck & Trailer
REG
32
53.31
1,705.92
Dewatering Install
LS
OPER
t
2,000.00
2.000.00
OTT
0.00
STDBY
0.00
REG
0.00
Dewatering Operation
Week
OPER
1
1,800.00
1,800.00
Oa
0 D0
STOBY
0.00
REG
0.00
Dump Truck & Trailer
OPER
32
87.64
2,804.48
OTT
0.00
STDBY
0,00
REG
0.00
OPER
0.00
OfT
0.00
STDBY
0.00
REG
0.00
OPER
0.00
0/T
0.00
STDBY
0.00
SUBTOTAL LABOR:
13.549.40
SUBTOTAL EQUIPMENT:
23,85424
Material
MATERIAL
EXTENDED
AMOUNTS
Grout Supplies
300.00
QTY.
UNIT
COST
250 CY Dump Fees @ 5.00 /CY
1.250.00
48" Manhole
1
1,250.00
1,250.00
400 Tons Select Backflll @ 11.25/Ton
4,500.00
54" GU Liner Manhole
1
Castings
2
4,640.00
400.00
4.640.00
800.00
Pipe and Fittings
1
SUBTOTAL.
4,949.48
MATERIAL:
4,949.48
11,639.48
SUBTOTAL MATERIALS:
6,050.00
SUBTOTAL SUBCONTRACTORS:
$0.00
12% MARKUP SUBCONTRACTORS:
SUBTOTAL LABOR:
$0.00
$13,549.40
SCARSELLA BROS.. INC. REPRESENTATIVE DATE
29 -„_% MARKUP LABOR:
$3.929.33
SUBTOTAL EQUIPMENT:
$23,654.24
21 MARKUP EQUIPMENT:
$5,009.39
SUBTOTAL MATERIAL:
$17,689.48
OWNER / CONTRACTOR REPRESENTATIVE DATE
21 %a MARKUP MATERIAL:
$3,714.79
TOTAL THIS REPORT:
567,746.63
1 rt CITY OF TUK ILA
Request for Proposal (RFP) 0022
DATE: January 7, 2011 CITY CONTRACT NO.: 10 -065
PROJECT NO.: 84 -RW37 FEDERAL AID NO.: STPUL•1041(003)
PROJECT NAME. Southcenter Parkway Extension Project
SUBJECT: Bow Lake Recycling and Transfer Station Wastewater Connection
SPECIFICATION REF: PLAN REF: C1, C2, and C3
ATTACHMENTS: Bow Lake Recycling and Transfer Station Wastewater Plan (Sheets C1 C3)
TO: Scarsella Brothers, Inc.
Provide proposal and time impact analysis, within fifteen (15) days or as stated above for the scope of work described:
NOTE: This is NOT a change order and does NOT constitute approval or notice to proceed on the issue.
SCOPE:
INSTALL Sanitary Sewer Manhole "C', Sanitary Sewer Manhole "B and approximately 60 LF of 12" CL 52 Ductile Iron
Pipe with an epoxy coated lining per Special Provision 124 to connect these structures; all work per the following
attached plan sheets with notes:
Bow Lake Recycling and Transfer Station Site Facilities Contract Offsite Wastewater Profile, Sheets -3 (Cl,
C2, and C3), dated 11/12/10, by R.W. Beck, Inc.
Scope of work shall meet all requirements of Contract Documents.
MEASUREMENT AND PAYMENT:
PROVIDE a lump sum proposal that clearly indicates any additive and deductive costs for this design change.
Proposal shall clearly indicate any time extensions and schedule impacts.
By: Bradley Wheeler
CC: Mike Mathia, File 655.3.0022
Page: I of 1
Date: January 10, 2011
P -4� (04/10)
19
!'C! O A
to �t
CONTRACT CHANGE ORDER NO. 014
L- .,1908�
DATE: July 20, 2011 CITY CONTRACT NO.: 10 -065
PROJECT NO.: 84 -RW37 FEDERAL AID NO.: STPUL- 1041(003)
PROJECT NAME: Southcenter Parkway Extension Project
NAME OF CHANGE: Bow Lake Recycling and Transfer Station Wastewater Connection
TO: Scarsella Brothers, Inc.
You are hereby directed to make the herein described changes to the plans and specifications or do the following
described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions: A. The following changes, and work affected thereby, are subject to all contract
stipulations and covenants;
B. The rights of the "Owner' are not prejudiced;
C. All claims against the "Owner" which are incidental to or as a consequence of
this change are waived; and
D. The Contractor must submit all Field Overhead and Home Office Overhead Rates
for approval in advance of all change orders.
Cost and Time Impact
This work shall be paid under the new item CO #014 "BLRTS Sewer Connection total cost for this Change Order is
$74,182.56. This Change shall occur per Standard Specification 1 -04.4, Item 5 "Adding new Work The parties agree
this work was performed after the suspension period, therefore no time extension is requested or granted by this
change.
Cost Summary
ID Description Quantity Unit Total Amount
RFP0022 Bow Lake Recvclinq Transfer Station Sewer Connection 1 LS $67,746.63
WSST Washington State Sales Tax 9.5% $6,435.93
CO# 014 f Total: $74,182.56
We the undersigned Contractor, have given aref I consideratio to the change proposed and hereby agree, if this
proposal is approved, that we will vide lab equipm t, f ish all materials, and perform all services necessary
for the work above specified, an I acc t ull paym t refore the prices shown ab ve and below.
LPL
ACCEPTED: By: Date:
Title: Contractor:
Original Contract (with tax)
Previous Change Order(s)
This Change Order (without tax)
REV. CONTRACT AMOUNT
16,030,030.64
$788,109.24 Date
$74,182.56
$16,892,322.44 By:
APPROVED BY THE CITY OF TUKWILA
Mayor Jim Haggerton
P -04 (Rev. 4/10)
20
Pagel of 2
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 014
BLRTS Sewer Connection
Change Order Narrative:
In September 2010, the City was notified that King County would be installing a new sewer line from the Bow Lake
Recycle and Transfer Station that would connect to the new Southcenter Parkway Extension Sanitary Sewer. Meetings
between the City and County determined that the work would be limited to the sanitary sewer connection that is within
Southcenter Parkway Extension project limits. The Contractor will perform the installation of the mainline structure
(SSMH -C), which is in the Southcenter Parkway, and the installation of the lateral line to the first Bow Lake Manhole
(SSMH B).
Field Work Directive 0071 was issued on April 21, 2011 to authorize the Contractor to proceed with procurement of
long lead items, such as the GLI lined Manhole, to ensure that the project schedule would not be affected by this
additional scope of work. On June 3, 2011, Field Work Directive 0088 was issued providing the authorization to
proceed with the scope of work as outlined in Request for Proposal 0022, dated January 7, 2011.
Description and Justification for Change:
The justification for this additional scope of work to be performed by the Contractor is as follows:
Minimize the coordination of multiple contracts and contractors on the Southcenter Parkway Extension sanitary
sewer pipe installation.
Eliminate warranty issues and road prism sub -grade issues associated with this connection.
Contractor shall install the Sanitary Sewer Manhole "C Sanitary Sewer Manhole "B and approximately 60 LF of 12"
CL 52 Ductile Iron Pipe with an epoxy coated lining per Special Provision 124 to connect these structures; all work per
the following attached plan sheets with notes:
Bow Lake Recycling and Transfer Station Site Facilities Contract Offsite Wastewater Profile, Sheets 1 -3 (C1,
C2, and C3), dated 11/12/10, by R.W. Beck, Inc.
Scope of work shall meet all requirements of Contract Documents.
Additional Calendar Days for this change: Zero (0) days
ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w /encumbrance)
Contractor (2 of 2) Project Management File
Page 2 of 2 P -04 (Rev. 4/10)
0