HomeMy WebLinkAboutUtilities 2012-02-14 COMPLETE AGENDA PACKETCity of Tukwila
Utilities Committee
Dennis Robertson, Chair
Joe Duffie
Kate Kruller
Distribution:
G. Labanara
D. Robertson
S. Kerslake
J. Duffie
Clerk File Copy
K. Kruller
2 Extra
V. Seal
Mayor Haggerton
A. Le (e -mail pkt. pdf
D. Cline
e -mail cover to:
K. Matej
C. O'Flaherty, D.
B. Giberson
Almberg Dideon, B.
F. Iriarte
Saxton, S. Norris, M.
R. Tischmak
Hart, S. Kirby
AGENDA
TUESDAY, FEBRUARY 14, 2012
Time: 5:00 PM Place: Conference Room #1
Item Recommended Action Page
1. PRESENTATION(S)
2. BUSINESS AGENDA
a. 6300 Building Fire Alarm System Upgrade
Bid Award
b. 2012 Utilities Committee Work Plan
3. ANNOUNCEMENT(S)
4. MISCELLANEOUS
a. Forward to 2/27/12 C.O. W
and 3/5/12 Regular
b. Information Only
Future Agendas:
Next Scheduled Meeting: Tuesday, February 28, 2012
Pg. 1
Pg. 7
The City of Tukwila strives to accommodate individuals with disabilities.
Please contact the Public Works Department at 4179 for assistance.
x
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Utilities Committee
FROM: Bob Giberson, Public Works Director
DATE: February 10, 2012
SUBJECT: 6300 Building's Fire Alarm System Upgrade
Project No. 91130303
Bid Award
ISSUE
Award 6300 Building's fire alarm system upgrade.
BACKGROUND
During our annual fire confidence testing and planned fire drills, alarms could not be heard throughout the 6300
Building. This building has one (1) gong bell and a lobby fire enunciator that makes a very low audible sound with a
short range of just 20 feet. The fire system currently is not out of compliance since it is grandfathered in and the
building has a fire sprinkler system. Bringing the 6300 Building's fire alarm system up to current building codes would
provide occupants with an audible warning system, facilitating a more expedient evacuation, if necessary.
During the initial bidding process, changes to Tukwila's fire code revealed the requirement for additional equipment
necessitating a re -bid process.
DISCUSSION
The 6300 Building's fire alarm system upgrade will improve the existing smoke detection system and will feature an
addressable panel adding 175 new devices throughout the building including strobes, horns, and smoke detectors.
The budget for this project is in the 303 Facilities Fund with $460,000.00 budgeted in 2012 for construction (page 76,
2012 CIP).
Three fire alarm vendors submitted their design proposals in 2011 to bring the 6300 Building's current fire system in
line with the fire code. All vendors were asked to revise their proposals in 2012 to reflect the current fire code
requirements. The results are listed below.
Bid Results 15% Continaencv
Custom Security Systems (Ace Fire) 45,821.37 $6,873.20
Washington Alarms, Inc. 45,843.14
Froula Alarm Systems 64,660.00
RECOMMENDATION
Council is being asked to approve the contract with Custom Security Systems (Ace Fire) in the amount of $45,821.37
for the 6300 Building's Fire System Upgrade and consider this item at the February 27, 2012 Committee of the Whole
and subsequent March 5, 2012 Regular Meeting.
Attachment: Custom Security Systems Contract
W' \PW Eng \PROJECTS\A- BG Projects \91130303 6300 Bldg Fire Alarm Sys Upgrade \Info Memo UC 6300 fire alarm upgrades.docx
Contract No.
Project PA 4 91130303.3000.176
Budget 303.98.594.190.48.00
CONTRACT FOR SERVICES
This Agreement is entered into by and between the City of Tukwila, Washington, a non charter optional
municipal code city hereinafter referred to as "the City and Custom Security Systems, hereinafter referred to as
"the Contractor whose principal office is located P.O. Box 3407, Lacer, WA 98509.
WHEREAS, the City has determined the need to have certain sertirices performed for its citizens but does
not have the manpoNver or expertise to perform such sertirices, and
WHEREAS, the City desires to have the Contractor perform such sertirices pursuant to certain terms and
conditions, now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties hereto
agree as follows:
1. Scone and Schedule of Services to be Performed by Contractor. The Contractor shall perform the
63tu) Building Fire Alarm System Upgrades and those seriices described on Exhibit A attached hereto and
incorporated herein by this reference as if filly set forth. In performing such serti-ices, the Contractor shall at all
times comply- with all Federal, State, and local statutes, rules and ordinances applicable to the performance of
such serf ices and the handling of and fimds used in connection therewith. The Contractor shall request and
obtain prior written approval from the City if the scope or schedule is to be modified in any way.
2. Compensation and Method of Pavment. The Citv shall pad the Contractor for serf ices rendered
according to the rate and method set forth on Exhibit A attached hereto and incorporated herein by this
reference. The total amount to be paid shall not exceed $45,82137 inclusive of all applicable state and local
sales taxes.
3. Contractor Bud!et. The Contractor shall apply the fiends received under this Agreement Nvithiu the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City Nvhenever
the Contractor desires to amend its budget in any way.
4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing
Februaiy 7, 2012 and ending June 3(_), 2012 unless sooner terminated under the provisions hereinafter specified.
5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor
with respect to the serti-ices provided pursuant to this Agreement. Nothing in this Agreement shall be considered
to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any
employee of Contractor shall be entitled to any benefits accorded City employees by of the sell-ices
provided under this Agreement. The City shall not be responsible for withholding or otheiNvise deducting
federal income tax or social security or contributing to the State Industrial Insurance Program, or otherwise
assuming the duties of an employer with respect to the Contractor, or any employee of the Contractor.
6. Indemnification. The Contractor shall indemnify, defend and hold harmless the Citv, its officers,
agents and employees, from and against any and all claims, losses or liability, including attorney's fees, arising
from igj*wN or death to persons or damage to property occasioned by any act, omission or failure of the
Contractor, its officers, agents and employees, in performing the Nvork 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 indemnifi 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 Nvaiver 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 Nvere 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.
7. Insurance.
A. The Contractor shall procure and maintain in full force throughout the duration of the Agreement
comprehensive general liability insurance Nvith a minimum coverage of $500,000.00 per occurrence /aggregate
for personal iiljur and property damage. Said policy shall name the City of Tukwila as an additional named
insured and shall include a provision prohibiting cancellation or reduction in the amount of said policy except
2
upon thirty (30) days prior written notice to the City_ Cancellation of the required insurance shall automatically_
result in termination of this Agreement.
B. Certificates of coverage as required by Paragraph A above shall be delivered to the City
fifteen (15) days of execution of this Agreement.
8. Record Beeping and Reoortint.
A. The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any nature expended
and seiirices performed in the performance of this Agreement and other such records as may deemed
necessaiN- by the City to ensure the performance of this Agreement.
B. These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy is granted by office of the archivist in accordance with RCW Chapter 40.14 and
bv_ the Citv.
9. Audits and Inspections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by during the performance of this
Agreement.
10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor
thirty (30) days written notice of the City's intention to terminate the same. Failure to provide products on
schedule may result in contract termination. If the Contractor's insurance coverage is canceled for any
the Citv shall have the right to terminate this Agreement immediately.
11. Discrimination Prohibited. The Contractor shall not discriminate against any employee, applicant
for employment, or any person seeking the serti-ices of the Contractor to be provided under this Agreement on
the basis of race, color, religion, creed, sex, age, national origin, marital status or presence of any
mental or physical handicap.
12. Assignment and Subcontract. The Contractor shall not assign or subcontract any of the
serti-ices contemplated by this Agreement without the written consent of the Citv.
13. Entire Agreement. This Agreement contains the entire Agreement between the parties hereto and no
other Agreements, oral or otherwise, regarding the subject matter of this Agreement, shall be deemed to exist or
bind any of the parties hereto. Either party may request changes in the agreement. Proposed changes which are
mutually agreed upon shall be incorporated by written amendments to this Agreement.
14. Notices. Notices to the City of Tukwila shall be sent to the following address:
Citv Clerk, Citv of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by Contractor upon the signature
line below.
15. Applicable Law; Venue; Attornev's Fees. This Agreement shall be governed by and constnred in
accordance with the laws of the State of Washington. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall
be properly laid in Bing County, Washington. The prevailing party in any such action shall be entitled to its
attorney's fees and costs of suit.
DATED this day of 20
CITY OF TUKWILA CONTRACTOR:
By: By:
Title: Jim Haggerton, Mayor
Title:
ATTEST/AUTHENTICATED:
Printed Name:
Christy O'Flaherty, CMC, City Cleric Address:
APPROVED AS TO FORM:
Office of the City Attorney
10 1
Date approved by City Council:
(Applicable if contract amount is over $40,000)
3
02/05/2012 04:05 3602521507 FRONT DESK PAGE 02/05
cus�ro��
January 90, 2012
6300 BuRding
6300 South Center Blvd
Tukwila, WA
Pbone :206 -571 -6291 Fax: 206-241-5661
Re: Tukwila City Nall
Ann. Roger
Thank you for the opportunity, to present to you, our investigation results to determine the viability and
installation demands in meeting your requirement per previously established parameters. We feel the proposed
system would meet those requirements
DESIGN CONCEPT
As per design proposal.
Scope of Work
FME SYSTEM:
thlr design, as per requirements, would provide for a complete stand. -alone System. This is aebieved by the
installation of the provided equipment.
Aid A (Turn Key)
(Ace Fire Security) Provides, Plans, devices, wire, installation and final inspection with local ,jurisdiction included
Does not include conduit if required.
Bid B
(Electrical Sub) pulls wire Trim devices Ace Fire Security Rappty, fire Alarm Devices, Plana and Permits, Trim
Program Fire .Panel and Final inspection with .Local 3uri9diction.
Permits
The permit cost will be billed out separately. The estimated cost W11 be approximately $500.00 for both A -Bid and .B -Sid
each. Note: Upon submittal of "plans' to the Fire Marshal /County, lead time back to dealer is generally 2 -3 weeks. This is a
bas guideline and is subject to change. Fire Marshal /County must sign plans before work )nay start.
Provided Equipment
Headquarters, P.Q. Box 3407, Lacay, WA 98509 -3407
I 800-22
RECEIVED 02- 07 -'12 12;34 FROM- 3602521507 TO- Tukwila G Long Shop F002 /005 0 4
02/05/2012 04:05 3602521507 FRONT DESK PAGE 03/05
A -Bid
Silent Knight 5808 Aoalog/Addressable Fire Alarm Control Panel
1
Silent Knigbt 5860 Remote LCD Aanuciator
l
Addressable .Input Module
4
Addressable Relay Module
3
Addressable Smoke Detector
5
Addressable Manual full Station.
6
Horn/Strobe
45
Strobe Light
108
Wea.therproof Horn /Strobe
1
Silent Knigbt 5496
1
Fire Sprinkler
5
Elevator Recall
3
2
Power Supplies
Schedule of Values
Rid A (Turn Key)
Total. Amount (to be billed on a billing schedule, we exhibit A):_ 4.1 plus sales tax {which
includes plans end permits)
l_xclusions
Underground, conduit, excavation, repairs of existing system if any, after hour's labor, rack and or reek
modification, Labor factor is based upon ftee and unencumbered acceRs to all site areas and single start /stop cycle.
Terms
Prices are valid for 30 Days from date of proposal.. Upon execution of contract, customer will provide 1/3 deposit
with order, thereafter progress billings, as per exhibit A, until project completion.
Thankyou again for the opportunity, to partner ourioint interest, in the success of this project.
If I can be of any further help or if you should have any questions concerning this proposal, please feel free to
contact me at any time.
Sincerely,
Gary N ino
Custom Security
DECEIVED 02- 07 -`12 12,34 FROM- 3602521507 TO- Tukwila G Long Shop P003/005
x
a
City of Tukwila
Department of Public Works
TO: Mayor Haggerton
Utilities Committee
FROM: Bob Giberson, Public Works Director
DATE: February 10, 2012
SUBJECT: 2012 Utilities Committee Work Plan
Jim Haggerton, Mayor
Bob Giberson, P.E., Director
ISSUE
Discuss the list of 2012 funded utility projects and the anticipated items which.may be brought forward to
the Utilities Committee.
DISCUSSION
Public Works will inform Utilities Committee Members about the 2012 work program, anticipated
schedules, and potential committee agenda items, as well as obtain direction from the committee
regarding any preferences or requests for how agenda items are included and presented.
Surface Water
2010/2011 Small Drainage Program Project close -out.
2012 Small Drainage Program Award construction contract.
Private Storm System Adoption Award construction (with Small Drainage Program).
Lift Station #15 Improvements Award construction contract.
GIS Inventory Approve contract for Area 8.
NPDES Program Present Annual Report for discussion along with new permit requirements.
Surface Water Comprehensive Plan —Adopt plan.
East Marginal Way Outfalls Present design report for discussion /direction..
Sanitary Sewer
Annual Sewer Repair Program Approve contracts for design and construction as necessary.
Interurban Ave S Gravity Sewer Project close -out.
South City Limits Sewer Extension SC Pkwy Extension construction updates project close -out.
Sewer Comprehensive Plan Adopt plan.
Water
Southcenter Parkway Water Upgrade SC Pkwy construction updates project close -out.
Andover Park W /Strander New Water Main Coordinate in -house design with APW street project.
Water Comprehensive Plan Adopt plan.
Solid Waste
Regional Comprehensive Solid Waste Management Plan /Solid Waste Interlocal Agreement
Mandatory Garbage
Franchise Agreement with Allied Waste (Tukwila South)
Other Utilitv Issues
Levee Repairs and Flood Control Measures Removal Award construction contract.
Franchise Agreements PSE, T- Mobile, Comcast, XO, Level 3, ELI, and 360Networks.
RECOMMENDATION
Information only.
WAPW Eng \OTHER \Robin Tischmak \lnfoMemo2012 Utilities WorkProgram.doc