HomeMy WebLinkAboutReg 2021-11-01 Item 4D - Contract - Central Business District Sewer Repair Phase 4B with RH2 Engineering for $121,504COUNCIL AGENDA SYNOPSIS
I717tlals
Meeting Date
Prepared by Mayor's review Council review
11/01/21
JR
ITEM INFORMATION
ITEM No.
4.D.
9
STAFF SPONSOR: ADIB ALTALLAL
ORIGINAL AGENDA DA I'E: 11/01/ 21
AGENDA ITEM TITLE CBD Sewer Repair Phase 4B — Lining & Open Trench
Design & Construction Management
CATEGORY ❑ Discussion
Mtg Date
.1
Motion
Date 11/01/21
1 1 Resolution
Mtg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
❑ Other
Mtg Date
Mtg
SPONSOR ❑Council ❑Mayor ❑HR DCD Finance ❑Fire ❑TS ❑P&R Police PWW ❑Court
SPONSOR'S Three consultants were interviewed and RH2 was identified as the most qualified. The total
SUMMARY project will include lining approximately 3,000 LF and replacing an additional 400 LF of
aging pipe through open trench repair. The City has determined this phase as essential.
Council is being asked to approve a design and construction management agreement for
design services with RH2 in the amount of $121,504.00 for the 2020 CBD Sewer Lining
Phase 4B — Lining & Open Trench Repair project.
REVIEWED BY
I Trans&Infrastructure
CommunitySvs/Safety Finance Comm. ❑ Planning/Economic Dev.
U Arts Comm. Parks Comm. ❑ Planning Comm.
COMMITTEE CHAIR: VERNA SEAL
❑ LTAC
DATE: 10/25/21
RECOMMENDATIONS:
SPONsoR/ADMIN.
COMMITTEE
Public Works Department
Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
EXPENDLIT'RI'. RISQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$121,504.00 $365,000.00 $0.00
Fund Source: SURFACE WATER
Comments: 2021-2026 CIP, Page 70
MTG. DATE
RECORD OF COUNCIL ACTION
11/01/21
MTG. DATE
ATTACHMENTS
11/01/21
Informational Memorandum dated 10/22/21
2021-2026 CIP, Page 70
Map
RH2 Agreement
Minutes from Transportation and Infrastructure Committee meeting of 10/25/21
9
10
City of Tukwila
Allan Ekberg, Mayor
Prrbk Works Department - Harr Parrnekarrti, Director/City Engineer
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Hari Ponnekanti, Public Works Director/City Engineer
BY: Adib Altallal, Utilities Engineer
CC: Mayor Allan Ekberg
DATE: October 22, 2021
SUBJECT: CBD Sewer Repair Phase 4B — Lining & Open Trench Repair
Design & Construction Management
Project No. 91140203
ISSUE
Approve design and construction management agreement with RH2 Engineering, Inc. (RH2) for the
CBD Sewer Lining Phase 4B — Lining & Open Trench Repair.
BACKGROUND
Phases one through four lined/rehabilitated more than 80% of the aging sewer system identified in the
Project Map. Phase 4B is anticipated to line and replace, through open trench repair, the remaining
pipe segments determined most essential by the City. Once complete, a new map of priorities will be
developed.
DISCUSSION
RH2 performed the design and construction management services for the initial phases of the lining
project and will be retained to perform the same services Phase 4B. Three consultants were
interviewed and considered for the contract. RH2 was identified as the most qualified. The total project
will include lining approximately 3,000 LF and replacing an additional 400 LF of aging pipe through
open trench repair.
FINANCIAL IMPACT
The contract is for $121,504.00 for the design and construction management services for the 2020
CBD Sewer Lining Phase 4B — Lining & Open Trench Repair. The project costs are within budget and
are 100% funded by the sewer enterprise fund.
Contract
RH2 Contract
$121,504.00
2021-2022 Design/CM Budget
$365,000.00
RECOMMENDATION
Council is being asked to approve a design and construction management agreement for design
services with RH2 in the amount of $121,504.00 for the 2020 CBD Sewer Lining Phase 4B — Lining &
Open Trench Repair project and consider this item on the Consent Agenda at the November 1, 2021
Regular Meeting.
Attachments: 2021 CIP, Page 70
Project Map
RH2 Agreement
rukwidaCity Half . 6,7Q0Souttreenter Boulevard Tukwvitcr, W4 9a188 • 206-4.33-IS'QO • Web$ite: TiiwiraW A.gav
11
12
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: CBD Sanitary Sewer Rehabilitation Project No. 91140203
DESCRIPTION: The asbestos concrete pipe in the CBD (commercial business district) is approximately 45 years old and
becoming soft. Slip lining the pipe will reinforce the strength with little impact to roadways and minimal excavation.
JUSTIFICATION: If the pipe collapses, the street will have to be excavated and the cost of the repairs will be significant. We have
had four major pipe failures on Andover Park West and Andover Park East.
STATUS: In 2014 and 2015, over 10,500 feet of asbestos sanitary sewer pipe were relined. In 2020 through 2024,
15,000 feet of asbestos sewer is scheduled to be relined.
MAINT. IMPACT: Reduced maintenance and repair costs.
COMMENT: A Public Works Trust Fund loan was successfully obtained in 2012 for $750k.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022
2023
2024
2025
2026
BEYOND TOTAL
EXPENSES
•,--, Project Location
5YS,56��L■J1�`�
�peTh ilik -.1•.-�=
St
Q`T��
' -
fti
Design
436
45
45
50
50
50
676
Land (R/W)
1
-`
__
a Ile
tinkler Blvd
1
Const. Mgmt.
429
120
150
120
50
50
/,
iQ./
919
Construction
2,418
1,100
1,500
1,000
450
450
6,918
TOTAL EXPENSES
3,284
1,265
1,695
1,170
550
550
0
0
0
8,514
FUND SOURCES
Awarded Grant
0
PW Trust Fund
750
750
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
2,534
1,265
1,695
1,170
550
550
0
0
0
7,764
TOTAL SOURCES
3,284
1,265
1,695
1,170
550
550
0
0
0
8,514
2021 - 2026 Capital Improvement Program
70
13
•,--, Project Location
5YS,56��L■J1�`�
�peTh ilik -.1•.-�=
St
Q`T��
' -
fti
5160
at
-`
__
a Ile
tinkler Blvd
.upland
AW r
W
NW
or
Midlantl or
Trnendor`?
/,
iQ./
1 , 5 18 St
1
1 Co
I® m Y
-
4GIS
2021 - 2026 Capital Improvement Program
70
13
14
—%
01
SOLING f/ yTER PARkW
AY
AZTECA
LEVITZ
,i _--- PARKWAY
SpuTHCENTER
LEGEND
2016 MAIN TO BE LINED WITH CIPP (COMPLETE)
2018 MAIN TO BE LINED WITH CIPP (COMPLETE)
2020 MAIN TO BE LINED WITH CIPP (COMPLETE)
2022 MAIN TO BE LINED WITH CIPP
SOUTHCENTER PARKWAY
Iz
I1
r
Im
SR 181
CASCADE
'VESTSOUTH
VALL
EY RpAD
OLYMPI AV E SOUTH
8'
a,. ANDOVER PARK WEST.
ANDOVER PARK EAST
az
.y.
21" 24"
kn
DC -0-4
xX
D S
ANDOVER PARK WEST 12" t•
14"
CHRISTENSEN
N
D
X
0
z
w
P
z
m INDUSTRY DR.
..ANDOVER
PARK WEST
w
P1
m
w
to
0
./1
PUBLIC WORKS DEPT.
SR 181 WEST VALLEY HIGHWAY
0. W. RR & NAV Co. RR (JOINT USE)
P.
RR CO.
-ENGINEERING-STREETS-WATER-SEWER-PARKS-BUILDING-
RENTON
by
dote
designed
drown
checked
CITY OF TUKWILA
Mol 009
prof dir
field bk no
CBD SANITARY SEWER REHABILITIATION SCHEDULE
no
date
revisions
16
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional services)
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and RH2 Engineering, 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 design and
construction management services in connection with the project titled 2020 CBD Lining
Project Phase 4B — Lining & Open Trench Repair.
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. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2023, unless
sooner terminated under the provisions hereinafter specified. Work under this Agreement
shall commence upon written notice by the City to the Consultant to proceed. The
Consultant shall perform all services and provide all work product required pursuant to this
Agreement no later than December 31, 2023 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 $121,504 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 as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals 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 the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
17
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 rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the
Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the
purposes of this indemnification. This waiver has been mutually negotiated by the parties.
The provisions of this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non -owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a
substitute form providing equivalent liability coverage. If necessary, the policy
shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop -gap independent contractors
and personal injury and advertising injury. The City shall be named as an
additional insured under the Consultant's Commercial General Liability insurance
policy with respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO endorsement form CG 20 26.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised May 2020
18
Page 2
4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the Public Entity shall be insured for
the full available limits of Commercial General and Excess or Umbrella liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract or whether any certificate of
insurance furnished to the Public Entity evidences limits of liability lower than those
maintained by the Contractor.
C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self-insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
E. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Contractor
before commencement of the work. Upon request by the City, the Consultant shall
furnish copies of all required insurance policies, including endorsements, required in this
Agreement and evidence of all subcontractors' coverage.
F. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds
due the Consultant from the City.
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
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.
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.
CA revised May 2020
Page 3
19
11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin,
age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation,
the presence of any disability, or any other protected class status under state or federal law,
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.
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.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. 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 King County, Washington. The prevailing party in
any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive termination
of this Agreement.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
RH2 Engineering, Inc.
22722 29th Drive Se #210
Bothell, WA 98021
18. Entire Agreement; Modification. 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. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
CA revised May 2020
20
Page 4
DATED this day of , 2021.
CITY OF TUKWILA RH2 ENGINEERING, INC.
By: 7 61,_/_,Q...,5(
Allan Ekberg, Mayor
Printed Name: Richard L. Ballard
Title: Director
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised May 2020
Page 5
21
22
EXHIBIT A
Scope of Work
City of Tukwila
CBD Lining Project Phase 4B — Lining and Open Trench Repair
October 2021
Background
The City of Tukwila (City) has programmed yearly upgrades to the wastewater collection system in
its Central Business District (CBD). The sanitary sewer pipe in the CBD has been especially prone to
failure because of its 50- to 60 -year age, material (asbestos cement), and submergence below the
groundwater table. The City has conducted four major cured -in-place pipe (CIPP) projects in 2014,
2016, 2018, and 2021. For this Scope of Work, RH2 will design the fifth round of pipeline
improvements to be performed in 2022, which includes approximately 2,360 linear feet (If) of sewer
main in the areas identified in the table that follows for the CBD Sewer Rehabilitation Phase 4B —
CIPP Lining project as outlined in Tasks 1, 4, and 5.
Area No.
Along
From
To
1
Near the Intersection of Strander Boulevard and Andover Park West
2
Corporate Drive North
Andover Park West
Cul de Sac
3
South Todd Boulevard
Olympic Avenue South
Cascade Avenue South
4
Near the Intersection of Southcenter Parkway and Minkler Boulevard
5
Southcenter Parkway
Approximately Midland Drive
Approximately Triland Drive
Additionally, one sewer main along Andover Park West was not lined during the most recent CIPP
project due to a noticeable sag in the sewer main identified during construction. For this Scope of
Work, RH2 will design the replacement and/or repair of approximately 430 If of sewer main along
Andover Park West near Tukwila Pond Park for the CBD Sewer Rehabilitation Phase 4B— Open Trench
Repair project as outlined in Tasks 2 through 5. If additional utility design is needed for this sewer
repair, Task 7 will be utilized.
Additionally, the City awarded a contract to Michels Construction using the design -bid -build process
to construct the CBD Sewer Rehabilitation Phase 4A — CIPP Lining project. Construction started in the
summer of 2021. RH2 was selected to perform the construction observation and administration for
the CBD Sewer Rehabilitation Phase 4A — CIPP Lining project under the direction of the City's Project
Manager (PM). For this Scope of Work, RH2 will provide on-site construction observation and
construction administration to the City for the CBD Sewer Rehabilitation Phase 4A — CIPP Lining
project as outlined in Task 6.
Deliverables will be provided in electronic MS Word, PDF, and GIS formats as appropriate and
requested by the City.
It is assumed that all meetings will be attended via videoconference, unless otherwise noted.
1
10/14/2021 1:23:58 PM 1:\Data \TUK\S40\2021 CBD Sewer Repairs\PSA_SOW_TUK_CBD Sewer Repairs Phase 4B.docx
23
City of Tukwila
CBD Lining Project Phase 4B - Lining and Open Trench Repair
Exhibit A
Scope of Work
Task 1— Prepare Plans, Specifications, and Bid Documents for CBD Sewer
Rehabilitation Phase 46 — CIPP Lining
Objective: Prepare base maps and develop plan sheets, technical specifications, bid documents, and
an Engineer's Estimate of probable construction cost for the CBD Sewer Rehabilitation Phase 4B —
CIPP Lining project.
Approach:
1.1 Conduct up to one (1) project initiation meeting and two (2) design review meetings (with RH2
project manager) with the City's engineering and operations staff prior to the bid
advertisement.
1.2 Prepare preliminary plan sheets for the CIPP lining of existing gravity sewer at 1 -inch equals
50 feet plan scale, based on City -identified sewer pipelines that need CIPP lining. Plans will note
pipe runs to be lined and will use GIS files provided by the City as the base map. It is assumed
that the selected contractor will submit traffic control and temporary wastewater bypass plans
for approval during the construction phase. Specify flow rates to be bypassed based on
information from the City. Estimate the quantity of required bid items to construct the project
and write payment descriptions for each item. Prepare a preliminary Engineer's Estimate of
probable construction cost for the proposed improvements based on historical costs of similar
projects in the vicinity, where possible. Submit preliminary review set, including the preliminary
Engineer's Estimate, for City review.
1.3 Prepare 95 -percent review sets of plans, technical specifications, bid documents, and Engineer's
Estimate of probable construction cost based on City review comments. The CIPP lining will be
split into two (2) parts: 1) base bid; and 2) bid alternate. The bid alternate is to include work to
be performed if the total bid prices for both the base bid and bid alternate are within the City's
budget. A schedule of pipe size, length, and material will be prepared for the pipes identified in
the base bid and bid alternate. Assemble PDFs of technical specifications, plans, bid documents,
and Engineer's Estimate of probable construction cost for the CIPP lining. Technical
specifications are to be based on the Washington State Department of Transportation/American
Public Works Association (WSDOT/APWA) format. Technical specifications are to be based on
the 2018 edition of the Standard Specifications for Road, Bridge, and Municipal Construction.
Perform internal quality control review on the plans and technical specifications and integrate
edits. Submit 95 -percent review sets of plans, technical specifications, bid documents, and
construction cost estimate for City review.
1.4 Finalize plans, technical specifications, bid documents, and Engineer's Estimate of probable
construction cost based on City review comments.
1.5 Perform limited coordination with King County regarding the CIPP lining near the intersection
of Strander Boulevard and Andover Park West for the sewer mains that connect to King
County's sewer interceptor that is located along Strander Boulevard.
2
10/14/2021 1:23:58 PM 1:\Data \TUK\S40\2021 CBD Sewer Repairs\PSA_SOW_TUK_CBD Sewer Repairs Phase 4B.docx
24
City of Tukwila
CBD Lining Project Phase 4B - Lining and Open Trench Repair
Exhibit A
Scope of Work
Assumptions:
Y RH2 will rely on the accuracy and completeness of any information, data, and materials
generated or produced by the City or others in relation to this Scope of Work.
Participation or Information Needed from City:
Y Attendance at project initiation meeting and design review meetings by members of City's
engineering and operations staff.
Y Record drawings and video inspections of sewer main to be rehabilitated.
Y City's most current boilerplate bid documents and technical specifications.
Y Review of and redline comments on preliminary and 95 -percent plan sets and technical
specifications. Comments can be delivered to RH2 electronically via email or file -sharing site
using marked -up PDF files (preferred). Alternatively, redlined hard copies also can be used.
RH2 Deliverables:
Y Attendance at up to three (3) meetings.
Y One (1) set of PDF files of preliminary design plans with preliminary Engineer's Estimate of
probable construction cost via email or file -sharing site for review.
Y One (1) set of PDF files of 95 -percent plans, technical specifications, bid documents, and
Engineer's Estimate of probable construction cost (provided electronically via email or
file -sharing site) for final review.
Y One (1) set of PDF files of final plans, technical specifications, bid documents, and Engineer's
Estimate of probable construction cost (provided electronically via email or file -sharing site).
Y Five (5) hard copies of final plans (half-size), technical specifications, bid documents, and
Engineer's Estimate of probable construction cost.
Task 2 — Perform Site Investigations for CBD Sewer Rehabilitation Phase 4B — Open
Trench Repair
Objective: Provide detailed topographic survey of the project alignment to be installed by open -cut
methods and investigate the historical soil and dewatering conditions at this site to support the CBD
Sewer Rehabilitation Phase 4B — Open Trench Repair project design.
Approach:
2.1 Coordinate with PACE Engineers, Inc., (PACE) as a subconsultant to RH2 and provide a
design -level detailed topographic survey for the proposed project alignments within the City's
right-of-way, as detailed in Attachment A. Format survey provided by PACE to be used as a base
map for the construction plans. Perform one (1) site visit to review the existing conditions and
confirm elements in the survey.
2.2 Investigate previous dewatering field investigation reports near the Strander Boulevard site. It
is assumed that RH2 will rely on the accuracy and completeness of and base its conclusions on
3
10/14/2021 1:23:58 PM 1:\Data \TUK\S40\2021 CBD Sewer Repairs\PSA_SOW_TUK_CBD Sewer Repairs Phase 4B.docx
25
City of Tukwila
CBD Lining Project Phase 4B - Lining and Open Trench Repair
Exhibit A
Scope of Work
the previous reports and will not perform any additional field investigations. Prepare a technical
memorandum summarizing the site investigations and previous reports.
Assumptions:
Y PACE will provide private utility locates for all utilities except the City -owned water, sewer,
and stormwater.
Y RH2 will rely on the accuracy and completeness of utility information provided by the private
utility locator and the City locates for water, sewer, and stormwater.
Y Coordinating rights -of -entry and topographic surveying of private property is not required for
this project.
Participation or Information Needed from City:
Y City to provide utility locates for topographic surveying of City -owned water, sewer, and
stormwater utilities.
Y Dewatering field investigation reports near the Andover Park West site.
RH2 Deliverables:
Y Topographic survey of the project alignments in electronic AutoCAD and PDF formats. The
PDF of topographic survey drawings shall bear the stamp and signature of a Professional Land
Surveyor and will be formatted to a 1 -inch equals 20 feet scale and provided to the City at full
size on 34 -inch by 22 -inch sheets, centered with 1 -inch margins all around to promote
printing at half-size on 11 -inch by 17 -inch sheets and a true 50 -percent scale.
Y One (1) electronic (PDF) copy of technical memorandum summarizing Andover Park West site
investigations, to be included as an appendix in the bid documents.
Task 3 — Prepare Plans, Specifications, and Bid Documents for CBD Sewer
Rehabilitation Phase 4B — Open Trench Repair
Objective: Prepare base maps and develop plan sheets, technical specifications, bid documents, and
an Engineer's Estimate of probable construction cost for the CBD Sewer Rehabilitation Phase 4B —
Open Trench Repair project.
Approach:
3.1 Conduct up to one (1) project initiation meeting and two (2) design review meetings (with RH2
project manager) with the City's engineering and operations staff prior to the bid advertisement
in conjunction with the CBD Sewer Rehabilitation Phase 4B — CIPP Lining project (subtask 1.1).
3.2 Prepare preliminary plan sheets for the replacement and/or repair of the existing gravity sewer
at 1 -inch equals 20 feet plan scale using the survey as a base map. It is assumed that the selected
contractor will submit traffic control and temporary wastewater bypass plans for approval
during the construction phase. Specify flow rates to be bypassed based on information from the
City. Estimate the quantity of required bid items to construct the project. Prepare a preliminary
4
10/14/2021 1:23:58 PM 1:\Data \TUK\S40\2021 CBD Sewer Repairs\PSA_SOW_TUK_CBD Sewer Repairs Phase 4B.docx
26
City of Tukwila
CBD Lining Project Phase 4B - Lining and Open Trench Repair
Exhibit A
Scope of Work
Engineer's Estimate of probable construction costs. Submit preliminary review set, including
the preliminary Engineer's Estimate, for City review.
3.3 Prepare 95 -percent review sets of plans, technical specifications, bid documents, and Engineer's
Estimate of probable construction cost based on City review comments. Assemble PDF of
technical specifications and construction contract documents for the replacement and/or repair
of the existing gravity sewer. Technical specifications are to be the City's boilerplate technical
specifications, which are based on WSDOT/APWA 2018 edition of the Standard Specifications
for Road, Bridge, and Municipal Construction. Perform internal quality control and quality
assurance review on the plans and technical specifications and integrate edits. Submit
95 -percent review sets of plans, technical specifications, bid documents, and Engineer's
Estimate of probable construction cost for City review.
3.4 Finalize plans, technical specifications, bid documents, and Engineer's Estimate of probable
construction cost based on City review comments.
Assumptions:
Y The City will prepare and submit any permitting on this project (such as a Right -of -Way
Permit).
Y The replacement sewers will be laid in the same horizontal and vertical location as the existing
sewers, except for the sewer main being realigned.
Y This Scope of Work only includes utility design for one (1) sewer main replacement. Additional
budget will need to be authorized by the City under the Management Reserve (Task 7) and/or
other means if additional utility design is identified as necessary during the design phase
(subtasks 3.2 and 3.3), such as water main or storm main improvements to accommodate the
sewer main realignment.
Participation or Information Needed from City:
Y Attendance at project initiation meeting and design review meetings by members of City's
engineering and operations staff.
Y Record drawings of Andover Park West with existing utilities.
Y Video inspections of sewer main to be replaced.
Y Review of and redline comments on preliminary and 95 -percent plan sets and technical
specifications. Comments can be delivered to RH2 electronically via email or file -sharing site
using marked -up PDF files (preferred). Alternatively, redlined hard copies also can be used.
RH2 Deliverables:
Y Attendance at up to three (3) meetings.
Y One (1) set of PDF files of preliminary design plans with preliminary Engineer's Estimate of
probable construction cost via email or file -sharing site for review.
5
10/14/2021 1:23:58 PM 1:\Data \TUK\S40\2021 CBD Sewer Repairs\PSA_SOW_TUK_CBD Sewer Repairs Phase 4B.docx
27
City of Tukwila
CBD Lining Project Phase 4B - Lining and Open Trench Repair
Exhibit A
Scope of Work
Y One (1) set of PDF files of 95 -percent plans, technical specifications, bid documents, and
Engineer's Estimate of probable construction cost (provided electronically via email or
file -sharing site) for final review.
Y One (1) set of PDF files of final plans, technical specifications, bid documents, and Engineer's
Estimate of probable construction cost (provided electronically via email or file -sharing site).
Y Five (5) hard copies of final plans (half-size), technical specifications, bid documents, and
Engineer's Estimate of probable construction cost.
Task 4 — Services During Bidding
Objective: Assist the City and project bidders during the bidding phase for the CBD Sewer
Rehabilitation Phase 4B — CIPP Lining and Open Trench Repair projects.
Approach:
4.1 Upload one (1) bid package to the Builders Exchange of Washington (BXWA) website. This bid
package will include separate schedules for the CBD Sewer Rehabilitation Phase 4B — CIPP Lining
and Open Trench Repair projects.
4.2 Respond to questions from bidders and the City during the bidding phase via phone and email.
4.3 Prepare up to one (1) addendum to modify the bid documents and provide clarification for CBD
Sewer Rehabilitation Phase 4B — CIPP Lining project, if needed.
4.4 Prepare up to one (1) addendum to modify the bid documents and provide clarification for the
CBD Sewer Rehabilitation Phase 4B — Open Trench Repair project, if needed.
Assumptions:
Y One (1) set of bid documents will be prepared for this project, with separate schedules for the
CBD Sewer Rehabilitation Phase 48 — CIPP Lining and Open Trench Repair projects. Each
schedule will be awarded separately to the apparent low bidder for that project schedule.
Y No hard copies of bid sets will be provided to bidders as the project documents will be
uploaded to BXWA.
Y The City will coordinate the advertisement of the project and pay any applicable fees.
Y It is assumed the City will handle the bid opening without RH2's assistance. The City will be
responsible for construction contract execution, including preparation of the bid tabulation,
Recommendation of Award letter, Notification of Award letter, and executable copies of
contract to be signed.
Participation or Information Needed from the City:
Y Payment of advertisement fees to Daily Journal of Commerce and BXWA.
RH2 Deliverables:
Y Posting of bid package to BXWA.
6
10/14/2021 1:23:58 PM 1:\Data \TUK\S40\2021 CBD Sewer Repairs\PSA_SOW_TUK_CBD Sewer Repairs Phase 4B.docx
28
City of Tukwila
CBD Lining Project Phase 4B - Lining and Open Trench Repair
Exhibit A
Scope of Work
Y Responses to technical questions via phone and email.
Y Up to one (1) addendum for CBD Sewer Rehabilitation Phase 4B — CIPP Lining project in
electronic PDF, if needed.
Y Up to one (1) addendum for CBD Sewer Rehabilitation Phase 4B — Open Trench Repair project
in electronic PDF, if needed.
Task 5 — Project Management Services
Objective: Coordinate with City staff; monitor scope, budget, and schedule; review and issue
invoices; and maintain project files and records.
Approach:
5.1 Coordinate with City staff regarding schedule, progress, and technical questions.
5.2 Prepare invoices. Review for consistency and monitor budget spent. Provide monthly status
updates.
5.3 Maintain project records and files.
RH2 Deliverables:
Y Monthly invoices and progress reports that outline in written and graphical form the status
of various tasks and that compare actual progress with the original project schedule.
Y Monthly status phone calls.
Task 6 — CBD Sewer Rehabilitation Phase 4A — CIPP Lining — Services During
Construction
Objective: Assist the City with technical efforts during construction of the CBD Sewer Rehabilitation
Phase 4A — CIPP Lining project, including part-time on-site construction observation.
Approach:
6.1 Assist with technical efforts during the construction of the CBD Sewer Rehabilitation Phase 4A
— CIPP Lining project, which includes the following:
Y Prepare for and attend one (1) pre -construction conference.
Y Review shop drawings, submittals, and change order proposals of those items requested in
the technical specifications. Provide a written response to the contractor and the City for
each shop drawing and submittal reviewed.
Y Review written requests for information (RFIs) and quantities for pay requests and provide
written responses to the contractor and the City following City review. Generate pay
estimates for processing by the City's PM.
Y Provide part-time on-site construction observation and associated administrative duties,
including observation of the contractor and its subcontractors, bid item quantity tracking,
and communications and meetings with City staff. The intent of the on-site observation is to
7
10/14/2021 1:23:58 PM 1:\Data \TUK\S40\2021 CBD Sewer Repairs\PSA_SOW_TUK_CBD Sewer Repairs Phase 4B.docx
29
City of Tukwila
CBD Lining Project Phase 4B - Lining and Open Trench Repair
Exhibit A
Scope of Work
observe the quality and compliance of the work with the construction contract plans and
specifications. Notify the contractor and the City of any work that has been observed to not
have been completed in accordance with the plans and specifications and discuss
rectification.
Y Establish quantity tracking spreadsheet and/or other pay note records as required to keep
tally of daily totals of construction contract bid items. Establish data measurement and
recording protocols in a manner approved by City.
6.2 Perform project management for the CBD Sewer Rehabilitation Phase 4A — CIPP Lining project,
which includes the following:
Y Coordinate with City staff regarding schedule, progress, and technical questions.
Y Prepare invoices. Review for consistency and monitor budget spent. Provide monthly status
updates.
Y Maintain project records and files.
RH2 Deliverables:
Y Pre -construction conference administration and documentation.
Y Initial coordination and responses to construction and materials submittals, RFIs, and other
project correspondence.
Y Part-time on-site construction observation and associated reports.
Y Utility field coordination, as needed, in support of the project scope and objectives.
Y Meetings and correspondence with the City and contractor, as needed.
Y Monthly invoices and progress reports that outline in written and graphical form the status
of various tasks and that compare actual progress with the original project schedule.
Y Monthly status phone calls.
Task 7 — Management Reserve
RH2 has specified a contingency as part of the Fee Estimate to accommodate for changed conditions,
unforeseen complications, or additional utility design (such as water main or storm main
improvements) that may arise during the project. In this event, RH2 will notify the City's PM of the
time and expense warranted to address the new issue(s) that arise and will request to authorize use
of the contingency funds. RH2 will only attempt to address these issues with the City's prior
authorization. RH2's PM will contact the City PM via email to request access to these funds should
the need arise. Additional utility design could include the design of water main or storm main
improvements to accommodate the sewer main repair along Andover Park West.
Time for Performance
The estimated completion date of the work is December 31, 2022.
8
10/14/2021 1:23:58 PM 1:\Data \TUK\S40\2021 CBD Sewer Repairs\PSA_SOW_TUK_CBD Sewer Repairs Phase 4B.docx
30
City of Tukwila
CBD Lining Project Phase 4B - Lining and Open Trench Repair
Exhibit A
Scope of Work
Payment
Payment for the work provided by the consultant as part of this contract shall be in the amount of
$121,504.
Future Tasks
The scope of work for future tasks could include assisting the City with technical efforts during
construction of the CBD Sewer Rehabilitation Phase 4B — CIPP Lining and Open Trench Repair
projects, including submittal review and on-site construction observation.
9
10/14/2021 1:23:58 PM 1:\Data \TUK\S40\2021 CBD Sewer Repairs\PSA_SOW_TUK_CBD Sewer Repairs Phase 4B.docx
31
32
EXHIBIT B
Fee Estimate
City of Tukwila
2020 CBD Lining Project Phase 4B - Lining and Open Trench Repair
Oct -21
Description
Total
Total Labor
Total Subconsultant
Total Expense
Total Cost
1.1
Hours
10
$
1,870
$ -
Task 1 Prepare Plans, Specifications, and Bid Documents for CBD Sewer Rehabilitation Phase 46 - CIPP Lining
144
$ 24,640
$ -
$ 2,696
$ 27,336
1.1
Conduct Up to Three (3) Project Meetings with City Staff
10
$
1,870
$ -
$
85
$
1,955
1.2
Prepare Preliminary Plans and Engineer's Estimate
46
$
7,760
$ -
$
824
$
8,584
1.3
Prepare 95 -Percent Plans, Technical Specifications, Bid Documents, and Engineer's Estimate
50
$
8,260
$ -
$
838
$
9,098
1.4
Finalize Plans, Technical Specifications, Bid Documents, and Engineer's Estimate
25
$
4,418
$ -
$
748
$
5,166
1.5
Perform Limited Coordination with King County
13
$
2,332
$ -
$
200
$
2,532
Task 2
Perform Site Investigations for CBD Sewer Rehabilitation Phase 48 - Open Trench Repair
24
$
4,288
$
7,763
$
407
$ 12,458
2.1
Coordinate with PACE, Prepare Base Map, and Perform Site Visit
17
$
2,811
$
7,763
$
368
$ 10,942
2.2
Investigate Previous Dewatering Field Investigation Reports and Prepare Technical Memorandum
7
$
1,477
$
-
$
39
$ 1,516
Task 3 Prepare Plans, Specifications, and Bid Documents for CBD Sewer Rehabilitation Phase 4B - Open Trench Repair
130
$ 21,922
$ -
$ 2,809
$ 24,731
3.1
Conduct Project Meetings with City Staff in Conjunction with Subtask 1.1
-
$ -
$ -
$ -
$
3.2
Prepare Preliminary Plans and Engineer's Estimate
52
$ 8,233
$ -
$ 1,208
$ 9,441
3.3
Prepare 95 -Percent Plans, Technical Specifications, Bid Documents, and Engineer's Estimate
57
$ 10,038
$ -
$ 907
$ 10,945
3.4
Finalize Plans, Technical Specifications, Bid Documents, and Engineer's Estimate
21
$ 3,651
$ -
$ 694
$ 4,345
Task 4 Services During Bidding
35
$
5,913
$ -
$
320
$
6,233
4.1
Upload Bid Package to BXWA
9
$
1,300
$ -
$
34
$
1,334
4.2
Respond to Bidders' Questions
8
$
1,487
$ -
$
39
$
1,526
4.3
Prepare up to One (1) Addendum for CBD Sewer Rehabilitation CIPP Lining Phase 5 Project
10
$
1,692
$ -
$
154
$
1,846
4.4
Prepare up to One (1) Addendum for 2021 CBD Sewer Main Repairs Design Project
8
$
1,434
$ -
$
93
$
1,527
Task 5 Project Management Services
22
$
3,848
$ -
$
212
$
4,060
5.1
Coordinate with City Staff Regarding Schedule, Progress, and Technical Questions
6
$
1,176
$ -
$
31
$
1,207
5.2
Prepare Invoices and Monitor Project Budget
9
$
1,551
$ -
$
41
$
1,592
5.3
Maintain Project Files
7
$
1,121
$ -
$
140
$
1,261
Task 6 CBD Sewer Rehabilitation Phase 4A - CIPP Lining - Services During Construction
151
$ 24,880
$ -
$ (192)
$ 24,688
6.1 Assist with Technical Efforts During Construction
149
$ 24,359
$ -
$ (205)
$ 24,154
6.2 Perform Project Management
3
$ 521
$ -
$ 13
$ 534
Task 7 Management Reserve
120
$ 19,236
$ 2,764
$ 22,000
7.1 I Management Reserve
120
$ 19,236
$ 2,764
$ 22,000
PROJECT TOTAL
626 I $ 104,727 I $ 7,763 I $ 9,015 I $ 121,504
J:\Data\TUK\S40\2021 CBD Sewer Repairs \PSA_FEE_TUK_2021 CBD Sewer Repairs 10/12/2021 11:43 AM 33
34
EXHIBIT C
RH2 ENGINEERING, INC.
2021 SCHEDULE OF RATES AND CHARGES
RATE LIST
RATE
UNIT
Professional 1
$151
$/hr
Professional 11
$166
$/hr
Professional III
$182
$/hr
Professional IV
$196
$/hr
Professional V
$211
$/hr
Professional VI
$224
$/hr
Professional VII
$240
$/hr
Professional VIII
$250
$/hr
Professional IX
$250
$/hr
Control Specialist 1
$137
$/hr
Control Specialist 11
$149
$/hr
Control Specialist III
$164
$/hr
Control Specialist IV
$178
$/hr
Control Specialist V
$189
$/hr
Control Specialist VI
$203
$/hr
Control Specialist VII
$218
$/hr
Control Specialist VIII
$227
$/hr
Technician 1
$115
$/hr
Technician 11
$125
$/hr
Technician III
$142
$/hr
Technician IV
$153
$/hr
Technician V
$167
$/hr
Technician VI
$183
$/hr
Technician VII
$198
$/hr
Technician VIII
$209
$/hr
Administrative 1
$75
$/hr
Administrative 11
$88
$/hr
Administrative III
$106
$/hr
Administrative IV
$125
$/hr
Administrative V
$143
$/hr
CAD/GIS System
$27.50
$/hr
CAD Plots - Half Size
$2.50
price per plot
CAD Plots - Full Size
$10.00
price per plot
CAD Plots - Large
$25.00
price per plot
Copies (bw) 8.5" X 11"
$0.09
price per copy
Copies (bw) 8.5" X 14"
$0.14
price per copy
Copies (bw) 11" X 17"
$0.20
price per copy
Copies (color) 8.5" X 11"
$0.90
price per copy
Copies (color) 8.5" X 14"
$1.20
price per copy
Copies (color) 11" X 17"
$2.00
price per copy
Technology Charge
2.50%
% of Direct Labor
Mileage
$0.560
price per mile
(or Current IRS Rate)
Subconsultants
15%
Cost +
Outside Services
at cost
Rates listed are adjusted annually.
35
36
ATTACHMENT A
From: Ben Ehrich <Bene@paceengrs.com>
Sent: Friday, October 1, 2021 10:10 AM
To: Kenny Gomez
Subject: RE: 2021 CBD Sewer Repairs - Survey
Attachments: TUK_Project Limits_2021 CBD Sewer Predesign.pdf
Updated scope and fee 9/30/2021
Scope
• Research for survey control and Right-of-way informatio in the project areas.
• Sub contract for underground utility locate within the two project mapping areas,
• Establish horizontal and vertical control as required for site area mapping and right -of -Way calculations. (Datum
to be determined by City of Tukwila).
• Provide topographic mapping in the following area:
■ An area approximately 50' X 450' along Andover Park West between Strander Boulevard and
Minkler Boulevard beginning 20 feet North of SSMH#SS01300 and extending South
approximately 20 feet South of SSMH3SS01290.
(Survey to include all visible surface improvements to the back of sidewalk including cubs,
channelization striping, utilities (including underground utilities to be identified by sub-
contractor.)
• Provide Survey drawings on 24"X34" sheet at 1"=20' unless otherwise specified.
• Provide Survey drawing showing all surveyed information together with Road centerlines, Right -of -Way lines and
monumentation in AutoCAD Civil 3D 2021.
Estimated Fee
Based on the outlined scope and information available at this time our estimated fee is
6,750.00
This fee includes $760 for APS underground utility locates. (Estimate)
Fee does not include costs for traffic control if required.
Please feel free to call us if you have any questions or concerns.
We appreciate the opportunity and look forward to working with you on this project.
Ben Ehrich, LSIT
Senior Project Surveyor
11255 Kirkland Way 1 Suite 300
Kirkland WA 98033
425.827.2014
PACE
An Engineering Services Company
Connect with us at Linkedln IInstagram I Facebook 1 PACEengrs.com
Voted Zweig Best Places to Work and PSBJ Top 100 Fastest Growing Firms in the Northwest
1
37
38
m
DESCRIPTION
SEWER MAIN, TO BE
LINED WITH CIPP.
SEE NOTE NO. 4 ON
THIS SHEET.
NOTES:
1 - AERIAL IS FROM YEAR 2017 AND MAY NOT BE REPRESENTATIVE OF
EXISTING SITE CONDITIONS.
2 - LOCATIONS OF SEWER MAINS AND MANHOLES WERE TAKEN FROM
THE CITY OF TUKWILA'S GIS AND ARE NOT SURVEY LEVEL QUALITY.
3 - CONTRACTOR SHALL PROVIDE BYPASS PUMPS AND PIPING, BYPASS
PUMPING PLAN, AND TRAFFIC CONTROL PLAN. SEE SPECIFICATIONS
FOR DETAILS.
4 - THERE IS A 150 LF LONG SAG IN THE SEWER MAIN BETWEEN SSMH
#5501290 AND SSMH #5501300.
PLAN VIEW
1"=50'
VICINITY MAP
1" = 1,500'
LEGEND
EXISTING
SEWER MANHOLE
SEWER MAIN
SEWER LATERAL
LIFT STATION
FORCE MAIN
PARCEL BOUNDARY
LATERAL ID NO.
LATERAL ID
DRAWING NO.
PROPOSED
EXISTING SEWER MAIN TO BE LINED WITH CIPP
EXISTING SEWER LATERAL TO BE REINSTATED
PIPE ID NO., BASE BID, SEE TABLE ON
DWG NO. C06 FOR ADDITIONAL INFORMATION
SIGNED: 7/28/20
SIGNED: 7/28/20
.g
1 's '34
A'
4)
141:41,,,
0 .lz-
~fig
41)
0
N
FILENAME: CBPP-D-CIVO1.DWG
0
N
N
co
PLOT DATE: Jul 28, 2020
ENGINEER: GAD
REVIEWED: KFG
SCALE: SHOWN
0" 1
DRAWING IS FULL SCALE WHEN
BAR MEASURES 2"
2"
DWG NO.:
C04
SHEET NO •
4 15
STRI\DERBLIT,
t -'F
VICINITY MAP
1" = 1,500'
LEGEND
EXISTING
SEWER MANHOLE
SEWER MAIN
SEWER LATERAL
LIFT STATION
FORCE MAIN
PARCEL BOUNDARY
LATERAL ID NO.
LATERAL ID
DRAWING NO.
PROPOSED
EXISTING SEWER MAIN TO BE LINED WITH CIPP
EXISTING SEWER LATERAL TO BE REINSTATED
PIPE ID NO., BASE BID, SEE TABLE ON
DWG NO. C06 FOR ADDITIONAL INFORMATION
SIGNED: 7/28/20
SIGNED: 7/28/20
.g
1 's '34
A'
4)
141:41,,,
0 .lz-
~fig
41)
0
N
FILENAME: CBPP-D-CIVO1.DWG
0
N
N
co
PLOT DATE: Jul 28, 2020
ENGINEER: GAD
REVIEWED: KFG
SCALE: SHOWN
0" 1
DRAWING IS FULL SCALE WHEN
BAR MEASURES 2"
2"
DWG NO.:
C04
SHEET NO •
4 15
City of Tukwila
City Council Transportation & Infrastructure Services Committee
Meeting Minutes
October25, 2021 5:30 p.m. - Electronic Meeting due to COVID-19 Emergency
Councilmembers Present: Verna Seal, Chair, De'Sean Quinn, Thomas McLeod
Staff Present: Hari Ponnekanti, Brittany Robinson, Adib Altallal, Scott Bates, Bryan Still,
Seong Kim, Laurel Humphrey
Chair Seal called the meeting to order at 5:30 p.m.
I. BUSINESS AGENDA
A. Consultant Agreement: CBD Sewer Repair Phase 4B
Staff is seeking Council approval of a contract with RH2 Engineering, Inc. in the amount of
*$121,504.00 for design and construction management of the 2020 CBD Sewer Lining Phase 4B -
Lining & Open Trench Repair.
Committee Recommendation
Unanimous approval. Forward to November 1, 2021 Regular Meeting.
B. Solid Waste Contract
Staff provided an overview of the solid waste contract procurement schedule and process as
the Waste Management Contract will expire on October 31, 2023. Committee members
advised staff to incorporate community experiences and feedback into the process.
Committee Recommendation
Discussion only.
II. Miscellaneous
The meeting adjourned at 5:46 p.m.
Co • mittee Chair Approval
Minutes by LH
41