Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Reg 2013-04-01 Item 5C - Agreement - Central Business District Sanitary Sewer Rehabilitation with RH2 Engineers for $79,977
COUNCIL AGENDA SYNOPSIS Initials Meeting Date Prepared by Mayor's review Council review 04/01/13 BG ITEM INFORMATION ITEM NO. 5.C. 9 STAFF SPONSOR: BOB GIBERSON ORIGINAL AGENDA DA IE: 04/01/13 AGENDA I IEM TITLE CBD Consultant Sanitary Sewer Rehabilitation Project Agreement with RH2 Engineering, Inc. CATEGORY LJ Discussion Mtg Date Motion D ate 04/01/13 J Resolution Mtg Date j Ordinance Mtg Date LJ Bid Award Mtg Date J Public Healing Mtg Date Other Mtg Date 0 Mtg SPONSOR • Council Mayor LIJ HR DCD El Finance LJ Fire IT P&R LJ Police 0 PW SPONSOR'S This contract is for design of the CBD Sanitary Sewer Rehabilitation Project. This project SUMMARY will reline the sewer pipes in the Commercial Business District (CBD) to strengthen the pipe with little impact to the roadway and minimal excavation. An RFQ was published on December 20 and 27, 2012. Two firms responded and were interviewed and RH2 Engineering, Inc. was chosen as the most qualified. Council is being asked to approve the design contract with RH2 Engineering in the amount of $79,977.00. REVIEWED BY LI COW Mtg. LI CA&P Cmte Lil F&S Cmte Transportation Cmte Cmte Eli Arts Comm. LIJ Parks Comm. LIJ Planning Comm. COMIVLITlEE CHAIR: JOE DUFFIE fl Utilities DA1E: 03/18/13 RECOMMENDATIONS: SPONSOR/ADMIN. COMMITTEE Public Works Department Unanimous Approval; Forward to Regular Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $79,977.00 $80,000.00 $0.00 Fund Source: 402 SEWER FUND (PAGE 117, 2013 CIP) Comments: MTG. DATE RECORD OF COUNCIL ACTION 04/01/13 MTG. DATE ATTACHMENTS 04/01/13 Informational Memorandum dated 03/15/13 Contract, Scope of Work, and Fee Minutes from the Utilities Committee meeting of 03/18/13 9 10 City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Utilities Committee FROM: Bob Giberson, Public Works Director- BY: Mike Cusick, Senior Engineer DATE: March 15, 2013 SUBJECT: CBD Sanitary Sewer Rehabilitation Project Project No. 91140203 Consultant Recommendation and Agreement ISSUE Approve RH2 Engineering to perform design services for the CBD Sanitary Sewer Rehabilitation Project. BACKGROUND The asbestos sanitary sewer concrete pipe in the CBD is approximately 45 years old and becoming soft. Lining will strengthen the pipe with little impact to the roadways and minimal excavation is required. ANALYSIS The City of Tukwila advertised a Request for Qualifications (RFQ) in the Seattle Times and Daily Journal of Commerce on December 20 and 27, 2012 for consulting firms to design the Sewer Rehabilitation Project. Two consultants responded to the advertisement and City staff conducted interviews with the two firms: 1) PACE Engineers of Kirkland, WA 2) RH2 Engineering of Bothell, WA RH2 Engineering is recommended for the CBD Sanitary Sewer Rehabilitation project. RH2 was founded in 1978 to provide sewer and water engineering services and has nine offices in Washington and Oregon. The professional staff members have backgrounds in water and wastewater and are well qualified to complete design of the CBD Sanitary Sewer Rehabilitation Project. CBD Sanitary Sewer Rehabilitation Consultant's Agreement CIP Budget $79,977.00 $80,000.00 RECOMMENDATION The Council is being asked to approve the agreement with RH2 Engineering in the amount of $79,977.00 for the CBD Sanitary Sewer Rehabilitation project and consider this item on the Consent Agenda at the April 1, 2013 Regular Meeting. Attachments: Consultant Agreement with Scope of Work W: \PW Eng \ PROJECTS \A- SW Projects \CBD Sewer Rehabilitation (91140203) \Info Memo RH2 3 8 2013.doc 11 12 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 ORIGINAL 1 PAGE NO 1 +JF I I PAGES Contract Number: CONSULTANT AGREEMENT FOR DESIGN SERVICES FOR THE CBD SEWER REHABILITATION PROJECT THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City ", and RH2 Engineering, 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 services for the rehabilitation for sanitary sewer system services in connection with the project titled CBD Sewer Rehabilitation Project. 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 , 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 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 $79,977.00 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment 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. 13 ORIGINAL PAGE NO Z OF14- PAGES 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. CA revised : 1 -2013 14 Page 2 ORIGINAL 1 PAGE NO j OF 14 PAGES 2. Commercial General Liability insurance with limits no less than S1,000,000 each occurrence, S2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. 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. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VIl. D. 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 Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. 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. F. 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. CA revised : 1 -2013 Page 3 15 ORIGINAL 1 PAGE NO 4 OF 14-PAGES 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability 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. CA revised : 1 -2013 16 Page 4 ORIGINAL 1 PAGE NO 5 OF [ AGES 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 22722 29th Drive SW, Suite 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. DATED this day of , 20 CITY OF TUKWILA CONSUL ANT By: Mayor, Jim Haggerton Printed Name: Title: jilj T Attest /Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney CA revised : 1 -2013 Page 5 17 18 ORIGINAL f PAGE NO (f) OF 14—PAGES AGES EXHIBIT A Scope of Work City of Tukwila 2013 Central Business District Sewer Rehabilitation March 2013 BACKGROUND The portion of Tukwila's Central Business District (CBD) for this project is bounded on the north by Minkler Boulevard, by South 180th Street on the south, and by Andover Park East and Andover Park West to the east and west, respectively. This area was first developed in 1967 by the Sammamish Commercial Company as an industrial park warehousing area. The developer installed asbestos - concrete (AC) pipe for the sanitary sewer system. The design life of AC pipe is 40 years, and the existing pipe has begun to fail. In 2007 and 2011, the sanitary sewer system in the areas of the City of Tukwila (City) experienced collapsed pipes due to the age and condition of the pipes. The repair of the collapsed pipe in those years cost the. City over $500,000 due to the depth of the pipe and seasonal high groundwater. To prevent the collapse of any more sewer pipes in this area of the CBD, which would be likely to result in the discharge of sewage into the Green River, the City has decided that the sanitary sewers in this area of the City need rehabilitation by lining with cured -in- place -pipe (CIPP). There is approximately 3,500 feet of 8 -inch diameter and 4,000 feet of 12 -inch diameter gravity sewer main that has been identified for lining. Additionally, approximately 10 manholes that have sustained corrosion are to be lined with cementitious coatings. Improvements made as part of this project are focused primarily on the structural rehabilitation of the pipe and manholes and secondarily on inflow and infiltration control. The City has received a Public Works Trust Fund loan for this work. The City has not had hydraulic capacity problems with the sewer in this area. The area is fully developed at the present time. In HDR's 2005 Comprehensive Sanitary Sewer Plan Conveyance System Analysis, computer hydraulic modeling found all the pipes were at less than 60- percent capacity. If the pipes were relined, there could be a small reduction in capacity of the pipes, but the coefficient of friction will be reduced, due to the smooth inside surface of the new pipe offsetting the reduced inside diameter. CIPP was chosen as the preferred rehabilitation method because it costs less than open -cut replacement or pipe bursting while still maintaining the needed conveyance capacity. Another component of work to be included in the project is the installation of a new manhole in the existing sewer in the 300 block of Andover Park East. Currently the distance between manholes in this block is 600 feet, which is 200 feet longer than the maximum spacing recommended by the Washington State Department of Ecology's Guidelines for Sewerage Works Design. The City has attempted to install a manhole in this area once already, but prolific groundwater and running sands threatened the stability of the excavation. The City abandoned the attempt and will now approach the project with a geologic exploration and development of a dewatering and shoring plan prior to construction. Included in this scope is the hydrogeologic analysis followed by preparation of design and bidding documents for the new manhole installation. This Scope of Work describes engineering services for the City of Tukwila's 2013 Central Business District (CBD) Sewer Rehabilitation project. 1 08/30/12 J.A Data \?UK \ SR) \2012 Rehabilitanon of Sanitary Sewer in the Area of Tukwila's Central Burin ess District Proposal /Contract \PSA_SG \ti_TUK_2013 CBD Sewer RehabBiraron.d 19 20 City of Tukwila 2013 Central Business District Sewer Rehabilitation OPIGINAL I PAGE NO 1 OF I +PAGES Exhibit A Scope of Work The work will be performed under the following Tasks: 1. Project Management 2. Base Map Preparation 3. Geologic Exploration and Dewatering Analysis for Manhole Installation 4. Final Plans, Specifications, and Bid Documents 5. Services During Bidding At the conclusion of the bidding phase, RH2 Engineering, Inc., (RH2) will provide a Scope of Work for Services During Construction providing the level of assistance desired by the City. Task 1— Project Management, Public Outreach and Meetings Objective: Coordinate with City staff and subconsultants; monitor scope, budget, and schedule; review and issue invoices; and maintain project files and records. Approach: 1.1 Coordinate with City staff and City on schedule, progress, and design issues. 1.2 Procure subconsultants for land surveying and geotechnical exploration, and manage schedule, payment, and subconsultants' scopes of work. 1.3 Prepare invoices. Review for consistency and monitor budget spent. Provide monthly status updates. 1.4 Maintain project records and project files. 1.5 Conduct one (1) project initiation meeting and three (3) design review meetings (project manager and project engineer) with City's engineering and operations staff prior to the bid advertisement to present progress, receive comments, and resolve design issues. RH2 Deliverables: • 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. • Updated monthly project schedule. • Weekly status phone calls. • Attendance at four (4) meetings. Participation or Information Needed from City: • Attendance at review meetings by members of City's engineering and operations staff. • Red -line comments on draft plan sets. Comments can be delivered to RH2 electronically via email or FTP site using marked -up PDF files (preferred). Alternatively, red -lined hard copies can also be used. 2 08/30/12 I :AData,TUK \S40 \2012 Rehabilitatio sf Sanitary Sewer in the Area of Tukwila s Central Business District Proposal \Contract \PS i_SOIY_TCK_2p13 CBD Sewer Rehabllitanoadoc City of Tukwila 2013 Central Business District Sewer Rehabilitation ORIGINAL_ PAGE NO ( OF }-PAGES Exhibit A Scope of Work Task 2 — Survey and Base Map Preparation Objective: Prepare base map to be used for design of CIPP lining, manhole installation on Andover East, and manhole lining. Approach: 2.1 Procure data from the City's Geographic Information System (GIS) to be used as basis for CIPP and manhole rehabilitation. Format drawings for use as construction plans. 2.2 Prepare base map with topography, existing utilities, and right -of -way information for new manhole installation in 300 block of Andover Park East. RH2 will procure a land - surveying subconsultant to perform topographic surveying in the area where the new manhole will be located. RH2's subconsultant will prepare one temporary easement for the operation of temporary dewatering equipment for up to a 2 -week period on the easement grantor's property. It is assumed that the City will.rpecify the location of the proposed manhole and negotiate the easement. 2.3 Prepare and present two (2) 50- percent complete review sets, including the preliminary cost estimate and for City review. RH2 Deliverables: • Base maps and preliminary design. This will be provided electronically via email (using PDF files) and by hard copy with two (2) full -size sets. • Preliminary cost estimate based on 50- percent design. Participation or Information Needed from City: • Identification of existing gravity sewer pipelines needing CIPP lining. • Identification of existing manholes requiring cementitious lining. • GIS files of project area showing aerial imagery, existing pipelines, their diameters, manhole rim and invert elevations, and pipe material. The clarity of the aerial imagery must be sufficient to allow bidders to plan areas for traffic and wastewater diversions during lining operations. • Available record sewer drawings for the lines to receive CIPP, for manhole lining, and for the line in which the new manhole will be installed. • Building Side Sewer Permit Worksheets (sidesewer cards) for each service that is served by a main receiving rehabilitation. • Video inspection records (both video and hardcopy summaries) of all pipelines to receive CIPP lining. Task 3 — Geologic Exploration and Dewatering Analysis for Manhole Installation Objective: Summarize available soil, geologic, and groundwater information in the vicinity of the project site. Direct field investigation and prepare engineering geologic report to support the design and construction of the new manhole in the 300 block of Andover Park East. 3 08/30/12 ):A Data \TUKVS4O \2612 Rehabilitation of Snnit ry ai in the Ai ca of Tulvin s Cent l 13us nes. District P ,p 1 Conti. rst vPSA_SOW_TUIi2O13 C131) Sewer Rehabilit n dcc 21 22 City of Tukwila 2013 Central Business District Sewer Rehabilitation ORIGINAL_ I PAGE NO r1 OF ( 4-PAGES Exhibit A Scope of Work Approach: 3.1 Geotechnical Investigation Coordination — Coordinate geotechnical investigation with staff and drilling subcontractor. RH2 will subcontract with a drilling subcontractor to provide a boring, perform construction of a traffic -rated monitoring well, perform pump testing to characterize dewatering to create pump - testing water disposal system, and to provide traffic control. 3.2 Background Information Review — Obtain and review available public soil, geologic, and groundwater information. Inspect site for drilling access and restrictions from utilities. 3.3 Oversee Soil Boring and Monitoring Well Construction — Coordinate drilling subcontractor and underground utility locating subcontractor. Direct drilling subcontractor to drill one (1) boring to a depth of 35 feet. Observe soil, geologic, and groundwater conditions during drilling. It is assumed that the geologic field work will be done at night between the hours of 8:OOpm and 6:OOam. Direct drilling subcontractor to install one (1) monitoring well. Perform pump testing of well to assist in estimating approximate dewatering flow rates. Document the progress and quality of construction, and, based on observation of construction, confirm that the project is being completed in general conformance with the design. RH2 will be onsite full-time during the drilling and pump testing to record flow rates and water levels and to observe construction. It is assumed the contractor will obtain all necessary discharge permits for aquifer testing water. 3.4 Engineering Geologic Evaluation and Reporting — Submit three (3) lithologic samples from the boreholes for grain -size analysis by a geotechnical laboratory retained by RH2. Prepare a summary of findings of the engineering geologic investigation. The report will identify soil - bearing capacity, grain size analysis, seasonal moisture content, strength and compressibility, presence and depth of groundwater, estimated groundwater discharge rates, and Uniform Building Code seismic coefficient. Develop design criteria, including potential dewatering and shoring requirements, estimated over - excavation depths, foundation elevations, backfill and compaction requirements, and recommendations for subgrade preparation and backfill. Present the results of this task in the design criteria outline report. RH2 Deliverables: • Procurement of drilling subcontractor for subsurface exploration and testing to determine dewatering requirements. • Draft and final engineering geologic report. Participation or Information Needed from Client: • Available geologic and groundwater information from nearby projects. • Review and approval of submittal from drilling contractor to discharge pump testing water into either the sanitary sewer, storm drain, or both. • Marking of area where drilling is to be performed for utility locates. 4 US/3(1/12 J:3Data \T12K \S {0 \2012 Rehabilitation n of Sanitary Sewer in the Area of Tukwila', Central Business District I rcposal3C ,>ntract \PSA_SOW_Tl`K__2013 CBD Sewer Reh, hilitanon tioc City of Tukwila 2013 Central Business District Sewer Rehabilitation ORIGINAL_1 _PAGE NO (0 .0F14- PAGES Exhibit A Scope of Work Task 4 — Final Plans and Specifications Objective: Develop final plan sheets, technical specifications, bid documents, and cost estimate for the sewer main replacement. Documents will be used for bidding and constructing the project. Approach: 4.1 Prepare final plan sheets for the lining of approximately 7,500 feet (plus or minus 300 feet) of existing 8- to 12 -inch diameter gravity sewer at 1 -inch equals 20 feet plan scale. 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 CIPP contractor will submit traffic control and wastewater bypass plans for approval during the construction phase. RH2 will specify flowrates to be bypassed based on information received from the City. 4.2 Compile King County and City of Tukwila temporary erosion and sedimentation control details for temporary erosion and sedimentation control plan for manhole installation near the 300 block of Andover Park East. 4.3 Prepare cementitious manhole lining plan along with miscellaneous detail sheets showing rehabilitation for manhole ladders, rims /covers, pipe penetration restoration, and pavement restoration. 4.4 Prepare cover sheet and one (1) detail sheet to support construction of the sewer main improvements. Design will include utility connection details and other unique or unusual details not contained in existing standards. City standard details will be included as an appendix in the project manual. 4.5 Assemble two (2) sets of technical specifications and construction contract documents for: a) the CIPP work, and b) the installation of the new manhole in the 300 block of Andover Park East and the cementitious lining of existing manholes. At this point, it is assumed that two separate construction contracts will be let by the City to accomplish this project. Technical specifications are to be based on the Washington State Department of Transportation /American Public Works Association (WSDOT /APWA) format and may be included in notes on the plans rather than assembled in a separate document. 4.6 Estimate the quantity of required bid items necessary to construct the project and write payment descriptions for each item. 4.7 Prepare final engineer's estimate of probable construction costs for the proposed improvements based on historical costs of similar projects in the vicinity where possible. 4.8 Perform internal quality control on the plans and technical specifications and integrate edits. 4.9 For CIPP work, prepare and present 95- percent review sets of plans, technical specifications, bid documents, and construction cost estimate for City review. 4.10 For manhole insertion work on Andover Park East and manhole lining work, prepare and present 95- percent review sets of plans, technical specifications, bid documents, and construction cost estimate for City review. 4.11 Finalize plans, bid documents and specifications based on City review comments. 5 08/30/12 )= A Data ATUK \SAO \2012 Rehabilirad on of Sanitary Sewer in the Area on Tukwilas Central B mess District Prop os.d \Contract \PSA_SU\A"_TUK_2013 CBD Server Rehihilititioi 23 24 City of Tukwila 2013 Central Business District Sewer Rehabilitation OR!GINAL PAGE NO I ©Fi PAGES Exhibit A Scope of Work RH2 Deliverables: • Two (2) sets of full-size and two (2) sets of half -size 95 percent plans for final review (for each project). • One (1) copy of each set of bidding documents, specifications and a construction cost estimate for City review (for each project), and one (1) CD with plans in DWF and PDF format and specifications in word document (for each project) • Engineer's construction cost estimate for each project. Participation or Information Needed from Client: • Review of plans and specifications. • Results of hydraulic modeling in the project area indicating approximate peak -hour wastewater flow rates in the pipelines to receive CIPP lining. • Pump station flow rate records or in- stream flow monitoring data to help corroborate modeled flow rates. • Examples of preferred construction contract formats • Overview map of sewer system showing the extents of the collection basins upstream of the pipelines receiving CIPP. Task 5 — Services During Bidding for Two Separate Projects Objective: Advertise projects, obtain bids from qualified contractors and recommend bidder for the purpose of constructing the proposed sewer main improvements. The tasks below will be performed for two distinct projects: a) CIPP lining, and b) manhole insertion on Andover Park East together with manhole lining. Approach: 5.1 Prepare an advertisement for to the Seattle Daily Journal of Commerce and Seattle Times for publication. Prepare five (5) hardcopy bid sets for distribution, reference for City and RH2 staff, and to be used as executable contracts once the contract has been awarded by the City. It is assumed the City will be responsible for distributing the bid sets and maintaining theplanholders list. 5.2 Provide clarification and interpretation via telephone to the City as needed during the advertisement period. RH2 Deliverables: • Advertisement for bid (for each project). • Two (2) sets of full -size plans and one (1) set of half -size plans (for each project). • Up to three (3) bound sets of bid documents (bidding form and specifications), and plans and bid documents in DWF and PDF format placed on F11) site to enable electronic plan sites to download. This will be performed for each project. 6 08/30/12 J:A Data \TUK \S40V2012 Rehabilitation of Sanitary Seaver in the Brea of Tukwila 's Central Business District Proposal V Contract \ PSA_SOVA_TL'K_2013 CBD Seaver Rehab drtati an. roc City of Tukwila 2013 Central Business District Sewer Rehabilitation ORIGINAL.. \ PAGE NO I OF I.__PAGES Exhibit A Scope of Work Participation or Information Needed from Client: • Distribution of hardcopy bidding documents during the bidding phase and maintenance of plan - holders list. • Distribution of one (1) addendum during bidding phase. • Acquisition of City of Tukwila Right -of -Way Permit for CIPP lining work, manhole installation and manhole restoration work. • Review of plans and specifications. • Payment of advertisement fees to Daily Journal of Commerce and Builders Exchange of Washington. 7 98/30/12 J.ADar \TCK \Si0 \2012 Rehabilitat . of Salim r Se er in the Area of Tukwila, Central Business District Proposal \ Contract \PS_l_SOIK`_TUK_2013 CBD Sewer Rehabilit r doc 25 26 Classification Task 1 PROJECT MANAGEMENT, PUBLIC OUTREACH, AND MEETINGS 1.1 Coordinate with City Staff 5 $ 868 $ - 5 22 5 890 1.2 Procure and Manage Subconsultants 7 $ 1.316 5 - $ 36 $ 1,352 1.3 Prepare Invoices and Monitor Budget 8 _ $ 1,288 5 - � 33 5 1,321 1.4 Maintain Project Records and Files 7 $ 1,073 5 - S 110 $ 1,183 1.5 Conduct (1) Project Initiation Meeting and (3) Design Review Meetings 20 $ 3,416 5 - 5 293 $ 3,709 Subtotal 47 $ 7,961 $ - $ 493 $ 8.454 Task 2 SURVEY AND BASE MAP PREPARATION 2.1 Procure Data from the City's GIS for CIPP & Manhole Rehabilitation & Prepare Base Map 19 $ 2,828 $ - $ 711 $ 3,539 2.2 Prepare Base Map with Topography, Utilities & Right -of -Way Information at 300 Andover Park East 9 3 1,316 $ 4.500 $ 198 $ 6,014 2.3 Prepare 50% Review Sets, Including Cost Estimate 47 $ 6,747 $ - $ 1,278 $ 8,025 Subtotal 75 S 10,891 3 4,500 $ 2,187 $ 17,578 ORIGINAL 1 PAGE NO OF k 4PAGES Task 4 FINAL PLANS AND SPECIFICATIONS 4.1 Prepare Final Plan Sheets 33 $ 4,788 $ $ 900 $ 5,688 4.2 Prepare Temporary Erosion and Sedimentation Control Plan 7 $ 1,036 S - $ 136 $ 1,172 4.3 Prepare Cementitious Manhole Lining Plan 18 $ 2.632 5 - 3 368 S 3,000 4.4 Prepare Cover Sheet & (1) Detail Sheet 17 $ 2.660 5 - S 287 5 2,947 4.5 Assemble (2) Sets of Technical Specifications and Bid Documents 13 $ 1.837 5 - S 192 S 2,029 4.6 Estimate the Quantity of Required Bid Items and Prepare Pay Descriptions 12 $ 1,792 $ - $ 237 5 2,029 4.7 Prepare Final Engineer's Estimate of Probable Construction Costs 7 $ 1,092 5 - $ 137 $ 1,229 4.8 Perform Internal Quality Control of Plans and Technical Specifications 19 $ 3,101 $ - $ 593 $ 3,694 4.9 Prepare 95% Plans, Technical Specifications, Bid Documents & Cost Estimate for CIPP Work 11 S 1,501 5 - S 148 5 1,649 4.10 Prepare 95% Plans, Technical Specifications, Bid Documents & Cost Estimate for Manhole Insertion 11 $ 1,501 $ - 3 148 5 1,649 4.11 Finalize Plans, Bid Documents, and Specifications 30 5 4,290 $ - $ 545 $ 4,835 Subtotal 178 S 26,230 $ - $ 3,689 $ 29,919 Task 5 SERVICES DURING BIDDING FOR TWO SEPARATE PROJECTS 5.1 Prepare Bid Advertisement and Prepare (5) Hardcopy Bid Sets 8 $ 1,100 $ - $ 910 $ 2,010 5.2 Provide Clarification and Interpretation to the City As Needed 19 $ 3,276 $ - $ 247 $ 3,523 Subtotal 27 $ 4,376 $ - $ 1,156 $ 5,532 0 iS1 0) E 75 CL _CL C.) 2 00 0 70 70 EE ft) LU LLI 90▪ 0 0 C.) 06 • CI) C C 0. 0 a) E E = o • 0 O 0 0.0 :0 a) - a) ce -c) 000 as 0 0 C 0.) al L.0 5 5 Q. a 70 70 sy 0 °E 0 a) 0 (0i' 66 a) al 0_ 0_ LO 0) 2 2 as 0.0. 2 2 CL a. a) 0. CO 0 (0 a) E 0 0 0 0 0 0_ Tts LL 0 co 69- litation Tasks 27 3/8/2013 8:43 AM TUK 2013 CBD Sewer Rehabililalion.xlsx J: \Data \TUK\540\2012 Rehabilitation of Sanitary Sewer in the Area of Tukwila's Central Business District 28 CrOGINA PAGE NO tOF _PAGES EXHIBIT C RH2 Engineering, Inc. SCHEDULE OF RATES AND CHARGES 2013 HOURLY RATES CLASSIFICATION RATE CLASSIFICATION RATE Professional IIX $204.00 Technician IV $130.00 Professional VIII $204.00 Technician III $122.00 Professional Vil $196.00 Technician II $90.00 Technician I $85.00 Professional VI $181.00 Professional V $172.00 Administrative V $121.00 Professional TV $162.00 Administrative TV $100.00 Administrative III $86.00 Professional III $152.00 Administrative II $70.00 Professional II $140.00 Administrative I $58.00 Professional I $128.00 IN-HOUSE SERVICES In-house copies (each) In-house copies (each) In-house copies (each) In-house copies (color) (each) in-house copies (color) (each) In-house copies (color) (each) 8.5" X 11" $0.09 8.5" X 14" $0.14 11" X 17" $0.20 8.5" X 11" $0.90 8.5" X 14" $1.20 11 X 17" $2.00 CAD Plots Large $25.00 CAD Plots Full Size $10.00 CAD Plots Half Size $2.50 CAD System Per Hour $27.50 GIS System Per Hour $27.50 Technology Charge 2.5% of Direct Labor Mileage Current IRS Rate OUTSIDE SERVICES Outside direct costs for permit fees, reports, maps, data, reprographics, couriers, postage, and non-mileage related travel expenses that are necessary for the execution of the project and are not specifically identified elsewhere in the contract will he invoiced at cost. AU Subconsultant services are billed at cost plus 15%. CHANGES IN RATES Rates liste-d here are adjusted annually. The current schedule of rates and charges is used for billing purposes. Payment for work accomplished shall be based on the hourly rates and expenses in effect at the time of billing as stated in this Exhibit. M5201311:18 AM 5040TUKIS40,2012 Raab of Revery Sewer in Area of Thienelis CBD PetwassliConinx-WPSA YEE, 1154.2013 040 Sewer iScliabientewiden 29 30 UTILITIES COMMITTEE Meeting Minutes March 18, 2013 — 5:00 p.m. — Conference Room 1 City of Tukwila Utilities Committee PRESENT Councilmembers: Joe Duffle, Chair; Allan Ekberg and Verna Seal Staff: Bob Giberson, Frank Iriarte, Robin Tischmak, Mike Cusick, Greg Villanueva, David Cline, Pat Brodin, and Gail Labanara Guests: Chuck Parrish, resident CALL TO ORDER: The meeting was called to order at 5:00 p.m. I. PRESENTATIONS No presentations. II. BUSINESS AGENDA A. Resolution Declaring Emergency: Andover Park West /Andover Park East Sewer Repair — March 2013 Staff is seeking Council approval of a resolution declaring an emergency and authorizing a contract exempt from competitive bidding for the immediate stabilization of a damaged sewer system between Andover Park West (APW) and Andover Park East (APE) near Minkler Boulevard. This section of sewer pipe has failed two times within the last two years. The current resolution will allow City staff to provide a temporary stabilization of the sewer pipe so that a long -term repair project can be designed and constructed through the City's regular bidding process. The cost of the temporary pump rental and pumping is $40,000 for four months. UNANIMOUS APPROVAL. FORWARD TO MARCH 25 COW FOR DISCUSSION. B. Commercial Business District (CBD) Sanitary Sewer Rehabilitation — Consultant Agreement Staff is seeking Council approval of a consultant agreement with RH2 Engineers for design services relating to the CBD Sanitary Sewer Rehabilitation Project in the amount of $79,977. This project is funded in part by the obligated 2012 Public Works Trust Fund (PWTF) loan of $750,000. We believe that part of the PWTF will be able to aid the emergency repair project listed above as it is in the same area. Committee questioned the scoring of the consultants as there were only two applicants, and staff did not include a scoring worksheet in the packet. UNANIMOUS APPROVAL. FORWARD TO APRIL 1 CONSENT AGENDA. C. NPDES Program: 2013 Surface Water Management Program and 2012 Annual Report As a requirement of the National Pollutant Discharge and Elimination System (NPDES) Phase 11 permit, staff has completed the 2013 update to the Surface Water Management Program (SWMP) as well as the 2012 Surface Water Management Annual Report. Both documents must be submitted to the Department of Ecology (DOE) by March 31, 2013. As of August 1, 2013, an updated NPDES Permit Phase I1 will be in effect. The City's current NPDES Permit expired February 15, 2012, was extended by DOE for one year (system- wide), and will be replaced with an updated Permit that will be valid August 1, 2013 through July 31, 2018. Staff reviewed the new NPDES requirements which go into effect on August 1, 2013. Included in the requirements is the option to either pay for Regional Monitoring (cost $4k) and Effectiveness Studies (cost $7k) conducted by DOE or conduct monitoring ourselves. Low Impact Development (another LID) is a NPDES requirement that includes using pervious surfaces that could be pavers, rain gardens, and porous asphalt and concrete. Some developers are submitting LIDs with their plans, but nothing will be required until 2016. INFORMATION ONLY. 31