HomeMy WebLinkAboutUtilities 2007-03-20 COMPLETE AGENDA PACKET City of Tukwila Utilities Committee
Joan Hernandez, Chair
Joe Duffie
Jim Haggerton
AGENDA
Tuesday, March 20, 2007
Time: 5:00 p.m. Place: Conference Room No. 1
NO. ITEM NO. ACTION TO B E
I. Current Agenda Review I.
H. Presentation(s) II.
M. Business Agenda III.
A. Area 4 of the GIS -Based Public Works A. Move to Committee of the Whole for
Infrastructure Inventory Consultant discussion then to Regular Council for
Recommendation Page 1 approval.
B. Cascade View Drainage Improvements B. Move to Regular Council consent agenda
Project Completion and Acceptance with recommendation to accept project
Page 13 and release rtainage bond.
IV. Old Business
Next Meeting: Tuesday, April 3, 2007
Future Agendas:
1.
The City of Tukwila strives to accommodate people with disabilities.
Please contact the Public Works Department at 206 433 -0179 for assistance.
To: Mayor Mullet
From: Public Works Directo
Date: March 14, 2007
Subject: Area 4 of the GIS -Based Public Works Infrastructure Inventory
Consultant Recommendation
Project No. 02 -DRO1
ISSUE
INFORMATION MEMO
Attachment III.A.
Approve agreement with Perteet Engineering, Inc., to conduct the fourth phase of the GIS -Based Public
Works Infrastructure Inventory.
BACKGROUND
The City is performing a multi phased inventory that will map all City-owned storm facilities, City-
owned sanitary sewer facilities, and survey monuments throughout the City. To date, the City
completed the Northern Quadrant and Area 2 3 GIS Inventories. The subject project is the fourth
phase of this effort and will map the area between I -5 and the Green River and between the south City
limit and Tukwila Parkway.
ANALYSIS
Perteet Engineering was selected to perform the first three phases of this project and their work was
satisfactory and met all of the project requirements. They are extremely familiar with the City's GIS
system and will easily be able to integrate all new data into the results of the first three phases.
Therefore, it is recommended that they complete the next phase of this project.
A scope of work was developed with Perteet based on the characteristics of Area 4 and what was
developed and learned during the previous phases. This scope includes mapping all storm drainage and
sanitary sewer facilities within public right -of -ways and the location of all survey monuments within the
survey area.
BUDGET SUMMARY
This project will include both surface water and sewer elements and will be funded as follows:
Perteet Area 4
RECOMMENDATION
Cost Budget (412) Budget (402)
250,000 150,000 100,000
Approve the consultant agreement with Perteet Engineering, Inc., for professional services to conduct
the Area 4 GIS -Based Public Works Infrastructure Inventory in the amount of $250,000.00.
RL:ad
attachments: Area Map and Consultant Agreement
file: 02- DR01.3
(P:Psojects\A• DR Projeccs102DROI (GIS Area 4)\tnfo Memo Ara 4)
2.
Area 1
Map Legend
Area 1
Area 2
I1 Area 3
I Area 4
V nkbr F 1 1
Upland Dr�
Midland Or
Area 2
Area 3
Area 4
City of Tukwi a
GIS Inventory Phase Map
Ira
iti-G('
n Z
>7
1�\
v_
CONSULTANT AGREEMENT FOR
PROFESSIONAL SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington,
hereinafter referred to as "the City and Perteet, Inc. hereinafter refereed 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 engineering
services in connection with the project designated Area IV GIS Infrastructure
Inventory.
2. Scope of Services. The Consultant agrees to perform the services, identified on
Exhibit "A" attached hereto, including the provision of all labor, materials, equipment
and supplies.
3. Time for Performance. Work under this contract shall commence upon the giving
of written notice by the City to the Consultant to proceed. The Consultant shall
perform all services and provide all work product required pursuant to this Agreement
within 365 calendar days from notice to proceed, unless an extension of such time is
granted in writing by the City.
4. Payment. The Consultant shall be paid by the City for completed work and for
services rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided
on Exhibit `B" attached hereto, provided that the total amount of payment to
the Consultant shall not exceed 5250,000 without written authorization.
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 is 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 state for a
Consultant Agreement for Professional Services
Phase IV GIS Infrastructure Inventory
S:11 Job Files120071Tulmila CPSPhsIN1 ProjectAdminis0mionIConrmd 070315.doc
Page 1 of 9
period of three (3) years after final payments. Copies shall be made available
upon request.
5. Ownership and Use of Documents. All documents, drawings, specifications and
other materials produced by the Consultant in connection with the services rendered
under this Agreement shall be the property of the City whether the project for which
they are made is executed or not. The Consultant shall be permitted to retain copies,
including reproducible copies, of drawings and specifications for information,
reference and use in connection with the Consultant's endeavors. The Consultant
shall not be responsible for any use of the said documents, drawings, specifications or
other materials, by the City on any project other than the project specified in this
Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services
contemplated by this Agreement, faithfully observe and comply with all federal, state,
and local laws, ordinances and regulations, applicable to the services to be rendered
under this Agreement.
7. Indemnification. The Consultant shall indemnify, defend and hold harmless the
City, its officers, agents and employees, from and against any and all claims, losses or
liability, including attorney's fees, arising from injury or death to persons or damage
to property occasioned by any act, omission or failure of the Consultant, its officers,
agents and employees, in performing the work required by this Agreement. With
respect to the performance of this Agreement and as to claims against the City, its
officers, agents and employees, the Consultant expressly waives its immunity under
Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries
to its employees, and agrees that the obligation to indemnify, defend and hold
harmless provided for in this paragraph extends to any claim brought by or on behalf
of any employee of the Consultant. This waiver is mutually negotiated by the parties.
This paragraph shall not apply to any damage resulting from the sole negligence of
the City, its agents and employees. To the extent any of the damages referenced by
this paragraph were caused by or resulted from the concurrent negligence of the City,
its agents or employees, this obligation to indemnify, defend and hold harmless is
valid and enforceable only to the extent of the negligence of the Consultant, its
officers, agents and employees.
8. Insurance. The Consultant shall secure and maintain in force throughout the
duration of this contract comprehensive general liability insurance, with a minimum
coverage of $500,000 per occurrence and $1,000,000 aggregate for personal injury;
and $500,000 per occurrence /aggregate for property damage, and professional
liability insurance in the amount of $1,000,000.
Said general liability policy shall name the City of Tukwila as an additional named
insured and shall include a provision prohibiting cancellation of said policy except
upon thirty (30) days prior written notice to the City. Certificates of coverage as
Consultant Agreement for Professional Services
Phase IV GIS Infrastructure Inventory
5:11 Job FilcsL00717Lkxiln CPS Phu Mil ProjectAdminirtratlon%Cantmct 070315.doc
Page 2 of 9
required by this section shall be delivered to the City within fifteen (15) days of
execution of this Agreement.
9. Independent Contractor. The Consultant and the City agree that the Consultant is
an independent contractor with respect to the services provided pursuant to this
Agreement. Nothing in this Agreement shall be considered to create the relationship
of employer and 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.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it
under this Agreement, will not discriminate on the grounds of race, color, national
origin, religion, creed, age, sex or the presence of any physical or sensory handicap in
the selection and retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by
this Agreement without the express written consent of the City.
13. Non Waiver. Waiver by the City of any provision of this Agreement or any time
limitation provided for in this Agreement shall not constitute a waiver of any other
provision.
14. Termination.
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 the Agreement,
if requested to do so by the City. This section shall not be a bar to renegotiations
Consultant Agreement for Professional Services
Phase IV GIS Infrastructure Inventory
S:11 Job files1,70071711kwila GPS Phs7Y11 P oject Ad Adniinforralontronfract 070315.doe
Page 3 of 9
6
of this Agreement between surviving members of the Consultant and the City, if
the City so chooses.
15. Attorneys Fees and Costs. In the event either party shall bring suit against the other
to enforce any provision of this Agreement, the prevailing party in such suit shall be
entitled to recover its costs, including reasonable attorney's fees, incurred in such suit
from the losing party.
16. Notices. Notices to the City of Tukwila shall be sent to the following address:
Notices to Consultant shall be sent to the following address:
17. Integrated Agreement. This agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant
and supersedes all prior negotiations, representations, or agreements written or oral.
This Agreement may be amended only by written instrument signed by both the City
and the Consultant.
DATED this day of
CITY OF TUKWILA
Steve Mullet, Mayor
Attest/Authenticated:
Jane E. Cantu, City Clerk
City of Tukwila
6300 Southcenter Boulevard
Tukwila, WA 98188
Perteet, Inc.
2707 Colby Avenue, Suite 900
Everett, WA 98201
Consultant Agreement for Professional Services
Phase IV GIS Infrastructure Inventory
S11 Job Fllu1700717Lktila GPSPhsJV11 Najaf Adis n vrationtContrau070313.doc
CONSULTANT
By:
2007.
rystal Donner
Vice President
Approved as to Form:
Office of the City Attorney
Page 4 of 9
Exhibit "A"
Scone of Services
City of Tukwila
GIS Public Works Infrastructure Inventory
Phase IV —CBD
(Between SR405 and South City Limits
INTRODUCTION
The overall objective of Scope of Services is to provide an inventory and mapping of the
City of Tukwila's Public Works infrastructure within the Central Business District. The
inventory and mapping for the infrastructure will be performed within public rights -of-
way and easements between the south margin of SR 405 and the current southerly City
limits, between the easterly right -of -way margin of I -5 and the Green River. Due to the
traffic volumes in the area it is extremely difficult to estimate the time required for the
project. We are therefore proposing to complete a "pilot" project for all of Minkler Blvd.
and then extrapolate the procedure and schedule to the remainder of the project. The
areas included in the Phase are as follows:
1. Minkler Blvd. (pilot project) between I -5 and Green River.
2. South City limits between 1 -5 and the Green River and north to Minkler.
3. North from Minkler to Southcenter Parkway, between I -5 and Green River..
The Inventory Program developed for the previous phases will be the foundation for the
Phase W CBD GIS project. This phase of the inventory will locate, storm drainage
structures and facilities, sanitary sewer manholes and the center point of street monument
cases. We will also provide measure down to apparent inverts and attempt to determine
the size and material of the connecting storm and sanitary pipes. Perteet Inc. field crews
will make all measurements and observations from the ground surface. Perteet field
personnel are not equipped for, nor permitted to attempt, a confined space entry.
The work under this agreement will be accomplished under the following elements of
work:
SCOPE OF SERVICES
1.0 Management Coordination /Administration
1.1. Provide continuous project management administration (billing invoices, monthly
progress reports) throughout the project's field data acquisition and GIS
development.
1.2. Develop project schedule. Schedule to be updated by the Consultant at the City's
direction as needed.
1.3. Attend coordination meetings with City staff and prepare meeting minutes. It is
assumed that a total of 6 meetings will be required and additional meetings, at the
City's direction, will be considered additional work.
1.4. Prepare independent QA/QC reviews at the 75% and final project review.
Consultant Agreement for Professional Services
Phase IV GIS Infrastructure Inventory
5:11 Job Ffles120071Tu*wila GPSPhs 1141 Prolix: Adminlstrmlon1Contract 07031S.doe
Page 5 of 9
1.5. Coordination of Sub consultants.
2.0 Project Planning
2.1. The Consultant analyst will schedule and lead the Project Kickoff and planning
meeting prior to the start of field data collection. This session will focus on the
final identification of features and feature attributes to be collected by field survey
crews. In addition, planning for future uses of the utility and street inventory will
be discussed.
2.2. Acquire both hard copy and electronic mapping that is readily available from
King County, WSDOT, or other sources that show the infrastructure features that
will be inventoried within their geographical areas.
2.3. The Consultant analyst will schedule a meeting with the field survey crew that
will focus on the final identification of Sanitary Sewer feature attributes to be
collected by field crews to complete the Sanitary Sewer Network. From this
session, the Consultant will revise the database template, as necessary, that will be
used in the GPS data dictionaries for transfer to GIS via MS Access. The
Consultant analyst will modify the network construction scripts for creating storm
systems to create sanitary sewer systems.
3.0 Field Data Acquisition
3.1. Assumptions:
3.1.1. Elevations will be referenced to NAVD "88" datum.
3.1.2. We estimate that two- thirds of inventory data will be acquired by GPS, the
remainder will be by traditional optical equipment based upon GPS
control points.
3.1.3. "Confined Space" entry will not be required by the consultant to complete
the project.
3.1.4. Only visible or easily recovered features will be surveyed.
3.1.5. City of Tukwila will ensure access to all private properties required for the
survey.
3.2. Storm System Survey:
3.2.1. The following visible Storm Sewer system appurtenances will be located
by GPS or optical survey: manhole and catch basins, including invert
elevations, pipe sizes, material and direction of flow, culvert outfalls and
drainage swales.
3.3. Sanitary Sewer Survey:
3.3.1. The following visible Sanitary Sewer system appurtenances will be
located by GPS or Optical survey: center of manhole, manhole rim, center
of vault (access), invert elevation (center of channel), pipe size and
material, cleanouts, center of pump station access point and base of any
electrical service panels for the sanitary system.
Consultant Agreement for Professional Services
Phase IV GIS Infrastructure Inventory
5:11 Job Fires130071T1e1nila CPS P3 IN1 Project Adminutrasion1Convact 07031S.doe
Page 6 of 9
3.4. Monument Survey:
3.4.1. Perform Global Position System (GPS) Real -time Kinematic (RTK)
survey locating the center of case of visible monuments adjacent to
stormwater inventory Locations. No exhaustive investigation,
reconnaissance or research will be performed to recover all of the street
monuments.
4.0 GIS Data Development
4.1. Support Field Data Acquisition
4.1.1. Prepare supporting field map documents as necessary to successfully
complete inventory.
4.1.2. Ensure data transfers are complete and conform to data template design as
prescribed in previous project phases.
4.2. Data Development and Drainage Network Construction
4.2.1. Stormwater and Sanitary sewer systems will be developed into
comprehensive networks.
4.2.2. TetraTech assumes approximately 600 catch basins and 250 culverts, plus
connecting ditches and swales for conversion to GIS.
4.2.3. TetraTech will ensure the digital conversion of streams and integrate them
into the stormwater network within the final geodatabase product.
4.2.4. To digitally represent the meander bends of both streams and large
ditches, TetraTech will rely primarily on flow points collected by Perteet
field staff at the major turns in these features. TetraTech will "smooth"
the bends in the stream and ditch centerlines using supporting vectors in
the City's existing hydro layer and/or aerial photographs.
4.2.5. TetraTech will process all traffic features from controlled intersections
and merge into the Geodatabase created in Phase 1.
4.2.6. QA/QC procedures developed and implemented in Phases I through III to
detect flow anomalies, missing features, and other potential errors will be
used in Phase IV. This includes the use of ArcReader and the creation of
PMF files within problem areas for visual inspection by Perteet field staff.
These errors will be fixed in GIS where possible or will be retumed to the
survey team for further research.
4.2.7. Data will be provided to City staff on a regular basis to allow for a final
tier of QA/QC. Data will be made available for download off a secure
web -site or provided to the City in an alternate fashion. We expect to use
the City's ArcReader system developed in Phases I through III to
accomplish this tier of quality assurance.
4.3. Geodatabase Enhancements
4.3.1. The Drainage Network will be integrated into the Personal Geodatabase
created in Phase 1. The Geodatabase format created in Phases I through
III will be kept as is. Data resulting from the field inventory and network
construction in Task 4.2. will be added to the existing Geodatabase
(currently encapsulating all work performed in Phase 1).
Consultant Agreement for Professional Services
Phase IV GIS Infrastructure Inventory
S:II Job Fllet170071Tukala GPS Phs Ml Project Adminisrmdon1Cenlmcr 070315.doc
Page 7 of 9
/0
4.4. Map Production
4.4.1. Hard copy maps of the completed inventory will be developed in ArcMap.
This will include a basemap image of the project study area using GIS
data provided by the City. The map will depict the drainage network with
as many physical attributes that can be displayed without blurring the map
image, and will be similar in quality to the hard copy submittals for Phase
1. The map will be compiled in a poster -size (E). One (1) draft and one
(1) final submission of each hardcopy map will be provided to both the
Client and Perteet. Duplicate copies will be provided at an additional cost.
4.5. Documentation and Delivery
4.5.1. FGDC Compliant metadata will be developed for all feature classes within
the Stormwater feature dataset. The metadata will outline the creation
process as well as the spatial and feature attribute defmitions. The form
will be seamlessly linked to the layers in ArcGIS using the metadata kit
provided with the software.
4.5.2. A recommended data management strategy will be written and provided to
the City. This will offer suggestions on future expansion of the database.
4.5.3. The geodatabase, including all GIS data layers created by TetraTech, and
ArcGIS project file, and digital metafiles of the map graphics, will be
placed on CD -ROM. A single copy of the CD will be sent to both the City
and Perteet as a fmal product.
Deliverables
Infrastructure Geodatabase including all GIS data layers created by TetraTech
from Phasel through III, an ArcGIS project file, and digital metafiles of the map
graphics.
One set of hardcopy maps in Poster format.
A "PMF" version of each hardcopy map for general use by City Staff that use the
free ArcReader software OR an ArcView project file.
Consultant Agreement for Professional Services
Phase IV GIS Infrastructure Inventory
&1J lob Files ?0071Tr.4xiln GPSPks IY11 Project Ado inislmlionlConlrnu 070315.doc
Page 8 of 9
Consultant Agreement for Professional Services
Phase IV GIS Infrastructure Inventory
S11 Job Filee1700TTu.Fxila GPSPhsIW Project AdminislratioalContmct 070313 .doe
Exhibit `B"
Hourly rates and expenses to a maximum of $250,000.
$150,000 from Surface Water (412)
$100,000 from Sewer (402)
Page 9 of 9
To: Mayor Mullet
From: Public Works Director
Date: March 7, 2007
Subject: Cascade View Drainage Improvements
Project Completion and Acceptance
ISSUE
Accept construction contract as complete and authorize release of retainage bond.
BACKGROUND
The Notice to Proceed for Contract No. 05 -058 with SCI Infrastructure, LLC, of Pacific,
Washington, was issued May 31, 2005, for construction of the Cascade View Drainage
Improvements project. This Project No. 00 -DRO6 provided new drainage features for
groundwater collection and private property connections within the Cascade View community
In addition, entirely new roadway profiles, including roadway surface, curb, gutter and
sidewalks were established to provide better drainage control throughout the project boundary.
This contract reached physical completion on December 13, 2006. Several additive change
orders were offset by both deductive change orders and unit bid price quantity underruns. The
contract costs are summarized as follows:
Contract Award Amount 4,033,000.00
Change Orders 162,214.94
Underruns (165,545.57)
Sales Tax (only applied to Sewer Schedule) 6,984.88
Total Amount Paid (incl. retainage bond) 4,036,654.25
RECOMMENDATION
INFORMATION MEMO
Attachment III.B.
It is recommended that this contract be forwarded to Regular Council on the consent agenda
for formal acceptance and authorize release of the retainage bond, subject to the standard claim
and lien release procedures.
MR:ad
attachments: Notice of Completion of Public Works Contract
letter to SCI Infrastructure dated February 1, 2007
letter to SCI Infrastructure dated March 7, 2007
(P:Projxts\A- DR Projects l00DR06 (f =vac Yew)lCoestrutfion \Closeout Information Memo SCI 03- 07-07)
13
State of Washington
Department of Revenue
PO Box 47474
REV ENUE Olympia WA 98504 -7474 Contractor's Registration No. (UBI No.) 602 094 857
Date 3/7/07
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
From:
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notice is hereby given relative to the completion of contract or project described below
Description of Contract Contract Number
Cascade View Drainage Improvements (Project No. 00 -DR06) 05 -058
Contractor's Name Telephone Number
SCI Infrastructure, LLC 253- 218 -0444
Contractor's Address
1508 Valentine Ave. SE, Pacific, WA 98047
Date Work Commenced Date Work Completed Date Work Accepted
5/31/05
Surety or Bonding Company
Safeco Insurance Company of America
Agent's Address
Safeco Plaza, Seattle, WA 98185
Sub -Total 4,029,669.37
Amount of Sales Tax Paid at 8.8 6,984.88
(If various rates apply, please send a breakdown)
TOTAL 4,036,654.25
Comments: Retainage Bond was provided by
SCI Infrastructure through Safeco Insurance.
Finance Approval
Name Address of Public Agency Department Use Only
Assigned To
Contract Amount 4,033,000.00
Additions 162,214.94 Liquidated Damages 0.00
Reductions 165,545.57
12/13/06
Date Assigned
Signature
Type or Print Name Diane Jaber
Phone Number 206 433 -1871
Amount Disbursed 4,036,654.25
Amount Retained 0.00
TOTAL 4,036,654.25
Disbursing Officer
The Disbursing Officer must complete and mail THREE copies of this notice to the Depat tment of Revenue,
PO Box 47474, Olympia, WA 98504 -7474, immediately after acceptance of the work done under this contract. NO
PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of Department's certificate, and then only in
accordance with said certificate.
uire about the availability of this document in an alternate format for the visually impaired, please call (360) 753 -3217. Teletype
(TT users please call (800) 451 -7985. You may also access tax information on our Internet home page at http: /dor.wa.gov.
REV 31 0020e (6- 27 -01)
February 1, 2007
Pat Scoccolo
SCI Infrastructure
1508 Valentine Ave SE
Pacific, WA 98047
Dear Mr. Scoccolo:
City of Tukwila
Steven M. Mullet, Mayor
Department of Public Works James E Morrow, P.E., Director
SUBJECT: FINAL ACCEPTANCE NOTIFICATION
Cascade View Drainage Project
Tukwila Project No. 00 -DR06, Contract No. 05 -058
On December 21, 2006, Pay Estimate #14 was processed for payment on the Cascade View
Drainage Project. It was our intent that PE #14 provide full and final payment to SCI
infrastructure and all subcontractors for work previously completed on the project. Since notice
protesting the Engineers payment determination has not been forthcoming the City believes that
all payment obligations under the contract have been met.
During the past month we have been unable to obtain voluntary compliance with the final
closeout paperwork submittals. Current missing paperwork includes: Affidavits of Wages Paid
for Apply -a -Line, INCA Engineers, Retaining Walls NW, Seawest Construction, Wilson
Concrete and notarized signature of the Release of Claims and Contractors Acceptance Letter
which substitutes for the Final Contract Voucher Certificate called for in section 1 -09.9 of the
DOT Standard Specifications.
With this letter we hereby infoun you of the City's intent to proceed with the establishment of a
completion date and unilateral final acceptance of the project as provided under 1 -09.9 of the
Standard Specifications upon 30 calendar days following your receipt of this letter. Should you
choose to submit the required paperwork within this 30 day period project completion may be
established at an earlier date.
Congratulations to you and SCI Infrastructure on your successful completion of this challenging
project. We look forward to working with you again on a future project for the City. If you have
any questions regarding this letter, please call me at (206) -571 -8172.
Michael E. Ronda, P.E.
Project Construction Engineer/PM
CV .171
IS
cc: Chron File
6300 Southcenter Boulevard, Suite #100 Tukwila, Washington 98188 Phone: 206 433 -0179 Fax: 206 431 -3665
/6
March 7, 2007
Pat Scoccolo
SCI Infrastructure
1508 Valentine Ave SE
Pacific, WA 98047
SUBJECT: COMPLETION DATE AND FINAL ACCEPTANCE
Cascade View Drainage Project
Tukwila Project No. 00 -DR06, Contract No. 05 -058
Dear Mr. Scoccolo:
In our February 1, 2007 letter you were informed of the City's decision to establish a Completion
Date and Unilaterally Accept the Cascade View Drainage Project if receipt of final close out
paperwork and return of the Contractors Acceptance Letter was not forthcoming. As prescribed
in Specification Section 1.09.9 of the standard specifications the City has given you 30 days to
comply with the request for this paperwork. Since you have not submitted the requested
paperwork, the City has established March 7 as the Completion Date and Final Acceptance for
the Cascade View Project. No further payment will be made on the contract and the total
payment provided with Pay Estimate #14 is considered to be a full and final payment to SCI
infrastructure and all subcontractors for work previously completed on the project.
The procedure for closeout from this point includes approval by City Council and notice to the
Department of Revenue and other agencies for approval of release of performance and retainage
bond for the project. These agencies will be unable to approve release without the Affidavit of
Wages Paid completed for Wilson Concrete. Your bonds will be released within the prescribed
60 day waiting period provided all agencies approve release.
Congratulations to you and SCI Infrastructure on your successful completion of this challenging
project. We look forward to working with you again on a future project for the City. If you have
any questions regarding this letter, please call me at (206) -571 -8172.
City of Tukwila
Department of Public Works James E Morrow, P.E., Director
Michael E. Ronda, P.E.
Project Construction Engineer/PM
cc: Chron File
File .171
Steven M Mullet, Mayor
6300 Southcenter Boulevard, Suite #100 Tukwila, Washington 98188 Phone: 206 433 -0179 Fax: 206 431 -3665