Loading...
HomeMy WebLinkAboutUtilities 2007-05-22 COMPLETE AGENDA PACKET City of Tukwila Utilities Committee Joan Hernandez, Chair Joe Duffie Jim Haggerton AGENDA Tuesday, May 22, 2007 Time: 5:00 p.m. Place: Conference Room No. 1 1 ITEM NO. 1 1 BE TAKEN I. Current Agenda Review I. II. Presentation(s) II. III. Business Agenda III. A. Shasta Sanitary Sewer Emergency A. Move to Committee of the Whole for Pipe Repair Emergency Declaration discussion then to Regular Council for Resolution Page 1 approval. B. Shasta Sanitary Sewer Emergency B. Move to Committee of the Whole for Pipe Repair Short Form Construction discussion then to Regular Council for Contract Page 3 approval. C. Proposed King County Solid Waste C. Information. Rate Increase Page 9 IV. Old Business Next Meeting: Tuesday, June 5, 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. S Attachment III.A. INFORMATION MEMO To: Mayor Mullet Public W orks Directo~ May 16,2007 Shasta Sanitary Sewer Emergency Pipe Repair Project No. 07-SW04 Emergency Declaration Resolution From: Date: Subject: ISSUE Approve an emergency declaration that authorizes City staff to expedite repair of the subject project. BACKGROUND While videoing sewers, City maintenance staff discovered a portion of sanitary sewer with eroded channels allowing sewage to leak and enter the ground. The location is in front of Shasta Beverages, Inc., at 1227 Andover Park East. The depth of the sewer varies from 7 feet to 10 feet. The leaking of sewage has not resulted in subsidence of the street or pavements yet, but sinkholes are a possibility . RECOMMENDATION Approve the emergency resolution that authorizes Public Works to immediately construct repairs to the damaged pipe by a construction contract exempt from competitive bidding. MC:ad attachment (p:ProjecuI07SW04\1nfo Memo. SlwIa s.niwy S<wer Emerg""'l' Pipe Rcpili ResoluDoo) I CITY OF TUKWILA W ASlllNGTON RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA, W ASlllNGTON, DECLARING AN EMERGENCY IN RESPONSE TO DAMAGES TO PUBLIC PROPERTY DUE TO COLLAPSED SANITARY SEWER. WHEREAS, it has been determined that a sanitary sewer has collapsed at the 1200 block of Andover Park East; and WHEREAS, the break has resulted in damage to the sanitary sewer, the break poses a significant risk to existing gas, storm drains, and water utilities; and WHEREAS, the repairs to the sanitary sewer are required immediately; and WHEREAS, RCW 39.04.280 provides for emergency declarations and competitive bidding exemptions; and WHEREAS, the Mayor of Tukwila has declared an emergency in order to allow City forces to respond with appropriate resources to restore damages and prevent further impacts to public and private property; and WHEREAS, the City Council wishes to provide their suppport and endorsement of the Mayor in his action to declare an emergency and for the City's efforts to respond to the emergency; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, W ASlllNGTON, HEREBY RESOLVES AS FOLLOWS: Section 1. The City Council supports the Mayor in his declaration of emergency, due to damages and the need for protective actions brought about by a failed sanitary sewer, and hereby authorizes City forces to respond in the manner which is most effective and expedient, without regard for the procedures and formalities which would otherwise govern the assignment of duties, procurement of materials, and contracting of services. This situation is an emergency as defmed in RCW 39.04.280(3). PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of , 2007. Verna Griffm, Council President ATTEST/AUTHENTICATED: Jane E. Cantu, CMC, City Clerk APPROVED AS TO FORM BY: Office of the City Attorney Filed with the City Clerk: Passed by the City Council: Resolution Number: z. (p:Projcctsl07SW04\EmergcDcy Rcso/utiQO - Shasta Emer!eo;y) Attachment III.B. INFORMATION MEMO To: From: Date: Subject: Mayor Mullet Public Works Directo~ May 16,2007 Shasta Sanitary Sewer Emer2ency Pipe Repair Project No. 07-SW04 Short Form Construction Contract ISSUE Short Form Contract with R. L. Alia Company of Renton, Washington, for the emergency repair of the sanitary sewer near Shasta Beverages in Andover Park East in the amount of $35,000.00 plus applicable Washington State sales tax. BACKGROUND While videoing sewers, City maintenance staff discovered a portion of sanitary sewer with eroded channels allowing sewage to leak and enter the ground. The location is in front of Shasta Beverages, Inc., at 1227 Andover Park East. The depth of the sewer varies from 7 feet to 10 feet. The leaking of sewage has not resulted in subsidence of the street or pavements yet, but sinkholes are a possibility. ANALYSIS This project was not budgeted in the 2007 C.I.P. Funds to repair the damaged sanitary sewer line are available from the design budget for the Sewer Repair at 14438 59th Ave S (page 117, 2007 CIF). The design is being done in-house by City staff. RECOMMENDATION Authorize the Mayor to sign the short form contract in the amount of $35,000.00 (estimated cost) plus applicable Washington State sales tax with R. L. Alia Company for the emergency repair at Shasta Beverage. MC:lw attachment (P:Projc<tslO7SW041IDfu Memo. Shasta Sanituy Scwor EmergeD<)' P;po R<pair ShoTt Form CODtnd) 3 CITY OF TUKWILA Short Form Contract Contractor/ Vendor Name: Address: R. L. Alia Company 107 Williams Ave. South Renton, W A 98055 425-226-8100 Project No.: 61-SwoY Telephone: Budget Item: i.j~r;" OZ. s-14. 353. (P3eO:S;- Project Name: Shasta Beverages Sanitary Sewer Emergency Pipe Repair Please initial all attachments, then sign and return copies one and two to: City of Tukwila Public Works Department 6300 Southcenter Boulevard, Suite 100 Tukwila, Washington 98188 Retain copy threefor your records until afully executed copy is returned to you. AGREEMENT This Agreement, made and entered into this day of 2007, by and between the Citv of Tukwila, hereinafter called "the City," and R. L. Alia Company, hereinafter called "the Contractor." The City and the Contractor hereby agree as follows: 1. SCOPE OF WORK The Contractor shall furnish all of the material and perform all of the work for: Emergency repair of existing 12" sanitary sewer in Andover Park West near Shasta Beverages, Inc., at 1227 Andover Park East. A. Sawcut existing pavement. B. Excavate 30'::t: of trench for sewer repair. C. Repair sanitary sewer with 12" PVC with Romac couplings. D. Provide bypass pumping between existing manholes of sewer. E. Remove TV camera from existing pipe. F. Provide shoring for trench. G. Provide 5/8" crushed backfill for trench. H. Restore pavement to match existing. I. Traffic control per MUTCD. All work shall be in accordance with City Standards and the Standard Specifications for Road, Bridge and Municipal Construction 2006. 2. TIME OF COMPLETION If The work shall be commenced Mav 10. 2007, and be completed no later than Mav 14.2007. -1- /51- dl ~ o;t.!6//v/j-C5 3. CONTRACT SIJM The City shall pay the Contractor for the performance of the work the estimated sum of $35,000.00 plus applicable Washington State sales tax. Payment will be by Force Account per Section 1-09.6 of the WSDOT Standard Specifications. 4. PAYMENTS The City shall make payments on account of the contract at completion of project. 5. ACCEPTANCE AND FINAL PAYMENT Final payment shall be due contract is fully performed and accepted. days after completion of the work, provided the 6. GENERAL CONDITIONS The City and the Contractor agree upon the following general conditions, which shall govern: A. Contract Documents . The contract includes this Agreement, Scope of Work and Payment Exhibit. . The intent of these documents is to include all labor, materials, appliances and services of every kind necessary for the proper execution of work, and the terms and conditions of payment therefore. . . The documents are to be considered as one, and whatever is called for by anyone of the documents shall be as binding as if called for by all. . The Contractor agrees to verify all measurements set forth in the above documents and to report all differences in measurements before commencing to perform any work hereunder. B. Materials, Appliances and Employees . Except as otherwise noted, the Contractor shall provide and pay for all materials, labor, tools, water, power and other items necessary to complete the work. . Unless otherwise specified, all material shall be new, and both workmanship and materials shall be of good quality. . Contractor warrants that all workmen and subcontractors shall be skilled in their trades. C. Surveys, Permits and Regulations The City shall furnish all surveys unless otherwise specified. Permits and licenses necessary for the prosecution of the work shall be secured and paid for by the Contractor. Easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City unless otherwise specified. The Contractor shall comply with all laws and regulations bearing on the conduct of the work and shall notify the City in writing if the drawings and specifications are at variance therewith. D. Protection of Work, Property and Persons The Contractor shall adequately protect the work, adjacent property and the public and shall be responsible for any damage or injury due to his act or neglect. -2- 5 E. Access to Work The Contractor shall permit and facilitate observation of the work by the City and its agents and public authorities at all times. F. Changes in the Work The City may order changes in the work, the contract sum being adjusted accordingly. All such orders and adjustments shall be in writing. Claims by the Contractor for extra cost must be made in writing before executing the work involved. G. Correction of Work The Contractor shall re-execute any work that fails to conform to the requirements of the contract and that appears during the progress of the work, and shall remedy any defects due to faulty materials or workmanship which appear within a period of one year from date of completion of the contract and final acceptance of the work by the City unless the manufacturer of the equipment or materials has a warranty for a longer period of time, which warranties shall be assigned by Contractor to City. The provisions of this article apply to work done by subcontractors as well as to work done by direct employees of the Contractor. H. Owner's Right to Terminate Contract Should the Contractor neglect to prosecute the work properly, or fail to perform any provision of the contract, the City, after seven days' written notice to the Contractor, and his surety, if any, may without prejudice to any other remedy the City may have, make good the deficiencies and may deduct the cost thereof from the payment then or thereafter due the contract or, at the City's option, may terminate the contract and take possession of all materials, tools, appliances and finish work by such means as the City sees fit, and if the unpaid balance of the contract price exceeds the expense of fmishing the work, such excess shall be paid to the Contractor, but if such expense exceeds such unpaid balance, the Contractor shall pay the difference to the City. I. Payments Payments shall be made as provided in the Agreements. . Payments otherwise due may be withheld on account of defective work not remedied, liens filed, damage by the Contractor to others not adjusted, or failure to make payments properly to the subcontractors. J. Contractor's Liability Insurance Contractor will carry public liability and property damage insurance with carriers satisfactory to the City, in the following amounts: $ 50,000........ property damage $ 500,000........ public liability (each person) $ 1,000,000........ public liability (each occurrence) with endorsements naming the City as an additional insured and will provide the City with certificates of insurance prior to start of construction and with 30 days notice prior to cancellation. K. Performance Bond The Contractor shall furnish to the City prior to start of construction a 'performance bond in an amount of 100% of the contract in a form acceptable to the City. In lieu of bond for contracts less than $25,000, the City may, at the Contractor's option, hold 5% of the contract amount as retainage for a period of 30 days after final acceptance or until receipt of all necessary releases 6 -3- from the Department of Revenue and the Department of Labor and Industries and settlement of any liens, whichever is later. 1. Liens The fmal payment shall not be due until the Contractor has delivered to the City a complete release of all liens arising out of this contract or receipts in full covering all labor and materials for which a lien could be filed, or a bond satisfactory to the City indemnifying the City against any lien. M. Separate Contracts The City has the right to let other contracts in connection with the work and the Contractor shall properly cooperate with any such other contracts. N. Attorneys Fees and Costs In the event of legal action hereunder, the prevailing party shall be entitled to recover its reasonable attorney fees and costs. O. Cleaning Up The Contractor shall keep the premises free from accumulation of waste material and rubbish and at the completion of the work he shall remove from the premises all rubbish, implements and surplus materials, and leave the site clean. P. Indemnification The Contractor 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 an act, omission or failure of the Contractor, 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 Contractor expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any employee of the contractor. This 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 Contractor, its officers, agents, and employees. Q. Prevailing Wages The Contractor shall pay all laborers, workmen and mechanics the prevailing wage and shall file the required IIStatement of Intent to Pay Prevailing Wages II in conformance with RCW 39.12.040. R. Discrimination Prohibited The Contractor shall comply with all Equal Employment Opportunity regulations and shall not discriminate against any employee, applicant for employment, or any person seeking the services of the Contractor on the basis of race, color, religion, creed, sex, age, national origin, . marital status or the presence of any sensory, mental or physical handicap. -4- 7 IN WITNESS WHEREOF, the parties hereto executed this Agreement the day and year first above written. CITY OF TUKWILA BY:~ gnature Printed Name: Title: Date: ATTEST/AUTHENTICATED: Jane E. Cantu, CMC, City Clerk APPROVED AS TO FORM: Office of the City Attorney By: 8 e.~ lei. ;4'c~ Printed Name: Title:c-:;;-~d-. Date: ~l J1 /c17 f / ( -5- Attachment III.C. INFORMATION :MEMO To: From: Date: Subject: Mayor Mullet Public W orks Directo~ May 16,2007 Proposed Solid Waste Rate Increase ISSUE King County Solid Waste Division has proposed to increase the disposal fees charged at the transfer stations effective January 1, 2008. BACKGROUND The Cedar Hills Regional Landfill is expected to close in 2012. When Cedar Hills reaches capacity and closes, King County plans to export waste generated by 37 cities to one or more contracted landfills outside of the County. Through a collaborative process, the King County Solid Waste Division together with stakeholders (Metropolitan Solid Waste Management Advisory Committee [MSWMAC], Interjurisdictional Staff Group [ISTG], Solid Waste Advisory Committee [SW AC], labor union representatives and commercial solid waste haulers) provided recommendations to the Solid Waste Transfer and Waste Export System Plan. The Solid Waste Transfer and Waste Export System Plan identified the need to renovate the transfer system. Renovations are critical in order to increase efficiency, improve safety and prepare the system for alternative waste disposal upon closure of Cedar Hills. DISCUSSION Six of King County's eight transfer facilities have been operating since the 1960's and have only been updated to meet regulatory requirements. They are no longer able to efficiently meet the needs of the commercial haulers and business/residential self-haulers who use the facilities. To accomplish the much-needed capital improvements, King County Solid Waste Division has proposed to increase disposal fees from $82.50/ton to $95/ton. If approved by the King County Council, the rate increase will be effective on January 1, 2008. The Suburban Cities Association (SCA), SW AC, and MSWMAC have formally submitted letters to the King County Council expressing their support of the proposed rate increase. RECOMMENDATION No action is required. Present to the Utilities Committee for information. FI:ad (P:aliccIUC 0S2207 I'roposc<I Solid WI$.< R1l< 1D=as<) q