Loading...
HomeMy WebLinkAboutUtilities 2008-08-18 COMPLETE AGENDA PACKET <+ Verna Griffin, Chair <+ Joan Hernandez + Kathy Hougardy Distribution: J. Morrow S. Kerslake V. Griffin F. lriarte M. Miotke J. Hernandez B. Giberson R. Still K. Hougardy G. Labanara C. Parrish P. Under R. Larson B. Arthur D. Robertson M. Cusick J. Duffie P. Lau File Copy Mayor Haggerton P. Brodin Single side to Dana R. Berry S. Anderson 3 Extra Copies K. Matej J. Howat D. Speck B. Still e-mail to B.5axton C. O'Flaherty N. Olivas C. O'Flaherty, K. M. Hart J. Pace Narog, S. Norris & S. Norris Finance Director S. Kirby City of Tukwila Utilities Committee AGENDA MONDAV, AUGUST 18, 2008 Time: 5:00 PM Place: Conference Room #1 , Recommended Action Page I. Current Agenda Review I. II. Presentation II. III. Business Agenda III. B. Interurban Ave. So. Waterline - Bid Award A. Forward to 8/25/08 COW Pg. 1 B. Forward to 8/25/08 COW Pg. 5 C. Forward to 8/25/08 COW Pg. 7 A. 2008 Small Drainage Program - Bid Award C. Storm Lift Station No. 18 Improvements - Consultant Agreement IV. Old Business IV. Future Agendas: Next Scheduled Meeting: Tuesda~ September 2,2008 (Oue to Ho/idav) b The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206-433-0179 for assistance. INFORMATION MEMO To: Mayor Haggerton Public Works Direct~ . August 12, 2008 2008 Small Drainage Proeram Project No. 08-DROl BID AWARD From: Date: Subject: ISSUE Award the 2008 Small Drainage Program to Washington Pipeline, LLC of Mercer Island, Washington. BACKGROUND The Annual Neighborhood Drainage Program constructs drainage projects throughout the City that are too large for City staff to complete but are smaller than a typical capital improvement project. The projects originate from citizen complaints and from the maintenance staff and are compiled on the Small Drainage Project List. Each year the projects are reprioritized based on need, expense, permitting requirements, and length of time on the list, and the highest priority projects are designed and constructed. The 2008 Small Drainage Program will construct the following five projects: Site No.1 - S 130th St - Replace a broken pipe within an identified stream Site No.2 - Macadam Rd - Replac e failing pipes and enclose a section of Ditch Site No.3 - S 149th StlS. 150th St. - Install a draina ge system to protect private property Site No.4 - Treck Dr. - Replac e a failing drainage structure subject to heavy truck traffic Site No.5 - Upland Dr. - Replac e a failing drainage structure subject to heavy truck traffic ANALYSIS This project was advertised on July 29, and August 5, 2008. Seven bids were received and opened on August 12. The bids were checked and tabulated and one math error was found and corrected. This error involved the low bidder, Washington Pipeline, but did not affect the overall ranking. Washington Pipeline's corrected bid is $253,015.00. The engineer's estimate is $285,860.00. All submitted references were checked and all indicated that Washington Pipeline has performed this type of work and that they met the industry standard for quality. BUDGET AND BID SUMMARY (All amounts include sales tax.) Bid Results Engineer's Estimate $ 253,015.00 $ 285,860.00 25.301.50 28.586.00 $ 278.316.50 $ 314.446.00 Bid Amount Contingency (10%) Total Budget $ 300,000 $ 300.000 RECOMMENDATION Award the construction bid for the 2008 Small Drainage Program to Washington Pipeline, LLC in the amount of $253,015.00. Attachments: Project Location Map Bid Tabulation Consultant Recommendation P:\PROJECTS\A- DR ProjeclS\08-DROl (2008 SDP)\lnfo Memo Bid Award 2008 SDP.doc 1 2008 Annual Neighborhood Drainage Program Map CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS 2000 Small Drainage Program Pro)oott No. 06.0401 CERTIFIED DID TABULATION >TtSII Jr �'%i�Y3 1 '('r,r 'l':f'n 'V,` "rv. .'U. p�� N fl. M�'" UA r yI p, ',G 'nii 'C alg t'k; "N p4J ni' Eli t/ucue, III {S )Y I, �A 3 i'� 3.W '�^rhy nl SI 1J r.7a o J1 n b PI 1 V. "0}1 ,'.{74. 1 P 9 h w q!9 F V rolors IY AI} A P (f 1,11 'Aetlt1�.uf,.«wrv1 >„uF,t e N11Kdb�ll�k�a•Lb� IP iiiigii.1i1,' 0, 45,0 �f i t2k h 4di r,ryf.NfR,F,nFI du P Y 1,1 +eil am iie lr ra,n r,, nkr ilengi( YquA I dd f5 4•, t� :a >w r�?e NRpn M In VS 'm..,,f.l9i .q 4 :1:b Cdr rv`•. tNY, ,,'TL' rx .n o.r1- 111 1,1'. r ti 1 1',0, 4 e;i P nr „�1 "t �r M6; c rn n' r r•'T? i r ;r• t��. 14, w 'Z ,r, (u,' •s ntfr.e 1 4y...role� r 1 aegis yV;; 9 r1 y ikgr II �y6}y .1, r��,�, r, 1 /d q,1� �4 v.� x QM� y dg'r,� g xi ;nl�'criala a.ie" •n't 1�kEiV lr,�i.l'ls §•rY r4 u r .V 3..t i OI: 0'.111�1�,.N'd,31. J1�1.4'IT F,1i3 „�Jll..k�leYki N.� h; ICY "Oha"Y'lfnG1 ifo Ft 7�E4':7>;a:71�, r I�o.1.,IfuV�t.toC Y:l.���}'(Inl t'4e'.0 il. 'Y I'•"1 ��"�1dICa1 I �Co: "rr4 f ��tU rb: 1 �1Lnt cbN <n,- Coht 'ROADWAY V II H II II H 1Om00110now m2ludlnn Haul 4.04 (Crueler. Sudetlnq Too Cowen .04 11100 112 PO 04.22 0 04 IHMA Rl1Oannee Pane 004 10000 norm 004 1Cemenl 40275. Cwt. end 1381001 r ro I0ain10C n1 Carmel. CU and Duller 0 (Goan' Co0 0114001048 001COmon1 Condole Uldowal0 'TRAFFIC CONTROL DEVICES 1) 032 10nnlaoe 0001110 Ceermell20111n 1 I IOaImOPloatl6 C0100 611275 MurN1n0 'ROADSIDE DEVELOPMENT 10 001 Unroll HvdroeOed 8-01 10756162 Control 0150001 1Pmoedv 00•10751102 0111 IMellbox ono SuOMrI 'STORM DRAINAGE 29 2 -00 150010 or Extra Lmamllon Clem 0 �ISlom10750, P100 11 PVC 7.04 I Storm 0750, Aloe. Or PVC Islam 0000 Pine. 12 7 •4 (Sion 07512 PI0a. 12' 110Pr: 7.04 IHnmova/A0neon EN3110 01000 01011 Pine 7.04 I0em000/Ae5ldon 0•0110200 0.0.10r0 708 Comm. .n10241100 75 pomane S WC1u75 rym Catch Una. a ,Cnl0 Umin. Tvea 1 woe At C0•11n0 705 10.106 Basin Tana 2. 411 Inch 7.20 ITemonrllry Wale. Uvmm SvaMm !Marry Sonia. GeeD10a tor Minna. Protection IHee10r0 1• Water Oelivary Pleo 4 2 505 700 330 500 00 10.00 000.00 1 000,00 1 200 00 700 1.001 MOkllenllon 1 1 CO 522.000.0015 22.000801 S 1,000.0015 15000.001 26000,00 5 26000.00 5 15 000,00 1 5 15000.001 5 70.700.001 S 20.700.001 5 20.817.001 S 20.x17.001_5_11,1_ 0001 S 11,000.00 3 44,000,00, 44,000,00 1.071TemnerervWOler Pollution /Eroelon COnlrol 1 1 8000.00 5 000000 s 2000.00 15 0000.0015 0.0008015 0000.00 5 0000.0215 x0000015 .000.00 I 0000.0015 8.000.00 i5 0.000.0013 x.000.0015 0,000.00 1 0,000.0015 8,000.00 1.00105 011110, 0 0 0111011 1 FA •20000.20 5 20000.00 S 20 00000' 5 2000000 i 5 20000.00 2000000 20,, 0,00' S 20000.00'3 20 000 00 4 7000000' 5 20 002.00' S 20000.00' 5' 70000.00' s 20 000 00 2000000.5 20,0000011 5 -10 P8050. Temporary 010100000101 I 1 LS I $11000.0015 10.0000013 3,000.0015 3.000.00 I5 20000.00 2000000 r 10.000.00 .20 15 100000015 51.000.0015 31.00000 24.007.001$ 44,88715 1.000.0015 1.000.001S 40000.001$ 40000.001 2 CM.. ono Grubb. 0,00 8000.0015 0000.00 0.000.001 5 3000.0015 3 000.00 5 1.000.001 5000.001 S 6.400.0015 5 400001 010300 5 5.106001 5 8000.001 5,000.001_5 15,000.0015 16,000,00 2.02 .1.0vomont Remove. 1'9[,21,' 5 0025.00 15 10.00 1$ 6,060,00 5 22.00 1 11 770.00 F 8.00 5 4.000.00 1 1000 1$ 6.350.00 1 5 14.06 I S 7.000.75 1 5 10.00 5 8.360.001 0 1100 I 5,x05.00 203 Illmullnblo Founc101100 ExmmiNn Incl. 110.41 40 32500 �100 00 015 07.6015 2.700 0 00 5 02.001 000.00 S 50.0015 20 00.0015 24.00 990 00 5 400015 1.000.0015 1.00 13 40.00,5 44.0015 1,780.001 $2000 I f 200000 5 35.00 1 4.55000 IS 20.00 5 21100 on S 20,00 15 7.000.00 15 5 22.00 I S 2.0110.00 I f 20.05 1 _S 3.00 1 5 10.00 1 j 1.300,OQI_o 44,00 1 6.720 OD 1 TN 30,00 s 1030000 35.00 1 S 12 250.00 i S 2700 5 7 70000 5 29.00 0,760.00 I 2405 s 2.522.20 s 31.30 1:::059862.00 0 s 16.001 5 6,260.00 i 44.00 16.400.001 1 156 TN 150.00 23,25000 200.001 S 31,000.00 i 5 210001 5 52.550.00 S 100.001 0 273100001 S 105,76 80,341.265 211.40 j 33 200001 5 31,000,00 L5 185.001 30,22600 LF 3 0 0 3 '70.00 s 100.no 5 35.00 1 5 1225.0 T 2 500 00 1 -3 5 28 40 001 5 1 20000 5 5 10.00 _9 250.00 1 20.00 1 5 1171.25 1 5 4000 ._2t 1.000.00 70.00 1 50000 0 77.00 1 1,020 00 5 2.701100 s 4.00 1 5 2 non. 1 S 4.00 1 5 3.000.20 x 2.001 j 7'�no 1100 i 5 0.020.00 1 S 5 3.1a 1 s 3.012.2[115 60Qo 12.20 1 10,IIOO,00 S x.180 .00 i 5 280.00 5 50001 5 00 s 29.201 S 107x.00 I 45.60' i 1.52x00 1 1 1 5 251 5 976,991 S 44.001 j 1,640001 01 75 6.99 7.600.00 35.00 .:5 3 500.00 1 S 00 1 3.400.00 5 6000 1 S 6.00000 i S 61.00 5 5.100.110 S 42.00 1 3 4.80000 30.00 .1_a mm. 0091 5 44.00 1 S 4.400.00 1 $7,00 I 1900. 1 270 4 00S03OT$ 00001 1,2p 8 6001 5 0 0000011 02 801.5 1,002, 1['3.661 1 2.473,001 5 40.00Is 6 002.0015 F11 576. 70.001 5 1 000.00 1 LB I $000 0 00 I S 00000 f5 2 000 00.80 00 1 1- p00,00 0 I t )OOO-STD I S 'IOU 00' j t O,U I S 1 000.00 S 1 1 1,100 1 1,100.00 I 5 1 /ZN.00 1 I 5 508.88 I S 720. 50.00 1 5 6 6M10.00 1 5 fl00.00 1 220.02 �0 1 5 bZ0.00 5 6 3,6000 �_EO S 9011.00 r5 1U0.1�OT5 100,00 0'1.00 S' 480.00 '%2.UU I 6+.OU I 406.88 15 )6.00 15 626 W 112 CY 41.00 I I 00 5 11,07000 15 110.001 5 2700.00 15 30001 j 2 ,71 00 5 96.00 I 8.720.001 33.00 I_j_3 5 en 00 3 0,70'/991 S 20.001 S 1.1140001 5 44001 4,247.00 700 S 200 5 1.500 1 5 1.001 710.00 1 1.00 5 7x0 Or 1.00 1,69 4. 1 D01 3170000 ,,9Q S 225 IS 1.765901 15 s 1,051 076.001 2,09 1 50000 20 -$-T 6.,00 5 12000 i s 06.00 701.00 I :5 1000155 32000 1 j 400 2.60 s 50.001 s 51.00 i 5 1.020,00 I_3 t0 On 1 5 200.001 s 20.00 I m p 440 Sd00o�1 j S 1 00 2,000 I 10 50 1 .001 90 10 350.00 1 S 1 10 9,00 S 10 8 001 100 00.20 i i�o_ 31 1.. .22 1 5 13.470.00 1100022 CSod.00I 62,1166.00 2.600.00 15 1400.00 1,400.08 S r100,00I 00110 6000.0015 6000.0015 0.:100.0015 530000 2,270_99J_5 0.220.0015 1.100.0115 1.100.001 2200.0 5 0.00100 260081 5 06.00 15 38000 I 00 OD 1 S 00200 45 on 1 5 450.00 l 2,71.00�1I.�5_ 210.00 5 82401 5 024.011 i S 00.0015 100001 5 110.00 1.100,00 30.300.00 1 60.00 I 26.250.00 I 52.001 S 28 260 00 r5 55.00 I 27.701,00 15 35 5 17.075.00 _3__16.40 I 03.402,02 1_ 154.00 1_3 77,770.001 116.011 S 60076.00 15.000 00 1 35.01 17 000.00 i 5 20.00 i 5 10 000 no 1 r$ 66 00 5 13000.00 1�3 52.00 1 400.00 1 5 80.00 3,6.700,001 114.00 1 3 311 000001_5 10000 22,00000 20 700 DD 15 47.00 16 516 00 IS 6000 1660000 75 3 24.750001 5 43.001 5 14,1UO.OQJ 9 02.201_5 00.1110001 5 104.001 N 64.020.001 s 76.I0I S 67.750.001 7.70 1 00 1.20000 400.00 350 00_5 2050.015 21 1.7600 _5 130.001_5 1, 06000 I__j 0054.09 0 15 i 7.37800iS son 6000_5 320.001 _j�000 1' 360000 3 00000 327.00 I 051.001 S 1150.00 1 5 2 650.00 15 1 000.00 1 5 3. 000.01 I S 308.00 1 S 1.104001 S 71).40 1 5 2,182.20 S son 00 is 1.600.00 1 S 1.6000007 X400.00 00.00 100 00 5 2.500,00 15 1 2 2�00000 I S 1100001 5 1 2200. 0 1 S 2500.00 15 2 6000001 S 1 0 00.25 _S 1 3.110501 1 s 2.2M 3 0 000 i,,5 1,002001 a.000.n01 .5 1480.110 53.65 IS 000,001SS 4.00000 I-5 s- 725.001:3_2,12_5_201:5 3 000.00 1 i 5 300000 1 5 6 000.00 5 60000013 x�y_W,00 S 2,300001_5 2.73200 F S 2.7327515 1 1,61w0D 51200209 i �3 10.000,00 o D �S 1-0000 3 6 1 0 0 T9 9_90I 1 1,000.02 11 600.9015 000 .0, 1 3 1 1 O0s 1 1 .1 02.0075 a.72D,D2 1 S 6 D I 1 00000 1 3- JO'D.83T3 3009. 3 4,dD 0. y.+•: •rY1 ",1,31;x; L3.,. r A' ^;t� ail ;1> "`:.Al r t 1 ly' r 7 rV' �0 of 3 t. 1, 6 t 1 `GEt Y>.,,ry +,l'S. r sx2;.t:. r tai 1 `'1 4 1 12,21:1 y 7 J' t:h':a6. 4 rr. �x�. r�' In! f„: C�eti./ lehh! r�' sY�l? t„ 1. rD Ae6�,,�pee,e o �t�I�,.IC11, 1 '}C�IFOQ ii;,:! d, r s�i�6. 060o�11Y .LIr,.�,TF {.,��i!`!'tie7o y Vu' n nsrs27f. 1o1i6I�4 •r�� +p�titJlWl�aty.2e6.25 «�'„rUIr.155�4 e.����'S�'u ,;r616Ya15,�'dl 3 ....,p~ I 7539thAvenueNorth ~ ~ Seattle. WA98109 Fax I 206.286.1639 SEATILE . TACOtvIA Phone I 206.286.1640 mGINEERS " " ARCHlTECfS U,'lDSCAPE ARCHITECfS SURVEYORS " August 12, 2008 Mr.Ryan Larson, P.E. Senior Surface Water Management Engineer City of Tukwila Public Works Tukwila,WA98188 Re: 2008 Small Drainage Pr"ogram Project No. 08-DR01 Recommendation for Contract Award Dear Ryan: KPG, Inc has reviewed the projects and references submitted by Washington Pipeline" LLCfor the referenced project. Our reference checks indicated quality performance in the types of drainage, utility, grading, and concrete work that are required for .successfulcompletion of this" project. The "construction superin~endent proposed by Washington Pipeline LLC for the 2008 Small Drainage Project has over30years in public works contracting and received highpraise from the reference check as well. We are therefore recommending that the City award Project No 08-DR01 " " " entitled 2008 Small Drainage Program to Washington Pipelirie,LLC. Please call me at (206) 267-1062 if you should have any questions or require further information. " Sincerely, KPG Nelson Davis, PE Project Manager INFORMATION MEMO To: Mayor Haggerton Public Works Direc~ August 12, 2008 Interurban Avenue S Water Line Project No. 04-WT02 BID AWARD From: Date: Subject: ISSUE Award the Interurban Avenue South Water Line to Gary Merlino Construction Co. BACKGROUND This project will replace a 40+ year old 12" cast iron water line along Interurban Avenue South from 4200 Avenue South to 48th Avenue South in front of Shell Oil, Jack In The Box, and Starbucks. The project was advertised for bid on July 14 and 21 and bids were opened on Friday, August 8, 2008. Eight bids were received with the low bid of $338,990.00 from Gary Merlino Construction Co., Inc. The Engineer's Estimate was $395,647.31, including tax. ANALYSIS The bids were reviewed and no mathematical errors were found. Gary Merlino Construction Company did not sign the addendum as required with their bid documents; however once contacted, they immediately turned in the addendum acknowledgement form to the City. The second low bidder submitted a bid protest demanding that Gary Merlino Construction Co. bid be rejected as non- responsive. The contract specifications allow the City to waive any immaterial irregularities such as an addendum that is not acknowledged. References indicate that Gary Merlino Construction Co. has performed this type of work for the City of Tukwila in the past and their work has been satisfactory. BUDGET Construction Contingency (10 %) BID RESULTS $ 338,990.00 33.899.00 $ 372.889.00 ESTIMATE $ 395,647.31 39.564.73 $ 435.212.04 BUDGET $ 400,000.00 $ 400.000.00 RECOMMENDATION Waive the immaterial bid irregularity and award the Interurban Avenue S Water Line Project to Gary Merlino Construction Company in the amount of $338,990.00. Attachment: Bid Opening Results (Lump sum bid) MC:lw P:PROJECTS/A-WT Projects\04WT02 ill Waterline\Info Memo Interurban Ave Water Line Bid Award.doc BIDDER'S NAME AND DATE STAMPED AND RECEIVED Dumford & Sons Construction Company, Inc., PO Box 7530, Bonney Lake WA 98391 Dennis R. Craig Construction, Inc., Cont. Lie. #DENNII*201D4, PO Box 595, Redmond WA 98073 Construct Company, 1621 Pease Avenue, Sumner WA 98390 OMA Construction, Inc., PO Box 3705 Seattle WA 98124 Archer Construction, Inc., 7855 So. 206th Street, Kent WA 98032 Gary Merlino Construction Co., Inc., 9125 10th Ave. S., Seattle WA 98108 McCann Construction Enterprises, Inc., PO Box 481, Renton WA 98055 Kar-Vel Construction, PO Box 58275, Renton WA 98058 CITY OF TUKWILA OFFICE OF THE CITY CLERK Christy O'Flaherty, CMC, City Clerk BID OPENING Interurban Ave. S. Waterline Project No. 04-WT02 August 8, 2008 - 10:00 A.M. GRAND ADDENDUMS ApPARENT TOTAL OF BID (INCLUDING ACKNOWLEDGED LOWEST BIDDER SALES TAX (NONE) (RANK ORDER) Y $397,305.00 y 2 Y $434,812.12 y 5 y $450,933.00 y 6 y $423,887.92 y 4 Y $670,009.92 y 8 y $338,990.00 Clear ack. of 1 #1 not here y $398,919.29 y 3 y $524,290.00 y 7 -- ~%';~l~~J~:r' --- -- _.- - -.- - ~ - - - - The above figures appear as written within bid documents; and as read aloud at bid opening. THEY DO NOT, however, REPRESENT ANY BID AWARD; apparent low, or otherwise. DATED this 8th day of August, 2008. Christy Q'Flaherty, CMC, City Clerk C:\DOCUME-l \scott-k\LOCALS-l \Temp\XPGrpWise\Project No. 04- wr02 #2.doc INFORMATION MEMO To: From: Date: Subject: Mayor Haggerton Public Works Director~ August 13, 2008 Storm Lift Station No. 18 Improvements Project No. 07-DR03 Design Services ISSUE Approve a consultant agreement with PACE Engineering, Inc., to conduct an assessment of Storm Lift Station No. 18 and provide preliminary design of the required upgrades. BACKGROUND Storm Lift Station No. 18 drains the Allentown area and was constructed in 1997 as part of the Allentown Phase 1 Sewer project. The station contains one 8" pump and is manually brought online prior to winter each year and then taken offline each spring. Staff is concerned with several aspects of Storm Lift Station No. 18. No. 18 has only one pump and any mechanical failure could lead to flooding. Also, additional flows are being directed to the station due to inf1l1 and installation of a formal drainage system along existing roadways. Staff would like to configure Lift Station No. 18 to operate automatically rather than the current manual operation. ANALYSIS The current consultant roster was reviewed and the following three fIrms were short-listed to perform the analysis and design work: 1. KPG, Inc. 2. PACE Engineering Inc. 3. Perteet, Inc. PACE has designed improvements to Storm Lift Station No. 19 (Fort Dent) and the new Storm Lift Station No. 17 (Bicentennial Park) and both stations have operated properly . PACE also works well with City staff and is knowledgeable of City requirements. BUDGET AND BID SUMMARY Contract Budget Storm Lift Station No. 18 Design $60,000.00 60,000.00 RECOMMENDATION Approve the consultant agreement with PACE Engineering Inc., for design services of the Storm Lift Station No. 18 Improvement Project in the amount of $60,000.00. Attachments: Consultant Agreement P:\PROJECTS\A- DR Projects\07-DR03 (Storm Lift Station No. 18 Improvements)\Design\1nfo Memo Consultant Selection.doc CONSULTANT AGREEMENT FOR DRAINAGE DESIGN SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein-after referred to as "the City", and PACE Engineers, Inc, hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform design services in connection with the project titled Storm Lift Station No. 18 Improvements. 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 180 calendar days from the date written notice is given 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 $60,000.00 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 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 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 negligent act, omission or failure of the Consultant, its officers, agents and employees, in performing the work required by this Agreement. With respect to the perform- ance 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 per occurrence and annual aggregrate. 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 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 inde- pendent 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 they have 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 they have 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 ofthis 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 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 ofthe Consultant and the City, ifthe 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: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: PACE Engineers, Inc. 1601 Second Ave, Suite 1000 Seattle, W A 98101 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 ,20_, CITY OF TUKWILA CONSULTANT By: Jim Haggerton, Mayor Printed Name: Title: Attest! Authenticated: Approved as to Form: Christy O'Flaherty, CMC, City Clerk Office of the City Attorney EXHIBIT A ALLENTO\rVN PUMP STATION ~ SCOPE OF SERVICES Project Understanding The existing stormwater pump station serves the Allentown area located approximately between South 124th Street and South 118th Street between the railroad tracks and the river. It is perceived by the City that this pump station is undersized to handle the anticipated flows and being a single pump station does not have any back-up capacity. In addition, the City has been improving the stormwater conveyance in this area. While these improvements are improving the local drainage system they are also adding additional burden on the existing pump station. The City has requested that PACE prepare a hydrologic analysis of the drainage basin along with a hydraulic analysis of the existing pump station in order to determine the flows entering the pump station and the ability of the pump station to convey those flows to the river. (It is assumed that this analysis will demonstrate the need for an upgraded duplex pump station). PACE will design either a new pump station or retrofit the existing pump station in accordance with City standards. The capacity and condition of the existing outfall pipe will also be analyzed. The City has expressed a desire to eliminate the force main to the river and instead have a single gravity f1owjforcemain to the river with a flap gate system similar to the Strander pump station. In additionf PACE will evaluate the potential to set the grades at the new pump station such that 44th Ave South will drain without surface ponding. Scope of Services A detailed proposal consisting of nine (9) tasks follows. This proposal includes necessary engineering services through the design phase of this project. PACE will be the prime consultant for the entire Scope of Work and will oversee and administer this Scope of Work. PACE will complete all civil en.gineering and survey services in-house. PACE will subcontract with Follet Engineering for the electrical engineering portion of the project. Based upon our discussions we have not included a geotechnical engineer nor environmental consultant on this project. If during the course of the project, if either of these specialties are required the scope and budget would need to be modified accordingly. SCOPE OF WORK Task 1- Hydrologic/Hydraulic Analysis PACE will conduct a hydrologic analysis of the drainage basin conveying runoff to the Allentown Pump Station using the KCRTS model. The area will be modeled under existing conditions assuming that 44th Ave Sf 48th Ave S and 49th Ave S will ultimately have storm systems that will connect to South 122rd St. PACE will also apply a typical "full built out" block across the entire drainage basin to evaluate potential redevelopment impacts on the system. The hydrographs from this model will then be routed through the existing and proposed pump station and downstream conveyance system to ensure that the pumps and pipes are adequately sized to prevent flooding. It is assumed that the pump station and conveyance pipes will be designed to provide flood protection of road flooding within the project area for a 2s-year rainfall with 9000 cfs flow in the river (City to provide the tailwater elevation for 9000 cfs). It is assumed that regional parameters will be used and there will be no calibration of the model. The discharge pipe to the river will be included in the analysis to assure that increased pump flows can be carried by the downstream pipe. It is assumed that this pipe will not be replaced as part of this project. If that is not the case the scope of work will need to be modified to allow for additional environmental analysis and permitting. As part of this analysisr PACE will prepare a drainage report addressing the hydraulic and hydrologic analysis. These findings will be submitted to the City for review and comment. Task 2 - Preliminary Pump Station Design This task includes preparing a preliminary layout of the proposed improvements to submit to the City for review and comment. This work includes: 1. Develop project base map based upon survey information provided by the City including existing surveys and GIS data. PACE will augment this information with additional survey as described in Task 8 of this proposal. 2. Confirm/evaluate capacity of the existing conveyance system from the pump station to the river as well as wetwell capacity to prevent frequent cycling of the pumps. 3. Prepare preliminary sizing of pump station. 4. Prepare budget-level construction cost estimate. Task 3 - Environmental CoordinationjPermittingjSEPA This Task is not included in this contract. This work will either be done by City staff or included in a future phase of this contract. Task 4 - Design PACE will provide 75% design plans for the following items based upon review comments on the above described tasks: . Refurbish the existing gravity storm line to the river and abandon in place the existing forcemain. . New stormwater pump station with properly sized wetwell/storage pipe. . Required road/landscape restoration This task does not include any specifications or contract documents Gravity Storm Drain PACE will design improvements to the existing gravity storm line to the river. It is our understanding that portions of this may be in poor condition. In order to prevent working within the ordinary high water mark of the river we will be looking at slip lining or similar techniques. It is envisioned that the existing force main will be abandoned in place with the ends of the pipes at each structure filled with low strength concrete. Pump Station PACE will design a new stormwater pump station (or retrofit of the existing pump station) along South 122nd Street that will pump the stormwater from the study area to the river during periods of high river flow. The pump station design will include the sizing of the pumpsr the wetwellr design of all appurtenances associated with new pump stationr and electrical design. It is assumed that the building design will be the standard design previously designed by the City with minor modifications to the structure possible in order to meet the site constraints. It is assumed that no structural calculations will be required or any major modification to the City's standard building design. This pump station will be a below grade duplex pump station. We understand that the City's preference is for submersible pumps. The pump station will include full telemetry, which will be coordinated closely with the City. The PACE team will design all electrical components except the motor control center which will by supplied by Calvert Technologies. Road Restoration/Improvements PACE will prepare a road/landscape restoration plan for the area impacted by the proposed improvements. The reconstruction of any required road section will be done in accordance with City standards. The following drawing list is anticipated for the final design: List of Drawings Title Sheet Existing Conditions Temporary Erosion Control and Sedimentation Plan, Notes and Details Stormwater Details, Forcemain Plan Stormwater Pump Station Plan and Section Stormwater Pump Station Details Stormwater Pump Station Electrical Restoration Plan Miscellaneous Details Tota I: 1 1 2 1 1 2 4 1 1 14 Task 5 - Project Management/Coordination/Meetings PACE will provide administration and coordination of the project. The following items are included in this task: . 1. Attend coordination meetings with the City as required. For budgetary purposes 16 hours have been allotted for meetings. Since the amount of meeting time is not under our control, any time in excess of the budgeted 16 hours will be billed on a time and material basis. 2. Conduct a field reconnaissance of site and other facilities with the design team and City staff. 3. Coordination with subconsultant. 4. In-house project administration, scheduling, and direction of design team staff. 5. Preparation of monthly progress reports Task 6 - Contract Document Preparation This Task is not included in this contract. Taking the 75% plans to construction ready plans along with the required contract bid documents will be part of a future phase of this contract. Task 7 - QA (Quality Assurance) In order to assure that the final plans and specifications are complete, accurate and appropriate, PACE will conduct a Quality Assurance review of the final documents prepared under this contract prior to submittal to the City. This review will be assigned to a senior level principal who has not been associated with the project. The review will consist of a complete sheet-by-sheet and contract document review to assure the City that the documents meet or exceed the "level of care" of our industry and are the highest quality possible. Task 8 - Survey PACE will conduct a limited topographic survey of this project to augment the information gathered in Task 2. This task will include a survey of the existing storm outfall from the existing pump station to the river. In addition, this task will include a detailed survey of the existing pump station. Task 9 - Construction Services (Optional Task) This Task is not included in this contract. This work will either be done by City staff or included in a future phase of this contract. In summary, we have developed a scope of work based on our present knowledge of the proposed project. We have tried to cover all aspects of the proposed project; however, if you feel that additional areas of work require our attention, please don't hesitate to call. EXHIBIT B ALLENTO\\lN PUMP STATION - PAYMENT FOR SERVICES PACE proposes to bill this work based upon their 2008 Standard Rates. The estimated cost per task is as follows. Task 2 - Preliminary Pump Station Design $13/750 $8/900 Task 1 - Hydrologic/Hydraulic Analysis Task 3 - Environmental Coordination/Permitling/SEPA NIC Task 6 - Contract Document Preparation $18/350 $4,800 NIC Task 4 - Design (75%) Task 5 - Project Management/Coordination/Meetings Task 8 - Survey $2,800 $4,500 Task 7 - QA (Quality Assurance) Task 9 - Construction Services (Optional Task) NIC Technology Fee Electrical Engineer Subconsultant Direct Costs TOTAL $1/150 $5/500 $250 $60,000 While PACE has estimated the cost for each Task the project will be billed as a whole and not by individual Tasks. PACE will provide a monthly status report outlining the work done on a Task by Task basis. Task 1 - While complete this work using ou