2021-12-14 City Council - Full PPW Agenda-3041o Agenda
Edmonds City Council
ARKS & PUBLIC WORKS COMMITTEE - SPECIAL ZOOM
VIRTUAL ONLINE MEETING
EDMONDS CITY COUNCIL MEETINGS WEB PAGE,
HTTP://EDMONDSWA.IQM2.COM/CITIZENS/DEFAULT.ASPX, EDMONDS, WA
98020
DECEMBER 14, 2021, 7:00 PM
THIS MEETING IS HELD VIRTUALLY USING THE ZOOM MEETING PLATFORM. TO VIEW OR LISTEN TO
THE COMMITTEE MEETING IN ITS ENTIRETY, PASTE THE FOLLOWING INTO A WEB BROWSER
USING A COMPUTER OR SMART PHONE:
HTTPS://ZOOM. US/J/95798484261
OR JOIN BY DIAL -UP PHONE:
US: +1 253 215 8782
WEBINAR ID: 957 9848 4261
COUNCIL COMMITTEE MEETINGS ARE WORK SESSIONS FOR THE COUNCIL AND CITY STAFF.
COMMITTEE MEETING AGENDAS DO NOT INCLUDE AUDIENCE COMMENTS OR PUBLIC HEARINGS.
1. CALL TO ORDER
2. COMMITTEE BUSINESS
1. Contract with HASA Inc for Sodium Hypochlorite for the WWTP (10 min)
2. Presentation of a Professional Services Agreement for the design of the Phase 13 Waterline
Replacement Project (10 min)
ADJOURN
Edmonds City Council Agenda
December 14, 2021
Page 1
2.1
City Council Agenda Item
Meeting Date: 12/14/2021
Contract with HASA Inc for Sodium Hypochlorite for the WWTP
Staff Lead: Pamela Randolph
Department: Wastewater Treatment Plant
Preparer: Michael Derrick
Background/History
HASA Inc has won the bid to supply Sodium Hypochlorite to WWTP for the next 2 years.
The contract gives the City an option to extend to a 3rd year. The hypochlorite solution (safer to handle
than gaseous chlorine) is approximately 12% by weight Sodium Hypochlorite and is used as the primary
disinfectant for the WWTP effluent to Puget Sound.
Staff Recommendation
Approve contract on 12/14 Consent Agenda.
Narrative
The estimated annual usage of Sodium Hypochlorite is 46,931 gallons.
For the 2-year contract, the estimated total usage would be 93,862 gallons.
HASA Inc won the bid to supply Sodium Hypochlorite for 2 years with the price per gallon increasing
quarterly as shown here:
Jan - Mar 2022: $1.29/Gallon Apr -Jun 2022: $1.39/Gallon
Jul - Sep 2022: $1.47/Gallon Oct - Dec 2022: $1.51/Gallon
Jan - Mar 2023: $1.56/Gallon Apr - Jun 2023: $1.61/Gallon
Jul - Sep 2023: $1.66/Gallon Oct - Dec 2023: $1.71/Gallon
Total Estimated Contract Price based on 2021 usage: $143,646
The City Attorney has approved the Contract as to form.
Attachments:
Attachment 1 - Chemical Bid 2022 Tabulation Sheet
Attachment 2 - Hasa Signed Agreement
Attachment 3 - 2022 Sod. Hypo., Hydro & Bisulfite Bid Form
Packet Pg. 2
2022 Chemcial Bid Tabulation Sheet
Bids Closed: 11/19/2021 2 PM
Sealed Bids Opened: 11/19/2021 2:15 PM City Hall
Yellow = Winning Bid
BIDDERS
Arrived
by
Received Date/Time
Sodium Hypochlorite
Sodium Bisulfite
Sodium Hydroxide
Two Years
Three Years
Two Years
Three Years
Two Years
Three Years
HASA Inc.
Fed Ex
11/19/17 10:30 AM
$1.29/gal*
No bid
No bid
No bid
No bid
No bid
Univar USA, Inc.
Fed Ex
11/18/21 10:29 AM
No bid
No bid
$4.09/gal
No bid
$3.55/gal
No bid
JCI Jones Chemicals, Inc.
Fed Ex
11/16/21 12:0 AM
$1.40/gal**
$1.40/gal**
No bid
No bid
No bid
No bid
*Hasa
$1.29
$1.39
$1.47
$1.51 Quarterly Price Changes Bid by Hasa.
$1.56
$1.61
$1.66
$1.71
Average $1.53
*`Price subject to
change with 30 day
written notice.
2.1.a
Packet Pg. 3
AGREEMENT
THIS AGREEMENT, made and entered into at Edmonds, Washington, this day of
, 20 , between the CITY OF EDMONDS, hereinafter called the "Buyer," and
HASA Inc hereinafter called the "Seller" or "Vendor". WITNESS that Seller and Buyer for
consideration hereinafter named agree as follows:
ARTICLE 1 - SCOPE OF WORK: Seller shall furnish: Sodium Hypochlorite for a two (2) year
period with the option to extend the Agreement up to three (3) additional one-year periods upon
mutual consent of both parties and subject to the price increase/decrease provisions that follow.
Any such extension will be documented in a signed addendum to this Agreement and shall
furnish all requirements of this Agreement, the Information to Bidders, the Specifications, and
the Bid Proposal.
Unit or lump sum prices shall be all inclusive and submitted as FOB destination, freight pre -paid
and allowed (freight included in price).
If the unit price does not compute to the extended total price, the unit price shall govern. The
following quoted per -gallon pricing (in US Dollars) for the provision of Sodium Hypochlorite
shall be firm for the Agreement period:
January — March 2022:
$1.29
April — June 2022:
$1.39
July — September 2022:
$1.47
October — December 2022:
$1.51
January — March 2023:
$1.56
April — June 2023:
$1.61
July — September 2023:
$1.66
October — December 2023:
$1.71
Nothing in this Agreement will prevent the Vendor from charging a lower than quoted price.
Vendor represents that all prices, terms, and benefits offered in response to this solicitation are
equal to or better than the equivalent prices, terms, and benefits offered by Vendor to any other
government unit or commercial customer.
Should Vendor, during the term of this Agreement, enter into any contract, agreement, or
arrangement that provides lower prices, more favorable terms, or greater benefits to any other
government unit or commercial customer, this Agreement shall thereupon be deemed amended
to provide the same price or prices, terms and benefits to the City. This provision applies to
comparable products and purchase volumes by the City that are not less than the purchase
volumes of the government unit or commercial customer that has received the lower prices,
greater benefits, or more favorable terms.
Packet Pg. 4
2.1.b
The City is entitled to any promotional pricing during the Agreement period that is lower than
pricing provided in the submittal.
Price decreases shall be immediately passed on to the City.
Bid submittal prices will establish a base price against which Vendor may request price
adjustments at Agreement renewal.
The City may consider price adjustments at Agreement renewal, when presented in advance,
under the following conditions:
1. Vendor shall submit proposed price changes in writing sixty (60) days prior to the end of each
available renewal period to Pamela Randolph, WWTP Manager.
2. Any proposed price increase to Agreement line items must be beyond the control of the
Vendor and supported by written documentation from the manufacturer or wholesale distributor
indicating new higher cost adjustments in effect.
3. Price increases will be adjusted only to the amount of cost increase to Vendor.
4. No adjustment will be made for Vendor profit margin.
5. The City reserves the right to accept or reject all such price adjustments.
ARTICLE 2 - DELIVERY: Seller hereby agrees to deliver said treatment chemicals on an on -
call basis as stated in the Specifications, with delivery costs included. Failure to deliver as
specified may result in nullification of this Agreement at the option of the Buyer.
If, for any reason, the Buyer is required to institute legal proceedings or otherwise incur legal
expenses in order to obtain compliance by the Seller with the terms and conditions of this
Agreement, then, in that event, the prevailing party shall be entitled to its costs and reasonable
legal fees associated with the institution and prosecution of such claims, or in the event litigation
is not instituted, but if it is necessary for the Buyer to incur legal expenses in obtaining
compliance with this Agreement, the Seller agrees to pay the amount of such expenses so
incurred, together with all costs.
No claim, whether as to goods delivered or for non -delivery of goods shall be greater than the
purchase price of the goods in respect of which such damages are claimed, however this
limitation on damages shall not apply to any negligent, reckless or intentional act by the Seller
that results in damage to the Buyer's equipment. Buyer shall have the right to inspect the goods
before the goods are introduced into Buyer's system and shall have the right to accept or reject
same before delivery. Buyer shall give ten (10) days' notice from date of acceptance.
Conforming goods shall not be returned to Seller without Seller's prior consent, which consent
shall not be unreasonably withheld.
Packet Pg. 5
2.1.b
ARTICLE 3 - THE CONTRACT SUM: Buyer shall pay Seller for performance of this
Agreement subject to additions and deductions provided herein based on the Bid Proposal with
quantities estimated as shown therein.
ARTICLE 4 - INSTRUCTION TO BIDDERS SPECIFICATIONS AND BID PROPOSAL:
The Information to Bidders, Specifications, Bid Proposal, and Appendices 1 & 2 attached to this
Agreement shall be considered part hereof and by reference hereto, the same incorporated herein
as if set forth in full. These documents shall constitute the entire agreement of the parties and
shall not be modified except in writing with the consent of both parties; provided, however, that
this clause shall be expressly limited in its effect and operation in order to preserve the right of
the Buyer to pursue any verbal warranty or other assurance, including, but not limited to, any
warranty of fitness for use, or any right or warranty assigned hereunder.
ARTICLE S - DISPUTES: If, for any reason, the City is required to institute legal proceedings
or otherwise incur legal expenses in order to obtain compliance by the Vendor with the terms and
conditions of this Agreement, then, in that event, the prevailing party shall be entitled to its costs
and reasonable legal fees associated with the institution and prosecution of such claims, or in the
event litigation is not instituted, but if it is necessary for the City to incur legal expenses in
obtaining compliance with this Agreement, the Vendor agrees to pay the amount of such
expenses so incurred, together with all costs.
No claim, whether as to Treatment Chemicals delivered or for non -delivery of Treatment
Chemicals shall be greater than the purchase price of the Treatment Chemicals in respect of
which such damages are claimed, however this limitation on damages shall not apply to any
negligent, reckless, or intentional act by the Vendor that results in damage to the City's
equipment. The City shall have the right to inspect the Treatment Chemicals before they are
introduced into the City's system and shall have the right to accept or reject same before
delivery. The City shall give the Vendor ten (10) days' notice of acceptance or rejection of
Treatment Chemicals prior to any delivery of same. Acceptable Treatment Chemicals shall not
be returned to the Vendor without the Vendor's prior consent, which consent shall not be
unreasonably withheld.
ARTICLE 6 - INTEGRATION: This Agreement consists of this document, and the Information
to Bidders, Specifications, and Bid Proposal attached to this Agreement as Exhibit "A," and
Appendices 1 and 2. These documents constitute the entire Agreement of the parties and shall
not be modified except in writing with the consent of both parties; provided, however, that this
clause shall be expressly limited in its effect and operation in order to preserve the right of the
City to pursue any verbal warranty or other assurance, including, but not limited to, any warranty
of fitness for use, or any right or warranty assigned hereunder.
IN WITNESS WHEREOF, two (2) identical counterparts of this Agreement, each of which shall,
for all purposes be deemed an original thereof, have been duly executed by the parties herein
before named on the day and year in the Agreement first above written.
Packet Pg. 6
ATTEST:
CITY OF EDMONDS:
Scott Passey, City Clerk Mike Nelson, Mayor
APPROVED AS TO FORM:
Office of the City Attorney
HASA, Inc.:
By: -�A'r, , cvli,
Title: C0
STATE OF CG �1�C5Y1'1�0-�
) SS
COUNTY OF
On this S day ofC?M, 20 _2�, before me personally appeared
l-en w QyU. _ known to be the (president, vice president, secretary,
treasurer or other authorized officer or agent, as the case may be) of the corporation that
executed the within and foregoing instrument, and acknowledged said instrument to be the free
and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and
upon oath stated that he/she was authorized to execute said instrument and the seal affixed hereto
is the corporate seal of said corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and
year first above written.
Notary Public in and for the Sid of
*my
RHONDA LU ZIMA
Notary Public - CaliforniaresidingatLas Angeles County
Commission N 234831f
Comm. Expires Feb 21. 2925
Packet Pg. 7
EXHIBIT "A"
INFORMATION TO BIDDERS
Bid Submittal
Bid submittal shall include Proposal, Addenda (if any), Non -Collusion Affidavit, and Bid
Notarization.
Award of Contract
The City intends to award a contract within thirty (30) days of bid opening.
The City reserves the right to split the bid and award to the lowest, most responsive bidder on an
item -by -item basis. The amounts shown are estimated annual quantities and the City reserves
the right to increase or decrease the amounts as the demand requires.
Execution of Contract
The successful bidder shall submit the executed Agreement to the City within fifteen (15) days
of the Notice of Award.
Sodium Hypochlorite
SPECIFICATIONS
12.5% NaOCI liquid
ESTIMATED ANNUAL USAGE: 85,000 gallons (US)
City of Edmonds Vendor will fill owner's bulk storage
Treatment Plant tanks at building location at Edmonds
200 2nd Ave. S. Treatment Plant.
Edmonds, WA
Sodium Hypochlorite bulk shipments of 4,800 gallons are preferred. The City has two -
3000 gallon tanks. The vendor must be able to provide a continuing supply as required by the
City (on -call).
Tank trucks may use plant air or be equipped with a compressor for pneumatically
unloading Sodium Hypochlorite to storage. Vendor must supply a single flexible hose to connect
to a 2-inch camlock connection. Vendor to verify length of hose needed and may store the hose
at the City's plant or on their truck. Any Sodium Hypochlorite spilled during unloading is
classified a hazardous material spill. It is the responsibility of the vendor to promptly clean up
and properly dispose of any chemical spilled during transfer.
Packet Pg. 8
BID PROPOSAL
FOR THE
CITY OF EDMOND5 WA
TO: Honorable Mayor and Council
City of Edmonds
Office of the City Clerk
121 5th Avenue North
Edmonds, WA 98020
Per the Information to Bidders, we hereby propose to furnish to the City, subject to
the proper execution of an Agreement, the following chemicals for the year/years
as specified:
A. BIDS (excludes Washington State sales tax)
Price: two-year Price: three- ear
(Alternative)
ITEM 1- Sodium
Hypochlorite
Price per gallon (US) $1.29* $ NO BID
*see attached schedule
ITEM 2 - Sodium Bisulfite for quarterly price caps
Price per gallon (US) $ NO BID $ NO BID
ITEM 3 - Sodium Hydroxide
Price per gallon (US) $ NO BID $ NO BID
Page P-1
Packet Pg. 9
City of Edmonds WWTP
Price Schedule
(Z--qq 44PP " � : * I1/192021
By Offering R quarterly price: sdtedule For City of Edmonds W WTP& laid for Treatment Chemicals, it is I IASA's fntcol to provide high duality sodiwn
hypochlorhe with securiry aFsupply, at competitive marker prices This price schedule gives City of Edmonds the ability to budget for price adjustments,
with the advantage of price increases being capped lhmughout the year. Each price listed is the MAXIMUM price that the City will pay fix Sodiwn
Hypochlorito during the term Also please note that quarterly pricing reviews will take Markel trends into account, an Irthe trend is downward tine City
will bcsrafiI as hell.
Thank you for your consideration
YEAR 1: 2022 QUARTERLY PRICE TERM (price increases capped at the beginning oreach quarter)
Hnea
Will Call
Delivered
Effective
Expiration
Product
Item Description
Price
Price
Ship To
Date
Date
Code
Package
Quantity
Is/Rai
[S/Rail
City or Edmmds Treatment Plum
2002ne Atv S
1/01/2022
3/31/2022
07000
Mullichlor 12 S%
Bulk
4.500
N/A
$1 29
Edmonds, W A 98020
SodivanHypochlorile
City or Edmonds TMMCnt Plant
200 P"Arc S
4/01/2022
6/302022
07000
Mullichlor 12 S%
Bulk
4.500
N/A
$1.39
Edmonds. WA 98020
SodiumHypochlorife
Cllr or Edmonds Treatment Plant
200 P' M. S
7/012022
9/30/2022
07000
Mullichlor 12 5%
Bulk
4,500
N/A
S 147
Ednondr, WA 91020
SodiumHypuchlorite
CityorEdmonds Tscnlmcnt Plsnl
2002-Arc S
10/01/2022
12/31/2022
07000
Mullichlor 12 5%
Bulk
4.500
N/A
S I.SI
SodiumHypochlorile
Edmonds. WA98020
YEAR 2: 2023 QUARTERLY PRICE TERM (price increases capped at the beginning of each quarter)
BusWglCall
Delivered
Ship To
Effective
Expiration
Product
Item Description
Package
Quantity
Price
Price
Date
Dale
Code
IV2611
15/1!ij
City or Edmonds Treatment Plant
Mullichlor 12 S%
2002-A- S
1/01/2023
3/31/2023
07000
SodiumHypochlorile
Bulk
4,500
N/A
S 156
Edmonds, WA98020
City of Edmonds Tmaonem Plant
200 V A.v S
4/01/2023
6/30/2023
07000
Mullichlor 12 5%
Bulk
4,500
NIA
$ 1.61
SodiumHypochlorite
Edmmtdr. WA98020
City or EdmoedsTremenenl Plant
20021 Ave S
7/01/2023
9/302023
07000
Mullichlor 12 5%
Bulk
4,500
N/A
S 1.66
SudiumHypochlorite
Edmonds, WA98030
Cih of EdmondsTmatment Plant
Zoo 2�Ase S
10/012023
12/312023
070W
Mullichlor 12 5%
Bulk
4,500
N/A
$1.71
SodiumHypochlorite
Fdmords, WA98020
Packet Pg. 10
BID PROPOSAL (continued)
B. Will you sell additional units to the City of Edmonds at the bid price until
further notice? X Yes No
C. OVERHEAD, PROFIT ETC.
All prices listed in this Bid Proposal include overhead, profit, and all other
expenses involved.
D. EXCEPTIONS
List all base bid exceptions:
NONE but please see attached schedule for proposed
quarterly price caps - pricing reviews will consider market trends in either direction
E. SIGNATURES
HASA, INC
Name of firm
By:
Ken Ward, CFO
State of Incorporation: California
LN
23119 DRAYTON ST.
Street Address
SAUGUS, CA 91350
City, State, Zip Code
661-259-5848
Telephone Number
If bidder is corporation, write state of incorporation under signature.
Page P-2
Packet Pg. 11
STATE OF Ca.I i'-bY nC a )
l_0 5 ) SS
COUNTY OF P--r\Cjele-S )
On this 1-1 `Vh day of J �j� t�jy err _. 20 -1.-1 , before me personally appeared
and on his/her oath swore that he/$ha is a partner or duly authorized
agent of the partnership that executed the within and foregoing instrument and is duly authorized to
execute said instrument on behalf of the partnership as its free act and deed.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year first
abo ytritlerA,
• V RHONDA LU 21MA
Notary Public • California Notary Public in and for the State
4` Los Angeles County
Commission N 2348311
• ''My Comm, Expires Feb 21, 2025 residing at
STATE OF )
) SS
COUNTY OF )
On this day of
20 , before me personally appeared
known to be the (president, vice president, secretary, treasurer or
other authorized officer or agent, as the case may be) of the corporation that executed the within and
foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said
corporation, for the uses and purposes therein mentioned, and upon oath stated that he/she was authorized
to execute said instrument and the seal affixed hereto is the corporate seal of said corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year first
above written.
STATE OF )
) SS
COUNTY OF )
On this day of
Notary Public in and for the State of
residing at
20 , before me personally appeared
, and on his/her oath swore that he/she is a duly authorized agent of the
sole proprietorship that executed the within and foregoing instrument and is duly authorized to execute
said instrument on behalf of the sole proprietorship as its free act and deed.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year first
above written.
Notary Public in and for the State of
residing at
Page BN-1
Packet Pg. 12
CITY OF EDMONDS
NON -COLLUSION AFFIDAVIT
STATE OF tOA k�-CYR� 0 -
COUNTY OF �ge1e_5
I Ken Ward
he/she
ss
being first duly sworn, on his/her oath, says that
is the CFO of HASA, INC
and that the bid above submitted is a genuine and not a sham or collusive bid, or
made in the interest or on behalf of any person not therein named; and he/&hem
further says that the said bidder has not directly or indirectly induced or solicited
any bidder on the above work or supplies to put in a sham bid, or any other person
or corporation to refrain from bidding; and that said bidder has not in any matter
sought by collusion to secure himself/herself as an advantage over any other bidder
or bidders.
SIGNATURE
Subscribed and sworn to before me this day of
20 24 .
Notary Public in and forth tate of
amy
RHONDA LU ZIMA
Notary Public. California C�li�rfiic-- , residing at
LosAngelesCounty
Commission p 2349311
Comm. Expires Feb 21, 2025 ObAemc'q�'
C ]q
SUPPLIER:
By; Ken Ward
Title: CFO
HASA INC
(Name of Corporation)
Page NCA -1
Packet Pg. 13
APPENDIX 1 CONTRACT
(Appendix A of USDOT 1050.2A Standard Title VI Assurances)
During the performance of this Agreement, the Vendor, for itself, its assignees, and successors in interest
(hereinafter collectively referred to as the "Vendor") agrees as follows:
1. Compliance with Regulations: The Consultant/Contractor shall comply with the acts and
regulations relative to nondiscrimination in federally -assisted programs of the United States Department of
Transportation (USDOT), Title 49, Code of Federal Regulations, Part 21 (49 CFR 21), as they may be
amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by
reference and made a part of this Agreement.
2. Nondiscrimination: The Consultant/Contractor, with regard to the work performed by it
during the Agreement, shall not discriminate on the grounds of race, color, national origin, sex, age, disability,
income -level, or LEP in the selection and retention of subcontractors, including procurement of materials and
leases of equipment. The Consultant/Contractor shall not participate directly or indirectly in the discrimination
prohibited by Section 21.5 of the Regulations, including employment practices when the Agreement covers
any activity, project, or program set forth in Appendix B of 49 CFR 21.
3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In
all solicitations, either by competitive bidding, or negotiation made by the Consultant/ Contractor for work to
be performed under a subcontract, including procurement of materials, or leases of equipment, each potential
subcontractor or supplier shall be notified by the Consultant/Contractor of the
Consultant's/Contractor's/Vendor's obligations under this Agreement and the Regulations relative to
nondiscrimination on the grounds of race, color, national origin, sex, age, disability, income -level, or LEP.
4. Information and Reports: The Consultant/Contractor shall provide all information and
reports required by the Regulations and directives issued pursuant thereto, and shall permit access to its books,
records, accounts, other sources of information, and its facilities as may be determined by the City or the
appropriate state or federal agency to be pertinent to ascertain compliance with such Regulations, orders, and
instructions. Where any information required of a Consultant/Contractor is in the exclusive possession of
another who fails or refuses to furnish the information, the Consultant/Contractor shall so certify to the City, or
state or federal agency, as appropriate, and shall set forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance: In the event of the Consultant's/Contractor's/Vendor's
noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such contract
sanctions as it or the appropriate state or federal agency may determine to be appropriate, including, but not
limited to:
+ Withholding of payments to the Consultant/Contractor under the Agreement until the
Consultant/Contractor complies; and/or
+ Cancellation, termination, or suspension of the Agreement, in whole or in part.
6. Incorporation of Provisions: The Consultant/Contractor shall include the provisions of the
above paragraphs one (1) through five (5) in every subcontract, including procurement of materials and leases
of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The
Consultant/Contractor shall take such action with respect to any subcontractor or procurement as the City or
appropriate state or federal agency may direct as a means of enforcing such provisions, including sanctions for
noncompliance. Provided, that if the Consultant/Contractor becomes involved in, or is threatened with,
litigation by a subcontractor or supplier as a result of such direction, the Consultant/ Contractor may request
that the City enter into such litigation to protect the interests of the City; or may request that the appropriate
state agency enter into such litigation to protect the interests of the State of Washington. In addition, the
Consultant/Contractor may request the appropriate federal agency enter into such litigation to protect the
interests of the United States.
Packet Pg. 14
APPENDIX 2 CONTRACT
(Appendix E of USDOT 1050.2A Standard Title VI Assurances)
During the performance of this contract, the Vendor, for itself, its assignees, and successors in interest
(hereinafter referred to as the "Vendor") agrees to comply with the following non-discrimination statutes
and authorities; including but not limited to:
Pertinent Non -Discrimination Authorities:
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits
discrimination on the basis of race, color, national origin); and 49 CFR Part 21.
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,
(42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been
acquired because of Federal or Federal -aid programs and projects);
• Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the
basis of sex);
• Section 504 of Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits
discrimination on the basis of disability); and 49 CFR Part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits
discrimination on the basis of age);
• Airport and Airway Improvement Act of 1982, (49 U.S.C. § 471, Section 47123), as amended,
(prohibits discrimination based on race, creed, color, national origin, or sex);
• The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and
applicability of Title VI of the Civil Rights Act of 1964), The Age Discrimination Act of 1975
and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms
"programs or activities" to include all of the programs or activities of the Federal -aid recipients,
sub -recipients and contractors, whether such programs or activities are Federally funded or not);
• Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis
of disability in the operation of public entities, public and private transportation systems, places
of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as
implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38;
• The Federal Aviation Administration's Non -Discrimination statute (49 U.S.C. § 47123) (prohibits
discrimination on the basis of race, color, national origin, and sex);
• Executive Order 12898 , Federal Actions to Address Environmental Justice in Minority
Populations and Low -Income Populations, which ensures discrimination against minority
populations by discouraging programs, policies, and activities with disproportionately high and
adverse human health or environmental effects on minority and low-income populations;
■ Executive Order 13166, Improving Access to Services for Person with Limited English
Proficiency, and resulting agency guidance, national origin discrimination includes discrimination
because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take
reasonable steps to ensure the LEP person has meaningful access to your programs (70 Fed. Reg.
at 74087 to 74100);
• Title IX of the Education Amendments of 1972, as amended, which prohibits you from
discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq).
Packet Pg. 15
2.1.c
BID AND
AGREEMENT DOCUMENTS
2022 Wastewater Treatment Plant- Treatment Chemicals
CITY OF EDMONDS
121 5th Avenue North
Edmonds, Washington 98020
MAYOR
Mike Nelson
CITY CLERK
Scott Passey
EDMONDS WWTP MANAGER
Pamela Randolph
(425) 771-0237
CITY COUNCIL
Kristiana Johnson
Luke Distelhorst
Adrienne Fraley-Monillas
Diana Buckshnis
Vivian Olson
Susan Paine
Laura Johnson
Packet Pg. 16
2.1.c
ATTACHMENTS
Invitation to Bid ..........................
Page 1-1
Information to Bidder .....................
Page B-1
Bidder's Checklist
For Bid Opening ....................
Page B-2
Proposal ...........................
Page B-2 & 3
After Notice of Award
Instruction on Executions ...............
Page B-4
Bid Proposal .............................
Page P-1 & 2
Non -Collusion Affidavit ...................
Page NCA-1
Bid Notarization ..........................
Page BN-1
Specifications ............................
Page S-1 & 2
Agreement ..............................
Page A-1 through 5
Packet Pg. 17
2.1.c
INVITATION TO BID
TREATMENT CHEMICALS
CITY OF EDMONDS
The City of Edmonds will accept bids for Sodium Hypochlorite, Sodium
Hydroxide, and Sodium Bisulfite in accordance with these Bid and Contract
documents until 2:00 p.m., November 19, 2021 at the Office of the City Clerk
located at 121 5th Avenue North, Edmonds, Washington.
These sealed bids will be opened on November 19, 2021 at 2:15 p.m., in a virtual
meeting to be held via Zoom videoconference:
Join Zoom Meeting
https://us06web.zoom.us/j/7567314081
Meeting ID: 756 7314081
BID AND CONTRACT DOCUMENTS may be obtained from the Treatment
Plant located at 200 2nd Avenue South, Edmonds, Washington or via e-mailed by
phoning the Treatment Plant with your request. (425) 771-0237.
The City of Edmonds reserves the right to reject any or all bids and to waive
irregularities or informalities in the bid or in the bidding process that do not give a
material advantage to any bidder.
Scott Passey, City Clerk
City of Edmonds, Washington
Page I-1
Packet Pg. 18
2.1.c
INFORMATION TO BIDDERS
Bid Submittal
Bid submittal shall include Proposal, Addenda (if any), Non -Collusion Affidavit,
and Bid Notarization.
Award of Contract
The City intends to award a contract within thirty (30) days of bid opening.
The City reserves the right to split the bid and award to the lowest, most responsive
bidder on an item -by -item basis. The amounts shown are estimated annual
quantities and the City reserves the right to increase or decrease the amounts as the
demand requires.
Execution of Contract
The successful bidder shall submit the executed Agreement to the City within
fifteen (15) days of the Notice of Award.
Page B-1
Packet Pg. 19
2.1.c
BIDDER'S CHECKLIST
FOR BID OPENING
To receive consideration, Proposals must be received prior to the specified
time of bid acceptance. Furthermore, a list of deviations from the
Specifications, it will be provided by Bidder.
Proposals shall be mailed or delivered to:
City of Edmonds
Scott Passey, City Clerk
121 5th Avenue North
Edmonds, WA 98020
Address envelope "BID FOR TREATMENT CHEMICALS."
WITHDRAWAL OF BIDS: Any Bidder may withdraw their bid either in
person or by written request at any time prior to the time set for the Bid
Opening thereof.
SPECIAL NOTES: At the option of the City of Edmonds, this Agreement
may be executed in accordance with the alternative bid for a three year
supply as described in the Bid Proposal.
THE BIDDER'S ATTENTION IS ESPECIALLY CALLED TO THE
FOLLOWING FORMS WHICH MUST BE EXECUTED IN FULL AS
REQUIRED:
PROPOSAL
DELIVERY: Prices quoted by Bidder will be considered as being based on
delivery at the location indicated in the specifications and to be inclusive of
all charges for delivery. If awarded an Agreement, the Bidder will be
required to provide the required chemicals on an on -call basis. Failure to
deliver as specified may result in nullification of the Agreement at the option
of the City of Edmonds.
Page B-2
Packet Pg. 20
2.1.c
BIDDER'S CHECKLIST (continued)
TAXES: Prices quoted shall include all applicable taxes, other than
Washington State Sales Tax. Washington State Sales Tax shall be listed
separately as a percentage. The Bidder shall designate the item or items of
the proposal to which the sales tax is applicable.
MODIFICATIONS: No bid shall be considered except those submitted on
the Bid Proposal form supplied by the City of Edmonds. No oral,
telephonic, telegraphic, or facsimile bids or modifications will be accepted.
EXCEPTIONS: If awarded a Contract, the Bidder will be required to
furnish the particular item referred to in strict accordance with the
SPECIFICATIONS unless a departure or substitution is clearly noted and
described in the BID PROPOSAL.
SIGNATURE: Each bid must be signed in longhand by the Bidder with his
usual signature. Bids by partnerships must be signed with the partnership
name by one of the partners followed by signature and designation by the
partner signing. Bids by corporations must be signed with the legal name of
the corporation followed by the name of the State of Incorporation and by
the signature of the President, Secretary, or other person authorized to bind it
in the matter. Below the signature, print or type the name and corporate title
of each person signing.
NON -COLLUSION AFFIDAVIT
Each bid shall be accompanied by a properly executed Non -Collusion
Affidavit. This form must be filled in and signed in the presence of a Notary
Public.
BID NOTARIZATION
Each bid shall be accompanied by a completed corporate Notary form.
Page B-3
Packet Pg. 21
2.1.c
AFTER NOTICE OF A WARD
AGREEMENT
INSTRUCTION ON EXECUTIONS: The Bidder shall have the Agreement
executed by an authorized representative and have the authorized
representative's signature notarized. The sole proprietor or agent should
sign only once in the blank provided for the type of business structure that
the Bidder maintains. The signature must be notarized.
In case of default by the Bidder, the City of Edmonds may procure the
articles, product, or services from other sources and hold the Bidder
responsible for any excess expense occasioned thereby, including delay in
time, whether foreseeable or unforeseeable.
The City of Edmonds reserves the right to waive any deficiency in the
bidding process that does not give to any bidder a material advantage or to
reject any and all bids. Such decisions are to be exercised in its sole
discretion.
Packet Pg. 22
2.1.c
BID PROPOSAL
FOR THE
CITY OF EDMONDS, WA
TO: Honorable Mayor and Council
City of Edmonds
Office of the City Clerk
121 5th Avenue North
Edmonds, WA 98020
Per the Information to Bidders, we hereby propose to furnish to the City, subject to
the proper execution of an Agreement, the following chemicals for the year/years
as specified:
A. BIDS (excludes Washington State sales tax)
Price: two-year Price: three-year
ITEM I - Sodium
Hypochlorite
Price per gallon (US) $ $
ITEM 2 - Sodium Bisulfite
Price per gallon (US) $ $
ITEM 3 - Sodium Hydroxide
Price per gallon (US) $ $
Page P-1
Packet Pg. 23
2.1.c
BID PROPOSAL (continued)
B. Will you sell additional units to the City of Edmonds at the bid price until
further notice? Yes No
C. OVERHEAD. PROFIT. ETC.
All prices listed in this Bid Proposal include overhead, profit, and all other
expenses involved.
D. EXCEPTIONS
List all base bid exceptions:
E. SIGNATURES
Name of firm
LM
HIM
Signature & Title
Signature & Title
Street Address
City, State, Zip Code
Telephone Number
If bidder is corporation, write state of incorporation under signature.
Page P-2
Packet Pg. 24
2.1.c
STATE OF )
) SS
COUNTY OF )
On this day of
20 , before me personally appeared
, and on his/her oath swore that he/she is a partner or duly authorized
agent of the partnership that executed the within and foregoing instrument and is duly authorized to
execute said instrument on behalf of the partnership as its free act and deed.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year first
above written.
STATE OF )
) SS
COUNTY OF )
On this day of
Notary Public in and for the State of
residing at
20 , before me personally appeared
known to be the (president, vice president, secretary, treasurer or
other authorized officer or agent, as the case may be) of the corporation that executed the within and
foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said
corporation, for the uses and purposes therein mentioned, and upon oath stated that he/she was authorized
to execute said instrument and the seal affixed hereto is the corporate seal of said corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year first
above written.
Notary Public in and for the State of
residing at
STATE OF )
) SS
COUNTY OF )
On this day of , 20 , before me personally appeared
, and on his/her oath swore that he/she is a duly authorized agent of the
sole proprietorship that executed the within and foregoing instrument and is duly authorized to execute
said instrument on behalf of the sole proprietorship as its free act and deed.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year first
above written.
Notary Public in and for the State of
residing at
Page BN-1
Packet Pg. 25
2.1.c
CITY OF EDMONDS
NON -COLLUSION AFFIDAVIT
STATE OF )
ss
COUNTY OF )
being first duly sworn, on his/her oath, says that
he/she
is the of
and that the bid above submitted is a genuine and not a sham or collusive bid, or
made in the interest or on behalf of any person not therein named; and he/she
further says that the said bidder has not directly or indirectly induced or solicited
any bidder on the above work or supplies to put in a sham bid, or any other person
or corporation to refrain from bidding; and that said bidder has not in any matter
sought by collusion to secure himself/herself as an advantage over any other bidder
or bidders.
SIGNATURE
Subscribed and sworn to before me this day of
20
Notary Public in and for the State of
, residing at
SUPPLIER:
By: _
Title:
(Name of Corporation)
Page NCA -1
Packet Pg. 26
2.1.c
SPECIFICATIONS
ITEM NO. 1 CHEMICAL
Sodium Hypochlorite 12.5% NaOCI liquid
ESTIMATED ANNUAL USAGE: 85,000 gallons (US)
City of Edmonds Vendor will fill owner's bulk storage
Treatment Plant tanks at building location at Edmonds
200 2nd Ave. S. Treatment Plant.
Edmonds, WA
Sodium Hypochlorite bulk shipments of 4,800 gallons are preferred. The
City has two - 3000 gallon tanks. The vendor must be able to provide a
continuing supply as required by the City (on -call).
Tank trucks may use plant air or be equipped with a compressor for
pneumatically unloading Sodium Hypochlorite to storage. Vendor must
supply a single flexible hose to connect to a 2-inch camlock connection.
Vendor to verify length of hose needed and may store the hose at the City's
plant or on their truck. Any Sodium Hypochlorite spilled during unloading
is classified a hazardous material spill. It is the responsibility of the vendor
to promptly clean up and properly dispose of any chemical spilled during
transfer.
ITEM NO.2 CHEMICAL
Sodium Bisulfite 38% NaHS03 liquid
ESTIMATED ANNUAL USAGE: 10,000 gallons (US)
City of Edmonds Vendor will fill owner's 700 gallon
Treatment Plant tank at building location at Edmonds
200 2nd Ave. S. Treatment Plant.
Edmonds, WA
Sodium Bisulfite shipments of between 200 and 500 gallons are required.
The vendor must be able to provide a continuing supply as required by the
City (on -call).
Page S-1
Packet Pg. 27
2.1.c
SPECIFICATIONS (CONTINUED)
Tank trucks may use plant air or be equipped with a compressor for
pneumatically unloading Sodium Bisulfite to storage. Trucks must be equipped
with at least 50 feet of flexible hose that connects to a 2-inch camlock fitting.
Any Sodium Bisulfite spilled during unloading is classified a hazardous material
spill. It is the responsibility of the vendor to promptly clean up and properly
dispose of any chemical spilled during transfer.
ITEM NO.3 CHEMICAL
Sodium Hydroxide 50% NaOH liquid
ESTIMATED ANNUAL USAGE: 2,500 gallons (US)
City of Edmonds Vendor will fill owner's 1,000 gallon
Treatment Plant tank at building location at Edmonds
200 2nd Ave. S. Treatment Plant.
Edmonds, WA
Sodium Hydroxide bulk shipments of between 700 and 800 gallons are required.
The vendor must be able to provide a continuing supply as required by the City
(on -call).
All tank trucks must be equipped with compressors for pneumatically unloading
Sodium Hydroxide to storage. Trucks must be equipped with at least 50 feet of
flexible, 2-inch hose. Any Sodium Hydroxide spilled during unloading is classified
a hazardous material spill. It is the responsibility of the vendor to promptly clean
up and properly dispose of any chemical spilled during transfer.
Page S-2
Packet Pg. 28
2.1.c
AGREEMENT
THIS AGREEMENT, made and entered into at Edmonds, Washington, this day of
20 , between the CITY OF EDMONDS, hereinafter called the "Buyer," and
hereinafter called the "Seller," WITNESS that Seller and
Buyer for consideration hereinafter named agree as follows:
ARTICLE 1 - SCOPE OF WORK: Seller shall furnish:
for a two (2) year period with the option to extend the
Agreement up to three (3) additional one-year periods upon mutual consent of both parties and
subject to the price increase/decrease provisions that follow. The extension(s) will be
documented in a signed addendum to this Agreement and shall furnish all requirements of this
Agreement, the Information to Bidders, the Specifications, and the Bid Proposal.
Unit or lump sum prices shall be all inclusive and submitted as FOB destination, freight pre -paid
and allowed (freight included in price).
If the unit price does not compute to the extended total price, the unit price shall govern. Pricing
shall be firm for the Agreement period; however, nothing in this Agreement will prevent the
Vendor from charging a lower than quoted price.
Vendor represents that all prices, terms, and benefits offered in response to this solicitation are
equal to or better than the equivalent prices, terms, and benefits offered by Vendor to any other
government unit or commercial customer.
Should Vendor, during the term of this Agreement, enter into any contract, agreement, or
arrangement that provides lower prices, more favorable terms, or greater benefits to any other
government unit or commercial customer, this Agreement shall thereupon be deemed amended
to provide the same price or prices, terms and benefits to the City. This provision applies to
comparable products and purchase volumes by the City that are not less than the purchase
volumes of the government unit or commercial customer that has received the lower prices,
greater benefits, or more favorable terms.
The City is entitled to any promotional pricing during the Agreement period that is lower than
pricing provided in the submittal.
Price decreases shall be immediately passed on to the City.
Bid submittal prices will establish a base price against which Vendor may request price
adjustments at Agreement renewal.
The City may consider price adjustments at Agreement renewal, when presented in advance,
under the following conditions:
1. Vendor shall submit proposed price changes in writing sixty (60) days prior to the end of each
available renewal period to Pamela Randolph, WWTP Manager.
Page A-1 of 5
Packet Pg. 29
2.1.c
2. Any proposed price increase to Agreement line items must be beyond the control of the
Vendor and supported by written documentation from the manufacturer or wholesale distributor
indicating new higher cost adjustments in effect.
3. Price increases will be adjusted only to the amount of cost increase to Vendor.
4. No adjustment will be made for Vendor profit margin.
5. The City reserves the right to accept or reject all such price adjustments.
ARTICLE 2 - DELIVERY: Seller hereby agrees to deliver said treatment chemicals on an on -
call basis as stated in the Specifications, with delivery costs included. Failure to deliver as
specified may result in nullification of this Agreement at the option of the Buyer.
If, for any reason, the Buyer is required to institute legal proceedings or otherwise incur legal
expenses in order to obtain compliance by the Seller with the terms and conditions of this
Agreement, then, in that event, the prevailing party shall be entitled to its costs and reasonable
legal fees associated with the institution and prosecution of such claims, or in the event litigation
is not instituted, but if it is necessary for the Buyer to incur legal expenses in obtaining
compliance with this Agreement, the Seller agrees to pay the amount of such expenses so
incurred, together with all costs.
No claim, whether as to goods delivered or for non -delivery of goods shall be greater than the
purchase price of the goods in respect of which such damages are claimed, however this
limitation on damages shall not apply to any negligent, reckless or intentional act by the Seller
that results in damage to the Buyer's equipment. Buyer shall have the right to inspect the goods
before the goods are introduced into Buyer's system and shall have the right to accept or reject
same before delivery. Buyer shall give 10 days' notice from date of acceptance. Conforming
goods shall not be returned to Seller without Seller's prior consent, which consent shall not be
unreasonably withheld.
ARTICLE 3 - THE CONTRACT SUM: Buyer shall pay Seller for performance of this
Agreement subject to additions and deductions provided herein based on the Bid Proposal with
quantities estimated on Page S-1 & S-2 of the bid documents.
ARTICLE 4 - INSTRUCTION TO BIDDERS, SPECIFICATIONS AND BID PROPOSAL:
The Information to Bidders, Specifications, and Bid Proposal attached to this Agreement shall be
considered part hereof and by reference hereto, the same incorporated herein as if set forth in
full. These documents shall constitute the entire agreement of the parties and shall not be
modified except in writing with the consent of both parties; provided, however, that this clause
shall be expressly limited in its effect and operation in order to preserve the right of the Buyer to
pursue any verbal warranty or other assurance, including, but not limited to, any warranty of
fitness for use, or any right or warranty assigned hereunder.
IN WITNESS WHEREOF, two (2) identical counterparts of this contract, each of which shall,
for all purposes be deemed an original thereof, have been duly executed by the parties herein
before named on the day and year in the Agreement first above written.
Page A-2 of 5
Packet Pg. 30
2.1.c
ATTEST:
Scott Passey, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
SOLE PROPRIETOR:
PARTNERSHIP:
CORPORATION
CITY OF EDMONDS:
LN
Mike Nelson, Mayor
SUPPLIER:
By:
Sole Proprietor doing business
as:
SUPPLIER:
By:
Partner or authorized agent
for:
(Name of partnership)
SUPPLIER:
By:
Title:
A-3 of 5
(Name of Corporation)
Packet Pg. 31
2.1.c
STATE OF )
) SS
COUNTY OF )
On this day of , 20 , before me personally appeared
, and on his/her oath swore that he/she is a partner or duly
authorized agent of the partnership that executed the within and foregoing instrument and is duly
authorized to execute said instrument on behalf of the partnership as its free act and deed.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and
year first above written.
Notary Public in and for the State of
residing at
STATE OF )
) SS
COUNTY OF )
On this day of , 20 , before me personally appeared
known to be the (president, vice president, secretary,
treasurer or other authorized officer or agent, as the case may be) of the corporation that
executed the within and foregoing instrument, and acknowledged said instrument to be the free
and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and
upon oath stated that he/she was authorized to execute said instrument and the seal affixed hereto
is the corporate seal of said corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and
year first above written.
Notary Public in and for the State of
residing at
A-4 of 5
Packet Pg. 32
2.1.c
STATE OF )
) SS
COUNTY OF )
On this day of , 20 , before me personally appeared
, and on his/her oath swore that he/she is a duly authorized
agent of the sole proprietorship that executed the within and foregoing instrument and is duly
authorized to execute said instrument on behalf of the sole proprietorship as its free act and deed.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and
year first above written.
Notary Public in and for the State of
residing at
A-5 of 5
Packet Pg. 33
2.1.c
APPENDIX 1 CONTRACT
(Appendix A of USDOT 1050.2A Standard Title VI Assurances)
During the performance of this Agreement, the Consultant/Contractor, for itself, its assignees, and
successors in interest (hereinafter collectively referred to as the "Consultant/Contractor") agrees as
follows:
1. Compliance with Regulations: The Consultant/Contractor shall comply with the acts
and regulations relative to nondiscrimination in federally -assisted programs of the United States
Department of Transportation (USDOT), Title 49, Code of Federal Regulations, Part 21 (49 CFR 21), as
they may be amended from time to time (hereinafter referred to as the Regulations), which are herein
incorporated by reference and made a part of this Agreement.
2. Nondiscrimination: The Consultant/Contractor, with regard to the work performed by it
during the Agreement, shall not discriminate on the grounds of race, color, national origin, sex, age,
disability, income -level, or LEP in the selection and retention of subcontractors, including procurement of
materials and leases of equipment. The Consultant/Contractor shall not participate directly or indirectly in
the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when
the Agreement covers any activity, project, or program set forth in Appendix B of 49 CFR 21.
3. Solicitations for Subcontracts, Including Procurements of Materials and
Equipment: In all solicitations, either by competitive bidding, or negotiation made by the Consultant/
Contractor for work to be performed under a subcontract, including procurement of materials, or leases of
equipment, each potential subcontractor or supplier shall be notified by the Consultant/Contractor of the
Consultant's/Contractor's/Vendor's obligations under this Agreement and the Regulations relative to
nondiscrimination on the grounds of race, color, national origin, sex, age, disability, income -level, or
LEP.
4. Information and Reports: The Consultant/Contractor shall provide all information and
reports required by the Regulations and directives issued pursuant thereto, and shall permit access to its
books, records, accounts, other sources of information, and its facilities as may be determined by the City
or the appropriate state or federal agency to be pertinent to ascertain compliance with such Regulations,
orders, and instructions. Where any information required of a Consultant/Contractor is in the exclusive
possession of another who fails or refuses to furnish the information, the Consultant/Contractor shall so
certify to the City, or state or federal agency, as appropriate, and shall set forth what efforts it has made to
obtain the information.
5. Sanctions for Noncompliance: In the event of the Consultant's/Contractor's/Vendor's
noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such
contract sanctions as it or the appropriate state or federal agency may determine to be appropriate,
including, but not limited to:
• Withholding of payments to the Consultant/Contractor under the Agreement until the
Consultant/Contractor complies; and/or
• Cancellation, termination, or suspension of the Agreement, in whole or in part.
6. Incorporation of Provisions: The Consultant/Contractor shall include the provisions of
the above paragraphs one (1) through five (5) in every subcontract, including procurement of materials
and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The
Consultant/Contractor shall take such action with respect to any subcontractor or procurement as the City
or appropriate state or federal agency may direct as a means of enforcing such provisions, including
sanctions for noncompliance. Provided, that if the Consultant/Contractor becomes involved in, or is
threatened with, litigation by a subcontractor or supplier as a result of such direction, the Consultant/
Contractor may request that the City enter into such litigation to protect the interests of the City; or may
Packet Pg. 34
2.1.c
request that the appropriate state agency enter into such litigation to protect the interests of the State of
Washington. In addition, the Consultant/Contractor may request the appropriate federal agency enter into
such litigation to protect the interests of the United States.
Packet Pg. 35
2.1.c
APPENDIX 2 CONTRACT
(Appendix E of USDOT 1050.2A Standard Title VI Assurances)
During the performance of this contract, the contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the "contractor") agrees to comply with the following non-discrimination
statutes and authorities; including but not limited to:
Pertinent Non -Discrimination Authorities:
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits
discrimination on the basis of race, color, national origin); and 49 CFR Part 21.
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,
(42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been
acquired because of Federal or Federal -aid programs and projects);
• Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the
basis of sex);
• Section 504 of Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits
discrimination on the basis of disability); and 49 CFR Part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits
discrimination on the basis of age);
• Airport and Airway Improvement Act of 1982, (49 U.S.C. § 471, Section 47123), as amended,
(prohibits discrimination based on race, creed, color, national origin, or sex);
• The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and
applicability of Title VI of the Civil Rights Act of 1964), The Age Discrimination Act of 1975
and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms
"programs or activities" to include all of the programs or activities of the Federal -aid recipients,
sub -recipients and contractors, whether such programs or activities are Federally funded or not);
• Titles 11 and III of the Americans with Disabilities Act, which prohibit discrimination on the basis
of disability in the operation of public entities, public and private transportation systems, places
of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as
implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38;
• The Federal Aviation Administration's Non -Discrimination statute (49 U.S.C. § 47123) (prohibits
discrimination on the basis of race, color, national origin, and sex);
• Executive Order 12898 , Federal Actions to Address Environmental Justice in Minority
Populations and Low -Income Populations, which ensures discrimination against minority
populations by discouraging programs, policies, and activities with disproportionately high and
adverse human health or environmental effects on minority and low-income populations;
• Executive Order 13166, Improving Access to Services for Person with Limited English
Proficiency, and resulting agency guidance, national origin discrimination includes discrimination
because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take
reasonable steps to ensure the LEP person has meaningful access to your programs (70 Fed. Reg.
at 74087 to 74100);
• Title IX of the Education Amendments of 1972, as amended, which prohibits you from
discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq).
Packet Pg. 36
2.2
City Council Agenda Item
Meeting Date: 12/14/2021
Presentation of a Professional Services Agreement for the design of the Phase 13 Waterline
Replacement Project
Staff Lead: Rob English
Department: Public Works & Utilities
Preparer: Rob English
Background/History
Staff Recommendation
Forward this item to the January 4th consent agenda for City Council approval.
Narrative
The City issued a Request for Qualifications (RFQ) in October 2021 to hire a consultant to provide design
engineering services for the Phase 13 and 14 Waterline Replacement Projects. The City received
statements of qualifications from four (4) engineering firms and the selection committee selected
Blueline to provide design engineering services for the Phase 13 and 14 Waterline Replacement Projects.
The design engineering for the Phase 13 Waterline Replacement Project is expected to be complete by
December 2022, with construction expected to begin in Spring of 2023. In addition, a waterline site
evaluation and preliminary alignment/design is included to determine the alignment of the waterlines
that will be replaced as part of the Phase 14 Waterline Replacement Project.
Staff and the consultant have agreed on a scope of services and budget, in the amount of $428,420
(including $17,380 in management reserve), for completion of the preliminary designs, final design and
development of construction documents. When design services are required for the Phase 14 Waterline
Replacement Project, a separate scope of work and fee will be drafted early 2023 and submitted to City
Council for approval. The design services are funded by the Water Utility Fund.
In total, the Phase 13 and 14 Waterline Replacement Project will upgrade/replace portions of the City's
potable water network by replacing a total of approximately 10,000 linear feet of existing waterlines and
associated appurtenances at various locations within the City. The Phase 13 Waterline Replacement
Project will replace approximately 5,000 linear feet of watermain.
The selection of the sites will be determined using the data supplied in the 2017 Comprehensive Water
System Plan, coordinating with upcoming road, sanitary sewer, and storm drain projects, and input from
Public Works maintenance staff. Replacements will focus on improving fire flow at various locations in
the city, replacing mains that are past their life cycle and are requiring additional maintenance.
Attachments:
Phase 13 WL Replacement Scope of Work & Fee
Phase 13 Water replacement design sites
Packet Pg. 37
EXHIBIT A — SCOPE & FEE ESTIMATE
2.2.a
Project Name: Phase 13 Watermain Replacement Project
Job #: 21-345 Effective Date: December 3, 2021
Project Description
The Blueline Group, LLC ("Blueline") will provide engineering services for City of Edmonds' Phase 13
Waterline Replacement Project ("Project") generally consisting of the replacement of ±7,700 LF of
existing water main with 8-inch diameter ductile iron (DI) pipe at the following locations:
Site 1— Main St (7th Ave N — 9th Ave N); Main St (6th Ave N — Durbin Dr)
Site 2 —164th PI SW (West of 72nd Ave W)
Site 3 —12th PI N (West of 12' Ave N)
Site 4 — 81St Ave W (South of 2061h St SW)
Site 5 — 7th Ave S (Cedar St — Laurel St); Spruce St (East of 71h Ave S); Laurel St (East of 71h Ave S)
Site 6 — Sound View PI (Cherry St — Wharf St); Lindsay PI
Site 7 — 225th St SW (West of 73rd PI W — Connection to 74th PI W)
Sites designed but not constructed under the Phase 12 Waterline Replacement Project will be
incorporated into the construction documents for this project.
Design will consist of water main, fire hydrants, connections to existing mains, water services, other
appurtenances, and surface restoration. Blueline will provide topographic base mapping, geotechnical
investigation, design drawings, specifications, engineer's estimates (PS&E) and bidding and construction
support services as outlined herein.
Task Summary
Task
001
Project Management
Task
002
Survey & Base Mapping
Task
003
Geotechnical Investigation
Task
004
30% Design (All Sites)
Task
005
Water System Design (Phase 13 Sites)
Task
006
Bidding Assistance
Task
007
Construction Support
Task
008
Public Outreach
Task
009
Potholing Reserve
Task
010
Easement Reserve
Task
011
Management Reserve
1
Packet Pg. 38
2.2.a
EXHIBIT A — SCOPE & FEE ESTIMATE
Project Schedule
Our Team shall begin work immediately upon receipt of written Notice to Proceed and proceed
according to the attached Project Schedule. Key dates include:
Notice to Proceed.......................................................................................... January 2021
Survey & Base Mapping...................................................................
February/March 2022
30% Design Submittal......................................................................................... May 2022
Project Walkthrough........................................................................................... June 2022
Geotechnical Investigation.................................................................................. July 2022
60% Design Submittal..................................................................................... August 2022
90% Design Submittal................................................................................... October 2022
Final Design Submittal............................................................................... December 2022
Bidding & Award............................................................................................ January 2022
Construction Begins......................................................................................... Spring 2023
As-Builts & Project Closeout................................................................................. Fall 2023
Scope of Work
Blueline's scope of work for the project is outlined on the following pages.
Task 001 Project Management
This task is for general coordination and meetings on the project, including plan review/discussion
meetings, in-house quality assurance, coordination with subconsultants, etc. Blueline will prepare
monthly invoices for work performed during the previous month.
Task 002 Survey & Base Mapping
Axis Survey and Mapping will prepare base mapping for the area specified in the Project Description
above. AutoCad drawings will be prepared at a scale of 1"=20'. Existing aerial and/or LIDAR mapping
sources may be utilized directly or as a basis for verification. Services will include the following:
• Control survey in NAD 83/91 Horizontal Datum, with all elevations derived from and checked to
NAVD 88 Vertical Datum.
• Delineate parcel lines within above -described area as available from recorded plats and public
records further compared to City of Edmonds and Snohomish County Parcel GIS lines.
• Set additional elevation benchmarks at each end of project area and every 500-700' along the
route.
• Contract with and coordinate services of private utility locate company (APS) to ascertain
conductible underground non -City owned utility locations and available asbuilt records. The cost
of which ($10,250) is included in this proposal.
2
Packet Pg. 39
2.2.a
EXHIBIT A — SCOPE & FEE ESTIMATE
• Depict hard and soft surfaces on individual layers per accepted APWA standards.
• Show and dimension located topographic features and contours at 2' intervals.
• Locate top of valve nut elevations an all existing water valves within the project limits.
• Locate side sewer lines as delineated by the City of Edmonds Public Works.
• Show known utilities as provided by City of Edmonds GIS, research of available utility as -built
records and as located by utility locators.
Deliverables: AutoCad 2016 drawing file with point database and dtm files
Assumptions: The City will provide all necessary right of entry into private property and notice
to landowners along the route of mapping activity. The City will provide a copy
of the notice to be presented to landowners by Axis Survey Crews.
Task 003 Geotechnical Investigation
HWA Geosciences, Inc. will provide Geotechnical Engineering Explorations and Report in accordance
with the attached scope of work.
Task 004 30% Design (All Sites)
Using the base maps prepared in Tasks 002, Blueline will provide conceptual level plans showing the
horizontal layout of the water main replacements for all 7 sites identified in the scoping documents from
the City. Services under this task will include:
• Kick-off Meeting with the City.
• Layout and location of ±7,700 LF of new DI water mains (plan view only at this stage).
• Review available information to determine the most efficient, cost effective alignments.
• Coordination with franchise utility companies during design.
• Prepare plan sheets for the proposed water main improvements.
o Water design will be shown in plan view per City standards.
o Sheets to be 22"x34" with roughly an 18"x28" drawing area.
o Scale for these drawings is to be 1"=20' horizontal.
• Prepare a preliminary Engineer's Estimate for each site with large contingency at this stage.
• Prepare 30% Design Stage submittal.
• Project Walk-through with City engineering and maintenance staff.
• Recommendations to the City staff to select which of the 7 sites should be incorporated into the
Phase 13 project and which should be included in the Phase 14 project.
• Review meeting with the City staff to incorporate City comments into the next submittal.
3
Packet Pg. 40
2.2.a
EXHIBIT A — SCOPE & FEE ESTIMATE
Deliverables: 30% Design Submittal: PDF of Plans, Preliminary Engineer's Estimates and
Design Memo in Word format including site selection recommendations.
Task 005 Water System Design (Phase 13 Sites)
Using the base maps prepared in Tasks 002 and the Geotechnical Recommendations provided in Task
003, Blueline will produce design plans, and specifications for the Sites selected for Phase 13. The
services under this task will include:
• Layout and location of ±4,000 LF of new DI water mains (exact length to be determined by Sites
selected).
• Incorporation of schedules designed but not constructed under the Phase 12 Waterline
Replacement Project into the construction documents for this Project.
• Design of fire hydrants, replacement of water services (to the existing water meter),
connections to the existing system, and other associated appurtenances within the selected site
limits.
• Separating the PS&E into multiple schedules (A, B, C or I, II, III or other).
• Coordination with franchise utility companies during design.
• Prepare plan & profile split sheets for the proposed water main improvements.
o Water design will be shown in plan and profile per City standards.
o Sheets to be 22"x34" with roughly an 18"x28" drawing area.
o Scale for these drawings is to be 1"=20' horizontal and 1"=5' vertical.
• Show details necessary for construction of the improvements, utilizing City standard water
details and developing specialized details as necessary.
• Provide general temporary erosion and sedimentation control notes and details as necessary.
• Prepare technical specifications, including Proposal, Contract Forms, General Conditions, and
Measurement and Payment in WSDOT format, using City -provided standard specifications when
available.
• Prepare 60%, 90%, and Final Design stage submittals.
• Prepare a design memo outlining design assumptions and questions at the 60%, and 90% design
submittals.
• Review meeting with City staff at each stage of the design and incorporate City comments into
the next submittal.
• Incorporate geotechnical recommendations into the 60% design submittal.
• Constructability review and QA/QC.
4
Packet Pg. 41
2.2.a
EXHIBIT A — SCOPE & FEE ESTIMATE
Deliverables: 60% & 90% Design Submittals: PDF of Plans, Specifications, Engineer's Estimate
and Design Memo in Word format.
Final Design Submittal: PDF of Plans, Specifications, Engineer's Estimates, plus
all documents in digital format (and ACAD files) on a CD.
Task 006 Bidding Assistance
Blueline will provide consultation services during the bidding process, including:
• Prepare and issue addenda to clarify the construction documents, if necessary. Consultant will
not charge for addenda if they are needed to correct or clarify errors or omissions in the bid
documents.
• Generally assist the City during the bidding process as needed.
Deliverables: Addenda if necessary.
Assumptions: The City will upload the bid documents to Builder's Exchange, conduct the bid
opening, prepare the bid tabulation, review apparent low bidder references, and
prepare recommendation for contract award.
Task 007 Construction Support
Blueline will provide construction support services for this Project during the construction period as
listed below. Blueline will closely coordinate construction management activities with the City's staff and
field inspector. Services under this task are anticipated to include:
• Prepare for and attend the pre -construction conference.
• Review requests for information (RFIs) provided by the Contractor and coordinate responses to
up to five (4) RFIs with the City.
• Provide up to two (2) changes to drawings or specifications as necessary to respond to field
conditions or RFIs.
• General consultation and coordination on an as -needed basis. Address construction questions as
they arise.
• Prepare As-Builts in AutoCad.
Deliverables: RFI responses if necessary, As-Builts provided electronically, transmit and
provide Utility data and PDF to City's GIS group.
Assumptions: Construction inspection and administration services are not included.
Task 008 Public Outreach Reserve
Our Team will begin outreach efforts in the early design phases and will continue throughout the
project. This will include the sharing of project information, the convening of community meetings (as a
r
needed), and distribution of construction information. Public outreach services are only provided for
Main St and Sound View/Lindsay PI sites if they are selected to be designed under Phase 13.
U
Services will include:
r
a
5
Packet Pg. 42
EXHIBIT A — SCOPE & FEE ESTIMATE
2.2.a
• Coordination of outreach efforts with City staff.
• Implement informational outreach efforts via mailer to residents and working with the City on
content for the City's webpage. Up to one (1) mailer for each site (2 total) will be provided.
• Develop presentation material (project summaries, graphics, mapping) in support of public
outreach efforts.
• Preparation for and attendance of up to one (1) open houses (via Zoom/video conference)
session, with resident and stakeholders and opportunity for feedback.
o The open house is anticipated to be held after contract award to discuss construction
impacts with residents and businesses.
o Preparation of up to 3 presentation exhibits.
DELIVERABLES
• (3) presentation exhibits.
• (2) project mailers.
• Presentations for (1) public meeting.
Task 009 Potholing Reserve
This task provides an allowance for Potholing utility crossing locations with the existing power,
communications, water, storm, and sewer utilities during the Design Phase in order to determine the
typical depth of the water main crossings, and pavement thickness. This task would include coordinating
with a utility potholing company that provides this service and will include Blueline and/or the potholing
company obtaining necessary right-of-way permits. Fee estimate is based on ±10% of Tasks 001— 007
Any funds under this item are not to be used unless explicitly authorized by the City in writing.
Assumptions: Any applicable ROW permit fees to be paid by the City.
Task 010 Easement Reserve
This task will include assisting the City with permanent easement determination, coordination, and
acquisition. This includes developing legal descriptions, notifications, and coordination with surveyor.
Fee estimate is based on ±5% of Tasks 001— 007. Any funds under this item are not to be used unless
explicitly authorized by the City in writing.
Assumptions: Any applicable fees associated with the easements are to be paid by the City.
6
Packet Pg. 43
2.2.a
EXHIBIT A — SCOPE & FEE ESTIMATE
Task 011 Management Reserve
This task provides for unanticipated services deemed to be necessary during the course of the Project
that are not specifically identified in the scope of work tasks defined above. Any funds under this item
are not to be used unless explicitly authorized by the City in writing. Fee estimate is based on ±5% of
Tasks 001— 007
General Assumptions and Notes
• Scope and fees outlined above are based on the Project Description included in this proposal as
well as the following information (any changes to these documents may result in changes to the
fees):
a. Scoping instructions and site maps emailed by the City of Edmonds November 10, 2021.
b. City of Edmonds GIS records.
c. Telephone/email conversations with the City prior to the date of this agreement.
• We do not anticipate that environmental services will be necessary for this Project as work is
anticipated to be completed in the paved areas of roadways outside of sensitive areas and
buffers. If it is determined during the design phase that environmental services are needed, we
will provide an Additional Services Authorization request for that effort.
• We do not anticipate SEPA being required, and is therefore excluded.
• We do not anticipate that traffic control plans, drainage calculations or reports, dewatering
plans, electrical plans, or structural engineering plans will be necessary for this project, and are
therefore not included. Should these services become necessary, we will provide an Additional
Services Authorization to the City to retain subconsultants for those efforts.
• Project stops/starts and significant changes to the Project Schedule may result in changes to the
fees provided above and a separate fee proposal will be provided.
• Agency fees (if any) are not included as part of the fees outlined above.
• Temporary Construction Easements are not included. If required, construction easement
preparation and negotiation will be an additional service. It is assumed the City will coordinate
directly with property owners with existing easements where work will be performed.
• The fees stated above do not include reimbursable expenses such as large format copies (larger
than letter/legal size), mileage, and plots. These items will be billed under a separate task called
Expenses. Estimate: $1,500.
• Time and expense items are based on The Blueline Group's current hourly rates.
• Blueline reserves the right to move funds between approved Tasks 001— 007 as necessary
based on approved scope of work provided the overall budget of Tasks 001— 007 is not
exceeded. The City Project Manager shall provide written authorization prior to moving funds.
• If the Client requests Blueline's assistance in complying with any public records request,
including without limitation providing copies of documents and communications, Client will pay
Blueline's hourly fees and costs incurred in providing such assistance at then -current rates. Such
7
Packet Pg. 44
2.2.a
EXHIBIT A — SCOPE & FEE ESTIMATE
fees and costs will be billed as a separate task and will be in addition to the maximum or total
fees and costs stated in the agreement to which this scope of work as attached
s
Packet Pg. 45
Phase 13 Watermain Replacement Project
Job Number: 21-345 Prepared By: Grace Garwin, EIT
Date: 12/3/2021 Checked By: Rob Dahn, PE
Senior Project Project Engineer Engineering
Manager Engineer Designer
Task # Base Tasks $226/hr $204/hr $182/hr $167/hr Total Total Fee Fee Type
Hours Hours Hours Hours Hours
001 Project Management
002 Survey & Base Mapping
003 Geotechnical Design
004 30% Design (All Sites)
005 Water System Design (Phase 13 Sites)
006 Bidding Assistance
007 Construction Support
008 Public Outreach Reserve
009 Potholing Reserve
010 Easement Reserve
011 Management Reserve
Expenses
104 40 0 0
19
36
56
122
53
102
244
338
11
10
6
0
9
12
6
20
10
16
20
4
Total Hours 206 216 332 484
Blueline Personnel $46,556 $44,064 $60,424 $80,828
2.2.a
144
$31,660
Not to
Exceed
Q
m
$77,330
Fixed Fee
m
$48,210
Not to
Exceed
0
233
$42,200
Not to
Exceed
0
737
$133,640
Not to
Exceed
a
27
$5,620
Not to
Exceed
m
Li
06
47
$8,910
Not to
Exceed
Y
o
50
$9,830
Not to
Exceed
o
aD
Q.
$34,760
Not to
Exceed
o
$17,380
Not to
Exceed
c
E
m
$17,380
Not to
Exceed
a
a�
$1,500
Not to
Exceed
—J
1238
r
$428,420
y
t
a
r
c
m
E
t
R
r
r
Q
Packet Pg. 46
Senior Project
Engineering
Total
001
Project Management
Manager
project Engineer
Engineer
Designer
Hours
Item #
Description
$226/hr
$204/hr
$182/hr
$167/hr
Hours
Hours
Hours
Hours
1
Coordination with City and Subconsultants
24
12
36
a)
t
2
Monthly Invoices/Progress Reports
12
12
3
CA/QC
20
8
28
4
Management of Staff, Schedule, and Budget
24
8
32
5
General Project Coordination
24
12
36
E
Total Hours
104
40
0
0
144
d
Total Fee
$23,504
$8,160
$0
$0
$31,660
N
Q
to
d
002
Survey & Base Mapping
Total Cost
Blueline Markup
Total
V
(Axis)
Item #
Description
10%
N
R
C
1
Survey & Base Mapping
$70,300
$7,030
0
Total Fee
$70,300
$7,030
$77,330
N
d
O
L
IL
Total Cost
v
003
Geotechnical Design
(HWA
Blueline Markup
Total
d
GeoSciences)
LL
06
Item #
Description
10%
i
O
4-
1
Geotechnical Investigations
$43,824
$4,382
Total Fee
$43,824
$4,382
$48,210
O
N
IZ
O
v
004
30% Design (All Sites)
Senior Project
Project Engineer
Engineer
Engineering
Total
Manager
Designer
Hours
y
Item #
Description
$226/hr
$204/hr
$182/hr
$167/hr
E
Hours
Hours
Hours
Hours
N
1
Kick-off Meeting (Incl. Prep Time)
1
2
2
5
Q.
2
30% Conceptual Layout (All Sites)
4
16
32
122
174
d'
3
Preliminary Engineer's Estimate
2
6
20
28
J
4
Project Walk-through with City (Incl. Prep Time)
8
8
16
5
Design Memo with Site Selection Recommendations
2
2
4
CO)
6
Review Meeting with City
2
2
2
6
y
Total Hours
19
36
56
122
233
Total Fee
$4,294
$7,344
$10,192
$20,374
$42,200
d
Packet Pg. 47
Senior Project
Engineering
Total
005
Water System Design (Phase 13 Sites)
Manager
project Engineer
Engineer
Designer
Hours
Item #
Description
$226/hr
$204/hr
$182/hr
$167/hr
Hours
Hours
Hours
Hours
1
60% PS&E
10
44
100
146
300
a)
2
90% PS&E
10
30
72
120
232
L
3
Final Design Submittal
8
22
64
72
166
w
4
Review Meetings w/ City (Incl. Prep Time)
4
4
4
12
5
Constructability Review & QA/QC
20
20
E
6
Design Memos
1
2
4
7
Total Hours 53
102
244
338
737
Total Fee $11,978
$20,808
$44,408
$56,446
$133,640
Q
Senior Project
Engineering
Total
006
Bidding Assistance
Project Engineer
Engineer
Manager
Designer
Hours
Item #
Description
$226/hr
$204/hr
$182/hr
$167/hr
Hours
Hours
Hours
Hours
1
Answer Bidder Questions as necessary
6
6
2
14
2
Prepare and Issue Addenda as necessary
1
2
4
7
3
General Assistance to the City
4
2
6
Total Hours 11
10
6
0
27
Total Fee $2,486
$2,040
$1,092
$0
$5,620
Senior Project
Engineering
Total
007
Construction Support
Manager
Project Engineer
Engineer
Designer
Hours
Item #
Description
$226/hr
$204/hr
$182/hr
$167/hr
Hours
Hours
Hours
Hours
1
Attend Pre -Construction Conference (Incl. Prep Time)
2
2
4
2
Review RFIs and Provide Responses
1
4
2
7
3
Prepare Field Changes if necessary
1
2
8
11
4
General Assistance to the City
4
2
6
5
Provide As-builts in ACAD based on Inspector Redlines
1
2
4
12
19
Total Hours
9
12
6
20
47
Total Fee
$2,034
$2,448
$1,092
$3,340
$8,910
Senior Project
Engineering
Total
008
Public Outreach Reserve
Project Engineer
Engineer
Manager
Designer
Hours
Item #
Description
$226/hr
$204/hr
$182/hr
$167/hr
Hours
Hours
Hours
Hours
1
Mailer/Presentation Material
2
8
16
4
30
2
General Coordination
4
2
6
3
Open House Meeting (incl. Prep)
4
6
4
14
Total Hours
10
16
20
4
50
Total Fee
$2,260
$3,264
$3,640
$668
$9,830
Packet Pg. 48
009 Potholing Reserve Total Cost
Item # Description
1 Potholing Utility Crossings, incl obtaining ROW permits $34,757
Total Fee $34,757
010 Easement Reserve Total Cost
Item # Description
1 Easement Determination and Coordination $17,379
Total
$34,760
Total
Total Fee $17,379 $17,380
011 Management Reserve Total Cost Total
Item # Description
1 Unassigned Services Reserve $17,379
Total Fee $17,379 $17,380
2.2.a
r
Q
Packet Pg. 49
GEOSCIENCES INC.
DBEIMWBE
December 3, 2021
HWA Project No. 2021-P 158-21
Blueline
25 Central Way, Suite 400
Kirkland, Washington 98033
Attn: Robert Dahn, P.E.
Subject: GEOTECHNICAL ENGINEERING SERVICES
City of Edmonds —Phase 13 & 14 Waterline Replacement Project
Edmonds, Washington 98026
Revised Scope and Fee
Dear Mr. Dahn:
Thank you for the opportunity to present this proposal for HWA GeoSciences Inc. (HWA) to
provide consulting services for the City of Edmonds -Phase 13 & 14 Waterline Replacement
Projects. HWA understands that the project consists of providing professional services to the
Public Works Engineering and Operations Division in finalizing site selection for the Phase 13
and Phase 14 projects. The original scope and fee were submitted on November 19, 2021. This is
a revised scope and budget to reflect changes in the scope requested by the City. The revised
scope will include pavement corings to determine the pavement thickness and borings for
groundwater information. It will not include the pavement analysis and sections design that was
in the original scope. Below we present the revised scope and fee.
PROJECT BACKGROUND
We understand that the City of Edmonds (City) is planning to replace segments of water
pipelines at various locations within the city as part of its Phase 13 & 14 (2023-2024) Waterline
Replacement project. Seven sites have been identified for waterline replacements and subsequent
pavement restorations with a total length of approximately 6,370 feet. We understand the depths
of the water pipelines are in the range of three to four feet below the ground surface. There are
no other subsurface installations anticipated.
SCOPE OF WORK
HWA scope of work will be to perform pavement corings to determine pavement thickness for
road pavement restoration and geotechnical borings to provide groundwater information for
pipeline installation. Geotechnical explorations will be limited to shallow explorations consisting
Packet Pg. 50
2.2.a
December 3, 2021
HWA Project No. 2021-P158-21
of borings to about 10 feet deep and of pavement corings. The project sites, streets/areas
impacted by the water line replacement, and number of borings and corings proposed are
summarized in Table 1. The locations and number of borings and corings were provided by the
City. Engineering analysis will not be included in the scope. Our services will consist of the
following subtasks:
Table 1: Project Site Details and Number of Pavement Corings
Approx.
Number of
Number of
Site
Location
Pipe Length
Borings
Pavement
(ft)
Corings
1
Main Street
1,630
1
6
2
1641h Pl. SW
500
2
3
121h Pl. N
470
2
4
81 st Avenue W
540
2
5
71h Avenue S
500
1
4
Laurel Street
330
1
2
Spruce Street
320
1
2
6
Soundview Pl.
1,770
5
Lindsay Pl.
220
1
7
Parking lot
320
2
2251h Street SW
130
1
TOTAL
6,730
4
29
• Plan and Prepare Exploration Program for Borings and Pavement Corings within the
City right of way: HWA will plan and coordinate the field exploration program for this
project. A work plan to perform 4 geotechnical borings and 29 pavement cores along the
alignment will be prepared and submitted to the City for approval. Depth of boreholes
will be about 10 feet.
• Obtain City of Edmonds Street Use Permit: HWA will work with the City of Edmonds
to generate appropriate traffic control plans for the proposed drilling and pavement
Edmonds -Phase 13 & 14 Waterline Replacement 2 HWA GeoSciences Inc.
Packet Pg. 51
2.2.a
December 3, 2021
HWA Project No. 2021-P158-21
corings. For estimating purposes, we will assume that borings can be performed within
side parking area or road shoulders while pavement coring will be performed within the
roadway. We anticipate that WSDOT standard traffic control plans, requiring lane
closures with flaggers, will be adequate for this project. We assume that all required
rights of entry and street use permits will be provided by the City at no cost to HWA.
HWA will coordinate with a flagging subcontractor to complete this phase of work where
necessary.
• Complete Utility Locates: HWA will notify the one -call utility have underground utilities
located in the vicinity of the proposed borings.
• Conduct Geotechnical Borings: A truck/trailer-mounted drill rig equipped with hollow -
stem auger will be used to drill 4 borings at the proposed location (see Table 1). Standard
Penetration Test (SPT) samples will be taken at 2-1/2 to 5-foot intervals throughout each
boring. All borings will be monitored and logged under full-time observation of an
HWA representative. The boring will be drilled by a licensed geotechnical driller under
subcontract to HWA.
• Generate Boring Logs: Samples retrieved from the borings will be sealed in plastic bags
and taken to our Bothell, Washington laboratory for further examination. Soil and
groundwater information will be presented in summary boring logs that will be generated
upon completion of our exploration program.
• Conduct Pavement Corings: HWA will perform pavement coring at 29 locations using a
6-inch diameter core barrel. Cores will be patched using water activated AquaphaltTM 6.0
to minimum thickness of 6 inches.
• Prepare Coring Summary Logs: HWA will develop summary logs for each of the
corings from the results of the pavement corings.
• Quality Assurance / Quality Control: HWA will have all exploration data presented in
the geotechnical data report reviewed by a principal prior to distribution to the design
team or the City.
• Draft and Final Geotechnical Data Report: We will prepare draft and final
geotechnical data reports presenting the results of our studies. Our reports will include
boring logs, site and exploration plan and result of pavement corings.
• Geotechnical Support: We will provide support to Blueline during preliminary design
on the interpretation of the data report as needed.
• Project and Contract Management. We will prepare monthly invoices, and progress
reports if required. We will correspond with Blueline /City of Edmonds in the form of
emails, fax, and telephone calls, as necessary. We will provide project management
for the geotechnical engineering subtasks, and we will coordinate with and manage
all our subcontractors.
Edmonds -Phase 13 & 14 Waterline Replacement 3 HWA GeoSciences Inc.
Packet Pg. 52
2.2.a
December 3, 2021
HWA Project No. 2021-P158-21
ASSUMPTIONS/CONDITIONS
The following assumptions were made as part of the development of the proposal for this phase:
• Access to the site and all required exploration permits will be provided to HWA by the City
of Edmonds at no cost to HWA.
• HWA will apply for the necessary ROW use permits (including up to two (2) traffic control
plan revisions.
• HWA will contract with a subcontractor to perform the borings. The borings will be
conducted during workday hours (8AM to 5PM) with no work hour restrictions.
• The geotechnical explorations proposed herein will NOT be used to assess site environmental
conditions. However, visual, or olfactory observations regarding potential contamination
will be noted. Analysis, testing, storage, and handling of potentially contaminated soil and
ground water (either sampled or spoils from drilling) are beyond this scope of services. If
contaminated soils and/or ground water are encountered, the material will be properly
contained on -site for disposal as mutually agreed upon without additional cost to HWA.
• All non -contaminated drilling spoils and related debris will be drummed on site and
transported off site for disposal by the drilling subcontractor.
• All geotechnical borings drilled through existing pavement will be patched with water
activated AquaphaltTM 6.0 patching material.
• Corings will be conducted during workday hours (8AM to 5PM) with no work hour
restrictions.
• Coordination meeting provisions are not included in the scope and budget. All
communication with the city is assumed to be through Blueline.
• Only geotechnical data from geotechnical exploration will be reported. No geotechnical
recommendations and analysis will be included.
PROJECT BUDGET
We estimate that the scope of services proposed herein will require a budget of $43,824 to
accomplish, as detailed on the attached project cost estimate spreadsheets. Our costs assume the
coring can be accomplished in 6 days and the borings in a day. We will not exceed the above
cost estimate without your prior authorization. However, if during the evaluation of the available
data or during our field exploration unanticipated subsurface conditions are revealed which
would require a level of effort beyond the scope of our study, we will contact you immediately to
discuss any necessary modifications to our scope of services and/or budget estimate.
The budget presented in this proposal reflects an estimate based on our current understanding of
the project requirements for a scope of work developed from information provided. HWA
reserves the right to transfer hours and budget dollars between tasks to satisfy project
Edmonds -Phase 13 & 14 Waterline Replacement 4 HWA Geo5ciences Inc.
Packet Pg. 53
2.2.a
December 3, 2021
HWA Project No. 2021-P158-21
requirements. Our budget also reflects estimated direct costs to the project for testing, drilling,
equipment rental etc. HWA may also transfer funds allocated for direct costs to
professional/technical hours or vice versa, to satisfy project requirements.
O.O
Thank you again for the opportunity to provide this proposal for the City of Edmonds — Phase 13
& 14 Waterline Replacement geotechnical engineering services. Should you have any questions
regarding this proposal, or require additional services, please contact us at your convenience.
Sincerely,
HWA GEOSCIENCES INC.
Dila Saidin, Ph.D. P.E.
Senior Geotechnical Engineer
Attachments: Project cost estimate
Edmonds -Phase 13 & 14 Waterline Replacement 5 HWA GeoSciences Inc.
Packet Pg. 54
2.2.a
Project Cost Estimate
HWA Ref: 2021-P158-21
City of Edmonds -Phase 13&14 Waterline Replacement ■ 1 11 ,` I
GEOSCIENCES INC.
Date: 17-Nov-21
Edmonds, Washington
DBEIMWBE
Prepared By: DBS
Prepared for Blueline, Attn: Robert Dahn
Reviewed By: DJH
Revised: 3-Dec-21
. . . . . .. .. . .. . .. .. .. .. . . . .. . .. .. . .. . .. .. .. .. . . . .. . ..
Scope of Work
.. . .. . . . .. . . .. . .
Refer to the attached scope
FRTIMATFn HWA i.ARnRe
WORK TASKS
DESCRIPTION
PERSONNEL & 2022 BILLING
RATES
Principal
IX
Geotech.
Eng. VII
Geotech.
Eng. V
Geotech.
Eng. I
Geologist
III
CAD
Contract
Admin
TOTAL
HOURS
TOTAL
AMOUNT
$315.00
$265.00
$180.00
$120.00
$133.00
$101.00
$133.00
Project Setup
2
2
4
$626
GEOTECHNICAL EXPLORATION
Plan and prepare field exploration program
3
3
6
12
$1,698
Prepare Traffic Control Plans
2
3
6
11
$1,518
Obtain city street use permit
1 2
2
1 2
6
$866
Conduct utility locates
4
8
12
$1,544
Conduct geotechnical borings 4 borings - 1 day)
1
8
9
$1,140
Generate boring logs
4
4
8
$1,200
Conduct pavement coring 29 cores - assume 6 days)
3
48
48
99
$12,684
Prepare coring summary logs
1
15
16
$2,175
REPORT AND PROJECT MANAGEME
HWA A C
2
2
4
$890
Draft geotechnical data report
2
1 4
1 8
4
1
18
$2,614
Address review comments and prepare final data report
1
1 4
1
1 1
5
$853
GeotechnicalSupport
1 2
1 2
1
1
4
$890
Project and contract management
1
1 8
1
1 4
12
$1,972
TOTAL LABOR CHARGES:
0
1 6
1 38
1 80
1 85
1 4
1 7
220
$30,670
F.STiMATF.n n1RF.C'T F.XPF.NCF.C:
Mileage 0.56/mi 10 round trip at 20mile/trip
$224
Drilling subcontractor 1 day)
$3,500
Traffic Control la ers/Arrowboard/Si s/Etc. - 6 days
$6,000.00
Pavement Coring Equipment Rental $50/core
$1,450.00
Aquaphalt Patching @ $60/core
$1,980
TOTAL DIRECT EXPENSES:
$13,154
PRI1.iFrT TIITAI.0 ANn R1FMMARV-
Total Labor Cost
$30,670.00
Direct Expenses
$13,154
GRAND TOTAL:
$43,824
Assumptions:
1. All costs are estimated, and may be increased or decreased within the limits of the total budget at the discretion of HWA's project manager. The HWA project manager may also transfer funds
allocated for direst costs to professional/technical hours, and vice versa, as he/she determines appropriate.
2. Access to the site and all required exploration permits will be provided to HWA by the City of Edmonds at no cost to HWA.
2021-P158 Edmonds -Phase 13&14 - Fees 11-19-2021.xlsx Packet Pg. 55
d 2.2.b I
Phase 13 (2023) Water Replacement-Proiect Sitesl L
0 Phase 13 Water Replacement
Soundview Place Between Cherry St and Wharf St.
Lindsav Place West of Soundview Place
Main Street from 6th Ave S to Durbin
Main Street from 7th Ave S to 9th Ave S
7th Ave S from Cedar to Laurel
Spruce St, east of 7th Ave S
Laurel St, east of 7th Ave S
1
12th Place N, west of 12th Ave N
181 st Ave W, south of 206th St SW P
164th PI SW. east of 72nd A\
Packet Pg. 56