HomeMy WebLinkAboutUtilities 2013-09-03 COMPLETE AGENDA PACKETCity of Tukwila
Utilities Committee
• Joe Duffie, Chair
• Allan Ekberg
• Verna Seal
Nye: Tuesday AGENDA
Distribution:
J. Duffie
A. Ekberg
V. Seal
K. Hougardy
D. Robertson
Mayor Haggerton
D. Cline
K. Matej
L. Humphrey
B. Giberson
F. Iriarte
R. Tischmak
G. Labanara
P. Brodin
S. Kerslake
Clerk File Copy
2 Extra
A. Le (e -mail pkt. pdf)
e -mail cover to:
C. O'Flaherty, D.
Alm berg, B. Saxton,
S. Norris, M. Hart,
D. Robertson
TUESDAY, SEPTEMBER 3, 2013 (due to Holiday)
5:00 PM in Conference Room #1 (6300 Bldg.)
Next Scheduled Meeting: Monday, September 16, 2013
15. The City of Tukwila strives to accommodate individuals with disabilities
Please contact the Public Works Department at 206 - 433 -0179 for assistance.
Item
Recommended Action
Page
1.
PRESENTATION(S)
2.
BUSINESS AGENDA
a) Sewer Lift Station No. 2 Upgrades
Consultant Recommendation and Agreement
a)
Forward to 9/9/13 C.O.W.
and 9/16/13 Regular Meeting
Pg. 1
3.
ANNOUNCEMENTS
4.
MISCELLANEOUS
Future Agendas:
- Adoption of SWCP
Next Scheduled Meeting: Monday, September 16, 2013
15. The City of Tukwila strives to accommodate individuals with disabilities
Please contact the Public Works Department at 206 - 433 -0179 for assistance.
TO:
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Utilities Committee
FROM: Bob Giberson, Public Works Director
BY: Michael Cusick, Senior Program Manager
DATE: August 30, 2013
SUBJECT: Sewer Lift Station No. 2 Upgrades
Project No. 90440205
Consultant Recommendation and Agreement
ISSUE
Approve PACE Engineers, Inc. to provide design services for the Sewer Lift Station No. 2 Upgrade
Project.
BACKGROUND
In the 1980's, the City had Sewer Lift Station No. 2 installed at the southwest corner of the
intersection of Minkler Blvd. and Andover Park West. Sewer Lift Station No. 2 serves most of the
Central Business District (CBD) south of Minkler Blvd., including the Tukwila South addition. The
original diesel generator and concrete slab were scheduled for replacement this year. After field
staff review of the project scope, it was determined that the pump motor control system also needed
replacement as the repair parts are now obsolete and hard to obtain.
ANALYSIS
The City of Tukwila reviewed engineering design firms listed in the Municipal Research and
Services Center (MRSC) roster and chose PACE Engineers, Inc. PACE Engineers, Inc. has
completed lift station design work for the City in the past, including work for Storm Lift Station No.15
which is currently under construction. The consultant's scope of work includes sizing the new
backup generator and motor control system for future needs of the service basin which will include
the Tukwila South area. The original project design budget was $20,000.00 with $240,000.00 for
construction. Since construction has been delayed due to the new issues found with the lift station,
additional funds have been added to the Proposed 2014 CIP. The design budget for 2014 is now
$75,000.
Consultant's Agreement
Sewer Lift Station No. 2 Upgrades $70,277.00
2014 CIP Budget
$75,000.00
RECOMMENDATION
Council is being asked to approve the design agreement with PACE Engineers, Inc. in the amount
of $70,277.00 for the Sewer Lift Station No. 2 Upgrade Project and consider this item at the
September 9, 2013 Committee of the Whole Meeting and subsequent September 16, 2013 Regular
Meeting.
Attachments: Consultant Rating Sheet
Consultant Agreement with Scope of Work
Proposed 2014 CIP page 78
W: \PW Eng \PROJECTS\A- SW Projects \Sewer Lift Station No. 2 Upgrades (90440205) \Info Memo PACE Lift #2 up grades 08- 24- 013.doc
1
Sewer Lift Station No. 2 Upgrades
Qualification Review
(1= Top Choice, 2 = Second Choice, 3 = Third Choice)
Relevant Project Experience
1
1
1
Experience with Lift Stations
N/A
N/A
N/A
Small Scale Projects
1
2
3
Ability to keep project on schedule and within Budget
1
2
3
Project Team Availability of Key Team Members
1
1
1
Knowledge of City , Plan Process
1
2
2
TOTALS
(Lowest Total Score is best)
5
8
10
Firm Rank
(1 - 3, Lowest = Best)
1
2
3
N
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES FOR THE
SEWER LIFT STATION NO. 2 UPGRADES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and PACE Engineers, Inc., hereinafter referred to as "the Consultant", in
consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform engineering services
for the upgrades for sewer Lift Station No. 2 in connection with the project titled Sewer Lift
Station No. 2 Upgrades.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
dated August 20, 2013 attached hereto, including the provision of all labor, materials,
equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending , unless
sooner terminated under the provisions hereinafter specified. Work under this Agreement
shall commence upon written notice by the City to the Consultant to proceed. The Consultant
shall perform all services and provide all work product required pursuant to this Agreement
no later than unless an extension of such time is granted in writing by
the City.
4. Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"A" attached hereto, provided that the total amount of payment to the Consultant shall
not exceed $70,277.00 without express written modification of the Agreement signed by
the City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion of
the work under this Agreement and its acceptance by the City.
D. Payment as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
3
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of S1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non-owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall be
endorsed to provide contractual liability coverage.
(W:PW Eng/Projects/A-SW/90440205/Consultant Agreement Pace 082013)
Page 2
4
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self-insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Consultant
before commencement of the work. Certificates of coverage and endorsements as required
by this section shall be delivered to the City within fifteen (15) days of execution of this
Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
(W:PW Eng/Projects/A-SVV/90440205/Consultant Agreement Pace 082013)
Page 3
5
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this warrant,
the City shall have the right to annul this contract without liability, or in its discretion to
deduct from the contract price or consideration, or otherwise recover, the full amount of such
fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non - Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree
that venue shall be properly laid in King County, Washington. The prevailing party in any
such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The provisions
of this Agreement, which by their sense and context are reasonably intended to survive the
completion, expiration or cancellation of this Agreement, shall survive termination of this
Agreement.
(W:PW Eng/ Projects /A -SW /90440205 /Consultant Agreement Pace 082013)
Page 4
6
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
PACE Engineers, Inc.
11255 Kirkland Way, Suite 300
Kirkland, WA 98033
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
DATED this j day of iiu&E.)r , .20L3 .
CITY OF TUKWILA CONSULTANT
BY:
Mayor, Jim Haggerton
Printed Name: AI 5- ni I. f)/Li/
Title: c_e P265
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
(VV:PVV Eng/Projects/A-SW/90440205/Consultant Agreement Pace 082013)
Page 5
7
SCOPE OF SERVICES
PUMP STATION NO. 2 RETROFIT
EXHIBIT A
August 20, 2013
Project Understanding
The existing sanitary sewer Pump Station No. 2 located at the southwest corner of Andover Park
West and Mink ler Boulevard is a critical infrastructure serving the area south of Mink ler
Boulevard from 1-5 on the west to the Green River and City limits on the east. Pump Station No.
2 discharges to a 21-inch-diameter interceptor located within the Andover Park West right-of-
way. This pump station also serves the Tukwila south property. Pump Station No. 2 was
constructed in the mid-1980s and is in need of electrical and mechanical improvements. The
City has also expressed a desire to ensure that any proposed improvements have the capacity
for the future build-out of the contributing basin area including the Tukwila south property.
The City has requested that the following items be included in the Scope of Work:
• Complete upgrade of the electrical controls and instrumentation.
• Replacement of the existing generator with a new generator capable of handling three
pumps at build-out conditions.
• CMU block wall enclosure around the new generator.
• Design of a new flow bypass system that would allow flows to bypass the wetwell for
construction and future maintenance.
• Basin Study of the contributing basin area to confirm the future build-out flows.
• Bid ready contract documents for the above items.
Scope of Services
This proposal includes necessary civil, electrical and geotechnical services through the design
phase of this p ject. PACE will be the prime consultant for the entire Scope of Work and will
oversee and administer this Scope of Work. PACE will complete all civil engineering and survey
services in-house. PACE will subcontract with Follett Engineering for the electrical engineering
portion of the project and Associated Earth Sciences, Inc., k4E81\ for soils and geotechnical
services.
We anticipate starting this work immediately and proceeding on a preliminary layout to submit to
the City for review. The estimated cost for this work is approximately $70,277 (see Exhibit B).
The budget is based on our 2013 rates.
SCOPE OF WORK
Task 1 — P ject Management/Coordination/Meetings
PACE will provide administration and coordination of the p ject. The following items are
included in this task:
• Attend coordination meetings with the City as required. For budgetary purposes eight
(8) hours have been allotted for meetings. Since the amount of meeting time is not
8
under our control, any time in excess of the budgeted eight (8) hours will be billed on
a time-and-material basis.
• Conduct a field reconnaissance of site and other facilities with the design team and
City staff.
• Coordination with subconsultant.
• In-house p ject administration, scheduling, and direction of design team staff.
• Preparation of monthly progress reports.
• Quality Assurance including a review of all plans and documents at the preliminary
design and final design stages of the p ject.
Task 2 — Site Survey
PACE will provide a topographic survey of the project area in accordance with the following
items:
• Vertical Datum will be NAVD 88 based on City of Tukwila control points.
• Horizontal Datum will be NAD 83/91 Washington State Plane coordinate system, North
Zone also based on City of Tukwila control and matching the datum.
• Right of entry will not be needed since this is City-owned property.
• The City will provide available as-built drawings of existing pump station.
• The limits of the survey will be the pump station site extending 100 feet each side of the
pump station and including the Andover West and Mink ler intersection and all utilities within
the survey limits. The survey will also include the east side of APW approximately 200 feet
north of the pr jact.
PACE will provide a base map at 1"=20' in AutoCAD format.
Task 3 — Basin Study
PACE will prepare a basin study of the contributing area to Pump Station No. 2 for future
build-out conditions. Land use and population forecast from the City's most current sewer
comprehensive plan along with the Sega lee EIS will be used as the basis for computing the
future build-out flows. Existing flows are estimated to be around 2.81 MGD with a potential of up
to 3.5 MGD additional flow from the Tukwila South p ject per a May 17, 2005, memo from the
City. The capacity of the 21-inch discharge pipe is estimated to be 3.24 MGD.
PACE will provide a Technical Memo summarizing the findings.
Task 4 — Preliminary Design
PACE will prepare a preliminary layout of the proposed improvements to submit to the City for
review and comment. This work includes a preliminary plan showing the following items:
• Size and location of the proposed generator and CMU block wall.
• Site plan for the bypass vault and associated piping.
• Replacement of the 24-inch riser from the inlet manhole to a 36-inch riser.
• Preliminary electrical site plan with generator and conduit placement.
• Preliminary Instrumentation and control drawings for communication and operation of the
generator.
• Preliminary construction cost estimate.
Based on our meeting with the City, we are assuming the following items:
• Portions of the existing concrete pad will be replaced
9
• The existing hatches to the pump station to remain
• There are no anticipated modifications to the internal piping within the pump station
• There is no tree removal required
• The City desires to remove the existing guardrail adjacent to the railroad tracks
Task 5— Final Design
Based upon City comments on the preliminary design, PACE will prepare the final design and
contract bid documents in accordance with City standards using the City's standard template
and the current version of the Washington State Department of Transportation "Standard
Specifications for Road, Bridge, and Municipal Construction. The design will include the
following items:
• Existing Site Conditions.
• TESC Plans and Details.
• Site Plan and Details of the new generator, enclosure, bypass vault , manhole
modification, site restoration, and associated appurtenances.
• Electrical Design.
• Contract Documents.
• Estimate of Probable Construction Costs.
PACE will incorporate any City forms or special bid/construction requirements within the bid
documents. It is assumed that the City will advertise, open bids, and award the p ject with
support from PACE.
Task 6— Electrical Pre-Design
Follett Engineering will prepare the following electrical design and evaluation:
• Determine/confirm the size of generator needed for three pumps at the design flow.
• Work closely with City for design and installation of Calvert Technical Services controls.
• Prepare preliminary electrical drawings.
• Prepare a preliminary construction cost estimate of the above items.
• Summarize the above items in a Technical Memorandum.
• Determine type of gas detection devices required by code within the pump station.
• Evaluate if existing fan and blower meet current air exchange codes.
Task 7 — Final Electrical Design
Follett Engineering will prepare the final electrical design for the new generator and
appurtenances based upon review comments from the City. The final electrical design includes
the demolition of all electrical and |&C equipment and replacement with all new electrical
equipment including the motor control center and ATS and all new controls and instrumentation.
Task 8 — Geotechnical Services
Associated Earth Sciences, Inc., will conduct a geotechnical evaluation of the existing pump
station site. This evaluation will consist of the following items:
1. Two borings onsite to a depth of 25 feet.
2. Calculate the bearing capacity of the existing soils. This bearing capacity will be used to
design a new concrete slab that will support the new generator and CMU enclosure wall.
3. Based on the boring information and onsite inveaUgoUon, provide an assessment on the
probable cause of the existing settlement and provide recommendations to prevent any
further settlement.
10
4. Summarize the above items in a Technical Memorandum to the City of Tukwila.
Task 9 — Construction Services (Option Item — Not in Co
PACE is a full service engineering and surveying company that will be pleased to provide the
following construction services to the City of Tukwila in support of this project if requested by the
City. PACE proposes services during construction to include:
1. Bid assistance (City will advertise the project).
2. Construction management.
3. Construction surveying/staking.
4. Construction inspection.
5. Shop drawing review.
6. Progress payment processing.
7. Record drawing preparation.
11
PACE Engineers
Project Name
Project IL
EXHIBIT B
Project Name P542 Retrofit
Proj Number EliIllnO Group ;1:
0
Stall Type II (See Labor Rates Table)
!Stall Type Hourly Rate
i
!Drawing/Task Title
ITask 1 - Project Management
Meedngs
Field Recon
Coordination
!Task 2 - Site Survey
I
'Task 3 Basin Study
Review Existing Data
Flow Calculations
Tech Memo
Task 4 Preliminary Design
Site layout
Cost Es Ornate
OA
1Task 5 Final Design
TESL
Site Plan and Details
Specifications
Cost Estimate
OA
Task 6 Prelim Electrical (see below)
Task 7 Final Electrical (see below)
Task 8 Geotechnical Evaluation (see below)
Task 9 Construction Support (Not In Contract)
$185
Labor I Senior
Code Principal
i 12
I 4
t 4
4
6
6
6
12
$150
Project
Manager
20
8
4
8
2
12
4
4
20
16
4
38
24
10
4
4
4
11.1 /4
$110 $110
Cad Drafter
EMgineer lilt
0 0
0
4
4
Project Budget Worksheet - 2013 Standard Rates
Location:IP oject Location Tukwila
Task //:I
Labor Hours by Classification
41
$150 $140
Cuivuy
Principal Project Project Survey Tech
Surveyor Manager Surveyor II
I Prepared By:KHN
Dale: 23-Jul-13
46 48
$120 5110
4
0 I 0
16 I 0 I 0
16
32
8
24
0
Hours Total
Labor Total
Expenses
25.0 104,01 12.0
$4,625 515,600 $1.320
ratelunii
Reimbursable
Quantity
'linty LOCATE
The Report
PliotoNideo
Mileage,Travel/Per Diem
lvIinceilelIeous
Technology Fee (2% of laboi)
Total
File: PS 2 Budget EXHIBIT B.xls, Fee Worksheet
0.0 4.0 0.0
50 $600 SO
l; :..;,...i...,:l......,,l,ii:ii;.:::::::,::::„:,--:; :::::::•:,:l.....,11,.
Subconsultants
Task 5 Prelim Elec
Task G Final Elec
Task B Geotech
Subconsultant Subtotal
Markup
Total
$3.335
520,980
$7,500
$31,815
12°t
$35,633
Page 1 of
0 I 0
55
$189
2-Man
Survey Crew
4 20 12
0 0 0
010 0
0 I 0
51
$89
Project Hour
Administrator I Total
32
8
Dollar
Total
55,220.00
12.0 51,940
8.0 51,340
12.0 $1,940
42.0 55,848.00
29.0 $3,745.00
4.0 5600
20.0 52,360
5.0 5785
42.0 I $5,870.00
32,0 54,160
4.0 5600
51,110
88.0 $11,482.00
12.0 $1,320
48.01
18.0 $6,240
$2,212
4.01 5600
6.0 51,110
4.0 $600.00
4.0 $600.00
4.0 5600.00
PACE Billed Labor Total
Reimbursable Expenses
Subconsultants
Total Project Budget
$33,965
$679
$35.633
$70,277
Rate Table Used: 2013 Standard Rates I
Printed: 812012013, 8:38 AM
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2014 to 2019
PROJECT: Sewer Lift Station No. 2 Upgrades Project No. 90440205
DESCRIPTION: Install new pumps, motors, control system, backup generator and force main from Mink ler to Strander Blvd.
JUSTIFICATION: The lift station upgrade will be required upon full development of Tukwila South.
STATUS: Sewer lines installed in 2010 with Southcenter Pkwy Extension roadway project. Generator replacement,
concrete slab, and replacement of pump's motor control system are scheduled in 2014.
MAINT. IMPACT: Reduce liability if the existing slab breaks the power connection.
COMMENT: See Tukwila South development agreement for funding and ULID requirements.
FINANCIAL
in $000's) 2012 2013 2014 2015 2016 2017 2018 2019 BEYOND TOTAL
EXPENSES
Through Estimated
Design
Land (R/W)
Const. Mgmt.
Construction
TOTAL EXPENSES
FUND SOURCES
Awarded Grant
Proposed Bond/ULID
Mitigation Actual
Mitigation Expected
Utility Revenue
TOTAL SOURCES
5
75
75
75
500
575
100
1,000
6,000
7,100
180
0
1,075
6,500
7,755
5
5
75
75
575
575
0
0
0
0
0
0
0
0
0
0
7,100
0
7,100
0
7,100
0
0
655
7,755
roject Location
ljIIIIIIIIIIIIIIIII1),I1R111111111))111111111111111111111111111111111))1111111111111111111111111111A1111111111N11111,11,1,1p,
2014 - 2019 Capital Improvement Program
78
13