Loading...
HomeMy WebLinkAboutCOW 2005-03-28 Item 5B.2 - Contract Supplements - Strander Boulevard Stormwater Pump Station #17 Management with PACE Inc COUNCIL AGENDA SYNOPSIS kJgs Initials ITEMNO. I k i k r�{ Meeting Date Prepared by 1 Mayor's review 1 Council review 1 w�.u� 3/28/05 BG 1 ('_k U 1 1908 ITEM INFORMATION CAS NUMBER: 05-047 j ORIGINAL AGENDA DATE: MARCH 28, 2005 AGENDA ITEM TITLE Strander Blvd Upgrade Pump Station #17 Consultant Supplements with PACE CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other Mtg Date Mtg Date Mtg Date Mlltg Date Mfg Date Mtg Date Mtg Date: 3/28/05 SPONSOR Council Mayor Adm Svcs DCD Finance Fire Legal P&R Police PTf/ SPONSOR'S In December 2003, Penhallegon Associates, Inc. (PACE) began design of the Strander Blvd SUMMARY Upgrade Project. Final design is complete and the bid award for construction is underway. Two supplements are for PACE to perform construction management services for $204,386.00 and additional design work for $18,425.00, bringing the new contract total to $415,556.00. REVIEWED BY COW Mtg. CA &P Cmte 111 F &S Cmte Transportation Cmte Utilities Cmte Arts Comm. Parks Comm. Planning Comm. DATE: 3/22/05 RECOMMENDATIONS: SPoNsoR /ADMIN. Authorize Mayor to sign two supplements with PACE. COMMITTEE Authorize Mayor to sign supplements and forward to COW COST IMPACT FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $415,556.00 $2,177,000.00 Fund Source: 412 Surface Water (page 122, 2005 CIP) Comments: See Bid Award memo for detail on budgeted amount. MTG. DATE j RECORD OF COUNCIL ACTION 3/28/05 1 MTG. DATE 1 ATTACHMENTS 3/28/05 Information Memo dated March 9, 2005 Consultant Supplements with Scope of Work 1 Utilities Committee Meeting Minutes from March 22, 2005 I j INFORl\rIATION MEMO To: Mayor Mullet Public Works Directo~ March 9, 2005 Strander Blvd Pipe Replacement Project No. 86-DR01, Contract No. 03-146 Supplemental Agreement No. 11 Budget Line Item No. 412/02.594.382.41.08 Supplemental Agreement No. 2/ Budget Line Item No. 412/02.594.381.41.08 From: Date: Subject: ISSUE Approve Supplemental Agreement Nos. 1 and 2 for Contract No. 03-146 with Penhallegon Associates, Inc. BACKGROUND Consultant Agreement No. 03-146 included project administration, environmental permitting, utility coordination, and fmal plans, specifications, and estimate (PS&E) for the Strander Blvd Pipe Replacement Project. Supplemental Agreement No.1 adds construction management and inspection services to the agreement. This supplement includes full-time construction inspection and project management with Entranco as a sub consultant to PACE, Inc. Supplemental Agreement No.2 includes additional preliminary engineering costs that have been incurred by the consultant due to time delays in securing Endangered Species Act (ESA) approvals, design of a new water quality device per requirements recently received from the US Fish and Wildlife Service, additional coordination meetings with City staff, and added coordination with the Corps of Engineers for permit approvals. ANALYSIS Supplement No.1 is required for contract project management due to extremely high workload of City staff, and construction engineering was included in the budget for this project. Additional design tasks outlined in Supplement No.2 were required to meet requirements of permitting agencies that were not anticipated in the original agreement. These changes included provisions for cultural resource monitoring during pump station excavation, a new water quality device sized for the entire existing basin, additional pump controls to allow shut off of the station at 12,000 CFS, and review with the Army Corps for changes proposed by the KC Flood Control District on pipe backfill materials. The project schedule was also extended from design completion in June of 2004 to a new completion date of February of 2005. RECOMMENDATION Approve Supplemental Agreement No.1 for $204,386.00 for construction management and inspection services and Supplemental Agreement NO.2 for $18,425.00 for additional permit-related design modifications. RLIBG attachments: Supplemental Agreement No. 1 Supplemental Agreement No.2 (p:Proj::ct:..1.A- DR Pmja;ts\86DROl\Suppfem:m Nos. 1 am 2) SUPPLEMENTAL AGREEMENT NO.1 to CONSULTANT AGREEMENT NO. 03-146 THIS SUPPLEMENTAL AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City," and Penhallegon Associates Consulting Engineers, Inc., hereinafter referred to as "the Consultant," in consideration of the mutual benefits, tenus, and conditions hereinafter specified. The City desires to supplement the agreement entered into with the Consultant and executed on November 12, 2003, and identified as Agreement No. 03-146. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: 1. Scope of Services is hereby changed to include the attached Exhibits A-I, B-1, C-l and D-l. 2. Payment shall be amended as follows: Payment for the work provided by the Consultant as part of this supplement shall be made and the total amount of payment to the Consultant for this work shall not exceed $204,386.00 without express written modification ofthe Agreement signed by the City. The maximum amount payable under this agreement as supplemented inclusive of all fees and other costs is now $397,131.00. DATED this J. 'I day of 'NOV6M 13,-?1t ,2004 . CITY OF TUKWILA PENHALLEGON ASSOCIATES CONSULTING ENGINEERS, INe. Steven M. Mullet Mayor 1{~ 4b- /LJLu~ Kenneth .H. Nilsen, P .E. Vice -President EXHIBIT A-I City of Tukwila Strander Blvd. Stormwater Pump Station, Road and Drainage Improvements CONSULTANT AGREEMENT NO. 03-146 SUPPLEMENTAL AGREEMENT NO.1 Construction Services November 11, 2004 SCOPE OF WORK Penhallegon Associates Consulting Engineers, Inc. (PACE), will establish agreements with sub consultants to perfonn: Construction management services for the Strander Blvd. Stonnwater Pump Station and Roadway Improvement Project Electrical engineering support during construction and construction observation services. Geotechnical and natural resources engineering support during construction and construction observation services PACE will provide project management and administrative services between the City of Tukwila and the subconsultants. All construction management communications, as described in Exhibit B-1, shall be directed to the City and PACE, in order to keep the project manager and design- engineers aware of construction progress and issues which may arise. PACE will provide civil engineering services at the project site or from their office when required by the sub consultant or the City of Tukwila and will attend project meetings when requested. Services may include, but are not restricted to: a. Respond to unanticipated conditions that occur during construction. b. Review requests to change or modify the work shown in the plans and specifications. c. Attend preconstruction meeting, pump station startup, final walk-through, and other project meetings when requested by the City of Tukwila or the construction management subconsultant. d. Perfonn construction observation services for the pump station. e. Review shop drawings. f. Revise the original drawings and prepare record drawings and submit to the City, upon completion of the work, using available infonnation supplied by the Contractor and field personnel. Contractor-supplied as-built survey infonnation shall include roadway centerline profile grades at 50-foot intervals, horizontal and vertical locations of all catch basins, manholes or other significant structures. Provide one set of original red- ink on mylar record drawings, one set of bond copies and the AutoCAD record drawings on CD ROM The sub consultant scope of work and budget details are shown in Exhibits B-1, B-2, C-l, C-2, Dl, and D-2. Penhallegon Associates Consultant Agreement 03-145 Strander Boulevard Stormwater Pump Station Exhibit B-1 City of Tukwila Strander Blvd. Stormwater Pump Station, Road and Drainage Improvements Supplement Number 1 Contract Number 03-146 Construction Services Scope of Work , November 11, 2004 Construction Services This work will provide construction services for the construction contract to complete the Strander Blvd. Stormwater Pump Station, Road and Drainage Improvements (hereinafter called "Project"). These services will include project management, inspection, and contract administration required during the construction of the project, as detailed below: Entranco, Inc. ("Consultant") will provide to Pace for the The City of Tukwila, Washington ("Client") construction services for Strander Blvd. Stormwater Pump Station, Road and Drainage Improvements A detailed scope for the Contract follows: I. INTRODUCTION The Consultant will perform the following scope of construction services on the Project. The scope of services and associated cost of services are based upon the assumptions outlined below. Assumptions: . The accompanying budget for the services detailed below is based on the services of one full-time- time resident engineer during a 120 Calender day or an approximate 4 month construction contract. An increase or decrease in the number of working days affects the time the resident engineer and related support staff will be required to work on the project. . The proposed project team will include a full-time resident engineer for the duration of the project, a part-time pipe and roadway inspector for an estimated 40 Calender days, and contract administration support throughout the project. . Mileage: Mileage will be charged on a round trip basis from our Bellevue office, unless staff are traveling directly to the site from locations closer than Bellevue. At no time will mileage be charged from locations beyond our Bellevue office. . Field office: The contractor is responsible for providing a field management facility. We assume this to included, at a minimum, providing a secure 240 square foot trailer, separate from the Contractor's field office and for the exclusive use of the Consultant and inspection staff. The field management facility will also be equipped with parking for 4 vehicles on a crushed gravel surface, stairs with handrails, weekly janitorial service, heat and air conditioning, electric lights, two separate phone lines, touch tone telephone with digital answering machine, plain paper fax machine (including toner cartridge), Operable windows with security bars, six square feet of shelving, 4 drawer filing cabinet, bulletin board, plan table (3' x 6'), copy machine (including toner), conference table (4'xS'), 6 stacking chairs, two desks, 2 office chairs with casters, 1 drafting stool, dead bolt or padlock on front door with 6 keys, sanitary facilities within 25 feet of office, and hand washing facilities. We also assume that the Contractor will include in their costs providing power and telephone service (local and long distance). Entranco will provide a desktop computer for use on the Project. The Contractor will add Entranco as strander ps Engranco Draft Scoperevised.doc Page 1 of4 additional insured during the course of construction in the event of theft, vandalism, or other incident(s) including 3rd party liability. II. DETAILED SCOPE OF WORK Task 1 - Project Management. Provide overall project management, coordination with the Client, monthly progress reports, and invoicing. This effort will include the following elements. 1.1 Organize and layout work for project staff. Prepare project instructions on contract administration procedures to be used during construction. 1.2 Review monthly expenditures, prepare invoice and submit project progress letter to the Client. (Note: See also Tasks 3 and 4, which include activities that may otherwise be considered project management tasks.) Task 2 - Preconstruction Services 2.1 Preconstruction Conference. The Consultant shall prepare an agenda for, distribute notices of the conference, and will conduct a preconstruction conference in the Client's offices. The Consultant's project manager, principal for construction services, and resident inspector will attend the preconstruction conference and will prepare a written record of the meeting. The consultant shall also distribute copies of the minutes to all attendees and affected agencies, staff, etc. 2.2 Provide one set of preconstruction photographs to the Client. Task 3 - Construction Services - Field 3.1 Provide the services of one full-time inspector/RE and supplemental inspectors for pipe, roadway, electrical, and other items, as needed, on the project site who will observe the technical conduct of the construction, including providing day to day contact with the Contractor and the Client. By providing such assistance, the Consultant shall assume no responsibility for proper construction techniques and job site safety. The presence of the Consultant's personnel at the construction site is for the purpose of providing to the Client a greater degree of confidence that the completed work will conform generally to the Contract Documents and that the integrity of the design concept as reflected in the Contract Documents has been implemented and preserved by the construction contractor(s). The Consultant's personnel shall act in accordance with Section 1-05.1 and 1-05.2 of the current WSDOT Standard Specifications. The Consultant will endeavor to protect all parties against defects and deficiencies in the work of the Contractor(s), but cannot guarantee the Contractors' performance and shall not be responsible for construction means, methods, techniques, sequences of procedures, or for safety precautions and programs in connection with the work performed by the construction contractor(s) and any subcontractors. 3.2 Prepare daily construction reports, utilizing Consultant report forms, detailing the contractors operations performed for each day the Consultant is on site; measure the quantities of materials installed, log equipment and staff used, and other items. 3.3 Decide questions which may arise as to the quality and acceptability of material furnished, work performed, and rate of progress of work performed by the Contractor, including response to related questions from adjacent property owners and the general public. 3.4 Prepare field records and documents to help assure the project is administered in accordance with funding requirements. strander ps Engranco Draft Scoperevised.doc Page 2 of4 3.5 Provide periodic photographs during the course of construction. Photographs to be labeled with date taken and subject matter. 3.6 Contract with an independent laboratory material testing services (field sampling, sieve analysis, in situ density tests, extraction, rice density. A $ 7500 allowance has been included for testing services from an independent laboratory. 3.7 Punch list. Upon substantial completion of work, coordinate with the Client and other affected agencies, to perform a project inspection and develop a comprehensive list of deficiencies or 'punch list' of items to be completed. This will be issued with the Certificate of Substantial Completion, which will be issued by the Consultant. Task 4 - Construction Services - Field Office 4.1 Day to day project management: liaison with Client on a regular basis to discus project issues and status. 4.2 Plan interpretations. Provide technical interpretations of the drawings, specifications, and contract documents, and evaluate requested deviations from the approved design or specifications. 4.3 Weekly meetings. Lead weekly meetings, including preparing meeting minutes and distributing copies of minutes to attendees. Outstanding issues to be tracked on a weekly basis. Contractor to provide a 3-week schedule of upcoming work at each meeting. 4.4 Record drawings. Review record drawings prepared by the Contractor and forward contractor red-lined set of drawings to the designer for drafting. 4.5 Monthly Pay Requests. Prepare monthly requests for payment, review with the Client and contractor and approve, as permitted. Utilize Client provided format for pay estimates, or Entranco format. Task 5 - Submittal Processing 5.1 Coordinate review process for shop drawings, samples, traffic control plans, test reports, and other data submitted by the Contractor for compliance with the information required by the contract documents. Key submittals to be transmitted to the Designer (PACE) for their review. 5.2 Entranco shall review traffic control, schedule, and materials submittals provided by the Contractor. 5.3 Forward copies of submittals to the Client for their information and review. 5.4 Log and track submittals. Provide updates of log to the Client on a periodic basis. Task 6 - Change Orders 6.1 Change orders. Develop change orders and provide technical assistance to negotiate the change orders. It is assumed that there will be no more than 4 change orders, totaling up to 40 man-hours. (Note: Change orders that may affect facility performance will be transmitted to the Designer for review and concurrence.) Task 7 - Engineering Assistance The services described under this task, and any other additional services requested by the Client, will be performed up to 20 hours of labor as directed by the Client and included in this contract. Additional work above these 20 hours will be performed when authorized by the Client. Authorization to perform additional services will be in the form of an addendum to this agreement, specifying the work to be performed, estimated level of effort, and basis of payment. strander ps Engranco Draft Scoperevised.doc Page 3 of 4 7.1 Partnering Workshop. Organize and aid in conducting a partnering workshop to be attended by the relevant project stakeholders, including securing meeting space, retaining catering service, and securing the services of a trained partnering facilitator. 7.2 Provide any additional services resulting from changes in scope or design of the project due to circumstances beyond the Consultant's control. Changes include, but are not limited to, changes in size, complexity, the schedule, character of construction, or method of financing. 7.3 Provide survey crew to perform quality assurance of contractor provided survey work. 7.4 Provide record drawings on media other than described previously, including electronic or scanned images of the record drawings. Also, providing additional sets beyond what is specified above. 7.5 Assist the City with media communications of project status. The Consultant will coordinate media releases and traffic advisory updates if requested by the City. 7.6 Prepare and maintain a project web site showing current construction progress and traffic impacts. Task 8 - Peer Review 8.1 Provide 16 hours for peer review of final plans and specs with a letter report of findings and attend a meeting with PACE and Tukwila staff. General Notes It is further understood and agreed that because Consultant did not prepare the Contract Documents for the project, Client waives all claims against Consultant arising from or in any way connected with errors, omissions, conflicts or ambiguities in the Contract Documents prepared by others. In addition, Client agrees, to the fullest extent permitted by law, to indemnify and hold Consultant harmless from any damage, liability or cost, including reasonable attorneys' fees and defense costs, arising from any errors or omissions contained in the plans, specifications or other Contract Documents prepared by others, except for the negligence or willful misconduct of the Consultant. strander ps Engranco Drat! Scoperevised.doc Page 4 of 4 Strander Pump Station Construction Services Exhibit C-1 City of Tukwila Strander Blvd. Stormwater Pump Station, Road and Drainage Improvements Supplement Number 1 Contract Number 03-146 Electrical Engineering Construction Services Scope of Work August 20, 2004 The Subconsultant shall provide services during construction for Strander Blvd. Stormwater Pump Station, Road and Drainage Improvements as outlined below: A. Answer bidders questions by phone and assist in any addenda preparation. B. Review electrical power, controls, and instrumentation equipment and material submittals C. Answer contractor questions and RFls during construction and review change orders as required D. Attend meetings and answer questions as required by the Client E. Inspect and Test motor control centers and control panels at the System Integrator's shop and provide punch list of incomplete or incorrect items. F. Perform intermediate site inspections of the electrical construction and provide a punch list of incomplete or incorrect items G. Provide inspection and testing of the electrical work at the completion of construction and provide a punch list of incomplete or incorrect items. H. Review operations and maintenance manuals I. Revise electrical drawings for a complete set of "As-Built" record drawings and provide final copy in electronic CD format to Penhallegon Associates Consulting Engineers. All project communications shall be directed to the Consultant and the City, in order to keep the project manager and design engineers aware of construction progress and issues which may arise. The construction duration is anticipated to be 120 days with a construction start date of approximately February 2005. Deliverables: Items to be provided by the Subconsultant to the Consultant and the City: . Asbuilt record drawings . Punchlist FOLLETT ENGINEERING PLLC EXHIBIT C-2 Redmond, WA 98053 425-836-3333 ELEC~TR~C~l:.~L Er~.;~3H"-JEE~:;~~(;. 8: CC1f.iSLH.. T;;".JC:. CLIENT: PACE Date October 28, 2003 PROJECT: STRANDER BLVD STORMWATER PS Project # TUKWILLA Client # Task DESCRIPTION Senior I Engr ; CAD Sub total Engineer i Total I DESIGN AND CONSTRUCTION $95 I $75 $55 4 CONSTRUCTION ASSISTANCE BID ASSISTANCE 2 $190 SUBMITTAL REVIEW GENERAL ELECTRICAL 8 $760 CONTROLS & INSTRUMENTATION 24 $2,280 POWER EQUIPMENT AND MECHANICAL 8 I $760 CONTROL PANEL CHECKOUT 12 $1,140 CONTRACTOR QUESTIONS 12 $1,140 CLIENT COORDINATION I QUESTIONS 6 $570 CHANGE ORDERS 2 $190 INTERMEDIATE SITE INSPECTION 10 $950 STARTUP AND TESTING 12 $1,140 PUNCH LISTS 4 $380 O&M MANUAL REVIEW 2 $190 RECORD DRAWINGS (AS-BUILT) 5 5 $750 $10,440 I I Total Hours 107 5 OTHER EXPENSES SUBTOTAL $10,440 $10,440 EXPENSES TOTAL $10,440 11/1812004 5:30 PM 1 OF 1 follet const Fee.xls Tuk\'~lla - Strander Blvd PS Exhibit D-l City ofTukwila Strander Blvd. Stonnwater Pump Station, Road and Drainage Improvements Supplement Number I Contract Number 03-146 Geotechnical and Natural Resources Construction Services Scope of Work September 3, 2004 The Sub consultant shall provide geotechnical engineering services for Strander Blvd. Stonnwater Pump Station, Road and Drainage Improvements as outlined below: A. Attend pre-construction meeting with the City, Construction Manager, and Contractor. B. Review and comment on geotechnical aspects of contractor submittals, including dewatering (if required), temporary excavation support, pipe bedding materials, trench backfill materials, and outfall woody debris. C. Provide consultation on geotechnical-related construction issues. . D. Complete a site visit to observe placement oflarge woody debris at outfall 11/18/04 P:\P03\03889Idoclproposalsllandau ConstrucL 0-1 prop.doc LANDAU ASSOCIATES Exhibit 0-2 City of Tukwila Strander Blvd. Stormwater Pump Station, Road and Drainage Improvements Supplement Number 1 Contract Number 03-146 Geotechnical and Natural Resources Construction Services Budget September 3, 2004 0 ro c: cD '6 ...J Qj ro 5 ~ C) .0 OJ 0 " 0 ro () 0 :> '" "0 l- ce '" .0 ~ .><: e:( 0 OJ '" .0 en '" cu Task u5 '" It ~ l- e:( Preconstruction Meeting 4 4 $ 540 Review/Comment on Contractor Submittals 2 8 4 14 $ 1,640 Geotechnical Consulting 16 4 20 $ 2,420 Site Visit to Observe Woody Debris Placement 2 $ 300 TOTALS 4 28 8 38 $ 4,900 Reimbursable Expenses Travel Expense Reproduction, etc. Total $ 100 $ 100 $ 200 PROJECT TOTALS Labor Reimbursables $ 4,900 $ 200 TOTAL ESTIMATED BUDGET $ 5,100 11/18/2004Iandau Constr Support_cost.xls SUPPLEMENTAL AGREEMENT NUMBER 2 TO CONSULTANT AGREEMENT NUMBER 03-146 THIS SUPPLEMENTAL AGREEMENT is entered into between the City of Tukwila, Washington, herein-after referred to as "the City", and Penhallegon Associates Consulting Engineers (PACE), Inc., hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. The City desires to supplement the agreement entered into with the Consultant and executed on, November 12, 2003 and identified as Agreement No. 03-146. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: 1. Scope of Services, is hereby changed to include reimbursement for the following items: a. The prolonged project schedule as a result of time delays due to length of time to secure Endangered Species Act (ESA) approval resulted in ongoing coordination, management and administration costs. The original construction was anticipated to begin in September 2004. We now anticipate construction to begin in spring of 2005. b. The requirement by Washington State Ecology to provide a storm water quality treatment device for ESA approval resulted in additional permit coordination effort with the review agencies, as well as time to select and design the appropriate water quality treatment device for the project, revise construction plans and details, and update the hydraulic calculations and drainage report. c. Additional coordination meeting with City staff. d. Additional coordination with the Corps of Engineers following the completion of the design. 2. Payment, shall be amended as follows: Payment for the work provided by the Consultant as part of this supplement shall be made and the total amount of payment to the Consultant for this work shall not exceed $18,425 without express written modification of the Agreement signed by the City. The maximum amount payable under this agreement as supplemented inclusive of all fees and other costs is shown below: Original Contract Supplemental 1 (Construction Management & Inspection) Supplemental 2 (Design Scope Modifications) TOTAL CONTRACT $192,745.00 $204,386.00 $18,425.00 $415,556.00 DATED this day of ,20_. CITY OF TUKWILA CONSULTANT Steven M. Mullet, Mayor By: ~l~t~V'l-6'&-n 11r/UJA'-' Printed Name: Kenneth H Nilsen Title: Vice President Utilities Committee March 22, 2005 Present: Dave Fenton, Chair; Joan Hernandez, Jim Haggerton Jim MOlTow, Frank Iriarte, Gail Labanara, Bob Giberson, Pat Brodin, Ryan Larson, Mike Ronda, Lucy Lauterbach 1. Strander Blvd Storm Water Pump Station and Road Bid Award A project to replace the gravity stonn drainage line along Strander Blvd between Andover Park East and the Green River is needed. Flooding currently exceeds the pipe's capacity, and a larger pipe will replace the current facilities and a new pump station will be built. ElTors were found in the two lowest bid prices, so the third lowest bidder is the bid award recipient. Because the cost was higher than anticipated, funds from neighborhood drainage and future GIS mapping will be used to supplement the project budget. The contractor is Frank Coluccio and the cost is $1.566 million. Recommend bid award to COW and Regular Meetings. ~ 2 Strander Blvd. Storm Water Pump Station and Road Construction Services If they had ~f\. time staff would supply the contract project management for this project. Due to their high workload, they negotiated an agreement with Penhallegon Associates for the work. Public Works already has a contract with Penhallegon to provide design. One supplement is for additional design work for $18,425 and the second supplement is for construction management for $204,386.00. Information only. 3. Cascade View Drainage Improvement Project Both Water District 125 and Val Vue have projects they would like to do to coincide with the city's street and drainage work in Cascade View. The city has prepared interlocal agreements with both utilities. The city will incorporate the utility work into the city project for the Val Vue Sewer district, but the bid was too high for Water District 125, so they will be responsible for their own work. The two interlocal agreements spell out the responsibility of both utilities and the city's responsibilities. Recommend two interlocal agreements to COW and Council for approval. 4. Cascade View Drainage Project Bid Award The Cascade View Drainage project was bid in February and early March of this year. Three bids were received, and the lowest bid was accepted. The project budget was $4) million, and the lowest bid was $3.96 million. SCI was the low bidder. The city has worked with this contractor on many projects throughout the city, including S. 134th, S. 160th and East Marginal Way. Val Vue Sewer work in Item 2 will be completed for $76,704 bringing the total bid award to $4,039,204.00. Recommend bid award to SCI Infrastructure for $4,039,204 to COW and Rewlar Meetings. 5. Cascade View Drainage Construction Management Services The city first had a contract with KPG for design ofthe Cascade View Drainage in 2003. The city staffwill provide construction engineering for the project, and KPG will provide construction engineering assistance. Information only.