Loading...
HomeMy WebLinkAboutCOW 2003-11-24 Item 3B - Agreement - Fort Dent Pump Station with PACE for $41,742CAS Number: 03-147 Meeting Date 11/24/03 Agenda Item Title: Original Sponsor: I Timeline: Sponsor's Summary: Recommendations: Sponsor: Committee: Administration: Cost Impact (if known): Fund Source (if known): Meeting Date 11/24/03 COUNCIL AGENDA SYNOPSIS 03 Initials Prepared by 1 Mayor's review I Council review RL S& Vim" I ("G' I I ITENTINFORNIATIO Original Agenda Date: November 24, 2003 Fort Dent Park Drainage Improvements Consultant's Agreement Council Admin. Public Works ITEMNO. b. The consultant's agreement is for design of the drainage upgrades to the Fort Dent pump station. Both pumps need to be replaced and telemetering equipment is needed. Two fines submitted proposals and Penhallegon Associates (PACE) was chosen as having the best project understanding and staff availability to meet the project needs. Authorize the Mayor to sign the agreement with PACE. Forward to Committee of the Whole. Same as Sponsor. $41,742.00 303 Facilities CTINA Action pENDICE Meeting Date I Attachments 11/24/03 Information Memo dated November 14, 2003 Consultant's Agreement Utilities Committee Meeting Minutes from November 18, 2003 To: Mayor Mullet From: Public Works Director Date: November 19, 2003 Subject: Consultant Recommendation for Fort Dent Park Upgrade Pump Station No. 19 City Project No. 03 -DR04/ Budget Line Item No. 303/00.594.190.41.13 ISSUE Approve a consultant agreement with Penhallegon Associates Consulting Engineers (PACE), Inc., to evaluate the existing contributing drainage systems and design upgrades to the Fort Dent Pump Station. BACKGROUND The existing stormwater pump station is failing and in need of upgrades. This station was constructed as part of the Fort Dent Park construction in the mid 70's and has not been adequately maintained. There are two pumps that drain the park when the river elevation is above the pond elevation. One of the two pumps has failed leaving just one pump online. ANALYSIS Public Works staff analyzed the existing pump station and determined that the pumps must be replaced. These pumps and controls are 27 years old and replacement parts are no longer available. In addition, the station does not have any telemetering equipment to notify maintenance personnel during an equipment failure. Failure of this station to adequately drain the park may lead to flooding of the newly constructed Starfire Sports facilities. During the recent rains of October 2003, the pond elevation rose by approximately 3 feet. No damage was caused by this event since the river was low enough to allow the gravity system to operate in combination with the pump. If the river was elevated, then substantial flooding may have occurred. Gary Struthers, Inc., and PACE, Inc., were short- listed from the consultant roster for the Strander Boulevard Pipe Replacement Project, so were also used for this similar drainage project. These firms were chosen based on their extensive work in the design of pump and drainage facilities. Each firm submitted proposals and these proposals were evaluated. It was determined that PACE had the best project understanding and staff availability to meet the project needs. Budget Summary: Total Project RECOMMENDATION Approve the consultant agreement with PACE, Inc., for professional design services to design upgrades to the Fort Dent Pump Station in the amount of $41,742.00. RL:ad attachment: Consultant Agreement (P:Projav\A- DR Projects \03DR04 \UC111803 Consultant Recommendation) INFORMATION MEMO Design Contract 41,742.00 Budaeted 303 Fund 200,000.00 CONSULTANT AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred to as "the City and Penhallegon Associates consulting Engineers (PACE), 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 and Environmental services in connection with the project titled Fort Dent Stormwater Pump Station 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Time for Performance. Work under this contract shall commence upon the giving of written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement within 300 calendar days from the date written notice is given to proceed, unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $41,742.00 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment is provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and state for a period of three (3) years after final payments. Copies shall be made available upon request. 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services to be rendered under this Agreement. 7. Indemnification. The Consultant shall indemnify, defend and hold harmless the City, its officers, agents and employees, from and against any and all claims, losses or liability, including attorney's fees, arising from injury or death to persons or damage to property occasioned by any negelent acts, errors or omissions or failure of the Consultant, its officers, agents and employees, in performing the work required by this Agreement. With respect to the perform -ance of this Agreement and as to claims against the City, its officers, agents and employees, the Consultant expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any employee of the Consultant. This waiver is mutually negotiated by the parties. This paragraph shall not apply to any damage resulting from the sole negligence of the City, its agents and employees. To the extent any of the damages referenced by this paragraph were caused by or resulted from the concurrent negligence of the City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid and enforceable only to the extent of the negligence of the Consultant, its officers, agents and employees. 8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance, with a minimum coverage of $500,000 per occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/ aggregate for property damage, and professional liability insurance in the amount of $1,000,000. Said general liability policy shall name the City of Tukwila as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an inde- pendent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee 2 between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees The Consultant warrants that 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, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Attorneys Fees and Costs. In the event either party shall bring suit against the other to enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to recover its costs, including reasonable attorney's fees, incurred in such suit from the losing party. 3 16. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: Ken Nilsen, Vice President Penahllegon Associates Consulting Enineers, Inc. 1601 2 Ave. Ste. 1000 Seattle, Wa., 98101 -3511 17. Integrated Agreement. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. This Agreement may be amended only by written instrument signed by both the City and the Consultant. DATED this 12th day of November, 2003. CITY OF TUKWILA CONSULTANT Steven M. Mullet, Mayor By: 72enintiottnallr lit iz ur- Printed Name. Kenneth H. Nilsen Title: Vice President Attest/Authenticated: Approved as to Form: Jane E. Cantu, CMC, City Clerk Office of the City Attorney 4 Penhallegon Associates Consulting Engineers, Inc. Engineering Planning Surveying Mr. Ryan Larsen, PE z° Public Works City of Tukwila 6300 Southcenter Blvd. Tukwila, WA 98188 Subject: Proposed Scope of Work and Fee, Fort Dent Stormwater Pump Station (Revised Method of Payment) Thank you for meeting with us to review the Fort Dent stormwater pump station upgrade. Based upon our understanding of the project, Penhallegon Associates Consulting Engineers, Inc. (PACE) is pleased to submit this proposed scope of work and fee for your approval. Project Understanding The existing stormwater pump station serves the southeast corner of Fort Dent Park, which had consisted of a small soccer area, parking and grassed areas. Stormwater from these areas had been conveyed by catch basin and pipe to the existing pump station wetwell and pond. New soccer fields and related facilities under construction have added significant basin area to the system, including underdrains from the soccer fields, which discharge directly to the pond. Analysis of the hydrology of the new development was performed by Essayons Consulting Engineers for Starfire Fields and assumed that new fields were pervious. Based on recent record rainfall, the City is concerned that the underdrains cause the fields to function hydrologically as impervious areas, based on the speed and volume of runoff entering the detention pond and pump station. Under most conditions, stormwater from the wetwell flows by gravity to an adjacent manhole through a flap valve; from this manhole, stormwater gravity flows to the river. This outfall pipe is fitted with a presently open, inoperable sluice gate in the manhole. Also from the wetwell, two forcemains discharge to the adjacent manhole and a gravity pipe is laid to the detention pond. In order to handle the increased flows and address the outdated condition of the stormwater pump station, the City is proposing to upgrade the existing pump station and forcemain to handle the increased flows and meet current City standards. Replacement of the river outfall pipe is not included. In addition, stormwater from the parking lot presently is combined with `clean' water and flows Federal Way 253.566.6500 November 12, 2003 Kirkland 750 Sixth Street South Kirkland, WA 98033 P. 425.827.2014 F. 425.827.5043 Portland 888.723.7853 EXHIBIT A Seattle 206.441.1855 Mr. Ryan Larsen, PE City of Tukwila Fort Dent Stormwater Pump Station Upgrade November 12, 2003 Page 2 directly to the pump station without treatment. The City would like the parking lot runoff to be treated prior to entering the detention pond or wetwell. Scope of Services A detailed proposal consisting of seven (7) tasks follows. This proposal includes necessary engineering services through the project bid phase. It also includes all time required for project coordination and an estimate of direct costs associated with the project. Because the project is a utility replacement/maintenance activity, it is assumed that permits or SEPA checklist are not required, and permitting tasks are not included PACE will be the prime consultant for the entire Scope of Work, and will complete all civil engineering in- house. The electrical engineering will be subcontracted to Follett Engineering to perform the scope of work described below. We anticipate starting this work immediately and proceeding on a preliminary layout to submit for City review as soon as possible. Although a lump sum contract is proposed for all aspects of the project except direct expenses and optional tasks as noted, budgets are based on 2003/2004 rates. Should any of this work extend beyond 2004, a cost adjustment may be needed for any portion of the work extending beyond this time. SCOPE OF WORK Task 1 Review of Starfire Fields Technical Information Report (TIR) and Hydrologic/Hydraulic Analysis This task includes review and assessment of the assumptions and findings of this report, which form the basis for use of the existing stormwater pumps and detention pond to handle flows from the soccer complex. Utilizing the Starfire Sports Soccer Complex TIR and construction drawings, City asbuilts, existing pump data, and other information provided by the City, PACE will confirm/evaluate the hydraulic assumptions of the TIR, and modify as necessary. We will perform a hydrologic analysis of the drainage basin conveying runoff to the pump station, using the KCRTS model, and incorporating the impervious function of the new soccer fields. The hydrographs from this model will be routed through the pump station, detention pond, and conveyance system to size the required pumps, forcemain, and discharge pipe to prevent flooding. It is assumed that the pump station and conveyance pipes will be designed to provide flood protection of the soccer field underdrains (or as modeled in the Starfire Fields TIR) for a 25 -year rainfall with 9000 cfs flow in the river. The river discharge pipe capacity will be included in the analysis to assure that increased pump flows can be carried by the downstream pipes. It is assumed that regional parameters will be used and there will be no calibration of the model. Penhallegon Associates Consulting Engineers, Inc. Engineering Planning Surveying Mr. Ryan Larsen, PE City of Tukwila Fort Dent Stormwater Pump Station Upgrade November 12, 2003 Page 3 As part of this analysis, PACE will prepare a memo summarizing the hydraulic and hydrologic findings. These findings will be submitted to the City for review and comment. Task 2- Preliminary Design Based on the findings of Task 1, preliminary drawings of the proposed improvements will be prepared for City review, including: Stormwater pump station upgrades, including budget level cost estimate New stormwater forcemains from the pump station to the adjacent manhole, if required Water quality treatment proposal for parking lot stormwater Analysis of the existing outfall pipe capacity Task 3 Final Design PACE will provide final design plans for the Task 2 items based upon review comments on the preliminary design submittal. All materials and installation procedures will be in conformance with City and WSDOT /APWA standards, except as modified to address specific needs. All drawings will be prepared using AutoCAD2000. These items are described in more detail below: Storm Drainage Modifications PACE will design a water quality treatment system to treat storm water from the existing parking lots. A new gravity storm line from the last catchbasin on the east side of the parking lot will convey stormwater to the proposed treatment device. A birdcage -type structure will be added to the existing pond outlet. Pumn Station Upgrade PACE will design the upgrade of the existing stormwater pump station utilizing the existing wetwell. The pump station design will include the sizing of the pumps, the forcemain to adjacent manhole, design of all appurtenances associated with pump station including slab on grade with LWD doors, addition of rails for pump removal, and the electrical design. We understand that the City's preference is for PACO submersible duplex pumps. The pump station will include full telemetry, which will be coordinated closely with the City. It is assumed that the control equipment will be accommodated within the existing equipment area in the adjacent restroom, without upgrade to the building. The PACE team will design all electrical components except the motor control center, which will by supplied by Calvert Technologies. Electrical scope by Follett Engineering consists of site visit and meetings, calculations, drawings, and specifications. Restoration It is assumed that restoration of the existing site will generally match the existing conditions, and that design of parking, roadway, or site grading will not be required. Penhallegon Associates Consulting Engineers, Inc. Engineering Planning Surveying Mr. Ryan Larsen, PE City of Tukwila Fort Dent Stormwater Pump Station Upgrade November 12, 2003 Page 4 The following drawing list is anticipated for the final design: List of Drawings Number of Drawings Title Sheet 1 Temporary Erosion Control and Sedimentation Plan, 2 Notes and Details Stormwater Details, Forcemain Plan 1 Stormwater Pump Station Plan and Section 1 Stormwater Pump Station Details 2 Stormwater Pump Station Electrical 6 Water Quality Plan and Detail 1 Miscellaneous Details 1 Total: 15 Task 4 Project Management /Coordination/Meetings PACE will provide administration and coordination of the project. The following items are included in this task: 1. Attend coordination meetings with the City as required. For budgetary purposes 16 hours have been allotted for meetings. Since the amount of meeting time is not under our control, any time in excess of the budgeted 16 hours will be billed on a time and material basis. 2. Conduct a field reconnaissance of site and other facilities with the design team and City staff. 3. Coordination with subconsultant. 4. In -house project administration, scheduling, and direction of design team staff. 5. Preparation of monthly progress reports Task 5 Contract Document Preparation PACE will prepare contract bid documents in accordance with City standards using the City's standard template. We anticipate the project will bid as one schedule and that the bid documents will be based on the Washington State Department of Transportation "Standard Specifications for Road, Bridge and Municipal Construction, 2002 modified and amended as appropriate. We will incorporate any City forms or special bid/construction requirements within the bid document. It is assumed that the City will advertise, open bids and award the project with support from PACE. Task 6 QA (Quality Assurance) In order to assure that the final plans and specifications are complete, accurate and appropriate, PACE will conduct a Quality Assurance review of the final documents prior to final (100 submittal to the City. This review will be assigned to a senior level principal who has not been Penhallegon Associates Consulting Engineers, Inc. Engineering Planning Surveying Mr. Ryan Larsen, PE City of Tukwila Fort Dent Stormwater Pump Station Upgrade November 12, 2003 Pages associated with the project. The review will consist of a complete sheet -by -sheet and contract document review to assure the City that the documents meet or exceed the "level of care" of our industry and are the highest quality possible. Task 7 Construction Services (Optional Task) 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 the following services during construction: 1. Bid assistance (City will advertise the project) 2. Construction management 3. Construction surveying/staking 4. Construction inspection 5. Compaction testing 6. Shop drawing review 7. Progress payment processing 8. Record drawing preparation Fee We propose to do this work on a time and expense basis (excluding Construction Services) of $41,742.00. The breakdown is as folios: Civil Engineering 34,344 Electrical Engineering 7,398 TOTAL 41,742 Deliverables and Schedule We anticipate the following submittals to the City for comments and approval. We also anticipate providing cost estimates for construction with these submittals. 50% Preliminary Design Submittal December 2003 75% Design Document submittal January 2004 95% Design Document submittal Beginning of February 2004 100% Completion submittal Beginning of April 2004 The proposed schedule assumes prompt reviews by the City. This scope of work is based upon the City providing the following items: 1. Electronic survey/base mapping of the project area. 2. Electronic asbuilt of restroom for electrical drawings 3. Starfire Sports Soccer Complex construction drawings 4. Technical Information Report for the Starfire Complex 5. Existing pump data and pump station asbuilt information 6. Contract Bid Document and Specification Template Penhallegon Associates Consulting Engineers, Inc. Engineering Planning Surveying Mr. Ryan Larsen, PE City of Tukwila Fort Dent Stormwater Pump Station Upgrade November 12, 2003 Page 6 We have developed a scope of work based on our present knowledge of the proposed project. We have tried to cover all aspects of the proposed project; however, if you feel that additional areas of work require our attention, please don't hesitate to call. Again, we are pleased to submit this scope of work to accomplish the Civil Engineering tasks for this exciting and challenging project. We look forward to working with you. Sincerely, PENHALLEGON ASSOCIATES CONSULTING ENGINEERS, INC. Kenneth H. Nilsen, P.E. Vice President Penhallegon Associates Consulting Engineers, Inc. Engineering Planning Surveying Fort Dent Stormwater Pump Station Project Budget Worksheet Penhallegon Associates Task 1 Hydrologic / Hydraulic Analysis Task 2 Preliminary Design Task 3 final Design Task 4 PM / Coord Task 5 Contract Docs Prep Task 6 QA Task 7 Construction Services (optional) DESCRIPTION HOURLY RATE I. 'Jr. Office Tech., Expediter 35.00 2. Office Tech. 45.00 3. Sr. Word Processor, Planning Tech., Jr. Instmment Person 50.00 4. Jr. CAD Drafter, Instrument Person, Sr. Office Tech., GPS Assistant 55.00 5. Jr. Engineer, Designer I, Inspector, Jr. Planner, CAD Drafter I, Party Chief, Researcher, Computer Tech., Project Administrator 65.00 6. Sr. Inspector, Planner, Engineer I, Designer II, Survey Tech I, CAD Drafter II 70.00 7. Engineer g Sr. Party Chief, Survey Technician II, Sr. Designer, Sr. CAD Drafter 78.00 8. Sr. Engineer, Sr. Planner, Project Designer I, Project Surveyor, Sr. Computer Tech 85.00 9. Project Engineer, Project Planner, Sr. Project Surveyor, Project Designer II, Sr. Researcher 93.00 10. Sr. Project Designer, Sr. Project Engineer, Sr. Project Planner, Survey Project Manager 100.00 11. Project Manager, Survey Manager, Principal Surveyor 110.00 12. Sr. Project Manager, Sr. Principal Surveyor 120.00 .13. Principal Engineer 135.00 14. GPS with Operator 120.00 15. Robotic Instrument with Operator 100.00 A. Within 30 Mile Radius Beyond 30 Mile Radius Automobile On job inspection mileage will be billed B. C. D. E. F. G. H. I. Note: 2003/2004 HOURLY RATE SCHEDULE REMIBURSABLES Special Equipment/Software Special Software for Modeling/Analysis Blueprinting and Reproductions In -house Blueprinting and Reproductions Outside Copies In -house Maps, reports, materials and general supplies, cost of commercial transportation, permit fees, pass -thru bills and similar items necessary for work in Y•,,r,•,ra0 Per Diem for Out -Of -Town Work Long Distance Phone Calls Sub Contractor Expert Witness No Charge .35 per mile .35 per mile As negotiated or Cost 10% $10/hour Established In -house Rates Cost 10% .10 /Copy Charged at Cost 10% Cost 10% Cost 10% Cost 10% Rate x 1.5 'All payment is due within 30 days from date of invoice. A monthly service charge of 2% will be added on all .s older than 30 days. 'The foregoing schedule of charges is incorporated into the 4c. ...ent for the services provided effective August 1, 2003 through December 31, 2004. After December 31, 2004, invoices will reflect the Schedule of charges in effect at that time. Penhallegon Associates Consulting Engineers, Inc. Engineering Planning Surveying FOLLETT ENGINEERING PLLC ELECTRICAL ENGINEERING CONSULTING CLIENT: PACE Date October 29, 2003 PROJECT: FORT DENT STORMWATER PS Project# TUKWILLA Client# Task DESCRIPTION Senlor Engr CAD Sub total I Engineer Total DESIGN AND CONSTRUCTION $se $75 $ss 1 PRE -DESIGN SITE VISIT POWER UTILITY INVESTIGATIONS 2 BOOSTER PUMP T DESIGN MEETINGS El SYMBOLS LEGEND E2 SITE PLAN DETAILS E3 BUILDING PLANS E4 ONELINE DIAGRAM, CALCS SCHEDULES E5 CONTROL PANEL ELEVATIONS AND DETAILS E6 CONTROL COMM WIRING DIAGRAMS OTHER EXPENSES 11MMY% 347 PM SPECIFICATIONS AND PROJECT REVIEW SPECIFICATIONS REVIEW MEETINGS (CLIENT OWNER) FINAL DRAWINGS COORDINATION REVIEW Total Hours 3 1 8 $760 1 i $55 3 6 4 $955 2 6 4 $860 3 8 4 $1,105 2 $190 2 6 3 $805 8 $760 5 $475 4 $380 41 26 16 SUBTOTAL EXPENSES TOTAL Redmond, WA 98053 425- 836 -3333 $6,7251 1 1 OF 1 Fe/let Fee Fatimata- Fort Dent PSG Tokthlla -Fat Dent PS Utilities Committee November 18, 2003 Present: Pam Linder, Chair; Joan Hernandez, Richard Simpson Jim Morrow, Brian Shelton, Pat Brodin, Gail Labanara, Ryan Larson, Mike Cusick, Frank Iriarte, Rhonda Berry, Lucy Lauterbach; Dennis Robertson 1. 303 Facilities Fund Status Update Jim had a list of the projects funded or planned for his facilities staff. Some are major projects that are planned for the future, such as connectivity or getting rid of the McClees property bought for vactor waste. Others are projects that were finished in 2003 including replacing carpets in the 6300 building, removing graffiti at Tukwila Pond Park, painting fire stations, and replacing the community center carpets. More painting at city buildings and roof coating the George Long building are active projects. Projects being designed for 2004 include the Council chamber project, which needs a list of possible decisions to help Council (and the Court and Planning Commission) choose what can be done. The committee recognized this was a policy issue, and thought it could be discussed at the Council retreat after it gets initial consideration at a Council meeting. There is also a long list of Future projects that are needed but not funded. Information. 2. Upgrade Pump Station 19 Fort Dent There are two pump stations currently at Fort Dent, and neither has been properly maintained for years. One does not work at all, and the other is overwhelmed with water. Both pumps are old, and cannot be maintained. New pumps are needed, and it is not known whether the current gravity system will be adequate. PACE, Inc. was chosen from a short list of contractors. The contract will be for $41,742. Recommend PACE. Inc for design of Fort Dent storm drainage system. 3. Consultant for Strander Pipe Replacement The storm drain pipes in Strander /Andover East and along Christensen Road and Baker Boulevard flood regularly with any big rain events. The pipes are too small, and need to be larger. There are many other pipes (including Olympic gas line pipe) in the vicinity, so replacing the pipes won't be easy. PACE was chosen to design the pipe replacement. The contract for preliminary engineering is $192,745. Dennis asked if it was feasible to pump the excess water to Tukwila Pond, and was told it was not. Recommend PACE to design nine replacements in Strander. 4. Engineering for Phase 2 Allentown/Foster Point Sewers Designs for sewers as well as for water, street and some sidewalk improvements for Allentown/Foster Point have been done for both neighborhoods to the 90% level. The remaining 10% design remains to be done, and the two contractors (one for each neighborhood) will finish them. Gray Osborne will finish Allentown's design, and AHBL will finish Foster Point's. Pam L asked that staff look at both sides of 42 for the sidewalk to see which side was the better side to put a sidewalk on. A complicating factor is that the sidewalk now on the east side of the street badly needs repair, as it is dangerous for walking. Pam said dogs jump at the fence threatening walkers on that sidewalk. Staff said they would ask the neighborhood about which side they would prefer to put the sidewalk on when they have meetings there. Recommend authorizing contract addendums for design.