Loading...
HomeMy WebLinkAboutCOW 2003-11-24 Item 3C - Agreement - Strander Boulevard Pipe Replacement with PACE for $192,745CAS Number: 03-148 Agenda Item Title: Cost Impact (if known): I Fund Source (if known): Original Sponsor: Timeline: Sponsor's Summary: Recommendations: Sponsor: Committee: Meeting Date 11/24/03 Meeting Date 11/24/03 COUNCIL AGENDA SYNOPSIS 03 -Oka Meeting Date 11/24/03 Strander Blvd Pipe Replacement Consultant's Agreement Council Administration: Same as Sponsor. Initials 1 Prepared by 1 Mayor's review 1 Councj( review 1 RL rnI Sl vvvL 1 lA!L. 1 v '1 1 I 1 1 I 1 1 1 I I RMATI01 t n az I Original Agenda Date: November 24, 2003 The consultant's agreement is for design of the new stormwater conveyance system and pump station along Strander Blvd between Andover Park E and the river. The current system is undersized and causes flooding at the intersection. Two firms 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. $192,745.00 412 Storm Drainage (pg. 112 2004 Proposed CIP) Rr G;Q O C,OiJ TCII Gl41W. �a Action Admin. Public Works Attachments Information Memo dated November 12, 2003 Consultant's Agreement Picture offlooding at Strander Blvd. and Andover Park E. intersection Utilities Committee Meeting Minutes from November 18, 2003 Pipeline drawing will be available for viewing. ITEMNO. To: Mayor Mullet From: Public Works Director Date: November 12, 2003 Subject: Consultant Recommendation for Strander Blvd. Pipe Replacement City Project No. 86 -DR01/ Budget Line Item No. 412/02.594.381.41.08 ISSUE Approve a consultant agreement with Penhallegon Associates Consulting Engineers (PACE), Inc., to design a new stormwater conveyance system and pump station. BACKGROUND INFORMATION MEMO The existing conveyance system along Strander Blvd. between Andover Park East and the River is undersized resulting in flooding during heavy rain events. In addition, flooding also occurs during high river events that prevent the gravity system from operating. Flooding occurs at the intersection of Strander Blvd. and Andover Park East and along Christensen Road in the vicinity of Baker Blvd. ANALYSIS Public Works staff have analyzed the flooding at these areas and determined that a new larger conveyance system and pump station is required to alleviate both flooding situations. In -house design work began last January but could not be completed due to staff workload. To complete the design and permitting process for this project, Gary Struthers, Inc., and PACE, Inc., were short listed from the consultant roster. 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: Contract Preliminary Engineering 192,745.00 RECOMMENDATION Budasted 12004 CIPI 225,000.00 Approve the consultant agreement with PACE, Inc., for professional design services to design the Strander Blvd. Pipe Replacement project in the amount of $192,745.00. RL:ad attachments: Consultant Agreement (P:Pnsjema\A- DR flojear \86DR0I \UCI11803 Consultant Recommendation) 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 Strander Boulevard Pump Station and Drainage Improvements. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Time for Performance. Work under this contract shall commence upon the giving of written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement within 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 $192,745.00 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 By: 1 ttn )e d rv. Steven M. Mullet, Mayor Printed Name: Kenneth H. Nilsen Title: VicePresident 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 Public Works City of Tukwila 6300 Southcenter Blvd Tukwila, WA 98188 November 12, 2003 EXHIBIT A Subject: Proposed Scope of Work Strander Blvd. Stormwater Pump Station Revised Dear Ryan: Thank you for meeting with me to review the Strander Blvd. stormwater pump station and pipe replacement project. Based upon our understanding of the project, Penhallegon Associates Consulting Engineers, Inc., (PACE) is pleased to submit this proposed scope of work and fee estimate for your approval on this challenging and exciting project. Project Understanding The stormwater from the drainage basin in question flows under Strander Boulevard from Andover Park East to the Duwamish River through a series of pipes ranging in size from 12 -inch diameter to 18 -inch diameter. The outfall of this drainage system per the survey is an 18 -inch diameter pipe located between a sanitary sewer trunk line and a gas pipeline pointing up river. Even though this pipe contains a tide gate, its placement encourages the flow of river water into the storm system. During large flows on the river the tide gate closes, creating a closed system that cannot drain by gravity to the river. During this situation the City places a trash pump in the downstream manhole and pumps the stormwater into the river. However, due to the size of the drainage basin, the portable pump cannot keep up with the flows, causing the intersection of Andover Park East and Strander Boulevard to flood approximately 2 -times per year. In order to correct this problem the City is proposing to construct a stormwater pump station near Bicentennial Park that will not only handle these flows but also potential flows from the area further to the west which also floods during Large storm events. In order to convey this water to the new pump station, a new oversized gravity line will be constructed within Strander Boulevard from Andover Park East to the pump station and ultimately to the Duwamish River. This oversized line would not only convey flows by gravity during normal river levels but also provide storage during large storm events when the high water of the river prevents the water from draining by gravity flow into the river. Federal Way 253.568.6500 Kirkland 750 Sixth Street South Kirkland, WA 98033 P. 425.827.2014.F. 425.827.5043 Portland 888.723.7853 Beagle 206.441.1855 Mr. Ryan Larsen, PE City of Tukwila November 12, 2003 Page 2 Scope of Services A detailed proposal consisting of ten (10) tasks follows. This proposal includes necessary engineering, geotechnical and environmental services through the project bid phase. It also includes all time required for project coordination and approvals and an estimate of direct costs associated with the project. PACE will be the prime consultant for the entire Scope of Work and will oversee and administer this Scope of Work. PACE will complete all civil engineering and survey services in- house. PACE will subcontract the following work: 1. Electrical Engineer Follett Engineering 2. Geotechnical Engineer Landau Associates 3. Environmental/Permitting Landau Associates 'We anticipate starting this work immediately and proceeding on a preliminary layout to submit to the resource /regulatory agencies as soon as possible. Approval from these agencies is on the critical path and to accomplish the required schedule, timely decisions will be needed by the City and other decision makers. We propose to do this work on a time and expense basis with a not to exceed amount of $192,745.00 plus optional tasks (see attached spreadsheet). The budget is 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 Preliminary Design This task includes preparing a preliminary layout of the proposed improvements to submit to the resource agencies to begin a discussion on what plan would be acceptable to them and what type of mitigation if any would be required. 1. Develop project base map based upon survey information provided by the City. 2. Evaluation for the potential of the proposed improvements to receive excess flow from the adjacent drainage basin during large storm events. This will include surveying the elevations of the catch basins and their pipes at the intersection of Strander Blvd and Andover Park West. 3. Confirm/evaluate preliminary pipe design (including preliminary plan and profile elevations) from City and modify as necessary. 4. Prepare preliminary sizing and confirm location of pump station and outfall. 5. Develop a preliminary plan view showing the limits of road overlay and road restoration. 6. Begin permit coordination with regulatory agencies. 7. Prepare budget -level construction cost estimate. This preliminary plan will be submitted to the City and Resource Agencies for review and comment. Penhallegon Associates Consulting Engineers, Inc. Engineering Planning Surveying Mr. Ryan Larsen, PE City of Tukwila November 12, 2003 Page 3 Task 2 Geotechnical Assessment See attached scope of services from Landau Associates Task 3- Environmental Coordination/Permitting/SEPA PACE will assist the City in acquiring the anticipated project permits identified below and will complete application forms and submit documents as needed to support the various permit applications. PACE, in coordination with the City, will respond to all review comments and make necessary changes to applications and documents as required. This project will require compliance with the State Environmental Protection Act (SEPA). PACE will complete an environmental checklist for this project that will include all major components of the project. It is assumed the City will review the draft SEPA document and 'provide any comments necessary for PACE to finalize the SEPA document. It is assumed the City will issue the SEPA document and publish in a local paper as required. Although a Determination of Non Significance (DNS) or Mitigated DNS is expected, should an EIS be required, or other permits be determined necessary, these activities is be considered extra work. All costs for project approvals and permits are assumed to be paid directly by the City and PACE has not included a budget for these costs. Anticipated permits are: City Building Permit Shorelines Permit Joint Aquatic Resource Permit (JARPA) Army Corps of Engineers NWP #7 Approval from the National Marine Fisheries Service (NMFS) King County Flood Control District Approval See attached scope of services from Landau Associates for additional information regarding the environmental/permit process. Task 4 Hydrologic/Hydraulic Analysis PACE will conduct a hydrologic analysis of the drainage basin conveying runoff to the Strander Blvd. drainage system using the KCRTS model. Since this area is virtually 100% developed this model will produce very accurate results without having to run a more complicated model such as HSPF. The hydrographs from this model will then be routed through the proposed pump station and conveyance system to ensure that the pumps and pipes are adequately sized to prevent flooding. It is assumed that the pump station and conveyance pipes will be designed to provide flood protection of road flooding within the project area for a 25 -year rainfall with 9000 cfs flow in the river. It is assumed that regional parameters will be used and there will be no Penhallegon Associates Consulting Engineers, Inc. Engineering Planning Surveying Mr. Ryan Larsen, PE City of Tukwila November 12, 2003 Page 4 calibration of the model. As part of this analysis, PACE will prepare a Technical Information Report (TIR) addressing the hydraulic and hydrologic analysis. Task 5 Final Design PACE will provide final design plans for the following items based upon review comments on the preliminary design described in Task 1: New gravity storm line from Andover Park East to the Duwamish River New stormwater pump station and forcemain from the pump station to the Duwamish River The Strander Boulevard road overlay and road restoration All materials and installation procedures will be in conformance with the City and WSDOT /APWA standards; except as modified to address specific needs. All drawings will be prepared using AutoCAD 2000. These items are described in more detail below: Gravity Storm Drain PACE will design a new gravity storm line from the west side of the intersection of Strander Boulevard and Andover Park East down Strander Boulevard to the Duwamish River. All existing catch basins will be redirected into the new drainage system. It is envisioned that the existing storm system will be abandoned in place with the ends of the pipes at each structure filled with low strength concrete. The final length of pipe within the levee will be entirely filled with concrete. It is assumed that the new pipe will be constructed within the center 2 -lanes so that 1- lane of traffic can be maintained in each direction. Pumn Station PACE will design a new stormwater pump station within Bicentennial Park that will pump the stormwater from Strander Boulevard to the river during periods of high river flow. The pump station design will include the sizing of the pumps, the wetwell, design of all appurtenances associated with new pump station, the electrical design and the structural design for the new control room. It is envisioned that the new control room will be wood construction to match the existing restroom within the park. This task will also include the design of the new forcemain from the pump station to the river. This facility will be a below grade duplex pump station. We understand that the City's preference is for PACO submersible pumps. The pump station will include full telemetry, which will be coordinated closely with the City. The PACE team will design all electrical components except the motor control center which will by supplied by Calvert Technologies (see attached scope of work from Follett Engineering). Road Restoration/Imnrovements PACE will design a road overlay from the Strander Boulevard Bridge to the West Valley Highway. Per the City this section will have a curb -to -curb grind with a 2 -inch overlay of new asphalt (the bridge will be excluded from the overlay). Additional survey will be required for this section of Strander Boulevard. It is assumed this survey will be provided by the City. PACE Penhallegon Associates Consulting Engineers, Inc. Engineering Planning Surveying Mr. Ryan Larsen, PE City of Tukwila November 12, 2003 Page 5 would be glad to submit a price for this additional survey if required. The section of Strander Boulevard within the construction area will be completely reconstructed across all 4- lanes per the recommendations of the geotechnical report (see Task 2) The following list of drawings are anticipated for the final design: List of Drawinas Number of Drawines Title Sheet 1 Existing Conditions 3 Temporary Erosion Control and Sedimentation Plan, 4 Notes and Details Construction Notes and Sequence 1 Strander Blvd. Drainage Plan and Profile (20 scale) 3 Forcemain Plan and Profile 1 Stormwater Details 2 Stormwater Pump Station Plan and Section 2 Stormwater Pump Station Details 3 Stormwater Pump Station Electrical 7 Structural Building Design and Details 2 Strander Blvd Overlay and Road Restoration 3 Miscellaneous Details 2 Total: 34 Task 6 Project Management /Coordination/Meetings A project with the level of complexities and components of this project will require ongoing project management and coordination. PACE will provide under this task, the time needed to administer and coordinate the various project elements. Our goal is to insure there are no surprises as when the final design is submitted to the City. The following items are included in this task: 1. Review all available existing plans, survey and reports regarding this project. 2. Attend coordination meetings with the City as required. For budgetary purposes 40 hours have been allotted for meetings. Since the amount of meeting time is not under our control any time in excess of the budgeted 40 hours will be billed on a time and material basis. Time spent meeting with regulatory /resource agencies are accounted for in Task 3. 3. Conduct a field reconnaissance of site and other facilities with the design team and City staff. 4. Coordination with subconsultants. 5. In -house project administration, scheduling, and direction of design team staff. 6. Preparation of monthly progress reports Penhallegon Associates Consulting Engineers, Inc. Engineering Planning Surveying Mr. Ryan Larsen, PE City of Tukwila November 12, 2003 Page 6 Task 7 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" and 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. PACE will provide 1 -set of original contract documents (plans and specifications) for reproduction by the City. Task 8 QA (Quality Assurance) In order to assure that the final plans and specifications are complete, accurate and appropriate, PACE will conduct a separate "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 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 level possible. Task 9 Develop a Standard Pump Station Boiler Plate (Optional task) PACE will work with the City to develop a standard pump station boiler plate that can be used for both sanitary and stormwater pump stations. The following items will be included in this boiler plate: 1. Pump Design 2. Wetwell design 3. Electrical design 4. Mechanical Piping Design 5. Building Design 6. Specifications Task 10 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 Tukwilla in support of this challenging project if requested by the City. PACE proposes the following services during the 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 Penhallegon Associates Consulting Engineers, Inc. Engineering Planning Surveying Mr. Ryan Larsen, PE City of Tukwila. November 12, 2003 Page 7 Deliverables and Schedule We also anticipate the following submittals to the City for comments and approval. We also anticipate providing cost estimates for construction with these submittals. 25% Preliminary Design Submittal (for Resource Agencies) Mid December 2003 75% Design Document submittal March 2004 95% Design Document submittal May 2004 100% Completion submitted Summer 2004 The proposed schedule assumes prompt reviews by the City and on obstacles with permitting and/or the resource agencies. This schedule contains no float and all items must go as intended to meet the summer 2004 construction schedule. This scope of work is based upon the City providing the following items: 1. Electronic copy of the survey within the project area including the survey points. 2. Review of existing facilities with City staff to review designs and product preferences. 3. Copy of existing geotechnical reports done within Bicentennial Park and the Strander Boulevard Bridge. 4. Road plans for Strander Boulevard. 5. Contract Bid Document and Specification Template. In summary, we have developed a scope of work based on our present knowledge of the proposed project. We have tried to cover all aspects of the proposed project; however, if you feel that additional areas of work require our attention, please don't hesitate to call. 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 Penhallegon Assocltates Project Name,Ciy of Tukwila Sbander Pump Station Drainane Improvements 1 Location:pcitv of Tukwila Prepared By: Ken Nilsen Project #1 1 Billing Group it 00_1 Task #:1 001 Date: 28 -Oct-03 Labor Hours by Classification y Staff Type (See Labor Rates Table) 10 11 12 14 15 16 74 41 43 46 48 59 91 Stag Type Hourly Rate 5135 5120 5110 5100 $85 578 378 3110 3100 $85 578 5130 $65 Sunray Man Project Labor Sr. Project John M Senior Sr Cad Principal Proj Project Survey Sunray Adminisbat Drawing/Task Title Code Ken Nilsen Manager Ch,is R Steve lee Engineer II Drafter Surveyor Manager Suwon Tech II Crew or Hour Total Mask 1. Pre Omtnaq Design. 2a 'i0 12 49 8 128 $13,084 Task 2. Geotechnical (see subconeultante b& ov4 0 task 3. Erwironmenta3PermittingiSSA (plus subs)' 24 48 24 16 112 $11,432 Task 4. Hydrologic/Hydraulic Analysis 8 8 80 12 108 $10,896 Task 5. Final Design (plus subs below),- 40 200 40 250 530 550,908 Task6. Project Management- 80 40 16 8 24 168 518,984 Task 7. Contra& Documents 8 24 16 8 24 80 57,504 Task 8. CIA 24 16 16 56 58,248 Task 9. PS Boller Plate (optional task) 0 50 Task 10. Construction SeMces (optional task) 0 0 0 0 Fours Total Labor Total Exoe11ses Reprographics/Copying Potter PhotoMdeo Mileage MIWNlaneous Delvedes Poe: Strudel's, Tack 1.11 Fs 2041 0 376 1641 01 01 3661 01 01 527,540 1 $0 $41,360 $18,400 501 50 1 528.548 1 $0 1 $0 1 isi3ili:'iEit,i i 6....: EP:E:iEEEES;::I Reimbura. iE E Subconsultants :EtEE. :i !i iFi. rate/unit 1 :Quantity i_ Cost a' Environmental 514,422 51,000 Geotechnical 521,790 Electdcal.Engineer. 514,640 Drilling 59,900 Addtonai:Coord 55,200 and meetings. 5150 E SubeanfuMant Bd 565,952 Maaatp: 1 -10% 51.1501 Total 572.547 Pass 1211 Project Budget Worksheet 01 01 81 641 1,182 501 $0 1 51,040 $4.160 $119,048 5119,046 Labor Total $119,048 Reimbursablee 51,150 Subconsultants 572,547 Total Project Budget' $132.746 Rate Table Used 2003 -04 Billing Rates I Panted: 11#211013, 2:70 PM Engineering Planning Surveying Penhallegon Associates Consulting Engineers, Inc. DESCRIPTION HOURLY RATE 1. Jr. Office Tech., Expediter 35.00 2. Office Tech. 45.00 3. Sr. Word Processor, Planning Tech., Jr. Instnunent Person 50.00 4. Jr. CAD Drafter, Instrument Person, Sr. Office Tech., GPS Assistant 55.00 5. Jr. Engineer, Designer 1, 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 U 70.00 7. Engineer 11, 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 REIMBURSABLES A. Within 30 Mile Radius No Charge Beyond 30 Mile Radius Automobile .35 per mile On job inspection mileage will be billed .35 per mile B. Special Equipment/Software As negotiated or Cost 10% Special Software for Modeling/Analysis $10/hour C Blueprinting and Reproductions In -house Blueprinting and Reproductions Outside D. Copies In -house E. Maps, reports, materials and general supplies, cost of commercial transportation, permit fees, pass -thru bills and similar items necessary for work in progress F. Per Diem for Out-Of-Town Work G. Long Distance Phone Calls H. Sub Contractor I. Expert Witness Note: 1 A11 payment is due within 30 days from date of invoice. A monthly service charge of 2% will be added on all accounts older than 30 days. 2 The foregoing schedule of charges is incorporated into the agreement 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. Federal Way 253.568.6500 2003/2004 HOURLY RATE SCHEDULE Seattle 1601 Second Avenue, Suite 1000 Seattle WA 98101 -3511 Ft 206.441.1855 F 206.448.7167 Portland 888.723.7853 Established In -house Rates Cost+ 10% .10 /Copy Charged at Cost 10% Cost 10% Cost 10% Cost+ 10% Rate x 1.5 Kirkland 425.827.2014 November 10, 2003 Penhallegon Associates Consulting Engineers (PACE) 1601 2nd Avenue, Suite 1000 Seattle. Washington 98101 Attn: Mr. Ken Nilsen, P.E. RE: REVISED SCOPE OF SERVICES TUKWILA PUMP STATION AND OUTFALL REPLACEMENT PROJECT TUKWILA, WASHINGTON Dear Mr. Nilsen: At your request, Landau Associates is submitting this revised scope of services to provide natural resource and geotechnical engineering support for the above referenced project. The purpose of our services will be to assist PACE and the City of Tukwila (City) with permitting of the proposed new stormwater outfall at the Green River, complete subsurface explorations to characterize soil and groundwater conditions, and develop geotechnical engineering conclusions and recommendations to support design and construction of the new pump station, stormwater conveyance pipeline, and outfall pipeline to the Green River. Our understanding of the project is based on several discussions with you, information provided by you, and past experience on similar types of projects. PROJECT UNDERSTANDING ENVIRONMENTAL 1 GEOTECHNICAL 1 NATURAL RESOURCES 4210 20th Street East, Suite F Tacoma, WA 98424 (253) 9262493 fax (253) 926 -2531 www.landauinc.com SEATTLE SPOKANE TACOMA PORTLAND IA LANDAU ASSOCIATES The area in question drains Strander Boulevard from Andover Park East to the Green River through a series of pipes ranging in size from 12 -inch diameter to 18 -inch diameter. According to a survey provided by the City, the outfall of this drainage system is an 18 -inch diameter pipe located between a sanitary sewer trunk line and a gas pipeline and the outfall is positioned so that it points up river. Even though this pipe contains a tide gate, its placement encourages the flow of river water into the storm system. During large flows on the river the tide gate closes, creating a closed system that can not drain by gravity to the river. During this situation the City places a trash pump in the downstream manhole and pumps the stormwater into the river. However, due to the size of the drainage basin, the portable pump can not keep up with the flows, causing the intersection of Andover Park East and Strander Boulevard to flood approximately twice per year according to City staff. In order to correct this problem, the City is proposing to construct a stormwater pump station near Bicentennial Park that will not only handle these flows, but also potential flows from the area further to the west which also floods during large storm events. In order to convey this water to the new pump station, a new oversized gravity line will be constructed within Strander Boulevard from Andover park East to the pump station and ultimately to the Green River. This oversized line would not only convey flows by gravity during normal river levels but also provide storage during large storm events when the high water of the river prevents the water from draining by gravity flow prior to being pumped into the river. As part of the project, the City intends to reconstruct Strander Boulevard from Andover Park East to the Green River bridge, and overlay the portion east from the Green River bridge to West Valley Highway. SCOPE OF SERVICES The following paragraphs summarize Landau Associates' proposed scope of services to support the natural resource and geotechnical aspects of the project. Natural Resource Services Landau Associate permit specialists and aquatic ecologists will work with the design team to- evaluate alternatives that will meet the project goals and reduce the need for a lengthy permit process, h would be desirable to design and position the outfall higher than ordinary high water on the Green River to avoid the requirement for a U.S. Anny Corps of Engineers USACE) permit and the resultart,federal nexus that requires compliance with the Endangered Species Act (ESA). However, given that the pipeline will be up to 30 ft deep, it may be difficult to avoid a USACE permit for the project. Even if the outfall itself is placed out of USACE jurisdiction, it may be necessary to protect the bank with riprap at the outfall location, which would most likely trigger a USACE permit. We have outlined the foilowing tasks to obtain the permits for the project: Coordination with the Resource Agencies and Design Team Given the budget constraints on this project, we will attempt to set up one on -site meeting with the agencies to discuss their concerns with the project. The purpose of this on -site meeting will be to discuss requirements for extending a new outfall through the USACE levee and USACE permitting requirements. We will attempt to include at this meeting the National Oceanic and Atmospheric Administration (NOAA) Fisheries and US Fish and Wildlife Service (USFWS) (the Services) biologists so they may discuss any concerns that they may have with the project (Note: if a USACE permit is not required, the Services may not have any input). In addition, we will attempt to include the habitat manager from the Washington State Department of Fish and Wildlife (WDFW) to discuss the project and +1/10/03 r■OATAWROPOSAu7161Svaraer PS _proprew!.ecc 2 LANDAU ASSOCIATES any requirements that they may want in the Hydraulics Project Approval '(I-IPA). We have scheduled six hours to schedule and attend this meeting. We will work as part of an interdisciplinary team with the design engineers to design the pump station and outfall to address agency issues, integrate design solutions that reduce project impacts, and include conservation measures that will be acceptable to the Services. We have included only six hours for working with the design team Project Permitting This scope of services assumes that a USACE permit will be required for the work. If a USACE permit is not required, those tasks relating to the USACE permit and the resultant ESA compliance will not be performed and the cost for environmental permitting will be less that estimated. We also assume that the project will require authorization from WDFW, Washington State Department of Ecology (Ecology) Water Quality Certification, and the City of Tukwila. We will prepare the required Joint Aquatic Resource Permits Application (JARPA) for the project using the design details provided to us by the engineers at PACE. The JARPA will be submitted to the appropriate permitting agencies. We assume that if a USACE permit is required, the outfall will be authorized by a nationwide permit (NWP) number 7, which authorizes the construction of the outfall if the stormwater discharge is permitted under the City's NPDES permit. Prior to authorizing the project under NWP 7, the USACE will need to determine if the project is in compliance with the ESA (see next task). We will also coordinate with the City of Tukwila to determine the requirements for the Shoreline permit or exemption. For this task we have allowed only 10 hours to coordinate with the Corps once the JARPA and BE have been submitted. It is difficult to estimate the effort that will be required to assure the Corps and other agencies are conducting a timely review of the permit. In general, a fast track project takes more effort to coordinate. This level of effort assumes that the project will be authorized under nationwide permit number 7, and that our coordination with the Corps will include only telephone calls to determine the status of the application. If any additional information is required from the Corps or any other agency, we will provide that under a new scope of services. Biological Evaluation (BE) and Essential Fish Habitat (EFH) Evaluation Landau Associates ecologists will prepare the required BE and EFH for the project, if a USACE permit is required. We will access the NOAA Fisheries web site for the latest list of threatened and endangered species. The USFWS no longer provides site specific lists of species, so we will address bull trout and bald eagle. These two species are listed as threatened under ESA. We will request Priority Habitats and Species data for the project vicinity from WDFW. We will document fish and wildlife use of the area and briefly document species life history for the BE and EFH and document the potential 11/10 I.IDATAWROPOSAL %St antler PS_prop 3 LANDAU ASSOCIATES impacts of the project on listed species and their habitat. We will also describe conservation measures that will be taken to reduce project impacts on listed species and their habitat. Our BE will discuss direct and indirect effects of the project as well as secondary impacts and interrelated and interdependent impacts of the project, as required by ESA. State Environmental Policy Act (SEPA) Checklist WDFW will not issue the HPA until the SEPA process has been completed. Landau Associates ecologists will assist PACE in preparing the required SEPA checklist for the project. We assume PACE will submit the SEPA to the City of Tukwila for their action. We assume that the City will issue a Declaration of Non Significance for the project and that a SEPA EIS is not required for this project. For this task, Landau Associates will prepare the environmental elements of the SEPA checklist. These include earth, air, water, plants, and animal sections of the SEPA checklist. Geotechnical Predesign Support The critical path for this project is expected to be permitting of the new stormwater outfall to the Green River. In order to begin construction in summer 2004, decisions regarding the proposed construction means and methods for the outfall pipeline will need to be identified by mid December 2003. Therefore, our first task will be to provide conceptual level geotechnical engineering support for a predesign effort to identify the likely construction means and methods for the outfall pipeline. The analyses will be based on pre- existing subsurface data. We understand that the City has on file a geotechnical report with a boring near the proposed pump station location. As part of this task, we will compile and review other readily available geotechnical and geologic data in the project vicinity. Potential sources of information include City of Tukwila files, King County files (Strander Boulevard bridge), published geologic information, and Landau Associates' past experience in the general project area. Our budget does not include attending meetings /workshops with PACE and the City to evaluate construction alternatives for the outfall. We will prepare and submit a brief technical memorandum to PACE summarizing the constructability issues and recommended construction method for the outfall portion of the project. Design Support Landau Associates will complete additional subsurface explorations to supplement data gathered during the predesign task. We propose to complete two borings; one along Strander Boulevard between 11/10/03 t\ OATA\PROPOSA137161SUanderPSyrop rev2.doe 4 LANDAU ASSOCIATES Andover Park East and the pump station and one at the proposed pump station location. The borings would be drilled to depths of about 40 ft below existing grades using a truck mounted, drill rig and the mud -rotary method. The borings will be completed by a reputable drilling contractor under subcontract to Landau Associates. Cuttings from the borings will be placed in drums and hauled off for disposal at an off site location. We propose to install monitoring in both borings for subsequent measurement of groundwater levels. Geotechnical laboratory testing will consist of natural moisture content determinations of soil above the groundwater table and index testing (grain -size analyses and Atterberg limit determinations) to aid in soil classification and determining pertinent engineering properties of the soil. We have budgeted for 20 natural moisture content determinations and 6 index tests. We will core the existing pavement on Strander Boulevard east of the Green River in four places to measure the existing pavement section. Representative samples of the subgrade soil will be obtained. The California Bearing Ratio (CBR) value will be determined for three of the samples. CBR testing will be completed by an outside laboratory under subcontract to Landau Associates. The boring along Strander Boulevard is planned for the center turn lane. A partial lane closure will be required to complete this boring. The boring for the pump station will be completed on Christensen Road and partial closure of the road will be necessary. Partial lane closures will be required to complete coring of the pavement on Strander Boulevard, east of the Green River bridge. We will prepare and submit a traffic plan to the City of Tukwila and provide the necessary flaggers and warning signs. Landau Associates will mark the boring and core locations in the field and arrange for underground utility location "1- 800... call before you dig We have included budget to obtain the necessary street use permit from the City of Tukwila. Based on the results of field investigations and laboratory testing, geotechnical engineering analyses will be completed to develop recommendations to address the project geotechnical issues including evaluation of construction alternatives for the pump station and conveyance pipelines to reduce impacts. Possible alternatives include constructing the pump station as a caisson and the use of trenchless construction methods for the outfall and conveyance pipeline. Recommendations and conclusions will be developed for dewatering requirements; excavation support requirements for the pump station; seismic design considerations including liquefaction potential and appropriate mitigation measures; static and dynamic lateral earth pressures on below -grade structures; pipeline construction including trenching and excavation support, pipe foundation support, bedding and backfill requirements, vertical loads on pipes, and buoyancy and settlement; subgrade preparation for reconstruction of Strander Boulevard; and design sections for new pavement and overlays of Strander Boulevard. 11/10/03 I1DATA'PR0POSA1V161SIrander PSfirop_rev2.tloc 5 LANDAU ASSOCIATES The results of our field investigation and laboratory testing, along with geotechnical engineering conclusions and recommendations for the project, will be summarized in a draft geotechnical repot for review and comment by the design team. Upon receipt of comments, we will prepare and submit a final geotechnical report for the project. Our scope also includes time to provide consulting services to the design team and to attend up to two meetings /design workshops with PACE and the City to discuss our findings and to assist in evaluating potential construction alternatives. TERMS AND CONDITIONS Our services will be provided on a time- and expense basis in accordance with the attached compensation schedule and the terms and conditions of a yet -to -be negotiated subconsultant agreement between PACE or the City of Tukwila and Landau Associates. The estimated fee for the sery ices described above is $46,112, as summarized on the attached Table 1. If project requirements change or unforeseen conditions are encountered that require services beyond the scope outlined above, we will bring these to your attention and seek approval for modification to the scope of services and budget, as appropriate. We will not exceed the total estimated fee for our geotechnical engineering services without prior authorization from PACE. If the above scope, schedule and budget are acceptable, please provide us with written authorization by your preferred method. Landau Associates appreciates the opportunity to submit this proposed scope of services and we look forward to providing natural resource and geotechnical engineering services for this project. If any questions arise regarding this proposal please call us. LANDA SSOC Edward J. Heave ,,PE. 1 Associate Sam R. Casne Natural Resources Director cq EJH/SRC/DRS /jas Attachments: Compensation Schedule Table 1 Task Hour Worksheet 11/10/03 1:1DATAWROPOSAn1161S✓artler PS_prop_rev2.6oc 6 LANDAU ASSOCIATES Task No. Task Description 100 Natural Resource Services 110 Agency Design Team Corrdination 120 Project Permitting 130 Biological Evaluation Essential Fish Habit Evaluation 140 SEPA Checklist 200 Geotechnical Services 210 Predesign Support 220 Design Support 221 Field Explorations 222 Engineering Analyses 223 Draft Report Preparation 224 Final Report Preparation 225 Consulting Meetings C 0 c a 'Project Total I 1 'Labor I 36,212 Reimbursables 9,900I I Total Estimated Feel 46,112 I 11/7/2003 I:IData \Proposal\094 \Tukwila PS Budget_rev2 Tukwila Pump Station Project Tukwila, Washington Task He it Worksheet Landau Associates 12 14 4 1 2 12 12 Reimbursables 1 Drilling Subcontractor 4,600 (two borings total) Traffic Control 1,000 Pavement Coring (4) 800 Geotechnical Laboratory Testing 2,600 Reproduction expenses. field equipment, etc. 900 Total Reimbursablesl 9,900 1 o 2 U 7 N O ry t _qp O e. (0 U C a o G C N t .c N f U N c c O C R U O O c in m 0.. CO m N o a Task Total 65 1,800 1 2 2,298 2 11 8,471 1 3 1.853 4 4 4 2,822 4 24 4 2 3,102 6 10 28 4 5,496 4 10 28 12 8 6,130 4 4 6 4 6 2,490 12 2 1,750 Total Hours 16 31 52 12 62 24 8 8 38 36 COMPENSATION SCHEDULE 2004 Invoices Term LANDAU ASSOCIATES Personnel Labor Hourly Rate Senior Principal $175 Principal 165 Senior Associate 150 Associate 135 Senior 120 Senior Project 108 Project 9 8 Senior Staff 88 Senior CAD 80 Staff 78 Assistant/Senior Technician 68 Project Coordinator 65 Technician/CAD 58 Word Processor (including equipment) 52 Support Staff 42 A Senior Consultant rate will be assigned to projects involving high -level consultation or litigation support. The rate for Senior Consultant will be negotiated on a project specific basis, depending on project needs and the expertise required. Expert professional testimony in court, deposition, declaration, arbitration, or public testimony is charged at 1.5 times the hourly rate. Rates apply to all labor, including overtime. Technical disciplines include: Biologist, Chemist, Engineer, Environmental Planner, Geochemist, Geologist, Hydrogeologist, Hydrologist, Risk Analyst, Scientist. Equipment Field, laboratory, and office equipment used in the direct performance of authorized work is charged at unit rates. A rate schedule will be provided on request. Subcontractor Services and Other Expenses Subcontractor billing and other project expenses incurred in the direct performance of authorized routine services will normally be charged at a rate of cost plus a ten percent (10 handling charge. A higher handling charge for technical subconsultants and for high -risk field operations may be negotiated on are individual project basis; similarly, a lower handling charge may be negotiated on projects requiring disproportionaliy high subconsultant involvement. Invoices for Landau Associates' services will be issued monthly. Interest of 1'h percent per month (but not exceeding the maximum rate allowable by law) will be payable on any amounts not paid within 30 days. Unless otherwise agreed, Landau Associates reserves the right to make reasonable adjustments to our compensation rates (including continuing projects). 10/28/03 DowmeM2 LANDAU ASSOCIATES Mobile 425- 765 -6304 Office 425- 836 -3333 Fax: 425- 836 -5517 Penhallegon Associates, Inc. 750 6th St. South #200 Kirkland, WA 98033 Attention: Ken Nilsen, P.E. FOLLETT ENGINEERING PLLC ELECTRICAL ENGINEERING CONSULTING 4580 Klahanie Dr SE #417 Issaquah, WA 98029 E -mail VFollett@direcway.com Subject: Strander Blvd. Stormwater Pump Station Dear: Ken My understanding of the scope for this project is as follows: C?DOCUMENTS And SBMnWVGnnLLOpel Sodilge %Temporary Internet FYa*\OLKI&Deeipn Scope Slander Sled PS.Ooc 1 of 2 October 20, 2003 Design Tasks The electrical design will be done per the City's standards. These standards will be defined by review of some of the existing stations and meetings with the staff. 1. Assist PACE Engineering with any electrical or controls issues associated with the pre- design report. 2. Attend a pre design meeting with the City staff, gather information, visit the site, review the process and controls. 3. Coordinate power service modifications with Utility 4. Assist PACE engineers with site electric building layout 5. Coordinate design standards with the City 6. Produce electrical drawings for bid (includes electrical power, controls, instrumentation, and telemetry). 7. Produce specifications for Bid 8. Attend Review meetings with the City and PACE 9. Perform multidiscipline design coordination and quality review 10. Provide a final design electrical construction cost estimate 11. Assist the City and PACE to develop a standard pump station boiler plate Services during Construction 1. Answer bidders questions by phone and assist in any addenda preparation. 2. Review electrical power, controls, and instrumentation equipment and material submittals 3. Answer contractor questions and RFIs during construction and review change orders as required 4. Attend meetings and answer questions as required by the Client 11/1212003 2:42 PM 5. Inspect and Test motor control centers and control panels at the System Integrator's shop and provide punch list of incomplete or incorrect items. 6. Perform intermediate site inspections of the electrical construction and provide a punch list of incomplete or incorrect items 7. Provide inspection and testing of the electrical work at the completion of construction and provide a punch list of incomplete or incorrect items. 8. Review operations and maintenance manuals 9. Revise electrical drawings for a complete set of "As- Built" record drawings and provide final copy in electronic CD format to Penhallegon Associates. I look forward to working with you on this project. Sincerely, Vincent M. Follett P.E. Follett Engineering, PLLC C?OCCUMENTS AM SettgsEKemtocel SeNipe \Temporary Internet F➢es\OLHteeDeeign Scope StrlMer Blvd PS.Cx 2 of 2 11/12/2002 2:02 PM FOLLETT ENGINEERING PLLC ELECTRICAL ENGINEERING CONSULTING CLIENT: PACE Date PROJECT: STRANDER BLVD STORMWATER PS Project# TUKWILLA Client Task DESCRIPTION Senior Engr CAD Sub total Engineer Tel DESIGN AND CONSTRUCTION $99 $75 $55 1 PRE DESIGN SITE VISIT 5 5475' PRE DESIGN REPORT ASSISTANCE 8 5760 CONTROL SYSTEM COORDINATION 4 $380 POWER UTILITY INVESTIGATIONS 4 3380 1111 .2003 2.41 PM 2 BOOSTER PUMP T DESIGN MEETINGS 8 5760 El SYMBOLS LEGEND 1 1 5130 E2 SITE PLAN DETAILS 4 12 6 51,610 E3 BUILDING PLANS 4 12 6 51,810 E4 ONELINE DIAGRAM, CALCS SCHEDULES 4 12 6 51,610 E5 CONTROL PANEL ELEVATIONS AND DETAILS 4 5380 ES CONTROL COMM WIRING. DIAGRAMS 4 12 6 $1,610 E7 CONTROL I TELEMETRY WIRING DIAGRAMS 4 12 6 51,610 SPECIFICATIONS AND PROJECT REVIEW SPECIFICATIONS 12 51,140 REVIEW MEETINGS (CLIENT OWNER) 10 5950 FINAL DRAWINGS /COORDINATION REVIEW 8 5760 ELECTRICAL CONSTRUCTION COST ESTIMATE 5 5475 1 1 512,545 3 STANDARD "BOILERPLATE" DESIGN MEETINGS WITH CITY AND PACE 8 DOCUMENT DEVELOPMENT 8 4 CONSTRUCTION ASSISTANCE BIDASSISTANCE 2 $190 SUBMITTAL REVIEW GENERAL ELECTRICAL 8 5760 CONTROLS 8 INSTRUMENTATION 24 52,280 POWER EQUIPMENT AND MECHANICAL 8 5760 CONTROL PANEL CHECKOUT 12 51,140 CONTRACTOR QUESTIONS 12 51,140 CLIENT COORDINATION QUESTIONS 6 5570 CHANGE ORDERS 2 5190 INTERMEDIATE SITE INSPECTION 10 5 950 STARTUP AND TESTING 12 51.140 PUNCH LISTS 4 5380 O&M MANUAL REVIEW 2 5190 RECORD DRAWINGS (AS- BUILT) 5 5 5750 OTHER EXPENSES Total Hours rrr, October 28, 2003 4 Redmond, WA 98053 425- 836 -3333 5760 5980 1 211 61 40 1 11 51.985 31.740 1 510.440 SUBTOTAL 326,820 526,820 EXPENSES TOTAL I 526,820 'tSUTaTe Yu la Strand& Blvd PSads Tukwila Standar grar Strander and Andover East Photo 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. 7 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.