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.