Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Utilities 2015-06-09 Item 2B - Agreement - Andover Park East Water and Sewer Replacements / Macadam Road South Water Upgrade with PACE Engineers
C4y Of Tukwila Jim Haggerton, Mayot TOi: Mayor Haggertoin Utilities Committee FROM: Bob Giberson, Public Works Director "116A BY: Michael Cusick, Senior Program Maniager DATE-. J'u nie 5, 2015 SUBJECT:: APE Water & Sewer Replacement and Macadami Rd S Water Upgrad Project Nos. 999401103, 91440204 and 904401:05 Consultant Recommendation and Agreement ISSUEi Approve PACE Engineers, in,c, (PACE) to provide design ser=esi for the Andover Park East Water and Sewer Replacements and Macadam Rd S Water Upgrade Projects, I -- viy 0q x q - - - - - 0ey'Tices koeiller tl#swr art*, CrIOSe ?'N-C=rAIZ7E flaS U*rflifl ICI V-11i'Mr llt-S$�'#,n I'MR, T#r Inc- U11 RI past and theiir work was satisfactory. 0 =7=4 A al M d11 i@77—ITTE—Kn(FIFTer i-r r e"I'Ter AlF.F071 I lei it F17JECE7 7110,11TIM77#7111 A Si Water Upgrade Project and consider this item on the Consent Agenda at the June 15, 2015 Regular Meeting. Attachments. Consultant Rating Sheet Con:sultan!t Agreement with Scope of Work 2015 CIP Sheets 63, 75 and 61 WNPW ERgTROSECTSIA- Wr ProjeWPE WI atef Main RppNicempni (99940$03'pWh Mew PACE APE Watw Sewer and Maudam Waler - sb gWaa Consultant CIP Design A-g�reem;ent Budget for 2�01 Andover Park E Water $�12i9,708i.00 $136i3OiOO.00 Andover Park E Sewer 88,366.00 90,000-00 I Macadam Rd S Water Upgrade, 141 t784.00 155,00000 Total UUMA- mix-oax 0 =7=4 A al M d11 i@77—ITTE—Kn(FIFTer i-r r e"I'Ter AlF.F071 I lei it F17JECE7 7110,11TIM77#7111 A Si Water Upgrade Project and consider this item on the Consent Agenda at the June 15, 2015 Regular Meeting. Attachments. Consultant Rating Sheet Con:sultan!t Agreement with Scope of Work 2015 CIP Sheets 63, 75 and 61 WNPW ERgTROSECTSIA- Wr ProjeWPE WI atef Main RppNicempni (99940$03'pWh Mew PACE APE Watw Sewer and Maudam Waler - sb gWaa 2015 MACADAM RD WATER UPGRADE Qualification Review Consultant Total (Highest Total Score is best) 65 61 53 Firm Ranking 2 2015 APE WATER / SEWER UPGRADE Qualification Review Consultant Total (Highest Total Score is best) 65 62 49 38 38 Firth Ranking 2 4 4 WAPW Eng\PROJECTSA- WT Projects\APE Weter Main Replacement 199 03) AP E WATER AND SEWER Proposal Rating SHEET (3) gi.xis 03 City of Tukwila Contract Nurnber: 6200 Southcenter Boulevard, Tukwfla WA 98188 CONSULTANT AGREEMENT FOR ENGINEERING DESIGN SERVICES FOR THE ANDOVER PARK EAST WATER AND SiEWER LINES MACADAM ROAD WATER LINE MY, U IM I SIM MUM executed or not, The Consultant shalll 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' this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement, 7. Indemnification. The Consultant shall defend, indemnify and hold'! the City, its officers, officials, employees and volunteers harmless from any and all claims, injunes, damages,, losses or suits including: attorney fees, arising out of or resulting frorn the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to I W 4.24,1:15, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's, liabililty hereunder shall be only to the extent of the Consultant's negligence, It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 FCC, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions, of this section shaH survive the expiration or termination of this Agreement. & Insurance. The Consultant shall piroicure and maintain for the duration • the Agreement, insurance against clairris for injuries to persons or darnage to property which rnay arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to Hmit the liability, of the Consultant to the coverage provided by such insurance, or otherwise limit the Ciity's recourse to any remedy availaWe at law or in equ:ity, A. Minimum Amounits and Scope of Insurance. Consultant sha�lil obtain insurance of the types and! with the limits described beloiw: Autornobj!�g�� insurance with a minimuni combined single limit for bodily injury and property damagie of $1,0010,,000 per accident, Automobile Liability insurance shall cover all owned, non-own:led, hired and leased v,ehiicles, � . CA rev[sed . 1-2013 Page 2 10 2 Commercial General, Liability insurance with limits no less than $1,000,000i ea occurrence, $2,000,000 general aggreg' ate. Commercial General Liabili insurance shiall be written on ISO occurrence form CG 00 01 and shall cov liability arising from premises, operations, independent contractors and person injury and advertising injury. The City shall be narned as all insured under ti Consultant's Commercial General Liability insurance policy with respect to t work performed for the! City. 1 Workers' Compensation coverage as required by the Industrial Insurance laws t�he State of Washington. 4 Professional Liability with limits • less than $1,000,0001 per claim a • $1,0100,000 poilicy aggregate limit. Professional Liability insurance shall appropriate to the Consultant's profession, B. Other Insurance Provision. The Consultant's Automobile Liability and Cornmercia-T General Liability insurance policies are to contain, or be endorsed to contain that they shall be; primary insurance with respect to the City, Any Insurance, self-insurance, • insurance pool coverage maintained by the City shall be excess of the Consultant's insuranice and shall not be contributed or co-tibined with it, C, Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M, Best rating of not less than ANIL D rification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work, Certificates of coverage and endorsements as required by this section, shall be delivered to the City within fifteen (1 5) days, of execution of this Agreement. E, Rotice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two of the:ir receiipt Of Such notice. F Failure to Maintain, Insurance, Fail'u�re on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretioin, procure or ren�ew Such insurance and pay any and a, 11 prerniums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the solle discretion of the City, offset against funds due the Consultant from the City. 9 Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the; services provided pursuant to this Agreement, Nothing in this Agreement shall be considered to create the relationship of empIoye'r and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal incorne tax or social security or for contributing to the state inclustrial insurance programi, otherwise assuming! the duties of an ernployer with respect to the Consultant, or any employee of the Consultant. CA revised ° 1-2013 Page 3 11 M ' Covenant Against Contingent Fees. The Consultant warrants that he has not eirnployed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that lie 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, conimission, 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, reli:g:ion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12, Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City, 13. Non-Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten, (10) days written notice to the Consultant. R In the event of the death of a member, partner or officer of the Consultant, ols, any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this, Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venuei; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of ode and ordinances • the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King! Counity, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and Costs Of Suit. Venue for any action arising from Or related to this Agreement shall be exclusively in King County Superior Court. 16i Severability and Survival. If any termi, condition or provision Of this Agreement is declared vo]d Or U nenfo rcea bile or limited in its, application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which, by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. CA revised : 1-2013 Page 4 12 17. Notices., Notices to the City of Tukwila shall be sent to the following address; City Clerk City of Tukwila 6200, SOUthic ant er Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: PACE Engineers, Inc 1125,5, Kirkland Way, Suite! 300 Kirkland, "tea 98,033 1& Entire LA&LeeMent- Modification. This Agreement, together with attachments or addenda, zzz� represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral, No amendment or modification of this Agreement shall be of any 'force or effect unless it is in writing and signed by the pailies. �DATED this..—.— day of CITY OF TUKWILA Attest/Authenticated* City Clerk, Christy O"Flaherty 20 CONSULTANT . ...... ..... BY: PrintedNanie: Te: . .... ... /9, 1" itl C t- ev Approved as to Form: Office of the City Attorney CA revised : 1-2013 Page 5 13 1#VVX*1"1Nff-M1 SCOPE OF'WORK The Andover Park East Water and Sewer Replacement will replace approximately 2200 feet of existing 12" water main in Andover Park East from Strander Blvd. to Tukwila Parkway with 16" water main, It will also extend approximately 950 feet of 10" water main in Christensen Road from approximately the SPUI pipeline ROW northerly to an existing rnain to complete a fire loop,. Also included along Christensen Road is approximately 750 feet of 8" fire services to reconnect the fire systems of buildings to the west. The project also involves construction of a new sewer ma,ini, (size to be determined) in Andover Park East from Strander Blvd. to approximately Baker Blvd!. This main w1l replace an existing 10" main that flow's north. The intent is to redirect flow south to ain existing King County main in Strander Blvd. to transfer flows that currently are served by the City's Lift Station No. 2. This will take some of the burden off of that facility, which has minimal capacity for upgrades. This new sewer line will be sized to accommodate all future development within the service area. Although we will be producing ai single plain set for the water and sewer impirovernents, we will track the design costs separately and submit under separate invoices to allow the City to track costs associated with each and puH from appropriate funds. Many work tasiks are common to both the water and sewer and will be performed simultaneously as, pa:rt of the overall project, However, the time assoclated with each task will be apportioned ossibile to reflect the level of effort needed for water and sewer design. This task is for general project management and meetings relatingi to the project. More specifically, meetings are expected to include plan and specification review meetings with the City at major phases of the design. We have assumed 3 plan review meetings during the course of design. General project management, including COMMUnication and coordination shiall involve internal project administradon, review and preparation of invoices & pertinent backup materials, progress reports, responcling to general client questions and reviewing andi coordinating survey updates as necessary. M Fnl��� � JAi# The survey work along the corridor has already been completed by the City for preliminary design efforts., However ' the surve!y is over 10 years old. We therefore propose to senid a crew out to verify anid update survey information as necessary and modify mapping accordingly. This should be a minimal effort, but we feel it is important to plick up, any new features since the initial work was completed., 14 Andover Water and Sewer Scope of Work Page 2 As discussed at the prehrninary design meeting with the City, we are proposing three new soil borings to 35-foot depth at appropriate locations to discern the soil and groundwater characteristics. This is most critical for the sewer installation, which will be fairly deep at the southern end of the project, We will be utilizing Landau Associates for the geotechnical work. Landau will also review other geotechnical information from the general vicinity as appro,priate/applicable for this work. In order to appropriately size the proposed' line, PACE will prepare a basin Study of the contributing area to determine ultimate flows that must be handled by the new main. This study will take into consideration the area whose flows currently gilo to Lift Station No. 2. It will also make allowances for flows from the planned hotels and other future growth potential. The basin study will also make recommendations for location placement of the water and sewer lines. Since the plan: calls for a new sewer connection to the King County gravity, facility in Strander Boulevard, coordination will be required with the County to confirm the capacity of that line and whether the County has planned for this flow., Most of that coordination has already occurred through contact between City and County staff. PACE has allowed time herein for follow-up and final coordination of the connection and other issues. The project will also be impacted by the presence of an existing 60" SPU water ma located 'in Andover Park East, This will require contact and coordination with SPU C potential water and sewer service crossings w for working in clo. proximity to their main. km3vAc:& ='Jilm I M I ra of a 0 P:\P15\15412 Andover Hark. E Water and Sewer'' �Dcc\Andover Scope.d'ocy, 15 Andover Water and Sewer Scope of Work Page 3 OWN 0 ==;Mri Ular" We know that the SEPA process has been completed by City staff and that a Shoreline Substantial Development permit was issued. However, the Shoreline Permit has since expired and will have to be renewed. We have included time in this proposal to update the Shoreline Permit. The City has also received approvals frorn the U'S Army Corps of Engineers for construction of the water main in Christensen Road, which is considered by the Corps to be on a flood control levee. The only other permits that may be required are potentially a grading permit and a right-of-way use permit. It is assurned! City staff will obtain those permits as necessary and that PACE efforts in that regard will not be required. KM . 0,111111 Ar. S I EL. IM, I PACE will provide all services as necessary during the bidding phase of the project. These would include distribution of plans and specifications to contractors, answering questions during the bidding period, preparing and distributing addenda as necessary, preparation and attendance at a pre-bid meeting if necessary and attendance at the bid opening. For quality assurance during design, a senior level principal will thoroughly review all documents before they are submitted to the City. This will typically occur at each of the review stages and at final document preparation. kF.mqffisNKJMM=J=,z MMM This scope does not include construction administration services. Should construction assistance be requested of PACE, a scope and fee for those services can, be developed and provided to the City prior to the start of construction. A list of typical services that could be provided includesµ L Attend and direct the pre-construction conference and provide meeting minutes to all attendees, 2., Review material submittals for compliance with contract documents. 3. Provide construction staking for the improvernents (line and grade), 4. Review, approve and prepare contract pay estimates. 5. Prepare change orders as necessary, including all documentation and coordination with the contractor. 6,. Attend and conduct construction meetings as required and prepare and distribute meeting notes., 7. Monitor construction to determine contractor compliance and prepare alit letters and documentation regarding same. 8. Provide construction inspection as needled.. 9. Address construction questions as they arise, 101. Prepare punch lists and conduct final inspection, and prepare recommendation of project acceptance. 11. Prepare As-Built drawings. P \P]5\15412 Andover Park V. Water and Sewer\Dcc1,Andcver Scope.dacx 16 A ANINOMIM CITT OF T114kTHLA, MACADAM ROAD SOUT'H WATER UPGRADE SCOPE OF WORK The Macadarn Road South Water Upgrade is intended to replace an existing undersized water main and extend it to the south to Southcenter Boulevard to complete a loop, thereby increasing fire flow, and reliability to the Tukwila Hilll area. The project consists of the installation of approximately 4,300 lineal feet of 10-inch water main in Macadarn Road from Southcenter Boulevard to South 144th Street. This scope of work includes design of the improvements through assistance with the bidding phase of the project. The specific tasks of the scope are described as follows: Task I.—, Project a niag empnt & Meeti Us This task is for general project management and meetings relating to the p,roject. More specifically, meetings are expected to include plan and specification review meetings with the City at major phases of the design. We have assumed 3 plan review meetings during the course of design. General project management, including communication and coordination shall involve Internal project administration, review and preparation of invoices & pertinent backup materials, progress reports, responding to general client questions and reviewing and coordinating survey updates as necessary. Task 2 — Survey/Mapping PACE will be using our in-house survey staff to complete all field survey work on this project, resulting in production of base topographic plans for use by our design staff. Items to be performed under this task include the following: 1. Order design locates and marking of all existing underground utilities, I Acquire available as-built utility maps. I Conduct research in public records for necessary survey information, 4. Control will be tied to monuments required to establish street rights-of-way, Set additional control points / benchmarks as needed. 6. Show all topographic data within proposed design/construction limits. 7. Show contour lines at 2-foot intervals within rights -of -way and easements, 8. Show survey control points with elevations and point numbers for use in construction staking, 9" Show all identified utilities includingi individual service lines where possible., 10. Provide blase rnapping at scale of V = 20'. 11. Walk all topo surveys after base maps are complete to verify visible features are noted. kF.03M IM951 1"111IM11=111 01 LOA RROMI III SOON Nto RXIM4 IN Macadam Rd. Water Scope of Wark Page 2 and profile and is expected to cover approximately 101 sheets with additional sheets designated for standard details, erosion control, traffic control, etc. The only permit anticipated for this project is a City of Tukwila right-of-way use permit. As on past projects, it is anticipated that the City will obtain this perrnit. Other than minimal time for coordination, this scope does not include any permitting effort by PACE. PACE will provide all services as necessary during the bidding phase of the project. , These would include distribution of plans and specifications to contractors, answering questions during the bidding period, preparing and distributing addenda as necessary, preparation and attendance at a pre-bld meeting if necessary and attendance at the bid opening, For quality assurance during design, a senior level principal will thoroughly review all documents before: they are submitted to the City. This will typically occur at each of the review stages and at final clocurnent preparation. % =17 MIM 9 This scope does not include construction administration services. Should construction assistance be requested of PACE, a scope and fee can be developed at that tirne. Services that could be provid oini, include the fol,lowing: 1. Attend and direct the pre-construction conference and provide, meeting minutes to all attendees. 2. Review material submittals for compliance with contract documents, I Provide construction staking for the improvements (line and grade): 4. Review, approve and prepare contract pay estimates. 5. Prepare change orders as necessary, including all documentation and coordination with the contractor, . Attend and conduct construction meetings as required and prepare and distribute meeting notes. 7. Monitor construction to determine contractor compliance and prepare all letters and documentation regarding same, �8. Provide construction inspection as needed. 91. Address construction questions as they arise., M Prepare punch lists and conduct final inspection, and prepare recommendation of project acceptance. 11. Prepare As-Built drawings, P.\P15\15411 Macadam Water\Doc\Macadam Scope.doex 18 PACE Engineers, Inc. Project Name Project #: EXHIBIT B Andover Park E. Water Replacement Billing Group #: Project Budget Worksheet - 2015 Standard Rates Location:I City of Tukwila Task #:I [00] 1 Prepared By Date. DH 11-May-15 start Type # (See Labor Rates Table) Staff Type Hourly Rate rawirig./Task Title ask 1 - Project Management ask 2 - Survey/Mapping Task 3 - Geotechnical Investigations ask 4 - Basin Study (N/A) ask 5 - Coordination w/KC & SPU Task 6 - Preparation of Design Plans Task 7 - Specifications and Contract Docs ask 8 - Permits and Approvals ask 9 - Services During Bidding ask 10 - QA/QC ask 11 - Construction Admin. (TBD) abor Code 2 $200 $165 Principal Project Engineer Manager 60 48 2 4 4 24 24 60 12 40 2 4 4 12 36 12 6 19 $115 8155 Sr. Structural Engineer 11 Engineer 8 160 40 Labor Hours by Classification 33 75 5135 5105 CAD Drafter Sr. Planner 24 160 41 $165 Principal Surveyor 2 4 2 46 52 4 8135 581 5115 Project Surveyor Instrument Person 8 Survey Tech 11 12 595 Project Hour Administrator: Total 12 20 8 122.0 32.0 6.0 0.0 36,0 404.0 112.0 30.0 32.0 50.0 0.0 0.0 0,0 0.0 0.0 0,0 0.0 Hours Total Labor Total Expenses 144.01 20A ni 216.01 528,800 833,660 1 824.840 0,0! 24.01 160.01 $3.240 516,800 8.01 8.01 $1,080 I 5654 $1,320 9 40.0 $24,0 81380 53,800 8115.584.00 rata/unit Reimbursable Quantity Cost Postage/Couder Plotter Photo/Video MileagelTravettPer Diem Miscellaneous Technology Fee (2% of Labor) Total 3100,00 8500.00 $2,311.68 PAM 5115412 Andover Park E Water and SewerlDoclAndover Water Budget 8 S2 912 1 ISubconsultants Utility Locate Geotechnical Erigineer Electrical Engineer —eotechnical Engineer & 0 Engineer Subconsultant Subtotal Markup Total 59,750 59.750 1 5% $11,213 Page 1 of 1 PACE Billed Labor Total Reimbursable Expenses Subconsuttants Total Project Budget 5115,584 52,912 511,213 5129.708 Rate Table Used 2015 Standard Rates Printed: 511112015, 2:03 PM PACE Engineers, Inc. Project Name Andover Park E. Sewer Replacement Profect #: 15412 Billing Group #: 10 Location: Project Budget Worksheet - 2015 Standard Rates City of Tukwila Task *:I 00] Prepared By: Date: Staff Type # (See Labor Rates Table) Staff Type Hourly Rate Labor Hours by Classification DH 11-May-15 Labor Drawingfrask Title Code Task 1 - Project Management Task 2 - Survey/Mapping Task 3 - Geotechnical Investigations Task 4 - Basin Study Task 5 - Coordination tie-KC & SPU Task 6 - Preparation of Design Plans Task 7 - Specifications and Contract Dm Task 8 - Permits and Approvals Task 9 - Services During Bidding Task 10 - QA/QC Task 11 - Construction Admin. (TBD) Hours Total Labor Total 1 5200 Principal Engineer 48 2 8 2 16 4 4 20 12 16 19 33 75 5165 S115 5155 5135 5105 Project Sr. Structural CAD Drafter Manager Engineer U Engineer Sr . Planner 11 40 4 4 12 48 24 2 8 4 48 24 8 16 2 120 41 5165 Principal Surveyor 2 2 50 595 Party Chief 52 583 instrument Person 4 4 48 5115 urvey Tech 6 91 595 Project Administrator) 12 Ea 6 Hour Total 102.0 16.0 60 350 18,0 232 0 630 4.0 26.0 20.0 0,0 0.0 0.0 0.0 0.0 0.0 0 0 104.01 140.01 84.01 00 180 128,01 520,800 823,430 59,660 1 50 1 84430 513,440 5660 5380 I 4.01 40 4.01 6,01 3401 528,0 5332 1 5590: 53,230 $75,05200 Expenses Reimbursable Quantity 1 Cost rate/unit Postagelrourier 5100.00 Plotter $500.00 Photo:Video M16--age/TraveliPer Diem Miscellaneous Technology Fee (2% of Labor) i 51,501,04 Total $2„101 ISubconsultants Utility Locate Geotechnical Engineer 59.750 Electrical Engineer Geotechnical Engineer & C Engineer Subconsultant Subtotal 59.750 Markup 15• Total 511213 PAP15115412 Andover Park E Water and SewenDoclAndover Sewer Budget Page 1 of 1 PACE Billed Labor Total Reimbursable Expenses Su ticonsultants Total Project Budget $75:052 52.101 $11 213 $88,366 Rate Table Used: 2015 Standard Rates Printed, 5/11/2015, 2:02 PM PACE Engineers, nc. Project tame Project t it EXHIBIT dam Road South r Upgrade 1541 Billing Gra e Labor Rats Table) 12 16 urly Rate 200 r `ect Drawing Ta k Tt°e. Cod -e Engineer aaer Tas - Project Ma n;g rant T ask 2 = S: vey 7v1apping k D sinn and Specifications Task 4 Permits and Approvals ask 5 Services During Bidding sk6- AIQC nstruction A gun e -1 Project Budget ` orksheet = 2815 Standard Rates of Tu a Task Labor Hours by Classificatk n Prepared Cate:, Din May -i5 33 76 41 46 413 8155 i 5135 5105 ] 5165 Structural CAD Drafter Engineer Sr. P,an er it 5135 563 6115 505 Person d _, s1 e:cre Total 100 160 4 8 '.5 16 45 15 200 24 12 64 0.01 Labor Total $35,640 522,080 16,0; 560 1004,0 $1,32' 69.430 $5,320 8137,288 Expenses Reimbursable Quantity , ubconsultants Postan aa[ Plotter Phcto,F {idea 103.0° 5500,00 ACE Reimbursable Expen Suaconsul ants Total Project Budge Engineer Subconsultant Su ©total Total P:\P15t15411 Macadam Water\ ©oc1 ©esgn Budget Total Page 1 of Rate Table Use 2_ 81337,235 53.346 51 nclard Rates Printed: 1812015, 9 :37 AM 5 AN U Z11 :M PIPM44TITNITAYMM 22 201 5 - 2u720 Cal) ital d mpro vemen t Program 63 2015 to 20,20 PROJECT: Andover Park E Water Main Replacement Project INo, 99940103 DESCRIPTION- Design and construct 2,000 LF of new 16" cluctile iron pipe along Andover Park East from Tukwila Pkwy to Strander Blvd and 1,100 LF of 10" DIP in, Christiansen Rd. JUSTIFICATION: Support future growth within this area of the CBD as aging cast iron system has suffered frequent failures. STATUS: Survey and in-house design is complete. Phase I is scheduled for 20,16 and includes construction, frorn Strander Blvd to Baker Blvd. Phase 11 will! be from Baker Blvd to Tukwilia, Parkway, MAINT. IMPACT: A new pipe will significantly reduce impact one crews from the risk of cataclysmic events. COMMENT- A proposed PWTF was rescinded in 2014 by the State Legislature. Another aipplili!cation was submitted fo�ir 2015. FINANCIAL Through Estimated In $000's 2013 201�4 2016 2016 2017 20,18 2019 2020 BEYOND TOTAL EXPENSES Design 63 136 199, Land (R/W1 0 Const. Mgmt, 11,73 211 384 Construction 1,253 1,,532 2,785 TOTAL EXPENSES 63 0 i 136 1,426 0 0 0 1,743 0 1 3,,368 FUND SOURCES Awarded Grant 0 Proposed PWTF 0 Mitigation Actual 0 Mitigation Expected I 0 Utility Revenue 63 0 136 i 1,426 0 0 0 1,743 0 3,368 TOTAL, SOURCES 63 0 136 11,426 0 0 01 1,743 0 3,,368 22 201 5 - 2u720 Cal) ital d mpro vemen t Program 63 2015 - 2020 Capitalftiprovement Program 7 5 23 2�0111;5 to 20d2 F PROJECT: Andover Park East Sewer Replacement Project No. 91440204 DESCRIPTION: Design and construct 1,600 LF of 15" and 12" sanitary sewer from Strande,r Blvd. to 1-405 in Andover Park E, JUSTIFICATION: Sewer improvement will provide additional capacity for future, development along Andover Park East. STATUS: Applied for a Public Works Trust Fund Loan (PWTF) in 2016 in conjunction with the APW Water Main Project. MAINT. IMPACT- COMMENT. Phase I is scheduled for 2016 and includes construction from Strander Blvd to Baker Blvd. Phase 11 wflIll be from Baker Blvd to Tukwila Parkway in 2020 FINANCIAL Through Estimated . ............... in $0010's) 2013 2014 2'0,15 2016 2017 2018 2019 2020 BEYOND ...... .... ........... TOTAL EXPENSES Design 90 90 Land (R/W) 0 Const, Mgmt. 115 141 256 Construction 1,004 2,126 TOTAL EXPENSES 0 01 90 1,237 0 0 0 1 1,145 0 2,47 2 FUND SOURCES Awarded Grant 0 Proposed PWTF/Bond 0 Mitigation Actual 0 Mitigation Expected 290 290 Lififity Revenue 0 01 90 947 0 0 I, 0 1,1145 0 2,182 TOTAL SOURCES 0 0 910 1,237 0 0 0 11, 145 0 2,472 2015 - 2020 Capitalftiprovement Program 7 5 23 2015 to 2020 PROJECT: Macadam Rd S Water Ups grade Project No, 90440105 DESCRIPTI(ON: Design and construct 4,300 LF of 10" waterline in Macadam Rd S from, S 144th, St to Southcenter Blvd. JUSTIFICATION: Improve fire flow water quality to the north side of Tukwila Hill, STATUS: Design will begin in January 2015 with construction to begin in late surnmer 2015 and continue into 2016 MAINT. IMPACT: The new waterline wfll eliminate crew maintenance time for flushing the dead end line COMMENT- FINANCIAL Through Estimated In $0100's) 20113 2014 2015 2016 20,17 2018 2019 2020 BEYOND TOTAL EXPENSES Desugn 155 155 Land (R/W) 0 Const. Mgmt, 50 150 200 Construction 6,00 800 I 1,400 TOTAL EXPENSES 0 0 805 950 0 0 0 0 0 1,75,5 FUND SOURCES Awarded'! Grant 01 Proposed Grant 0 Wigation Actual 0 Mitigation Expected 0 Utility Revenue 0 0 805 950 O� 0 0 0 0 1,755 TOTAL SOURCES 0 01 805 950 01 0 0 I o 0 1,755 24 201'5 - 202,0 Capital Improvement Program 61 1