HomeMy WebLinkAbout22-115 - Perteet, Inc - S 152nd Street and 57th Avenue S Intersection StudyCity of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
Contract Number: 22-115
Council Approval N/A
This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter
optional municipal code city hereinafter referred to as "the City," and Perteet Inc., hereinafter referred to
as "the Contractor," whose principal office is located at 505 5th Ave S #300,
Seattle, WA 98104.
WHEREAS, the City has determined the need to have certain services performed for its citizens
but does not have the manpower or expertise to perform such services; and
WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms
and conditions; now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform
those services described on Exhibit A attached hereto and incorporated herein by this reference as if
fully set forth. In performing such services, the Contractor shall at all times comply with all Federal,
State, and local statutes, rules and ordinances applicable to the performance of such services and the
handling of any funds used in connection therewith. The Contractor shall request and obtain prior
written approval from the City if the scope or schedule is to be modified in any way.
2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this
reference. The total amount to be paid shall not exceed $14,375.00.
3. Contractor Budaet. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City
whenever the Contractor desires to amend its budget in any way.
4. Duration of Aareement. This Agreement shall be in full force and effect for a period commencing
6 September 2022, and ending 31 December 2022, unless sooner terminated under the provisions
hereinafter specified.
5. Independent Contractor. Contractor and City agree that Contractor 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 employer and employee between the parties hereto. Neither
Contractor nor any employee of Contractor 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 contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
6. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or
suits including attorney fees, arising out of or in connection with the performance of this Agreement,
except for injuries and damages caused by the sole negligence of the Public Entity.
CA Revised May 2020 Page 1 of 4
Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115,
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 Contractor and the Public Entity, its
officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the
extent of the Contractor's negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial
Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually
negotiated by the parties. The provisions of this section shall survive the expiration or termination of
this Agreement.
7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in connection with
the performance of the work hereunder by the Contractor, their agents, representatives, employees or
subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required
herein shall not be construed to limit the liability of the Contractor to the coverage provided by such
insurance, or otherwise limit the City's recourse to any remedy available at law or in equity.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits
described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and
property damage of $1,000,000 per accident. Automobile liability insurance shall cover all
owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services
Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If
necessary, the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products -completed operations aggregate
limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations, independent
contractors, products -completed operations, stop gap liability, personal injury and advertising
injury, and liability assumed under an insured contract. The Commercial General Liability
insurance shall be endorsed to provide a per project general aggregate limit using ISO form
CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability
arising from explosion, collapse or underground property damage. The City shall be named
as an additional insured under the Contractor's Commercial General Liability insurance policy
with respect to the work performed for the City using ISO Additional Insured endorsement CG
20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or
substitute endorsements providing at least as broad coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance
limits than the minimums shown above, the Public Entity shall be insured for the full available limits
of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective
of whether such limits maintained by the Contractor are greater than those required by this Contract
or whether any certificate of insurance furnished to the Public Entity evidences limits of liability
lower than those maintained by the Contractor.
C. Other Insurance Provision. The Contractor's Automobile Liability and Commercial 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, or insurance pool coverage
maintained by the City shall be excess of the Contractor's insurance and shall not contribute with
it.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating
of not less than A: VII.
CA Revised May 2020 Page 2 of 4
E. Verification of Coverage. Contractor 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 Contractor before commencement of
the work. Upon request by the City, the Contractor shall furnish certified copies of all required
insurance policies, including endorsements, required in this Agreement and evidence of all
subcontractors' coverage.
F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance
coverage that complies with all applicable requirements of the Contractor -provided insurance as
set forth herein, except the Contractor shall have sole responsibility for determining the limits of
coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public
Entity is an additional insured on each and every Subcontractor's Commercial General liability
insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this
work with written notice of any policy cancellation, within two business days of their receipt of such
notice.
H. Failure to Maintain Insurance. Failure on the part of the Contractor 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 Contractor to correct the breach, immediately terminate the contract
or, at its discretion, procure or renew such insurance and pay any and all premiums in connection
therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion
of the City, offset against funds due the Contractor from the City.
8. Record Keeaina and Reaortina.
A. The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any
nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of this Agreement.
B. These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCVV Chapter
40.14 and by the City.
9. Audits and Inspections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by law during the performance of
this Agreement.
10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty
(30) days written notice of the City's intention to terminate the same. Failure to provide products on
schedule may result in contract termination. If the Contractor's insurance coverage is canceled for any
reason, the City shall have the right to terminate this Agreement immediately.
11. Discrimination Prohibited. The Contractor, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the
presence of any disability, or any other protected class status under state or federal law, in the
selection and retention of employees or procurement of materials or supplies.
12. Assianment and Subcontract. The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
13. Entire Aareement: Modification. This Agreement, together with attachments or addenda, represents
the entire and integrated Agreement between the City and the Contractor 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 parties.
CA Revised May 2020 Page 3 of 4
14. Severabilitv and Survival. If any term, condition or provision of this Agreement is declared void or
unenforceable 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.
15. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
16. Applicable Law: Venue: Attorney's Fees. This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. 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 County, Washington. The prevailing party in any such
action shall be entitled to its attorney's fees and costs of suit.
DATED this 12th day of September , 2022.
CITY OF TUKWILA Perteet Inc.
HP
C7/(Lezt,c Shoe/e.g
Allan Ekberg, Mayor 09/12/2022
ATTEST/AUTHENTICATED:
Ch4,ezz-y 06 Ay
Key: eKlUbbdaYcloJEOJOKIKIcKeKK2fool,
City Clerk, Christy O'Flaherty
APPROVED AS TO FORM:
�com
cr aoeegsawee
Key: ecc5.770,1,1721ercaD91,21,
Office of the City Attorney
By:
Jesse A Thomsen
Printed Name and Title Vice President
Address: 801 2nd Ave, Suite 302
Seattle, WA 98104
CA Revised May 2020 Page 4 of 4
:w ll T 1( : 11= 1 „T K " `I I A
Agreement with Perteet Inc. August 29, 2022
EXHIBIT A
SCOPE OF SERVICES
City of Tukwila
S 152nd Street and 57th Avenue S Intersection Study
INTRODUCTION
The intent of this project is to complete an intersection study for the S 152nd Street and 57th Avenue S intersection,
including evaluations of existing conditions and alternative treatments for the intersection. If authorized, this Contract
will include planning -level engineering for a concept layout and opinion of cost for a preferred alternative. This study
is funded by local monies.
Consultant's services will be limited to those expressly set forth herein. If the service is not specifically identified herein,
it is expressly excluded. Consultant will have no other obligations, duties, or responsibilities associated with the
project except as expressly provided in this Agreement.
Transferring Budget within Contract Maximum: The level of effort is specified in the scope of services. The budget
may be transferred between discipline tasks at the discretion of the Consultant, provided that the total contracted
amount is not exceeded. The Consultant will have the flexibility to manage budget within a given discipline on a
subtask level.
Services provided by the Consultant will consist of:
GENERAL SCOPE OF SERVICES
This Scope of Services describes the work elements to be accomplished by the Consultant as summarized under each
Task. This scope consists of the following elements:
Task l — Project Management
Task 2 — Existing Conditions Analysis
Task 3 —Alternatives Analysis
Optional Services
With prior written approval by the City and written notice -to -proceed, work elements described in this scope of
services as optional services (as directed) may be produced by the Consultant.
This Scope of Services is defined in the tasks below.
SCOPE OF SERVICES DEFINED
Task 1— Project Management
Continuous Project Management
1
:w ll T 1( : 11= 1 „T K " `I I A
Agreement with Perteet Inc. August 29, 2022
The Consultant will provide continuous project management administration (billing invoices, monthly progress
reports, Consultant coordination) throughout the project's duration (assume two [2] months ).
Budget and Schedule Oversight
The Consultant will monitor project budget and schedule. The Consultant will prepare a milestone schedule and use
that track project deliverables.
Project Coordination Meetings
The Consultant will attend up to one (1) project coordination meetings with key City staff to discuss the project and
report on progress. Attendance will consist of up to two (2) members of the Consultant team, City project manager,
and other City staff as determined by the City's project manager to review project status and coordinate activities for
current work tasks. Meetings will be held virtually using Microsoft Teams. The Consultant will prepare and distribute
meeting agendas and minutes.
Deliverables
• Invoice and progress reports submitted each month. Two (2) prepared invoices will be submitted.
• Project schedule submitted within one week of NTP.
• Meeting agendas outlining likely discussion topics for each project coordination meeting, submitted at least
one (1) working day before each meeting.
• Meeting minutes documenting each project coordination meeting, submitted within three (3) working days
of each meeting.
Task 2 — Existing Conditions Analysis
Sight Distance Review
The Consultant will use the topographic survey basemap provided by the City to evaluate the existing sight distances
for the site. The Consultant will compare the available sight distances to design values included in the AASHTO 2018
A Policy on Geometric Design of Highways and Streets ("Green Book"). Documentation of this process and results
will be included in the technical memorandum in Task 3.
Crash History Review
The Consultant will collect available five-year collision data from the City and WSDOT to assess if there are potential
intersection improvements that could be made as part of the project to improve safety. The Consultant will classify
collisions using the KABCO scale, assess patterns in the data, and recommend countermeasures to reduce collision
likelihood (if any). This analysis will be documented in the technical memorandum in Task 3.
Traffic Data Collection
The Consultant will employ a vendor to collect a PM peak hour turning movement count (4-6pm) for the intersection.
This count will record number of vehicles making each turning movement, heavy vehicle percentages, peak hour
factor, and pedestrian and bicyclist volumes.
Existing Conditions Traffic Modeling
The Consultant will model the existing operations for the intersection using the traffic data collected with this Task.
The Consultant will complete this modeling using the Highway Capacity Manual modules within Synchro version 11.
Modeling for this task will reflect the existing stop -controlled configuration for the intersection. Results will be
published in the Task 3 memorandum.
2
:w 11 T 1( : 11= I „T K " `I I A
Agreement with Perteet Inc. August 29, 2022
Deliverables
• None for Task 2.
Task 3 — Alternatives Analysis
The Consultant will evaluate mini -roundabout and all -way stop control alternatives for the intersection and
document this analysis in a technical memorandum.
Alternatives Traffic Modeling
The Consultant will use the same traffic volumes collected and used in Task 2 to study the mini -roundabout and all -
way stop control alternatives. The Consultant will model mini -roundabout operations using Sidra and all -way stop -
control operations using Synchro. For the Sidra modeling, the Consultant will model the roundabout diameter to fit
within the existing curb lines but will rely on Sidra defaults kr other geometric properties like entry angle. The
Consultant will not model or forecast future traffic volumes.
Planning -Level Opinions of Cost
The Consultant will prepare a planning -level opinion of cost for each intersection alternative. The opinions of cost
will include costs for each anticipated project phase: PE, RW, and CN. The Consultant will prepare total costs per
phase with inflation factors to escalate to a specific construction year as directed by the City. The opinion of costs will
also reflect contingency factors appropriate for this planning -level analysis and be attached to the Task 3
memorandum.
Technical Memorandum
The Consultant will document the above analysis elements from Task 2 and Task 3 in a technical memorandum that
will summarize the intersection study. This memorandum will include a discussion of existing conditions and the two
study alternatives, including pros and cons of each alternative. The Consultant will discuss how each concept
performs from a sight distance and safety standpoint.
The memorandum will include a concept sketch that will illustrate key elements of the alternatives (i.e. signing,
channelization, new sidewalks/paving) using an aerial image as a background. Neither CAD nor the City -provided
topographic survey will be used for these sketches.
The Consultant will prepare and submit a draft version of the technical memorandum and attachments kr City
review and comment. The Consultant will arrange up to one meeting to resolve comments with City review staff. This
meeting will be virtual, include up to two members of the consultant team, and last up to two hours. After resolving
comments, the Consultant will revise the technical memorandum and publish the final version to the City.
Addressing additional comments on the technical memorandum is outside the scope of this contract and would
require an amendment.
Deliverables
• Draft technical memorandum [PDF].
• Comment resolution meeting agenda [PDF].
• Comment resolution meeting summary [PDF].
• Final technical memorandum [PDF].
3
:w ll T 1( : 11= I „T K " `I I A
Agreement with Perteet Inc. August 29, 2022
Additional (Optional) Services
The Consultant may provide additional services as directed by the City which are not identified in this Scope of
Services. Additional services shall not commence without written authorization and approval from the City and a
supplement to the contract.
Services Not Included in this Scope of Services
1. Topographic basemapping.
2. Grant funding support.
3. Public outreach.
4. Plans, specifications, and estimates (PS&E) development.
5. Traffic operations analysis.
6. Environmental documentation and permitting.
7. Utility locates or coordination.
8. Construction management services.
Items to be furnished by the City
Information Provided by Others:
The Client shall furnish, at the Client's expense, all information, requirements, reports, data, surveys and
instructions required by this Agreement. The Consultant may use such information, requirements, reports, data,
surveys, and instructions in performing its services and is entitled to rely upon the accuracy and completeness
thereof. Further, the Client agrees that the Consultant shall have no responsibility for any portion of the Project
designed by other consultants engaged by the Client.
The City shall furnish the following:
1. Existing topographic survey for the intersection.
2. Any available traffic data for the intersection, including turning movement counts, daily traffic counts, or
speed studies.
Design Criteria
As of the date this Agreement is signed, design file, reports, documents, and plans prepared as part of this Scope of
Services, to the extent feasible, will be developed in accordance with the latest edition and amendments to the
following documents:
1. Standard Specifications for Road, Bridge, and Municipal Construction, 2022 English Edition, published
by WSDOT and the Washington State Chapter APWA
2. Standard Plans for Road, Bridge, and Municipal Construction, (M 21-10), published by WSDOT
3. "Local Agency Guidelines" published by WSDOT
4. AASHTO: A Policy on Geometric Design of Highways and Streets (2018 Edition)
5. 2009 Manual on Uniform Traffic Control Devices (MUTCD)
6. Proposed Accessibility Guidelines for Pedestrian Facilities in the Public Rights-of-Way,July 26, 2011 (2011
PROWAG)
7. City of Tukwila Standard Plans and Policies
4
:w ll T 1( : 11= 1 „T K " `I I A
Agreement with Perteet Inc. August 29, 2022
8. 2016 King County Surface Water Design Manual
Changes in any design standards or requirements after services have begun may result in extra work, and require a
supplement to the Agreement.
5
I.
ul
w
LU
00
00
Last Update date
Contract Start Date
S 152nd St - 57th Ave S Intersection Study
20220163.0000
Perteet Project No.
10/31/2022
Contract End Date
City of Tukwila
tu,
•E'
(7)
Contract Duration:
Rory Cameron
Labor Dollars
$2,155.00
$2,155.00
a
o.0
c
N
71-
CO
kir>
a
oc
N
cl-
00
Or>
a
o.0
0
03
00
Ea
a
0
0
00
00
(A.
$14,375.00
Total
Hours
0
0
6
12.00
22.00
22.00
52.00
52.00
0
a
co
00
To
0
0
a
a
Lei
o)
IA
0.00
0.00
2.00
2.00
2.00
a
a
0
co
T
Accountant
0
0
Lei
0
T
(A
4.00
4.00
0.00
0.00
4.00
0
0
0
N
Cr
VT
Civil
Designer 11
$135.00
0.00
16.00
16.00
0
0
o:i
6
26.00
42.00
0
0
ci
N.
CD
16
04
Sr. Engineer
/ Mgr
e
00.0
6
.-
N
IA
0
N
0
N
00
0
COcc;
0
00
0
c;
CA
0
ci
N
33.00
0
0
ci
CO
CO
C6
04
Sr.
Associate
$225.00
0
0
0
0
0
0
4.00
4.00
4.00
0
0
ci
0
co
*to
T
o
ci.
'C
6:
$265.00
1.00
1.00
0
a
0
0
a
0.-
0
co
$265.00
a)
co
CC
co
c
m
o
os
I-
Task 1 - Project Management
Total Task 1 - Project Management
Task 2 - Existing Conditions Analysis
Total Task 2 - Existing Conditions Analysis
Task 3 - Alternatives Analysis
Total Task 3 - Alternatives Analysis
E
=
0
I
.4
o
I-
03
=
0
0
.4
o
i -
0 0
0 0
CO CO
SUMMARY
0
L0
N
00
Nr"
a
a
00
0
0
69.
0
L0
N
8
.0
a)
w
CONTRACT TOTAL
v7.6.771 (BPOWELL) -
pi
pERTEET
Schedu/e of 2022 Billing Rates
Engineering, Planning and Environmental Classifications
Principal
Senior Associate
2022 Hourly Rate
265.00
225.00
Senior Engineer/Manager
Lead Engineer/Manager
Engineer 111
Civil Designer 11
Civil Designer 1
210.00
180.00
145.00
135.00
115.00
Senior Planner/Manager/Cultural Resources Manager
Lead Planner/Manager
Cultural Resources Specialist 111
Cultural Resources Specialist 11
Cultural Resources Specialist 1
Planner 111
Planner II
Planner 1
180.00
145.00
125.00
120.00
90.00
135.00
125.00
85.00
Senior Environmental Scientist/Manager
Lead Environmental Scientist/Manager
Environmental Scientist 111
Environmental Scientist 11
Environmental Scientist 1
175.00
160.00
130.00
110.00
90.00
Lead Technician/Designer
Technician 111
Technician 11
Technician 1
135.00
115.00
90.00
80.00
Contract Administrator
Accountant
Graphics Specialist
Clerical
110.00
105.00
10000
95.00
Emergency Response Rate (immediate response following event)
Expert Witness Rates:
Consulting & Preparation Time
Court Proceedings & Depositions (4 hour minimum)
@1.5 times hourly rates
@ standard hourly rates
@ 1.5 times hourly rates
Perteet's Hourly Rates are subject to change each year on January F.
PERTEET
Schedu/e of 2022 Billing Rates
Page 2
Direct Expenses Rate
Living & travel expenses outside of service area Cost plus 10 percent
Authorized Subconsultants Cost plus 10 percent
Outside Services (printing, traffic counts, etc.) Cost plus 10 percent
CADD Station $10.00 per hour
Project Controls / Primavera $10.00 per hour
GIS / Traffic Modeling $15.00 per hour
Color Copies $.80 each
Mileage @ current federal rate
Construction Classifications
Construction Supervisor
Construction Engineering Manager
Senior Construction Manager
Construction Manager
Assistant Construction Manager
2022 Hourly Rate
230.00
200.00
160.00
130.00
130.00
Construction Engineer III
Construction Specialist II
Construction Specialist I
145.00
125.00
115.00
Senior Electrical Construction Observer
Senior Construction Observer
Construction Observer III
Construction Observer II
Construction Observer I
185.00
160.00
135.00
95.00
85.00
Senior Office Engineer
Senior Construction Technician
Construction Technician III
Construction Technician II
Construction Technician I
145.00
130.00
120.00
10000
90.00
Perteet's Hourly Rates are subject to change each year on January F.
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: S 152nd Place Waterline Extension Project No. 91640103
DESCRIPTION: Design and construct 150 LF of 8" ductile iron waterline in S 152nd Place to Sunwood Blvd.
JUSTIFICATION: The proposed waterline will also meet fire flow requirements.
STATUS: Easement acquisitions will be needed.
MAINT. IMPACT: To remove a dead-end in South 152nd Place to improve water quality.
COMMENT: Planned to be combined with S 152nd Street Waterline Replacement project as a separate schedule.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022
2023
2024
2025
2026
BEYOND TOTAL
EXPENSES
Design
40
20
60
Land (RMI)
10
10
Const. Mgmt.
10
10
Construction
100
100
TOTAL EXPENSES
0
0
0
50
130
0
0
0
0
180
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
0
0
0
50
130
0
0
0
0
180
TOTAL SOURCES
0
0
0
50
130
0
0
0
0
180
2021 - 2026 Capital Improvement Program
65
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: S 152nd Street Waterline Replacement Project No. 91640102
DESCRIPTION: Design and construct 1,600 LF of 10" ductile iron waterline to replace the old 6" cast iron waterline in
S 152nd St from Macadam Rd S east to the end of the pipe near 58th Ave S.
JUSTIFICATION: The existing waterline is cast iron and is subject to cracking and breaking apart with age.
STATUS:
MAINT. IMPACT: The proposed waterline will also meet fire flow requirements.
COMMENT: Planned to be combined with S 152nd Place Waterline Extension project as a separate schedule.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022
2023
2024
2025
2026
BEYOND TOTAL
EXPENSES
Design
100
30
130
Land (RMI)
10
10
Const. Mgmt.
100
100
Construction
700
700
TOTAL EXPENSES
0
0
0
0
0
0
110
30
800
940
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
0
0
0
0
0
0
110
30
800
940
TOTAL SOURCES
0
0
0
0
0
0
110
30
800
940
2021 - 2026 Capital Improvement Program
66