Loading...
HomeMy WebLinkAboutUtilities 2007-01-17 COMPLETE AGENDA PACKET �4 City of Tukwila Utilities Committee Joan Hernandez, Chair Joe Duffle Jim Haggerton AGENDA Wednesday, January 17, 2007 Time: 5:00 p.m. Place: Conference Room No. 1 N O. o e o BE TAK I. Current Agenda Review I. II. Presentation(s) II. III. Business Agenda M. A. 2007 Public Works Utility Issues A. Discussion. Page 1 B. Southcenter Boulevard Water Main Bid B. Move to Committee of the Whole for Award Page 3 discussion then to Regular Council for approval. C. Southcenter Boulevard Water Main C. Move to Committee of the Whole for Construction Management Services discussion then to Regular Council for Page 7 approval. D. Water District 125 Foster Point Pipeline D. Information. Transfer Page 17 IV. Old Business Next Meeting: Tuesday, February 6, 2007 Future Agendas: 1. The City of Tukwila strives to accommodate people with disabilities. Please contact the Public Works Department at 206- 433 -0179 for assistance. To: Mayor Mullet From: Public Works Director Date: January 10, 2007 Subject: 2007 Public Works Utility Issues ISSUE Discuss Utility Engineering issues that will be top priorities for the 2007 Utilities Committee and select Council meetings. BACKGROUND The 2007 -2012 Financial Planning Model and Capital Improvement Program was adopted on December 11, 2006, and includes numerous projects that are slated for design and construction in 2007. Also, numerous development projects are in the works that have indirect impacts on our engineering program and projects. DISCUSSION The following issues are highly likely to be brought forward to Committee: Surface Water Items NPDES Phase II update Cascade View Drainage Improvements closeout GIS Inventory Area 4 Annual Drainage Program and Private System Adoptions Tukwila International Blvd High -Flow Bypass (included in TIB Phase II/111) Water Items Sewer Items Water Utility System Plan GIS Inventory Area 4 Update Allentown/Foster Pt Project closeout(w/s/swm) Kent/Tukwila Intertie j Southcenter Blvd Water Main Replacement Sewer Repair at 14438 59 Ave S MLK Jr Wy Waterline Sewer Infiltration and Inflow (I &I) Municipal Water Law Gravity Sewer under I-405 to Tukwila Parkway Potential Annexed Area Water Turnover Tukwila South development Westfield Sewer Repair General Standby Power Upgrades Foster Point Sidewalks Rising Cost of Construction Materials TMC 14 update RECOMMENDATION For discussion. (p:Bob \UC 2077 Utility Eng Imes 1 -17-07) INFORMATION MEMO Duwamish Gardens INFORMATION MEMO To: From: Date: Subject: Mayor Mullet Public Works Director January 8, 2007 Southcenter Boulevard Water Main Replacement Project No. 98-WT05 BID AWARD ISSUE Award the bid for the Southcenter Boulevard Water Main Replacement project (see attached map for project location). BACKGROUND After the 2001 earthquake, the existing 12-inch cast iron water main in the Green River Trail broke. The main was repaired and it was determined that the existing line needed to be upgraded to ductile iron pipe. The water main is being installed in the WSDOT limited access area of 1-405 and WSDOT requires work to be done at night in this area. The water main is also being attached under the bridge crossing the Green River. These two factors have resulted in increased construction costs. The contract documents for the project were completed in the fall of 2006 and the project was advertised on December 7 and 14, 2006. The project is listed in the proposed 2007 CIP, page 78. Four bids were opened on January 5,2007. The engineer's estimate was $720,123.48. R. L. Alia Company of Renton, Washington, submitted the low bid of $764,864.00 for the base bid. All bids included state sales tax. The City of Tukwila currently has R. L. Alia under contract for the AllentownIFoster Point Water and Sewer Improvements project and work on the project is satisfactory. BUDGET AND BID SUMMARY When the 2007 budget process was completed in September of 2006, the project budget was $490,000. City staff requested an additional $130,000 in November of 2006 due to the steep rise in construction costs in the late fall. The funds could not be shifted because the preliminary budget was completed. It was decided to bid the project using funds from other 2007 projects. The remaining $400,000 to complete the project will be from the Interurban Ave South Waterline project. The Interurban Ave South Waterline project will be moved to 2008 with the design completed this year. Bid Construction Mgmt Contingency (10%) Total Bid Results Engineer's Estimate $ 764,864.00 $ 720,123.48 89,615.00 76,486.40 $ 930,965.40 $ 720,123.48 Budget $ 540,000.00 (Southcenter) 440,000.00 (Interurban) $ 980,000.00 RECOMMENDATION Award the bid for the Southcenter Boulevard Water Main Replacement project to R. L. Alia Company in the amount of $764,864.00. MC:ad attachment: bid tabulation map (P,ProjcctslA- wr Projcctsl98WTOS\Jofo Memo - Bid Award to R L Alia) 3 CITY OF TUKWILA Southcenter Boulevard Water Main Replacement Project No. 98 -WTO5 ITEM ITEM OR NO. TASK DESCRIPTION 1 ALL WORK 2 'Trench Excavation Safety System 3 'Unforeseen Utility Conflict Resolution 4 'Miscellaneous Work and Restoration (P:Pro)octAW. WT ProJata \05WTO5\Bid Tabulation) QUANTITY 1 NO. UNITS UNIT ILSI LS 1 FA 1 FA Subtotal Sales Tax 8.8% TOTAL Engineer's Estimate UNIT PRICE 10,000.00 I 5,000.00 COST $636,878.20 10,000.00 10,000.00 5,000.00 $661,878.20 58,245.28 $720,123.48 BID TABULATION R. L. Alia Company UNIT PRICE COST 683,000.00 $683,000.00 5,000.00 1 5,000.00 10,000.00 1 10,000.00 5,000.00 1 5,000.00 $703,000.00 61,864.00 $764,864.00 Gary Merlino Construction UNIT PRICE COST 753,000.001 $753,000.00 1,000.00 1 1,000.00 10,000.00 1 10,000.00 5,000.00 1 5,000.00 8769,000.00 67,672.00 $836,672.00 Construct Company, LLC UNIT PRICE COST 750,000.001 $750,000.00 5,000.00 1 5,000.00 10,000.00 1 10,000.00 5,000.00 1 5,000.00 $770,000.00 67,760.00 $837,760.00 Bid Opening Date: 1/5/07 Bid Opening Time: 10:00 a.m. Kar -Vel Construction, Inc. UNIT PRICE COST 803,600.001 $803,600.00 5,000.00 1 5,000.00 10,000.00 1 10,000.00 5,000.00 1 5,000.00 $823,600.00 72,476.80 $896,076.80 Southcenter Boulevard Water Main Replacement Aerial Photo Map Project No. 98-WT05 INFORMATION MEMO To: From: Date: Subject: Mayor Mullet Public Works Director January 9, 2007 Southcenter Boulevard Water Main Replacement Construction Management Services Supplemental Agreement No.2 ISSUE Supplemental Agreement No.2 has been negotiated with Anchor Environmental for construction management services on the Southcenter Boulevard Water Main Replacement project in the amount of $89,615.00. BACKGROUND Anchor Environmental is under an existing two-year master agreement for construction management services. Their fIrst supplemental agreement was for Maule Ave/Campbell Hill and 58th Ave S Waterline project. ANALYSIS This supplement for construction management services has been negotiated for a fIxed fee not to exceed $89,615.00. The scope of work includes construction inspection and reporting, construction survey control and spot-checking, part-time project management and contract administration. This fee is fair and reasonable. The construction management funds of $50,000 shown on page 78 of the 2007 CIP will be supplemented by the $40,000 shown on page 79 from the Interurban Ave South Waterline project. RECOMMENDATION Authorize the Mayor to sign Supplemental Agreement No. 2 with Anchor Environmental for construction management services in the amount of $89,615.00. BG:gI attachments: Consultant Supplement with A-2 & B-2 P:\PUBWORKS\PROlECTS\A- WI Projects\98wt05 Southcentec Blvd\INFO MEMO - Anchor Environmental eM Supplement No 2.doc 7 SUPPLEMENTAL AGREEMENT NUMBER TWO TO CONSULTANT AGREEMENT NUMBER 06-49(b) TillS SUPPLEMENTAL AGREEMENT is entered into between the City of Tukwila, Washington, herein-after referred to as "the City", and Anchor Environmental L.L.C., Inc., hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. The City desires to supplement the agreement entered into with the Consultant and executed on, April 20, 2006 and identified as Agreement No. 06-049. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: 1. Scope of Services, is hereby changed to include the general scope of services and specific scope of services as outlined in the attached Exhibit A-2. 2. Payment, shall be amended as follows: See attached Exhibit B-2. 3. Time for Performance, shall be amended as follows: Payment for the work provided by the Consultant as part of this supplement shall be made and the total amount of payment to the Consultant for this work shall not exceed $89,615 without express written modification ofthe Agreement signed by the City. DATED this day of ,2007. CITY OF TUKWILA CONSULTANT By: Steven M. Mullet, Mayor Printed Name: Ed Berschinski Title: Partner g Exhibit A-2 City of Tukwila Construction Management Services 2006/2007 On-Call Supplement Number 2 Contract Number 06-049(b) Construction Services Scope of Work January 10, 2007 The Consultant shall provide Construction Management and Field Observation services for the Southcenter Boulevard Waterline Replacement as outlined below: A. The Consultant shall provide project management throughout the construction duration. This includes management of staff and testing subconsultant and preparation of monthly invoices and progress reports. The estimated project duration is 90 Calendar Days. B. Prepare for and attend pre-construction conference with the City, Contractor, and affected utilities. The Consultant shall prepare notice of pre-construction meeting, agenda, and minutes for distribution to all attendees. C. The Consultant shall keep records and prepare correspondence as required for the duration of construction. Certified payroll and other required documentation obtained from the Contractor will be provided to the City. D. The Consultant shall provide one set of preconstruction photographs and any photographs taken during the course of construction. Photographs will be labeled with the date taken and subject matter. E. The Consultant shall provide the services of one inspector and supplemental assistants, as needed, on the project site who will observe the technical content of the construction, including providing day to day contact with the Contractor and the City. By providing such assistance, the Consultant shall assume no responsibility for proper construction techniques and job site safety. The presence of the Consultant's personnel at the construction site is for the purpose of providing to the City a greater degree of confidence that the completed work will conform generally to the Contract Documents. The Consultant will endeavor to protect all parties against defects and deficiencies in the work of the Contractor, but cannot guarantee the Contractor's performance and shall not be responsible for construction means, methods, techniques, sequences of procedures, or for safety precautions and programs in connection with the work performed by the construction contractor and any subcontractor. F. The Consultant shall contract with an independent testing lab for material testing services such as field sampling, sieve analysis, in place density tests, extraction, and rice density. A $1,000 allowance has been included for testing services from an independent lab. G. The Consultant shall review traffic control, schedule, and materials submittals provided by the Contractor. . 9 H. The Consultant shall provide periodic, informal site visits with the field observer and Contractor to address concerns, make clarifications, and assure compliance with Contract Documents. I. The Consultant shall review change conditions as they arise and make recommendation to the City for field changes/change orders. J. The Consultant shall track quantities, prepare pay estimates, and review with City and Contractor for approval. Four pay estimates are anticipated for this project (3 monthly progress payments and 1 final payment). K. The Consultant shall provide field inspection for substantial completion and final completion. L. The Consultant shall prepare and review a comprehensive punch list based on the above field inspections. M. The Consultant shall revise the original drawings and prepare field survey and record drawings and submit to the City, upon completion of the work, using available information supplied by the Contractor and field personnel. As-built survey information shall include roadway centerline profile grades at 50-foot intervals, horizontal and vertical locations of all catch basins, manholes or other significant structures (as appropriate for the type of project). The Consultant shall provide one set of original red-ink on mylar record drawings, one set of bond copies and the AutoCAD record drawings on CD ROM The construction duration is anticipated to be 90 Calendar Days with a construction start date of approximately March 1, 2007. All work shall be completed within 30 calendar days after project acceptance. Deliverables: Items to be provided by the Consultant: . Preconstruction notice and minutes . Daily field inspection reports . Field testing reports . Preconstruction and construction photos . Documentation from site meetings, change conditions, and field directives. . Copy of all correspondence and payroll information received. . Change orders, if required. . Partial and Final pay requests . Punch list. . Record Drawings (mylars, bond copy and AutoCAD files on CD ROM) Items to be provided by the City: . Contract award . Contract closeout . Copy of Auto CAD files to prepare record drawings . Contract documents (3 - % size sets of plans and specifications, 2 - full size plan sets) . Review/Acceptance of purity and pressure tests /0 Exhibit B-2 Summary of Costs City of Tukwila 2006/2007 On-Call Construction Services City Supplement Two Southcenter Boulevard Water Main Replacement Staff Tvpe Rate Hours Total Office Senior Project Manager $63.10 186 $11,737 CADD technician $30.91 12 $ 371 Project Assistant $20.48 72 $ 1,475 Total Hours 270 Total Labor (DSC) $13,582 Office OH @ 170.25% x DSC $23 J 23 Subtotal Office Labor $36,705 Fee @ 15% of Office Labor subtotal $ 5505 Total Office Labor $ 42,210 Field Senior Inspector $39.00 364 $14,196 Field OH@ 140.0% $19.874 Subtotal Field Labor $34,070 Fee @15% ofField Labor subtotal $ 5.1 11 Total Field Labor $ 39.181 Total Labor $ 81,391 Total Sub-consultants $ 3,300 Total Expenses $ 4,924 Total Project $ 89,615 I ( City of Tukwila: Consultant Agreement No.06-049(b) Supplement No.2 Southcenter Boulevard Waterline Replacement Specific Scope of Work - Construction Management Services The following represents the general scope of services to be performed by Anchor Environmental L.L.C. (Anchor) during construction ofthe Southcenter Boulevard. Waterline Replacement project. The services are divided into different categories of work that represent the chronology of the activities as well as the types of services provided. This scope is intended to reasonably address all construction-related services that would normally be anticipated for a project of this type. Task 1 Pre-Construction Services Subtask 1. 1 Construction Document Review Scope . Obtain from City and become familiar with plans, specifications, property owner agreements, etc. . Hold kick off meeting for Anchor project team. Subtask 1.2 Pre-Construction Meeting Scope . Issue invitations and prepare meeting agenda . Conduct and attend pre-construction meeting. . Prepare and distribute meeting minutes. Subtask 1.3 Submittal Review Scope . Log and track contractor submittals (as outlined in specifications). . Review contractor submittals for general compliance with contract requirements. Submittals include general requirements (i.e. Schedule, wage rates) as well as technical submittals (i.e. shop drawings, catalogue cuts, work plans, test reports and certifications). Submittals will be routed as requested for review by City Water Dept. staff and/or City/Consultant designers. I:A Subtask 1.4 Conditions Review Scope . Pre-construction conditions: Document pre-construction conditions, including pre- construction construction site condition surveys, photographs, and record any visible property comers. Task 2 Contract Administration Services Sub task 2. 1 Planning Scope . Planning: Prepare a brief project specific construction management plan that outlines tasks, staff responsibilities, procedures and forms, documentation methods, safety procedures and communication links. Subtask 2.2 Records Management Scope . Documentation: Establish project specific documentation management system for maintaining project records and tracking multiple party review/approval documents. Documents include submittals, Requests for Information (RFI' s), change orders, test reports, surveys, meeting minutes, project photographs and general correspondence. . Liaison: Act as owner's representative/liaison for all daily coordination/communication to contractor as well as that from other agencies, other contractors (adjacent projects), site tenants and other third parties that occurs during the course ofthe project. . Correspondence: Prepare draft response on behalf of City to all formal project construction correspondence requiring responses. . Status Reports: Prepare and transmit monthly invoices and status reports. Status reports shall include project progress with respect to critical timelines, budget status and identification of any issues that may affect schedule or budget. Products . Project Documentation System (Files) . Tracking logs for correspondence . Draft letters . Status reports 13 Sub task 2.3 Progress Payments . Payment: Prepare payment spreadsheet. Review monthly progress payment requests submitted by the contractor. Provide measurements and verification of progress and submit monthly application for payment to the City for processing. Products . Payment spreadsheet with signature page Task 3 Field Observations/Inspections Scope . Activities performed by field engineer/technician. - Observation: Observe the technical conduct of the contractors work for quality and compliance with design documents, approved submittals and/or applicable technical standards. Prepare a daily inspection report and take progress photographs. - Interpretations: Provide day to day interpretation of contract requirements and respond to contractors questions including resolution of minor issues. - Testing: Perform or cause to be performed sampling and testing of materials to be incorporated into the project. Witness leak testing performed by contractor and verify purity testing. (Some materials testing by sub-consultant, see Task 8). All test acceptance by City utility personnel. - Measurements: Perform or cause to be performed field measurements to determine excavation quantities, trench backfil and placement limits, etc. as well as surveys or other measurements to verify pay requests and conformance with project requirements.(Actual survey may be done by sub-consultant, see Task 7). - Field Changes: Facilitate minor field changes to circumvent change orders due to obstructions or other unanticipated conditions. Coordinate with design engineer for any changes that may impact project cost or time. (See Task 4). - Communications: Maintain primary day to day communications with the contractor and keep the construction manager informed of activities. Receive comment from neighboring property owners and the general public and provide responses for questions and concerns. - Check for contractor compliance with requirements for traffic control and notice requirements with city and WSDOT when disconnecting loops. - Participate in bi-weekly project meetings JLj Note: Assumes a 3 month construction contract duration with 1 person on site. For budgeting purposes the inspector may not be on site full-time. Products . Inspection Daily Reports . Field Sketches and Measurements . Progress photos Task 4 Construction Engineering/Change Orders Scope . Respond to questions related to site engineering. . Evaluate contractor proposed revisions or substitutions. . Change Orders: Prepare calculations, drawings, cost estimates and justification for change orders for approval by City. This includes coordination with designer for input regarding design changes. Negotiate change orders with the contractor and incorporate into the project. For this cost estimate we have assumed up to five minor change orders (8 hours per C.O.). Task 5 Site Visits/Meetings Scope . Periodic site visit by construction manager in combination with conducting a bi- weekly coordination meeting with the contractor. Prepare agenda and minutes of meetings including tracking of action items. Task 6 Record Drawings Scope . Record Drawings: Provide a final conformed set of drawings that include any field changes and fmal configuration of facilities Task 7 Surveying Scope . Activities: To be performed by City approved survey sub consultant (as needed) - Provide visual spot checks of contractor's alignment, grade cuts, elevations, etc. as a quality control check and only use 3rd party surveyor if questionable issue. - Provide cross sections of cuts and fills to check quantity calculations for payment. 15 Products . Survey Reports Task 8 Materials Testing Scope · Work on this task will not begin until receipt of City approval of a qualified, independent subcontractor. · Provide tests of materials for compliance with contract requirements for gradation, compaction, strength, etc. (as needed only to verify) Products . Test Reports Note: Anchor will review test results for compliance with the project specifications. Exclusions Anchor shall assume no responsibility for proper construction techniques andjobsite safety. The presence of Anchor personnel at the construction site is for the purpose of providing the City a greater degree of confidence that the work will generally conform to the contract documents and that the integrity of the design concept as reflected in the Contract Documents has been implemented and preserved by the construction contractor. Anchor will endeavor to protect all parties against defects and deficiencies in the work of the contractor(s) but cannot guarantee the contractors performance and shall not be responsible for construction means, methods, techniques, sequences of procedures, or for safety precautions and programs in connection with the work performed by the construction contractor or any subcontractors. Estimated Costs A detailed breakdown of labor and cost estimates by task is provided in the accompanying budget spreadsheet. Note that labor hour breakdowns by subtask are included in the spreadsheet. However, we have only used the subtask designation to explain the basis for our budget estimates, and have anticipated that we would track and bill costs at the Task level, not at the subtask level. We trust that this proposed scope and cost estimate is sufficient for your needs. If you have any question regarding this scope, please do not hesitate to contact Ed Berschisnki. J~ INFORMATION MEMO To: From: Date: Subject: Mayor Mullet Public Works Director January 8, 2007 Water District 125 Infrastructure Transfer - Foster Point ISSUE Assumption of Water District 125 local infrastructure in the Foster and Foster Point areas. BACKGROUND Water District 125 serves 5 customers in the Foster Point area and another 91 customers in the Foster neighborhood just east ofl-5 and west of 53rd Avenue South lying south ofthe Metro Park and Ride. Under the City's Allentown/Foster Point water and sewer improvements, water meters serving Tukwila customers on Foster Point were connected to the Water District 125 system. This system was built in 1994 and currently supplies water from Skyway to both Foster and Foster Point. In 2006, Council recommended the buyout and assumption of this portion of Water District 125 for $250,000 (refer to the July 05,2006 Utilities Committee). Water District 125 established the asset value and is in agreement that the infrastructure and customers in this portion of Tukwila with the exception of Baker Commodities can be transferred to Tukwila. This transfer was part of the clean-up items laid out by the Skyway Water System Coordination Plan. The transfer of the pipes, meters, services, valves, and hydrants from Water District 125 to the City of Tukwila requires a process that will amend each of the agency's wholesale water supply contracts (plant listing attached with a value of $243,641). Water District 125 as a full service wholesale water utility must receive approval from the City of Seattle. The City of Tukwila will need to bring this item to the Cascade Water Alliance Board. The historical consumption for transferred customers must be added to the Cascade block in the CW A Take or Pay contract with Seattle. The agencies are currently crafting a transfer agreement that defmes the infrastructure assets, customer listing, and consumption base. RECOMMENDATION Information and discussion only. PB:ad attacments: PACE Memorandum PACE Valuation UC Minutes 07-05-06 (p:A1keIUC 011607 WD 125) ;1 Jun 13 06 08:45a Penhallegon Associates 425-827-5043 p.2 MEMORANDUM From: June 5, 2006 File Dave Hutley Foster Point Pipe Valuations Date: To: SubJect: The Foster Point water facility valuations originally developed in 2004 have been updated to reflect current conditions as of this date. The original 2004 valuations were developed as follows: . Where known, the original construction costs for each individual project were inserted into the table.. A factor of20% was added to reflect design, survey, inspection, etc. . In those instances where the original construction cost was not known or could not be determined, an estimate of the probably current construction cost was prepared using current average consnuction costs per lineal foot of various sizes of pipe. This cost was then translated into an estimated construction cost for the year of construction using the Engineering News Record Construction Cost Index (CCI) for that year and the current CCL . The project costs were depreciated over a period of 50 years using straight-line depreciation. . An estimated current value was arrived at by multiplying the yearly depreciation cost by the number of years since the facility was constructed and deducting that from the original or estimated construction cost In the current valuation update, the numbers used to estimate current constlUction costs were adjusted to reflect current conditions. (These are'significantly higher than in 2004.) This produced higher numbers for the estimated construction costs for the year of construction and also higher yearly depreciation values. The end result is that, even though two years of depreciation have been added, the estimated CUlTent value of the facilities is slightly higher than in 2004. P:\P03\Q3111 \doc\Memo to Filll &-5-06.doc -~=~ CPACE PACE Engineers, Inc. 11255 Kirkland Way, Suite 300 j Q Kirkland, WA 98033 0 Phone: 425.827.2014 Fax: 425.827.5043 Foster Point Water facility Valuation King County Water District #125 TER POINT Es timated CO SOS VALUATIO ti mated CurCer►t tn WATER FACILITY VAL Tt CT NO. Estimated Yearly m Constructed Value G COUNTY wA Original Current 2 Year Cost Depreciation L 8 KING Year ENR Index Cost i Project Cost $290\ e 41� Constructed Index $33,713, $14,500 $861„ r �acillty 4563 $7q,300 $43,052_ $4,689. 1985 $139 4563 $6,953 $136,0 w 1965 $12,0 $3,400 m Foster Point Bridge Casin�4 Installation 08 86 2'i 456 $30,40 4,689. Main Replacement 1985 a Foster Point Bridge M 6087 $7,546 1996.- $171. Tukwila Interne $40,0 Main Replacement 59 1994 0 1996 Water M 8 ,575 $23,343, 8065 0 e nts 94 -1, 51st Ave. S. 2000 $130,000 3 a, 1994 Main Replacement 1st Ave S 1408 $3,002 c+ S. 5 1970 $24,000 $60 $71 7 m ents 139th St. Service Replacements 985 $4 S. Ito 53rd to interurban 1964 $1$4 1300 LF 6," in 52nd Ave. S. $g,177. St. 52nd to 53rd Ave S. 1932 $30,000 $122 4,879 4" in S. 137th 300 LF 4' 2409 $6,1 $5,142 137th Ave. 56th Ave S 1975 $20,Dp $550 1000 LF 2„ in. S. 143rd St. $27 ,517 CO $243 S. 141st to S. 1975 2409 000, in 52nd S $220, 600 LF 2 Ave. S. 985. Total N j 142nd St. 52nd to 53rd A 1 g64 250 LF 4 ►n S. 144th St. S. 137th to S. C 2200 LF 4" in 53rd Ave. S ement, etc. ection, construction rr►a 125tLF for 4 $145lLF for 6" 2005, survey, insP f51LF for 2 have been prepared. Current index is 8459 as of percent to reflect cast n' �NR CGi indexes. have been increased by 20 ct costs for current construction construction casts constructed year casts are determined using 1 Known final costs are not known, 2 For protects where original year costs have be Value as of 200 w h er e currenth .Gee depreciatio year of construction. 3 For projects ear, e c 4 ASSUm const 0 uc year cost minus y ear depreciation since Y 5 Takes C\ p03 \03111\doc'Revised Foster Point Valuation.xls Utilities Committee July 5, 2006 - 5:00 p.m. Present: Jim Haggerton, Chair; and Pam Linder. Excused: Verna Griffin Jim Morrow; Bob Giberson; Frank Iriate; Gail Labanara; Pat Brodin; Mike Cusick, Diane Jenkins. Business AQenda A. 2006 Small DrainaQe ProQram Construction ManaQement Supplemental AQreement The 2006 Small Drainage Program (SPD) was awarded to Dennis R. Craig Construction on June 19, 2006. City staff is not available to provide construction management of the project. Therefore, supplemental agreement NO.2 is being submitted with DMJM Harris for $62,700. Jim H. asked about the first supplemental agreement. Council approved five consultant companies for blank construction management agreements over a two-year period. The first supplemental agreement (No.1) with DMJM Harris was for the Allentown/Foster Point project. This agreement for the 2006 SOP is within budget and is approximately 19% of the construction award amount. Though this percentage is higher than the average 15% construction management fee, it was felt that the value is based more on the number of days allowed for construction. Only the work performed will be paid. Unanimous approval; forward to Committee of the Whole. B. Water District 125/nfrastructure Assessment - Foster Point How best to serve the customer's water needs in the Foster Point area, in accordance with the Growth Management Act (GMA), is being explored. It was pointed out that the City of Tukwila assumed the former Water District 25 system in Allentown, Foster Point, and Campbell Hill areas in order to correct deficiencies and ensure sufficient fire flow. There are similar concerns for Water District 125. Water District 125 serves five residential services in Foster Point and 91 ~.\.~~ ~.' water customers from a distribution pipe west of Interurban/east of 1-5. Recently, the City embarked to make water and ~ sewer improvements in Allentown/Foster Point. All water services in Foster Point will be transferred to Water District's 125 newer main. This means Tukwila customers would be supplied water wholesale through another agency's system. There are concerns related to GMA in terms of how an area is planned and who should provide utility services. There are three options to alleviate these concerns and the third option is preferred for the acquisition of the areas. The consensus from committee was to proceed in this direction. It is estimated that it would cost approximately $250,000 for this acquisition. Jim H. asked about 125's infrastructure. Pat highlighted the length and dimensions of the pipes, water mains, hydrants, etc. Upon acquisition, the deficiencies and fire flow issues could then be addressed. Also, the City could provide coordinated responses and be more fully prepared for emergency situations. Water District 125 does not wish to consider transferring Baker Commodities (the rendering facility) at this time. The next step would be to proceed with the development of a memorandum of understanding (MOU) and include the improvements in the Capital Improvement Program (CIP) to correct deficiencies. Discussion Only. Old Business Pam thanked city staff for responding to citizen's concerns on the Allentown Project, specifically along 42rld Ave S. She also asked what is happening on S 144lh Street. The City has met with Seattle City Light and expressed displeasure with the progress that they are making. Jim H. asked for an update on public works projects. Some of the projects include: the Allentown/Foster Point sewer project; Cascade View drainage (substantially complete); Tukwila International Blvd. Phase 2 and 3 (90% of design phase is complete); S 144th St (Seattle City Light still has to underground - Comcast and Qwest have removed their equipment. This will be followed by asphalt overlay and bus shelters). Also, bids are being advertised for the 2006 Overlay Program, Boeing Access/East Marginal Way intersection will be next, and preparations are underway for bids on the Traffic Signal Interconnect Project. Work is continuing on the development of a Local Improvement District (LID) for Klickitat; it was announced that the City was successful in receiving a $3 million grant for construction on Klickitat. There will be sewer line improvements at Fort Dent Park as the Family Fun Center is ready to build their final phase, which is smaller than originally proposed. Flow meters are being installed to monitor capacity for Family Fun Center and Starfire. It is unknown if there is sufficient capacity at this time; funds may need to be set aside in the CIP. Westfield Mall - there is a small dip in the sewer line on the north end of the mall that will have to be corrected prior to the Mall assuming responsibility for the utilities. Southcenter Parkway - the design has been put on hold; Mr. Segale will not go forward with the annexation unless there is a signed developer's agreement, however, the City cannot proceed with right-of-way acquisition until the annexation process has been completed. Once these steps have been completed, it was noted that construction would not begin for 15 months. Jim H. provided an update on the hiring of a finance director for the Cascade Water Alliance. An offer has been made and it is assumed that the candidate will begin August 1. Also, he highlighted activities being planned for the National League of Cities' ITC Steering Committee coming to Tukwila September 14-16. Adjournment: 5:50 p.m. 0'1/- Committee Chair Approval ~J. Reviewed by GL. ~o