Loading...
HomeMy WebLinkAboutUtilities 2009-05-27 COMPLETE AGENDA PACKET Distribution: J. Morrow S. Hunstock City of Tukwila K. Hougardy B. Giberson S. Kerslake P. Linder F. Iriarte M. Miotke utilities Committee D. Robertson P. Brodin J. Pace v Z Mayor Haggerton G. Labanara C. Parrish J. Hernandez R. Larson B. Arthur Kathy Hougardy, Chair R. Berry M. Cusick File Copy K. Matej P. Lau Single side to Dana Pam Linder D. Speck M. Mathia 3 Extra Copies C. O'Flahe S. Anderson e -mail to B.Saxton, •i• Dennis Robertson M. Hart J. Howat C. O'Flaherty, M. S. Norris B. Still Hart, K. Narog, S. N. Olivas R. Still Norris and S. Kirby es d a y AGENDA N ate: Wedn WEDNESDAY, MAY 27 2009 Time: 5:00 PM Place. Conference Room #1 Item f Recommended Action Page I. Current Agenda Review I. II. Presentation(s) II. III. Business Agenda III. A. Interurban Ave S Waterline Project A. Forward to 6/08/09 C.O.W. Pg. 1 Gary Merlino Change Order Nos. 2 3 and 6/15/09 Regular B. Interurban Ave S Waterline Project B. Forward to 6/08/09 C.O.W. Pg. 5 Anchor QEA CM Supplement No. 7 and 6/15/09 Regular C. Standby Power Upgrades Year One C. Forward to 6/08/09 C.O.W. Pg. 9 Ebenal General Change Order No. 5 and 6/15/09 Regular D. 2009 Small Drainage Program D. Forward to 6/08/09 C.O.W. Pg. 11 Bid Award and 6/15/09 Regular IV. Old Business IV. Future Agendas: Next Scheduled Meeting: Tuesday, June 9, 2009 S The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206- 433 -0179 for assistance. TO: attachments: Change Order No. 2 Change Order No. 3 City of Tukwila INFORMATIONAL MEMORANDUM Mayor Haggerton UTILITIES COMMITTEE FROM: Public Works Directo DATE: May 14, 2009 SUBJECT: Interurban Ave S Waterline Project Project No. 04 -WT02, Construction Contract No. 08-093 Change Order Nos. 2 3 ISSUE Approve Change Order Nos. 2 3 for the Interurban Ave S Waterline Project. Jim Haggerton, Mayor BACKGROUND Gary Merlino Construction Company, Inc. was awarded the construction contract for the Interurban Ave S Waterline Project for $311,000.00 plus sales tax with a 10% contingency of $33,899.00. Due to the discovery of an unforeseen 8" waterline connection near the north end of the project, Change Order No. 1 was issued for $13,800.00. DISCUSSION After issuance of Change Order No. 1, additional items were required for the unforeseen 8" waterline. Another existing water main to be connected was previously thought to be 8 inches but was actually 12 inches. Both of these circumstances required substantially more effort and materials to complete the connections to the new water main. Project staff and construction management consultants, Anchor QAE, reviewed the stated change order requests and negotiated the proposed fees stated in Change Order Nos. 2 and 3 for $30,714.00 ($16,390.21 $14,323.79). These costs were determined to be reasonable payment for the additional work. The cost increase from these change orders is over the authorized 10% construction contingency of $33,899.00 and require Council approval. RECOMMENDATION The Council is being asked to approve and forward Change Order Nos. 2 and 3 with Gary Merlino Construction Company Inc., for the Interurban Ave S Waterline Project in the amount of $30,714.00 for consideration at the June 8, 2009 Committee of the Whole meeting and subsequent June 15, 2009 Regular Meeting. W \PW Eng PROJECTS \A- WT Protects \04WT02 IU WaterI,ne \Construction Phase \Gary Merino Construction \Change Orders 2 5 4-23-09\ Info memo CO 2 3 5 14 -09 Final doc PROJECT NO.: 04 -WTO2 We the undersigned Contractor, have this proposal is approved, that we will noted above, and perform all services therefore the prices shown above and compensation. ACCEPTED: Date 6A/ By Original Contract (without tax) Previous Change Order (1) This Change Order (without tax) REV. CONTRACT AMOUNT Additional Calendar Days due to this change: 14 to 125 days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) file: p: \forms\ CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 2 DATE: 4 -27 -09 BUDGET NO.: 401.02.594.343.63.36 CONTRACT NO.: 08 -093 PROJECT NAME Interurban Ave. S. Waterline Construction TO: Gary Merlino Construction Company, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; and B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Horne Office Overhead Rates for approval in advance of all change orders. CHANGE: Additional Connections. Due to an the discovery of the unforeseen 8" waterline connection near the north end of the project as addressed in Change Order No.1, additional work items beyond the CO No. 1 costs ($13,800) occurred. The related work included the addition of a 12" gate valve along with restraints needed to isolate the two systems for future maintenance purposes between the 8 inch point of connection and the 12 inch point of connection to the south. Also included was work needed to provide additional site restoration in parking and landscaped areas. When the work was performed, City staff and Anchor (CM consultant) documented and confirmed the required additional work. The Contractor submitted a cost proposal and the actual amount was negotiated to $16,390.21. This cost was determined to be reasonable payment for the additional work. given careful consideration to the change proposed and hereby agree, if provide all equipment, furnish all materials, except as may otherwise be necessary for the work above specified, and will accept as full payment below. This change represents a fair, equitable and complete $311,000.00 13,800.00 16.390.21 $341,190.21 Contractor )/NRJ Title APPROVED BY THE CITY OF TUKWILA By Date Mayor cc: Finance Department (w /encumbrance) Construction Inspector Construction Engineer o m 11° \y 1 GI PROJECT NO.: 04 -WT02 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 3 DATE: 4 -27 -09 BUDGET NO.: 401.02.594.343.63.36 CONTRACT NO.: 08 -093 PROJECT NAME: Interurban Ave. S. Waterline Construction TO: Gary Merlino Construction Company, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; and B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: During the course of construction it was anticipated that an existing water line from the east was 8 inches in diameter as shown on City As -Built Plans and determine through the field review of existing water valves approximately 200 feet east of the point of connection. The contractor installed the new 12" line with an 8" tee fitting to make the re- connection. After the new lines with the 8" tee were installed, the contractor dug down approximately 12 feet to intercept the existing 8" line. When they reached it, it was actually a 12" line. This discovery required the need to remove the previously attached 12' x 8" tee and 8" valve, and replace these with a 12" x 12" tee and a 12" valve. Staff also added a 12" gate valve on the north leg of the new line to provide isolation of this portion of the system when needed in the future. This added valve would isolate a smaller part of the local system thus resulting in lesser degree of service disruption and fire protection concerns to local customers should the need for a temporary shutdown occur. When the work was performed, City staff and Anchor (CM consultant) documented and confirmed the required additional work. The Contractor submitted a cost proposal and the actual amount was negotiated to $14,323.79. This cost was determined to be reasonable payment for the additional work. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. This change represents a fair, equitable and complete compensation. ACCEPTED: Date 7/ U "i Contractor By Additional Calendar Days due to this change: 14 to 139 days Original Contract (without tax) Previous Change Orders This Change Order (without tax) REV. CONTRACT AMOUNT $355,514.00 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) We: p: \forms\ Title $311,000.00 30,190.21 14.323.79 By Mayor APPROVED BY THE CITY OF TUKWILA Date cc: Finance Department (w /encumbrance) Construction Inspector Construction Engineer TO: Ebenal General, Inc. REV. CONTRACT AMOUNT ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 5 DATE: 5 -14 -09 BUDGET NO: 303.00.594.190.62.35 City Hall PROJECT NO: 06 -BG01 CONTRACT NO: 08 -086 PROJECT NAME: Standby Power Upgrades Year One Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued, Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: The proposed work in Change Order No. 5 initially resulted from the discovery of the proposed generator site location at the west side of was within a stream buffer. This location would create a sizeable amount of mitigation if built in this location. A new site was needed to be determined. New sites were evaluated and design plans were revised with a location in the sloped lawn area in front of City Hall. The costs associated with this location were becoming prohibitive. Finally a site was chosen in the furthest westerly stall of the lower parking lot. This is the nearest feasible location in regard to the location of the existing electrical facilities being connected. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. This change represents a fair, equitable and complete compensation. ACCEPTED: 9 Contractor: Ebenal General, Inc. 1s� By Title I etovc Ae Original Contract (without tax) 480,000.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order 14742.00 Date This Change Order (without tax) 50,565.03 By $545,307.03 Mayor Additional Calendar Days due to this change: 76 for a revised total of 243 days cc: Finance Department (wlencumbrance) Construction Inspector Construction Engineer file: p:lformsl C: \Documents and Settings\Don EGC\Local Settings \Temporary Internet Files \Content Outlook \KLX6JY70 \Ebenal CO 85 CH 4 -09 -09 draftl.doc City of Tukwila INFORMATIONAL MEMORANDUM TO: Mayor Haggerton UTILITIES COMMITTEE From: Public Works Director Date: May 19, 2009 Subject: Interurban Ave South Waterline Pro Project No. 04 -WT02, Consultant Agreement 06 -049 Supplemental Agreement No. 7 for Construction Management Services ISSUE Approve Supplemental Agreement No. 7 to Consultant Agreement Number 06 -049. Attachment Supplemental Ag No. 7 of Consultant Agreement No. 06 -049 BACKGROUND Base contract No. 06 -049 with Anchor Environmental, LLC (now known as Anchor QEA, LLC) included on -call construction management (CM) services in support of any City- funded construction projects. On September 3, 2008, City Council approved the Interurban Ave S Waterline construction contract with Gary Merlino Construction Company, Inc. For additional CM and inspection support, Supplemental Agreement No. 6 in the amount of $53,978.00 was approved with Anchor QEA, LLC. DISCUSSION During the course of construction, the discoveries of existing system conditions that were not known at the time of design were encountered. Included was the discovery of a previously unknown 8" waterline, a waterline thought to be 8" was actually 12 additional efforts needed to connect existing water services and the encounter of a previously unknown connection requirement found at the north end of the project. Anchor QEA, LLC supplied additional support services to complete the construction project, as well as assisted staff to analyze and negotiate the construction change orders for a substantial savings to the City estimated at $70,000.00. Anchor QEA LLC's fee of $21,206.00 under Supplement No. 7 for additional construction management services has been determined to be reasonable. W \PW Eng \PROJECTS\+- WT Projects \04WT02 IU Waterline \Construction Phase\Anchor Environmental CM \Info Memo Sup #7 Anchor 5 -19 -09 Final doc Jim Haggerton, Mayor RECOMMENDATION The Council is being asked to approve and forward Supplemental Agreement No. 7 with Anchor QEA, LLC for the Interurban Ave S Waterline Project for consideration at the June 8, 2009 Committee of the Whole meeting and subsequent June 15, 2009 Regular Meeting. CITY OF TUKWILA Steven M. Mullet, Mayor SUPPLEMENTAL AGREEMENT NUMBER SEVEN TO CONSULTANT AGREEMENT NUMBER 06 -049 THIS SUPPLEMENTAL AGREEMENT SEVEN is entered into between the City of Tukwila, Washington, herein -after referred to as "the City and Anchor QEA, LLC (foiinerly 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 17, 2006 and identified as Agreement No. 06 -049 and previously amended by supplements, the most recent being Supplement No. 6 dated November 7, 2008. All provisions in the basic agreement and the previous supplements remain in effect except as expressly modified by this Supplement No. 7. This supplement is an extension of services previously authorized under Supplement No. 6. The changes to the agreement as described as follows: 1. Scope of Services, is not changed but extended to continue the general scope of services and the specific scope of services as outlined in Exhibit A -6. 2. Payment, shall be amended as follows: See attached Exhibit B -7. Payment for the work provided by the Consultant as part of this supplement shall be made as outlined in the agreement and the total amount of payment to the Consultant for the work presented in this Supplement No. 7 shall not exceed $21,206.00 without express written modification of the Agreement signed by the City. This supplement is for extra work required beyond the limits of the previously authorized Supplement No. 6. 3. Time for Performance, shall be amended as follows: Supplement Six had an estimated duration of 90 calendar days. This amendment extends the estimated duration to 120 calendar days. DATED this day of CONSULTANT By: 2009. Printed Name: Ed Berschinski Title: Partner Staff Type Exhibit B -7 Summary of Costs City of Tukwila City Supplement Seven Interurban Ave. Water Main Replacement Rate Hours Total Office Senior Project Manager $63.10 25 1,578 Project Assistant $20.48 3 61 28 Total Hours Total Labor (DSC) 1,639 Office OH 171.86% x DSC 2,817 Subtotal Office Labor 4,456 Fee 15% of Office Labor subtotal 668 Total Office Labor 5,124 Field Senior Inspector $38.71 150 5,807 Field OH 140% 8,130 Subtotal Field Labor $13,937 Fee 15% of Field Labor subtotal 2,091 Total Field Labor 16,028 Total Labor 21,152 54 Total Expenses $21,206 Total Project City of Tukwila To: Mayor Haggerton Utilities Committee INFORMATIONAL MEMORANDUM From: Public Works Director Date: May 14, 2009 Subject: Standby Power Upgrades —Year One Project No. 06 -BG01, Contract 08 -086 Change Order No. 5 ISSUE Approve Change Order No. 5 to Contract Number 08 -086. BACKGROUND Jim Haggerton, Mayor Ebenal General, Inc. was awarded the construction contract for the Standby Power Upgrades Year One Project and Notice to Proceed was issued October 6, 2008. This contract was for four standby generators to be installed at City Hall and Fire Stations 52, 53 and 54 for $480,000 plus sales tax with a 10% contingency of $52,300. The Fire Stations generators have been installed and tested with four change orders totaling $14,742 (without tax). Upon closer analysis of the proposed City Hall generator location on the west side of City Hall, it was discovered that the site was within a stream buffer and would require a significant amount of mitigation. ANALYSIS It was determined that a new City Hall site, not located near the stream, was needed. Several new sites were evaluated and design plans were revised with a location on the sloped lawn area in front of City Hall, however, the costs associated with that site were extremely prohibitive. A final site was chosen in the furthest west parking stall of the lower City Hall parking lot (near the lunchroom deck). This is the closest feasible location to the existing electrical facilities. After negotiations with Ebenal General, Change Order No. 5 will add $50,565.03 and 76 calendar days to the original contract. The new contract total will be $545,307.03 (without sales tax). The cost increase for all change orders is over the authorized 10% construction contingency of $52,300 and Change Order No. 5 will require Council approval. RECOMMENDATION The Council is being asked to approve Change Order No. 5 for the Standby Power Upgrades Year One Project with Ebenal General, Inc., in the amount of $50,565.03 for consideration at the June 8, 2009 Committee of the Whole meeting and subsequent June 15, 2009 Regular Meeting. Attachment: Change Order No 5 W \PW Eng\ PROJECTS \A- BG Projects \068G01 Stand -by Power Upgrade \Construction \Ebenal \Info Memo CO P5 CH 5 -14 -09 Final doc TO: Mayor Haggerton UTILITIES COMMITTEE FROM: Public Works Director Q1'S� DATE: May 22, 2009 SUBJECT: 2009 Small Drainage Proaram Project No. 09 -DR01 BID AWARD ISSUE BACKGROUND City of Tukwila INFORMATIONAL MEMORANDUM Award the bid for construction of the 2009 Small Drainage Program. This project will provide drainage improvements at six locations listed on Page 2 of this memo. The project was advertised for bids on May 7 and 14, 2009 for four base bid items and two additive items. The specific basis of award which determines the lowest bidder is the base bid amount for the four base projects. Five bids were received and opened on May 22, 2009. The bids were checked, corrected, and tabulated. Green River Construction is the low bidder with a base bid of $486,351.50. The engineer's base bid estimate was $675,225. ANALYSIS BUDGET AND BID SUMMARY (All amounts include sales tax.) Bid Results Estimate Budg Construction (Base Bid) $486,351.50 $675,225.00 Additive Items 1,2 84,835.00 122,205.00 Subtotal $571,186.50 $797,430.00 SDP (2009,2010) Construction Budget (pg 146) $600,000.00 Private Storm Budget (pg 147) 200,000.00 Contingency (15 85,677.98 119.614.50 0.00 Total $656.864.48 $917.044.50 $800.000.00 Jim Haggerton, Mayor The bids were reviewed and tabulated. One error was found and corrected in the base bids. Green River Construction has successfully worked for the City on past projects. Since favorable bids were received, the two additive items can be awarded and constructed within budget. *Includes construction funds from the Private Storm System Adoption Program for project No. 4 RECOMMENDATION The Council is being asked to award the construction of the 2009 Small Drainage Program including two Additive Alternates to Green River Construction in the amount of $571,186.50 for consideration at the June 8, 2009 Committee of the Whole meeting and subsequent June 15, 2009 Regular Meeting. Attachments: Project Location Map Bid Tabulations CIP Sheets Annual Small Drainage Program and Private Storm System Adoption W \PW Eng PROJECTS \A- DR Protects \09 -DRO1 (2009 SDP) \Info Memo Bid Award 2009 SDP doc INFORMATIONAL MEMO Page 2 The 2009 Small Drainage Program includes: Site 1) South 146 Street Site 2) South 133 Street Site 2A) South 131 Street (Additive Item No. 1) Site 3) West Marginal Place Site 4) 33 rd Ave S to 34 th Ave S (Private Storm System Adoption Project) Site 5) South 143 Street Outfall (Additive Item No. 2) 2009 Small Drainage Program Bid Results Base Bide Schedule A $486,351.50 Additive Item No. 1 $80,835.00 Additive Item No. 2 4,000.00 Total $486,835.00 $84,835.00 W 1PN! Eng1PROJECTSIA DR Projects109 DRO1 (2009 SDP)1Info Memo Bid Award 2009 SDP doc $571.186.50 S 148 St S 150 St 152 Stri Triland 0 S 180 St Trec Dr a m mi Conorate D, N Corpo ate D S o er Blvd Ni l Et Upland Ur Midland Dr Cosa Site 3 S 86 Site 2A Site 4 Site 1 PI 2009 Annual Neighborhood Drainage Program Map Site 2 8 Site 5 a CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS 2009 Small Drainage Program Bid Tab Project No. 09 -DR01 Item Section No. No. 'ROADWAY 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 19 20 21 22 23 24 25 2 -09 26 7 -01 27 7 -04 28 7 -04 29 7 -04 30 7 -04 31 7 -04 32 7 -04 33 7 -04 34 7 -04 35 7 -04 36 7 -04 37 7 -08 38 7 -05 39 7 -05 40 7 -05 41 7 -05 42 7 -05 43 7 -05 44 7 -05 45 7 -05 46 7 -05 47 7 -05 48 7 -09 49 7 -20 50 8 -15 51 8 -31 52 8 -31 Item 1 -09 Mobilization 1 -07 Temporary Water Pollution Erosion Control 1 -09 Resolution of Utility Conflicts 1 -10 Project Temporary Traffic Control 2 -02 Clearing and Grubbing 2 -02 Pavement Removal 2 -02 Removal of Concrete Sidewalk and Driveway 2 -02 Removal of Concrete Curb and Gutter 2 -03 Unsuitable Foundation Excavation Incl. Haul 2 -03 Gravel Borrow Including Haul 4 -04 Crushed Surfacing Top Course 5 -04 HMA 1/2 PG 64 -22 5 -04 HMA Thickened Edge 5 -04 Cement Concrete Curb and Gutter 8 -06 'Cement Concrete Driveway 8 -06 'Cement Concrete Sidewalk ITRA CONTROL DEVICES 17 1 8 -22 'Replace Existing Channelization 18 1 8 -22 'Thermoplastic Catch Basin Marking ROADSIDE DEVELOPMENT 8 -01 8 -01 8 -01 8 -02 8 -02 8 -02 'STORM DRAINAGE Topsoil Hydroseed Erosion Control Blanket Property Restoration Remove and Replace Decorative Metal Fence Remove and Replace Multi- Resident Mailbox Shoring or Extra Excavation Class B Drain Pipe, 6" PVC Storm Drain Pipe, 12" PVC Storm Drain Pipe, 12" Ductile Iron Storm Drain Pipe, 12" HDPE Storm Drain Pipe, 18" PVC Storm Drain Pipe, 18" Ductile Iron Storm Drain Pipe, 60" x 46" Arch Pipe Storm Drain Pipe, 36" Ductile Iron Remove /Abandon Existing Storm Drain Pipe Remove /Abandon Drainage Structure Streambed Gravel Connect to Existing Drainage Structure Catch Basin, Type 1 Catch Basin, Type 1L Catch Basin Type 2, 48 inch Catch Basin Type 2, 60 inch Catch Basin, Type 2, 72 inch Arch Pipe Riser, Frame, and Grate Overflow Structure Inlet, 60" Diameter Construct Outfall Storm Drain Frame and Grate Ladder for Existing Catch Basin Type 2 Water System Modification Temporary Water Bypass System Rock for Channel Protection Temporary Utility Pole Support Franchise Utility Coordination i by: )ate: )st 30.001 30.001 30.001 30.001 30.001 50.001 25.001 75.001 25.001 50.001 30.001 00.001 20.001 30.001 50.001 50.001 20.001 15.001 40.001 30.001 30.001 30.001 TOT/10.0011 TOTAL (SCHED25.0011 TOTAL (SCHED190.001 TOTAL BID PRICE (BASE 35.0011 00.0011 D0.0011 30.0011 00.0011 50.0011 00.0011 50.0011 00.0011 00.001 00.001 00.001 80.001 00.001 50.001 00.001 00.001 00.001 00.001 30.001 90.001 00.001 00.001 00.001 00.001 00.001 00.001 30.001 00.001 K Kar -Vel Construction Unit Cost $85,000.00 $20,000.00 $60,000.00 $6,500.00 $4,000.00 $4.10 $5.80 $40.00 $25.00 $17.00 $17.00 $130.00 $3.50 $50.00 $85.00 $100.00 00.0011 $2,300.00 30.0011 $70.00 $40.00 $5.00 $30.00 $30,000.00 $80.00 $2,000.00 $2,000.00 $40.00 $63.00 $67.00 $73.00 $80.00 $100.00 $430.00 $340.00 $1.00 $600.00 $60.00 $1,200.00 $1,400.00 $1,500.00 $2,600.00 $5,000.00 $7,000.00 $5,000.00 $5,000.00 $6,000.00 $1,500.00 $1,200.00 $3,500.00 $2,000.00 $25.00 $1,000.00 $2,000.00 Total Cost $85,000.00 $20,000.00 $60,000.00 $6,500.00 $4,000.00 $3,403.00 $493.00 $600.00 $375.00 $1,462.00 $18,190.00 $45,500.00 $4,742.50 $750.00 $5,950.00 $1,800.00 $2,300.001 $1,960.001 $1,520.00 $1,525.00 $2,400.00 $30,000.00 $3,200.00 $2,000.00 $2,000.001 $4,800.001 $11,970.001 $40,200.00 $15,330.00 $70,400.00 $11,000.00 $38,700.00 $15,300.00 $1,575.00 $10,800.00 $420.00 $4,800.00 $15,400.00 $9,000.00 $23,400.00 $5,000.001 $7,000.001 $10,000.001 $5,000.001 $6,000.001 $1,500.00 $1,200.00 $3,500.00 $2,000.00 $1,000.00 $1,000.00 $2,000.00 $623,965.501 $134,235.0011 $17,000.0011 $775,200.5011 2009 2014 Capital Improvement Program PROJECT: Annual Small Drainage Program LINE ITEM: 412.02.594.38 .09 PROJECT NO. Varies DESCRIPTION: Select, design, and construct small drainage projects throughout the City. JUSTIFICATION: Provide drainage corrections for existing /ongoing drainage problems throughout the City, including culvert replacements, drain extensions, and pavement upgrades. STATUS: Annual program is taken from Small Drainage Project List. MAINT. IMPACT: Reduces maintenance. Ongoing project, only one year actuals shown in first column. Construction expenses may occur over two COMMENT: calendar years. CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2009 to 2014 FINANCIAL Through Estimated (in $000's) 2007 2008 2009 2010 2011 2012 2013 2014 BEYOND TOTAL EXPENSES Design 114 60 60 60 60 60 60 80 80 634 Land(R/W) 0 Const. Mgmt. 8 40 40 40 40 40 40 50 50 348 Construction 657 300 300 300 300 300 300 370 370 3,197 TOTAL EXPENSES 779 400 400 400 400 400 400 500 500 4,179 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 779 400 400 400 400 400 400 500 500 4,179 TOTAL SOURCES 779 400 400 400 400 400 400 500 500 4,179 Project Location: Entire System 146 GS PROJECT: DESCRIPTION: JUSTIFICATION: STATUS: MAINT. IMPACT: COMMENT: FINANCIAL (in $000's) EXPENSES Design Land(R/W) Const. Mgmt. Construction TOTAL EXPENSES FUND SOURCES Awarded Grant Proposed Grant Mitigation Actual Mitigation Expected City Oper. Revenue TOTAL SOURCES Private Storm System Adoption and Rehabilitation Program LINE ITEM: 412.02.594.38 .30 PROJECT NO. 06 -DR03 Adopt and repair existing piped private systems throughout the City that convey public stormwater. Numerous private drainage systems exist that connect to the City's system. Failure of these private systems may lead to flooding and property loss that would be the City's responsibility. Maintenance has surveyed existing private systems and developed a list of 25 sites that need to be adopted and repaired. Some of these storm drain pipes are located under structures. Additional storm systems will require additional maintenance, however the City will have a more reliable system and rerouting the existing sites will improve maintenance access. In 2007, coordinated 3 projects with the Small Drainage Program. Over the next two years, these projects will also be combined with the Small Drainage Program. Through Estimated 2007 2008 2009 Project Location: Entire System CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2009 to 2014 38 30 155 45 200 38 30 400 2009 2014 Capital Improvement Program 0 0 0 0 38 30 400 300 0 0 0 0 0 768 38 30 400 300 0 0 0 0 0 768 2010 2011 2012 2013 2014 BEYOND TOTAL 223 0 25 70 275 475 300 0 0 0 0 0 768 147