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