Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
COW 2018-02-12 COMPLETE AGENDA PACKET
Tukwila City Council Agenda ��,..'" 4 4C ,,ice 2 19D8 Allan Ekberg, Mayor Counci/members: + Dennis Robertson + Kathy Hougardy David Cline, City Administrator + De'Sean Quinn + Kate Kruller Verna Seal, Council President ❖ Thomas McLeod ❖ Zak Idan 12, 2018 Tukwila City Hall Council Chambers ❖ SPECIAL MEETING ❖ Monday, February 5:15 PM 1. CALL TO ORDER / ROLL CALL 2. EXECUTIVE SESSION Pending Litigation — Pursuant to RCW 42.30.110(1)(i) (45 minutes) 3. NEW BUSINESS Potential action items regarding pending litigation. 4. ADJOURNMENT 7:00 PM ❖ COMMITTEE OF THE WHOLE ❖ 1. CALL TO ORDER / PLEDGE OF ALLEGIANCE 2. PUBLIC COMMENTS At this time, you are invited to comment on items not included on this agenda (please limit your comments to five minutes per person). To comment on an item listed on this agenda, please save your comments until the issue is presented for discussion. (Refer to back of agenda page for additional information.) 3. SPECIAL ISSUES a. An ordinance relating to the speed limit for Type 1, Type 2, and Type 3 trucks, as defined by the American Association of State Highway Officials (AASHTO) on a portion of 42nd Avenue South. b. Fire Department apparatus purchase. c. An Interlocal Agreement with the South County Area Transportation Board (SCATBd). d. A contract amendment with BERK Consulting for an impact fee study. e. A contract for a Public Safety Plan building envelope consultant. f. Council consensus on Fire Station 51 schematic design for the Public Safety Plan. g. Council consensus to support House Bill 2948 and Senate Bill 6576 regarding the population threshold that would trigger responsibility for State highways. Pg.1 Pg.41 Pg.53 Pg.65 Pg.81 Pg.111 Pg.135 4. REPORTS a. Mayor b. City Council c. Staff d. Council Analyst 5. MISCELLANEOUS 6. ADJOURNMENT Reasonable City Clerk's Office www.tukwilawa.gov, Tukwila Council Tukwila City Hall is ADA accessible. accommodations are available at public hearings with advance notice to the (206-433-1800 or TukwilaCityClerk@TukwilaWA.gov). This agenda is available at and in alternate formats with advance notice for those with disabilities. meetings are audio/video taped (available at www.tukwilawa.gov) HOW TO TESTIFY When recognized by the Presiding Officer to address the Council, please go to the podium and state your name and address clearly for the record. Please observe the basic rules of courtesy when speaking and limit your comments to 5 minutes. The Council appreciates hearing from citizens and members of the public, and may not be able to answer questions or respond during the meeting. PUBLIC COMMENTS Members of the public are given the opportunity to address the Council on items that are NOT included on the agenda during PUBLIC COMMENTS. Please limit your comments to 5 minutes. If you have a comment on an Agenda item, please wait until that item comes up for discussion to speak on that topic. SPECIAL MEETINGS/EXECUTIVE SESSIONS Special Meetings may be called at any time with proper public notice. Procedures followed are the same as those used in Regular Council meetings. Executive Sessions may be called to inform the Council of pending legal action, financial, or personnel matters as prescribed by law. Executive Sessions are not open to the public. PUBLIC HEARINGS Public Hearings are required by law before the Council can take action on matters affecting the public interest such as land -use laws, annexations, rezone requests, public safety issues, etc. Section 2.04.150 of the Tukwila Municipal Code states the following guidelines for Public Hearings: 1. The proponent shall speak first and is allowed 15 minutes for a presentation. 2. The opponent is then allowed 15 minutes to make a presentation. 3. Each side is then allowed 5 minutes for rebuttal. 4. Members of the public who wish to address the Council may speak for 5 minutes each. No one may speak a second time until everyone wishing to speak has spoken. 5. After each speaker has spoken, the Council may question the speaker. Each speaker can respond to the question, but may not engage in further debate at that time. 6. After the Public Hearing is closed and during the Council meeting, the Council may choose to discuss the issue among themselves, or defer the discussion to a future Council meeting, without further public testimony. Council action may only be taken during Regular or Special Meetings. COUNCIL MEETING SCHEDULE No Council meetings are scheduled on the 5th Monday of the month unless prior public notification is given. Regular Meetings - The Mayor, elected by the people to a four-year term, presides at all Regular Council Meetings held on the 1st and 3rd Mondays of each month at 7:00 p.m. and Special Meetings. Official Council action in the form of formal motions, adopting of resolutions and passing of ordinances can only be taken at Regular or Special Council meetings. Committee of the Whole Meetings - Councilmembers are elected for a four-year term. The Council President is elected by the Councilmembers to preside at all Committee of the Whole meetings for a one-year term. Committee of the Whole meetings are held the 2nd and 4th Mondays at 7:00 p.m. Issues discussed there are forwarded to Regular or Special Council meetings for official action. COUNCIL AGENDA SYNOPSIS ials Meeting Date Prepared byMayor' ,'i' Council review 02/12/18 RT t , '° J/ i 02/20/18 RT-' ❑ Public Hearing .1ltg Date ❑ Other A1tg Date Mtg Date Mtg Date 02/20/18 SPONSOR ❑ Council ❑ Mayor ❑ I fR ❑ DCD ❑ Finance ❑ Fire ❑ 11' ❑ P&R ❑ Police 11 Pll"" SPONSOR'S Council is being asked to approve an Ordinance that will reduce the speed limit for trucks SUMMARY only on 42nd Avenue South from the current speed of 25 mph to 15 mph from South 124th Street to Interurban Avenue South. This section of roadway includes the 42nd Avenue South Bridge. After a bridge inspection and load rating was performed on the 42nd Ave S Bridge, a load restriction is required for certain truck weights using the bridge. The least impactful option was to reduce the speeds of all trucks crossing the bridge. REVIEWED BY ❑ COW Mtg. ❑ C A&P Cmte ❑ F&S Cmte ❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. DATE: 01/22/18 COMMITTEE CHAIR: 11 Transportation Cmte ITEM INFORMATION ITEM No. 3.A. STAFF SPONSOR: ROBIN TISCH MAK ORIGINAL AGENDA D,\TI: 02/12/18 AGENDA ITEM TITLE Ordinance for Truck Only Speed Reduction for 42nd Avenue South from South 124th Street to Interurban Avenue South CA I'EGORY Al Discussion 02/12/18 ❑ Motion Alt& Date ❑ Resolution/ Mtg Date 1 Ordinance ❑ Bid Award A1tg Date ❑ Public Hearing .1ltg Date ❑ Other A1tg Date Mtg Date Mtg Date 02/20/18 SPONSOR ❑ Council ❑ Mayor ❑ I fR ❑ DCD ❑ Finance ❑ Fire ❑ 11' ❑ P&R ❑ Police 11 Pll"" SPONSOR'S Council is being asked to approve an Ordinance that will reduce the speed limit for trucks SUMMARY only on 42nd Avenue South from the current speed of 25 mph to 15 mph from South 124th Street to Interurban Avenue South. This section of roadway includes the 42nd Avenue South Bridge. After a bridge inspection and load rating was performed on the 42nd Ave S Bridge, a load restriction is required for certain truck weights using the bridge. The least impactful option was to reduce the speeds of all trucks crossing the bridge. REVIEWED BY ❑ COW Mtg. ❑ C A&P Cmte ❑ F&S Cmte ❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. DATE: 01/22/18 COMMITTEE CHAIR: 11 Transportation Cmte ❑ Planning Comm. THOMAS MCLEOD RECOMMENDATIONS: SPONsoR/ADMIN. COMMITTEE Public Works Department Unanimous Approval; Forward to Committee of the Whole COST IMPACT / FUND SOURCE EXPENDITL'RI'RI?OUMED AMOUNT BUDGETED APPROPRIATION REQUIRED $0.00 $0.00 $0.00 Fund Source: 000.16 STREET Comments:: Cost of signs is estimated to be $881.10. MTG. DATE RECORD OF COUNCIL ACTION 02/12/18 02/20/18 MTG. DATE ATTACHMENTS 02/12/18 Informational Memorandum dated 01/19/18 Ordinance TranTech Engineering's 42nd Ave S Bridge Structural Assessment Bridge Rating Summaries - Low Speed Option and One Truck at a time Minutes from the Transportation & Infrastructure Committee meeting of 01/22/18 2 City of Tukwila Allan Ekberg, Mayor Public Works Department - Robin Tischmak, Acting Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Robin Tischmak, Acting Public Works Director BY: Steve Carstens, Senior Program Manager CC: Mayor Ekberg DATE: January 19, 2018 SUBJECT: Ordinance for Truck Only Speed Reduction 42nd Ave S Posting Load Limits on 42nd Ave S in Allentown Bridge Load Rating Review and Update ISSUE Approve an ordinance to reduce the speed limit across the 42nd Avenue South Bridge in Allentown, for trucks only, from 25 mph to 15 mph. The bridge also requires a load restriction posting in accordance with National Bridge Inspection Standards (NBIS), 23 CFR 650c. BACKGROUND A load rating for the 42nd Avenue South Bridge has been performed and the resulting report indicates that a load restriction is required for certain truck weights using the bridge. There are multiple options for implementing a suitable load restriction in this case: 1) reduction in the load limits for two truck categories; 2) the limitation to one - truck -at -a time on the bridge; or 3) a reduction in truck speeds while crossing the bridge. ANALYSIS TranTech Engineering, LLC performed the necessary load ratings for the 42nd Avenue South Bridge. Based on that information, options to provide the legally required load restrictions were discussed. The option to limit truck loads from the BNSF Intermodal yard would not be feasible from a business perspective as this facility is an important supplier to the entire region. It would also not be feasible to expect compliance with the restriction to allow only one truck on the bridge at a time. The least impactful option is to reduce the speed of the trucks crossing the bridge. The speed reduction would be in place until such time as improvements are made to the bridge structure or until the structure is replaced. Either option to repair or replace the bridge are dependent upon funding by the City and/or other grant sources that may be available in the future. FINANCIAL IMPACT The costs related to this change are internal only and are limited to staff time to make and install the new speed signs. RECOMMENDATION Council is being asked to approve an Ordinance for a speed reduction of trucks crossing the 42nd Avenue South Bridge in Allentown and consider this item at the February 12, 2018 Committee of the Whole and subsequent February 20, 2018 Regular Meeting. Attachments: Draft Ordinance TranTech Engineering, LLC August 2017 42nd Avenue South Bridge Structural Assessment Bridge Rating Summary - Low Speed Option Bridge Rating Summary — One Truck at a Time Option W:1PW Eng10THERIBridge101 - NBIS Vehicle Bridges114 - 42nd Ave SIInfo Memo speed change 20171129 SM.docx 3 4 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, ESTABLISHING NEW REGULATIONS TO ACCURATELY DEFINE THE PORTION OF 42ND AVENUE SOUTH BETWEEN 124TH STREET SOUTH AND INTERURBAN AVENUE SOUTH WHERE THE SPEED LIMIT IS TO BE REDUCED FROM 25 MPH TO 15 MPH FOR AASHTO TYPE 1, 2, AND 3 TRUCKS ONLY; REPEALING ORDINANCE NO. 1801, AS CODIFIED AT TUKWILA MUNICIPAL CODE SECTION 9.16.060; PROVIDING FOR SEVERABILITY; AND ESTABLISHING AN EFFECTIVE DATE. WHEREAS, American Association of State Highway Officials (AASHTO) defines a Type 1 truck as a three -axle truck limited to 25 tons; and WHEREAS, AASHTO defines a Type 2 truck as a three -axle truck with a two -axle single trailer limited to 36 tons; and WHEREAS, AASHTO defines a Type 3 truck as a three -axle truck with two, double - axle trailers limited to 40 tons; and WHEREAS, Title 23 Code of Federal Regulations (CFR) subpart c, National Bridge Inspection Standards (NBIS) Section 650.313 (c) states: "Post or restrict the bridge in accordance with the AASHTO Manual or in accordance with State law, when the maximum unrestricted legal loads or State routine permit loads exceed that allowed under the operating rating or equivalent rating factor"; and WHEREAS, AASHTO Manual for Bridge Evaluation 2nd Edition 2011 — with 2016 Interim Revisions, Section 6A.8.1 and Section 66.7.2, states, "When the maximum legal load under state law exceeds the safe load capacity of a bridge, restrictive posting shall be required"; and WHEREAS, the bridge crossing the Duwamish River on 42nd Avenue South, also known as Tukwila -14, structure ID 08109700, has been determined to require a restriction to the legal truck loads for AASHTO truck Type 3, which includes a reduction to the speed limit from 25 MPH to 15 MPH for all AASHTO truck types; and W: Word Processing\Ordinances\Speed limit reduction for AASHTO Type 1,2,3 trucks 1-23-18.doc SC: bjs Page 1 of 3 5 6 WHEREAS, RCW 46.61.415 authorizes the City to alter speed limits on the basis of engineering and traffic investigations; and WHEREAS, an engineering investigation was conducted in the form of a load rating analysis of 42nd Avenue South between South 124th Street and Interurban Avenue South; and WHEREAS, based upon the load rating analysis, the City has determined that 15 miles per hour is a reasonable and safe maximum limit for AASHTO Type 1, 2, and 3 trucks traveling on 42nd Avenue South between South 124th Street and Interurban Avenue South; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY ORDAINS AS FOLLOWS: Section 1. Repealer. Ordinance No. 1801, as codified at TMC Section 9.16.060, "South 124th Street, 42nd Avenue South, and 50th Place South," is hereby repealed. Section 2. TMC Section 9.16.060 Reenacted. Tukwila Municipal Code Section 9.16.060 is hereby reenacted to read as follows: 9.16.060 South 124th Street, 42nd Avenue South, and 50th Place South A 25 MPH speed limit is established on certain collector arterials as follows: 1 South 124th Street from 42nd Avenue South to 50th Place South. 2. 42nd Avenue South from Interurban Avenue to South 115th Street; except that Type 1. Type 2. and Type 3 trucks. as defined by the American Association of State Hiahwav Officials (AASHTO). shall be restricted to a maximum speed of 15 MPH. 3. 50th Place South from South 124th Street to the east City limit. Section 3. Signs to be Posted. The Public Works Department is hereby directed to post appropriate speed limit signs reflecting the speed limits established in Section 2 of this ordinance. Section 4. Corrections by City Clerk or Code Reviser. Upon approval of the City Attorney, the City Clerk and the code reviser are authorized to make necessary corrections to this ordinance, including the correction of clerical errors; references to other local, state or federal laws, codes, rules, or regulations; or ordinance numbering and section/subsection numbering. Section 5. Severability. If any section, subsection, paragraph, sentence, clause or phrase of this ordinance or its application to any person or situation should be held to be invalid or unconstitutional for any reason by a court of competent jurisdiction, such invalidity or unconstitutionality shall not affect the validity or constitutionality of the remaining portions of this ordinance or its application to any other person or situation. W: Word Processing\Ordinances\Speed limit reduction for AASHTO Type 1,2,3 trucks 1-23-18.doc SC:bjs Page 2 of 3 Section 6. Effective Date. This ordinance or a summary thereof shall be published in the official newspaper of the City, and shall take effect and be in full force five days after passage and publication as provided by law. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of , 2018. ATTEST/AUTHENTICATED: Christy O'Flaherty, MMC, City Clerk APPROVED AS TO FORM BY: Rachel B. Turpin, City Attorney Allan Ekberg, Mayor Filed with the City Clerk: Passed by the City Council: Published: Effective Date: Ordinance Number: W: Word ProcessinglOrdinances\Speed limit reduction for AASHTO Type 1,2,3 trucks 1-23-18.doc SC:bjs Page 3 of 3 7 8 The City of Tukwila Public Works August 2017 42nd Avenue South Bridge Structural Assessment • • TR ANTECH !Engineering LLC 12011 NE 1st Street, Suite 305 Bellevue, WA 98005 (425) 453-5545 9 Executive Summary The 42nd Avenue South Bridge is a 3 -span 280 -foot -long bridge built in 1949. The bridge is composed of a 220 -foot -long fracture critical steel thru-truss main span with 30 -foot - long concrete T -beam approach spans at each end. The existing bridge is both Structurally Deficient and Functionally Obsolete. A three-tier structure assessment has revealed that there are critical structural elements within the 42nd Ave bridge structure that have deteriorated into poor conditions. The examples of these are the short plinth columns at the bridge approaches, truss gusset plates, and main span deck structure. The bridge is currently nearing the end of its service life and requires strengthening, repainting, deck work, a seismic retrofit, and scour protection, if it were to remain in service. The cost of this work would be prohibitively expensive and would exceed the cost of a new bridge. The proposed new structure will have the added advantages of being a redundant concrete bridge with very low life cycle maintenance costs to the Bridge Program or to the City of Tukwila. A cost estimate for the proposed replacement bridge is presented in Appendix C. Furthermore, it is recommended that until the bridge can be replaced, the interim inspection frequency remains at a six-month interval with special attention being paid to the critical structural elements identified in the structural analysis presented here. A monitoring plan has been developed and will be implemented by the City of Tukwila until bridge funding can be secured and the bridge can be replaced. 10 Table of Contents Page 1. Introduction 1 2. Structural Assessment 2.1 Tier 1 - Bridge Inspections 2 2.2 Tier 2 - Structural Analysis, Piers 2 and 3 Column Damage 3 2.3 Tier 3 - Updated Load Rating Analysis 4 3. Concluding Remarks 4 APPENDICES A Current Inspection Report B Current Load Rating Summary C Bridge Replacement Estimate 11 12 1. INTRODUCTION The 42nd Avenue South Bridge is a 3 -span 280 -foot -long bridge built in 1949. The bridge is composed of a 220 -foot -long fracture critical steel thru-truss main span with 30 -foot - long concrete T -beam approach spans at each end. The existing bridge is both Structurally Deficient and Functionally Obsolete. The plans for the existing bridge are available under the "Records/Plans" tab in the WSDOT Bridge Inspection Application. The bridge is located within the City of Tukwila on a sharp bend of the Duwamish River that produces turbulent high velocity flows at the truss abutments. These frequent flows have caused scour damage at the bridge abutments and at the north approach roadway. Because the bridge foundation depths are unknown and there is active scour, the City has implemented a scour Plan of Action (POA) for high flow events. Additionally, existing riprap at Pier 2 is either washing away or is falling into a scour hole developing on the river side of the pier. The bridge is the only access for the BNSF intermodal yard located at the end of South 124th Street as other the yard prohibit trucks. As a result, the bridge has been subjected to an unusually high percentage of truck traffic constantly crossing the bridge around the clock. routes into The City of Tukwila has struggled for years to maintain the bridge. Maintenance projects includ a major paint project in the mid -1990's and a significant project to 4 • 4.' rebuild the north bridge approach after erosion, caused by scour, threatened the existing roadway. This problem is currently resurfacing even after the City installed a sheet pile wall to protect the approach. A dramatic illustration is the sinking of the north approach guardrail posts with a section of the rail currently at almost ground level. There is also the ongoing problem of keeping the bridge clean enough to perform valid inspections. Cleaning the bridge adds significant cost to the already expensive fracture critical inspections as well as adding equipment scheduling complications. In addition to the substructure problems, the deck and floor system are in distress as evidenced by significant loud floor system creaking and deck panel banging under traffic. These problems have been reported by bridge inspectors and Tukwila 1 13 Maintenance for years. These noises cannot be associated with specific damage at this point but are worrisome in a fracture critical bridge subjected to extreme fatigue stresses by the heavy truck traffic. The bridge is currently nearing the end of its service life and would require strengthening, repainting, deck work, a seismic retrofit, and scour protection, if it were to remain in service. The cost of this work would be prohibitively expensive and would exceed the cost of a new bridge. The proposed new structure will have the added advantage of being a redundant concrete bridge with very low life cycle maintenance costs to the Bridge Program and to the City of Tukwila. 2. STRUCTURAL ASSESSMENT The structural assessment activities performed as part of this study have a three-tier approach that is described in detail in the following sections: 2.1 Tier 1 - Bridge Inspections The 42nd Avenue South Bridge has been inspected on an increased frequency (a reduced frequency duration) since 2014. The frequency change started at 12 months and is now set at a six-month interval for Interim Inspections. These inspections focused on monitoring the damaged short concrete plinth columns supporting the approach span girder bearings at piers 2 and 3 and bridge gusset plates. Since 2014, the bridge has also undergone several in-depth and routine bridge inspections with the most recent being in spring of 2017. The observations and data obtained from these inspections has been utilized in a new comprehensive load rating per WSDOT and AASHTO recommended Load Factor Rating requirements that includes gusset plate and Emergency Vehicle (EV) ratings. The new load rating is described in further detail in the following sections. The in-depth and interim inspections, some of which were performed with UBIT special access and after bridge cleaning to ensure a valid inspection, indicate that approximately one third of the truss structure is now in BMS Condition State 3 and that the Substructure Overall Condition rating is at a 4 -code because of critical damage to the concrete plinth columns at Piers 2 and 3. Please see Appendix A for the latest Inspection Report. The resulting Sufficiency Rating has dropped in steps as the inspection and analysis has progressed, reaching its current level of 7.56 SD. The new load rating indicates that posting of the bridge for legal loads, single hauling vehicles, and emergency vehicles is necessary. The City is currently implementing the NBIS load posting requirements. 2 14 2.2 Tier 2 - Structural Assessment — Piers 2 and 3 Column Damages The City of Tukwila has initiated a structural evaluation of the short concrete approach span, girder support columns at Piers 2 and 3. The deterioration of these columns was listed as one of the main reasons for the reduction of the Substructure Overall Code to 4 (i.e., Poor Condition) as reported in the 2015 bridge inspection report. This engineering analysis is supporting information to justify the request for bridge replacement funding from the WSDOT administered Local Bridge Program. The results of the structural analyses are summarized below. Eight short plinth columns support the concrete T -beams of approach Spans 1 and 3. The girders sit on a rocker bearing installed on top of each plinth. These bearings are completely frozen by pack rust and deterioration. In addition, the rocker bearings for the truss span at Pier 2 appear have been frozen or locked in the expansion direction for years. Each column has six number seven vertical shear friction bars at their interface with the pier wall. First, the plinth columns were analyzed for temperature and vehicular breaking force induced stresses. These results showed that the demand forces are not large enough to create the observed damage. Next, seismic forces were analyzed and were shown to be large enough to yield the interface of the short columns and the piers wall as the forces are transferred through the semi rigid link caused by the frozen bearings. This condition is accentuated at the obtuse northwest corner of the Pier 3). The existing bridge design, which includes an extreme skew of 38°, puts these columns at additional risk from seismic events as well as from normal temperature and traffic forces as torque forces are developed and added to the high shear forces. The interface cracking has been documented since 2001 (upper photo) and the cracks are currently opening and starting to spall. In addition, there has been documented evidence for many years of the deterioration of the reinforcing steel as evidenced by rusty leaching. These problems may have been initiated during the April 29, 1965 South Sound Earthquake and were likely compounded by the February 28, 2001 Nisqually earthquake. However, the damage is aggravated daily by the constant truck traffic and seasonally due to normal temperature corner (i.e. Column Plinth 3A at 3 15 forces. This constant cyclical bombardment of Column 3A make it a failure risk for Span 3. Since the rocker bearings located on the plinths are all completely frozen, there is a semi-rigid link allowing these high magnitude forces to be transmitted through Span 3 to the North Abutment, Pier 4. Again, due to the bridge's large skew, a concentration of force is toward the northwest side of the abutment as illustrated by the damage at this location. This concentration of force may play a role in the continued settlement issues of the north bridge approach roadway at the steel sheet pile wall repair mentioned above. 2.3 Tier 3 - Updated Load Rating Analysis A gusset plate load rating update was performed in November 2014 that did not consider the coding changes made during the condition assessments performed in the Spring of 2015. A new comprehensive Load Rating Report was completed in August 2017 as part of the funding analysis as well as to evaluate the bridge for emergency vehicles. The new load rating indicates that the deck and gusset plates have ratings that are below 1.0 with respect to the legal trucks and that the gusset plates control. TranTech has ranked the gusset plates by their criticality and has identified the failure mechanism of each plate. This information will be used to focus the gusset plate inspection during future interim and routine bridge inspections. The rating outcome has further reduced the bridge's capacity and the resulting Sufficiency Rating. A copy of the Summary Sheet from the new load rating is attached in Appendix B. 3. CONCLUDING REMARKS A three-tier structure assessment has revealed that there are critical structural elements of the 42nd Ave bridge structure that have deteriorated to poor conditions. Examples are the short columns at the bridge approaches, truss gusset plates, and main span deck structure. Rehabilitation of this structure would be prohibitively expensive and a bridge replacement is recommended. A cost estimate for this bridge replacement is presented in Appendix C. Furthermore, it is recommended that until the bridge can be replaced, the interim inspection frequency remains at a six-month interval with special attention being paid to the critical structural elements identified in the structural analysis. A monitoring plan has been developed and will be implemented by the City of Tukwila until bridge funding can be secured and the bridge can be replaced. 4 16 APPENDIX A Current Inspection Report TRANTECH IEagineerng LLC 17 18 Status: Released CD Guid: 4305b7a6-8599-4765-87ce-c492bac836bd BRIDGE INSPECTION REPORT Printed On: 8/17/2017 Agency: TUKWILA CD Date: 7/27/2017 Program Mgr: Roman G. Peralta Page 1 of 8 Br. No. TUKWILA-14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER Br. Name 42ND AVENUE SOUTH BR Route On 01037 Mile Post 1.04 Route Under Mile Post Inspector's Signature GDG Cert # G0014 Cert Exp Date 5/12/2021 Co -Inspector's Signature BMS Elements Element Element Description Total Units State 1 State 2 State 3 State 4 Inspections Performed: Concrete Deck 6,816 SF 2 0 Structural Eval (1657) 27 23 Operating Tons (1552) 2 SF No Utilities (2675) 0 4 0 110 Concrete Girder 256 LF Freq Hrs Date Rep Type 0 0 0 2 Steel Stringer Deck Geometry (1658) 0.77 1,050 0.65 Op RF (1553) 1 0 Bridge Rails (1684) Steel Thru Truss 440 LF 286 0 154 0 12 6.0 4/26/2017 Routine Truss Gusset Plates 40 EA 9 0 Underclearance (1659) 16 14 Inventory Tons (1555) 0 LF Transition (1685) 50 0 0 205 Concrete Pile/Column 18 EA 24 6.0 4/26/2017 Fract Crit 0 0.39 Inv RF (1556) 0 8 Concrete Submerged Pier Wall Alignment (1661) 0.46 0 Guardrails (1686) 0 0 215 Concrete Abutment 76 LF 66 UW 3 Operating Level (1660) 234 6 5 Deck Overall (1663) 5 0 Terminals (1687) 0 266 Concrete Sidewalk & Supports 1,100 SF -- 0 0 0 311 Special 10 5 2 Superstructure (1671) A 8 Open/Closed (1293) 0.00 Asphalt Depth (2610) EA 2 0 0 0 1P 24 1.0 2/26/2016 Interim — 4 Substructure (1676) 8 Waterway (1662) 6.00 Design Curb Ht (2611) — UWI 9 Culvert (1678) U Scour (1680) 40.0 Bridge Rail Ht (2612) Damage — —' 5 Chan/Protection (1677) Soundings Flag (2693) 1949 Year Built (1332) N — Pier/Abut/Prot (1679) N 7 Revise Rating (2688) 0 Year Rebuilt (1336) Safety Short Span 4 Drain Cond (7664) Photos Flag (2691) Y Subj to NBIS (2614) 1 7 Drain Status (7665) Measure Clrnc (2694) In Depth �-- — Alpha Span Type: Geometric M Deck Scaling (7666) 6 Sdwk Cond (7673) i STrus — 10 Scaling Pct (7667) 5 Paint Cond (7674) 7 Deck Rutting (7669) 6 Approach Cond (7681) — 7 — Exposed Rebar (7670) 7 ^ Retaining Wall (7682) Sufficiency Rating 7.56 SD 6 Curb Cond (7672) 9 Pier Prot (7683) High Risk BMS Elements Element Element Description Total Units State 1 State 2 State 3 State 4 12 Concrete Deck 6,816 SF 6,811 0 5 0 35 Concrete Deck Soffit 6,816 SF 6,812 0 4 0 110 Concrete Girder 256 LF 256 0 0 0 113 Steel Stringer 1,100 LF 1,050 0 50 0 126 Steel Thru Truss 440 LF 286 0 154 0 133 Truss Gusset Plates 40 EA 20 0 20 0 152 Steel Floor Beam 332 LF 282 50 0 0 205 Concrete Pile/Column 18 EA 10 0 8 0 212 Concrete Submerged Pier Wall 74 LF 71 3 0 0 215 Concrete Abutment 76 LF 66 0 10 0 234 Concrete Pier Cap/Crossbeam 149 LF 149 0 0 0 266 Concrete Sidewalk & Supports 1,100 SF 1,100 0 0 0 311 Moveable Bearing (roller, sliding, etc) 10 EA 2 0 0 8 313 Fixed Bearing 2 EA 2 0 0 0 1P Status: Released CD Guid: 4305b7a6-8599-4765-87ce-c492bac836bd BRIDGE INSPECTION REPORT Printed On: 8/17/2017 Agency: TUKWILA CD Date: 7/27/2017 Program Mgr: Roman G. Peralta Page 2 of 8 Br. No. TUKWILA-14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER Br. Name 42ND AVENUE SOUTH BR Route On 01037 Mile Post 1.04 Route Under Mile Post BMS Elements (Continued) Element Element Description Total Units State 1 State 2 State 3 State 4 330 Metal Bridge Railing 568 LF 456 100 12 0 340 Metal Pedestrian Railing 284 LF 284 0 0 0 357 Pack Rust 50 EA 46 4 0 0 361 Scour 4 EA 2 2 0 0 362 (Discontinued) Impact Damage 1 EA 1 0 0 0 402 Open Concrete Joint 216 LF 0 0 216 0 408 Steel Sliding Plate 48 LF 0 0 48 0 901 Red Lead Alkyd Paint System 17,000 SF 11,800 4,000 1,000 200 20 Notes 0 ORIENTATION Beginning of bridge at south abutment (nearest traffic signal at Interurban Ave). 1 FRACTURE CRITICAL INSPECTION This includes visual inspection of truss tension members, bottom chords, floor beams, diagonal and vertical members. See Fracture Critical Report in Files Tab. 3 UBIT 60 UBIT can deploy through both sides of truss. However, the bridge deck is narrow with low portals and sways. Suggest closing the bridge for next UBIT inspection due to the bouncing motion of the UBIT caused by the high volume of truck traffic on the bridge. Also added congestion to main arterial Interurban Ave S from the in inadequate approach distance on 42nd Ave S to south portal of the bridge. TRANSIENTS Activity under Span 3. Garbage accumulated, litter and needles on top of cap 3. 11 EV2 RF = 0.62 EV3 RF = 0.42 LOAD RATING Gusset Plate at L2U1-East controls. A new load rating has been performed (August 2017) and the bridge requires load posting for AASHTO 2 and 3, SHV 5,6,&7, and EV 2 and 3. The City is in the process of implementing the posting requirements. 12 CONCRETE DECK (SURFACE) Open joints at floorbeam. Exposed aggregate in wheel lines and slight rutting. Moderate scaling, pop -outs and mudball voids scattered throughout surface. Longitudinal cracks concentrated near ends of bridge, some porosity. North bound lane: 4"-6" pavement spall. South bound lane: 6" loose pavement near double yellow line. 35 CONCRETE DECK SOFFIT Diagonal hairline leaching cracks near steel stringers. Deck fillets are spelled in several locations along top flanges of floorbeams. Many short exposed rebar in edge overhangs due to lack of cover and poor consolidation of concrete. Scattered hairline transverse rusty leaching cracks in soffit. Moderate sized pockets of poor consolidation - spans 2-4 thru 2-7. 110 CONCRETE GIRDER Four lines of CIP concrete T -beams in Spans 1 and 3. Webs have hairline vertical and diagonal cracks. 1A -„ Vertical crack near Pier 2 End diaphragm @ Pier 3 - hairline vertical leaching cracks Span 3 griders are coverd with soot 113 STEEL STRINGER Five lines of stringers (5x220=1100 LF). Square cope at connection to floorbeams, no cracks observed. Rusty top flanges. Mud staining on outside stringers. Rust blisters on a few copes. 20 Status: Released CD Guid: 4305b7a6-8599-4765-87ce-c492bac836bd BRIDGE INSPECTION REPORT Printed On: 8/17/2017 Agency: TUKWILA CD Date: 7/27/2017 Program Mgr: Roman G. Peralta Page 3 of 8 Br. No. TUKWILA-14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER Br. Name 42ND AVENUE SOUTH BR Route On 01037 Mile Post 1.04 Route Under Mile Post 21 Notes (Continued) 126 STEEL THRU TRUSS GENERAL: See 2017 FCR for detail on fracture critical members. Lower panel points were dry cleaned prior to inspection. Upper panel points and those connecting members are covered in guano droppings, active nests in upper chords and owls nest at L4E. Debris building up in bottom chord. See note #133 Gusset Plates PACK RUST: Pack rust is starting to develop in all built-up members but hasn't reached the point of popping rivet heads. - Up to 1/8" pack rust in seams of tension and compression diagonals. - Pack rust between bottom lateral gusset plates and bottom chord has caused bulging up to 3/8" at most chord joints. - Pack rust between interior cover plates and bottom chord channel has caused warping of cover plate up to 1/4". - Bottom laterals have seam rust and pack rust up to 3/8" along tops of members. - Bottom chords two channel beams from L2 to L8 E&W addition plates riveted to webs, pack rust forming between channel webs and plates distorting up to 1/8" between rivets. - Upper chords seam rust along channel/plate seams throughout. PORTALS & SWAYS: SOUTH PORTAL, U1W-U2E: High load traffic damage to south portal and sway frame. North flange of south portal is bent north 3" over 2 ft length. Bottom flange of sway is pushed up 2" over 8" length. Top flange of sway has a sine -wave shaped crimp, 1" over 7" length. Center of sway is bent 1-0" to north. -SWAY M 1 W-M2E: Impact damage to sway, pushed 5" to north with flanges buckled. SWAY M2W-M3E: Minor impact damage. U5W: Paint blister and minor pack rust along edge of top chord. L7W: 2 rusty rivet heads on bottom plate. L7-U7E: Paint failure at SW. L7-L8W: Pack rust on lower chord. L8W: Pack rust 1/8" on bottom plate. L9W-U9W: Pitting up to 1/8" near top of bottom gusset plate. L9W: Gusset plate 7/16" thick. Pack rust 1/8" on bottom plate and 1/4" V.P. 133 STEEL GUSSET PLATES 20 gusset plates per truss line. High bird activity. Bottom lateral gusset plates at bottom chord have pack rust causing bulging up to 3/8" at most chord joints. Interior cover plates at bottom chord channel have pack rust causing warping of cover plate up to 1/4". Interior rivet heads have blistered paint or lack paint, many are heavily rusted. 5LE bottom plate has two deformed rivet heads. 152 STEEL FLOOR BEAM Two skewed end floorbeams and ten transverse floorbeams (2x33.6+10x26.5=332 LF). Dirt and mud at connections to truss. Laminar rust along top flange with minor section loss (<2%). 205 CONCRETE PILE Five concrete piles each at Piers 1 and 4, with cap and backwall. Rough concrete and a few hairline cracks at cap interface. 1C: 10" spall with exposed rebar. 4A, 4B, 4C: Hairline horizontal cracks at about 1 ft. spacing. CONCRETE COLUMNS: 28" tall concrete columns support the sliding plate bearings at Piers 2 & 3. 2A: Horizontal crack at cap interface, exposed rusty rebar, corners are spalled off, NW corner of bearing is unsupported. 2B: Horizontal crack at cap interface, exposed rusty rebar, large spalls in NW corner of bearing is unsupported. 2C: Horizontal crack at cap interface, exposed 4" section of rusty rebar 2D: Hairline crack at cap interface, SE corner is spalled off (18" high by 4" deep) 3A: Horizontal cracks at cap interface 3B: Horizontal cracks at cap interface 3C: 12" of horizontal rebar exposed on south side 3D: Hairline crack at cap interface 212 CONCRETE SUBMERGED PIER WALL Hairline vertical cracks in pier walls. Many 1-1/2" shallow form tie holes in both walls. Pier 2: water abrasion along north face. Pier 3: Three 12" x 12" x 1" deep areas of abrasion in south face. 215 CONCRETE ABUTMENT Both backwalls have a few hairline vertical cracks throughout. Graffiti at face of abutment. Pier 4: gap under backwall from pile 4A through 4D, minor erosion/sloughing. NW wingwall: open diagonal crack above top of cap to ground line (1.75" gap at top) with 2 ft x 8" x 6" deep spall with 5" exposed rebar. NE wingwall: 8" x 6" x 3" deep spall. Two steel plates attached on the east side of north abutment wall at the NE corner bridge rail. MONITOR NOTES 2/25/2016 Pier 2 concrete columns - no change noted. Pier 3 concrete columns - Heavy graffiti on north face of column of all columns and pier cap. Change noted in column 3A; north face - cracks at base along interface with pier cap, full width. Cracks are narrow to open, some new chips and small spalls along crack line. Column is tilted to the north 1.5 degrees. Abutment 4 - west corner at wingwall interface. 2016: Gap is 1.75" at top horizontal face. Concrete piles with transverse cracks - no change 21 Status: Released CD Guid: 4305b7a6-8599-4765-87ce-c492bac836bd BRIDGE INSPECTION REPORT Printed On: 8/17/2017 Agency: TUKWILA CD Date: 7/27/2017 Program Mgr: Roman G. Peralta Page 4 of 8 Br. No. TUKWILA-14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER Br. Name 42ND AVENUE SOUTH BR Route On 01037 Mile Post 1.04 Route Under Mile Post 22 Notes (Continued) 234 CONCRETE PIER CAP Hairline vertical cracks in perimeter, tops are covered with mud, moss and transient debris. Pier 2 - spall with exposed rebar NW, north & SE face. Pier -3. Caps have open form tie holes. Pier 4 : 4A, 4B & 4C top of beam cap spall across width of stringer. 266 CONCRETE SIDEWALK & SUPPORTS Surface: Transverse cracks at panel points, open up to 1/8", small spalls starting to form. ACP at south approach to sidewalk is steep (Repair #12316). Vegetation growing along edge next to east truss line. Soffit: Many hairline transverse cracks leaching on underside. Form anchors still in place on soffit along channel web. Supports: Steel knee braces support sidewalk in Span 2. Top clips at truss are separating due to pack rust. 311 MOVEABLE BEARING Rocker Bearings- Truss: Both bearings 2-1A & 2-1 B are tipped 5° expanded, temperature was 44° F. Rocker Bearings - approach spans. Eight skewed steel bearings, each bearing has two hing bars. Bearings are mounted on concrete plinths at Piers 2 and 3. Pack rust between sole plates and hing bars on all bearings. Hing bars at 2A, 2D, 3-1A and 3-1D, are bulging up to 1/8" from pack rust, all eight bearing are frozen. SEE NOTE 1676 SUBSTRUCTURE - for details on the concrete plinths. 313 FIXED BEARING Two pinned shoe bearings at Pier 3, minor rust on edges. 330 METAL BRIDGE RAILING Retrofitted thrie beam has minor traffic scrapes throughout. Rail has loose connection at U5L5 in east truss and rattles under traffic. Curbs cracked open 1/8" over truss floorbeams. Tack welds broken on west rail, widespread. 340 METAL PEDESTRIAN RAILING Rail panel section loose at bottom tube connection to post, east sidewalk north of centerline of the river, between L4 & L5. 357 PACK RUST Seam rust and pack rust - most 1/4" or less on built-up members throughout truss. 361 SCOUR, FIELD Pier 2 is located on the outside of a sharp meander bend in the Duwamish River. Riprap along Pier 2 has a scour scallop, about 8 to 10 feet in diameter at the center of pier, two relic piles are exposed in the scalloped area. During inspection flow increased velocity with the changing tide. The main thalweg flow is near the left bank at Pier 2; back eddies were noted along the center and downstream face of Pier 2. Riprap is scattered and missing along the downstream face of Pier 3. Gravel bar visible upstream of pier 3, right bank to mid channel. Riprap has scatted areas upstream and downstream along both banks. 2015 soundings show 2.5' deepening near Pier 2. Little change to gravel bar forming near Pier 3. SOUNDINGS: are taken from upstream rail at truss panel points: Year LO L1 L2 L3 L4 _ L5 L6 L7 L8 L9 L10 2015 18.5 30.5 41.5 44.5 40.5 36.0 29.7 28.5 26.5 23.5 16.0 2014 19.0 30.5 39.0 42.0 39.5 34.0 28.5 28.0 26.5 23.5 15.0 2013 18.8 30.2 41.0 42.0 42.0 35.0 30.0 27.5 26.0 23.8 16.0 2007 18.5 30.5 40.0 43.5 43.0 37.5 31.0 28.5 27.0 25.5 15.0 Update soundings every two years or more often if lateral migration is suspected. Monitor riprap at low tide and low flow periods. 362 IMPACT DAMAGE Traffic impact damage to truss south portal and sway members. 402 JOINT FILLER Open joints over floorbeams; most of fabric fill is worn away, allowing mud and water to pump through onto floorbeam top flanges (Repair #12306). 22 Status: Released CD Guid: 4305b7a6-8599-4765-87ce-c492bac836bd BRIDGE INSPECTION REPORT Printed On: 8/17/2017 Agency: TUKWILA CD Date: 7/27/2017 Program Mgr: Roman G. Peralta Page 5 of 8 Br. No. TUKWILA-14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER Br. Name 42ND AVENUE SOUTH BR Route On 01037 Mile Post 1.04 Route Under Mile Post Notes (Continued) 408 STEEL SLIDING PLATE Joints are full of dirt. D -spalls and delaminations along edges of both joints. Water leaks through joint onto truss main piers. MEASUREMENTS: are taken at center line of each ioint. YEAR TEMP TIME PIER 2 (WEST) PIER 3 (EAST) 2016 62° 09:00 1-0" 1-1/2" 2015 •48° 09:20 7/8" 1-1/2" 2013 48° 11:00 15/16" 1-3/8" 2011 50° 15:30 15/16" 1-3/8" _ 2009 65° 10:00 1-0" 1-5/8" 2007 50° 08:00 _ 1-1/2" 1-5/8" 2005 65° 10:00 1-0" 1-3/8" 901 RED LEAD ALKYD PAINT SYSTEM Top coat of paint on top chord has flaked off in many areas. There are a few rust spots where failed paint has exposed bare metal. Seam rust is bleeding through along edges of built-up members. Moss growth on some diagonal/vertical members. 1663 The Deck Overall code was downgraded based on deck and floor system deterioration. The deck panels are non -composite and are loose and banging on the floor system under traffic. In addition, the floor system is creaking and groaning under load. These problems are not revealing themselves in recordable damage but the loose deck panels and lack of continuity was taken into account in a new load rating update. 1676 SUBSTRUCTURE Code reduced to 4 due to condition of concrete plinths under rocker bearings at piers 2 and 3. Pier 2 plinth 2A, and 2B have open cracks at interface with pier cap. All plinths have large spalls with exposed rebar along edges, several are spelled under bearing plates. Pier 3 plinth 3A and 3B have open cracks at interface with pier cap. Several plinths have spalls with exposed rebar. Unknown pile tip elevation of piles supporting Piers 2 & 3. Channel thalweg is near pier 2, riprap is scattered. 1680 SCOUR , OFFICE Scour analysis done in 2014. Since pile tip elevations are not available, the scour code = "U". The channel is centered under L3 -East and is slightly aggradating at piers 1, 2 and 3. Calculated contraction scour is 0.6 feet, local pier scour ranges between 6 feet and 13 feet depending on angle of attack. Plans indicate bottom of footing at -7.0, top of rail is estimated per plans at 28.0. 1685 TRANSITION Bridge rail transition at Pier 1 west side is missing approach guard rail. 1686 GUARDRAILS SE Traffic impact damage to approach rail flex beam. NW Approach rail is below standard height at settlement area, 18in to top of rail. 1687 TERMINAL Terminals not slotted. Attenuator is located at NE corner. 2675 NO. OF UTILITIES Two utilities are suspended from east edge under sidewalk: One 12" diameter steel waterline with mechanically restrained joints. One 6" diameter gas pipe. 2694 CLEARANCE Vertical clearance at portals and sway braces 3" from curb: East truss: E -M0 - W -M0 = 15-3 1/8" E -M2 - W -M1 = 15'- 0 1/4" E -M3 - W -M2 = 15-0" E -M4 - W -M3 = 15-0" E -M5 - W -M4 = 15'-0 7/16" E -M6 - W -M5 = 15-0 3/8" E -M7 - W -M6 = 15-1 3/8" E -M8 - W -M7 = 15-0 1/8" E -M9 - W -M8 = 15-0 1/8" 7664 DRAINS Drains are plugged throughout. 23 Status: Released CD Guid: 4305b7a6-8599-4765-87ce-c492bac836bd BRIDGE INSPECTION REPORT Printed On: 8/17/2017 Agency: TUKWILA CD Date: 7/27/2017 Program Mgr: Roman G. Peralta Page 6 of 8 Br. No. TUKWILA-14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER Br. Name 42ND AVENUE SOUTH BR Route On 01037 Mile Post 1.04 Route Under Mile Post Notes (Continued) 7681 APPROACH ROADWAY Longitudinal and transverse cracking in ACP in both approaches. South approach - slight settlement. North approach - settlement at sheet pile wall and in southbound lane for 50 ft north of approach, longitudinal cracks and fault cracks around settled area, approximately 1" settlement. 7682 RETAINING WALL Sheet pile wall to retain NW approach fill, no defects noted. Repairs Repair No Pr R Repair Descriptions Noted Maint Verified 12306 1 B JOINTS SPAN 2: (MAH Revised 4/10/2015) Open Joints: Clean out open joints over floor beams thoroughly and fill with a flexible sealant, priority 1 due to corrosion at top flanges of floorbeams from leaking joints. 3/25/1998 12316 1 B SIDEWALK: North approach - rework the sliding plate expansion joint so it is smooth with sidewalk. Deck - patch spalls near panel points, seal open cracks. 4/12/2007 13469 1 B RAIL: SW transition is missing approach guard rail and terminal. SE guardrail is bent and deformed. NW guardrail has sunk down below acceptable standards. REPAIR - replace missing guard rail and terminal at SW corner, replace damaged rail at SE corner, reset NW rail and posts to bring rail up to standard height. 4/8/2013 13471 1 B PAINT: Paint has failed in many locations on top of top chords of truss. Pack rust is forming in seams of all built-up members. Moist dirt and pigeon guano are trapped in truss panel points and will cause premature paint failure. Algae growing on many members. REPAIR - Thoroughly pressure wash clean truss of all dirt/algae/guano, prepare surface, paint bridge to encapsulate pack rust and protect truss members. Add bird deterrent at all panel points, upper and lower chords. 4/8/2013 13473 1 B EXPANSION JOINT: Steel sliding plate expansion joints allows water and dirt to fall onto top of caps at Piers 2 and 3. The edges around the joints are chipped and spalled. REPAIR - Replace steel sliding plate expansion joints with either a strip seal with steel header or modular joint. 4/8/2013 13474 S S SCOUR: Current scour code is coded "5" which means that foundation is stable for calculated scour depths. Need copy of pile tip elevations from city for bridge file. 4/16/2013 24 Status: Released CD Guid: 4305b7a6-8599-4765-87ce-c492bac836bd BRIDGE INSPECTION REPORT Printed On: 8/17/2017 Agency: TUKWILA CD Date: 7/27/2017 Program Mgr: Roman G. Peralta Page 7 of 8 Br. No. TUKWILA-14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER Br. Name 42ND AVENUE SOUTH BR Route On 01037 Mile Post 1.04 Route Under Mile Post Repairs (Continued) Repair No Pr R Repair Descriptions Noted Maint Verified 13475 2 B STRUCTURAL SUBSTRUCTURE: (RPH Revised 4/8/13) Concrete columns supporting sliding bearings at Piers 2 and 3 have horizontal cracks at cap interface, exposed rusty rebar, spalls and delaminations. Pier 2 - Cap has spall, with rusted rebar and open cracks up to .05mm. Pier 3 - heavily abraded at waterline. Pier 4 - columns 4A -C have horizontal cracks. Abutment backwall is undermining along west half. West wing wall has large open crack and spalls. REPAIRS: P2 and P3 bearing columns - recommend design seismic retrofit steel collar and construct around bearing columns, anchored to cap, then fill tight with epoxy. Pier 2 - cap clean exposed rebar and patch spalls, epoxy inject cracks. Pier 3 - clean and patch abraded areas of pier wall Pier 4 - FRP wrap columns 4 A -C. Reinforce west wingwall. Add quarryspall along abutment 4 and under span 3 to retain fill and discourage transient activity. 4/16/2013 13476 2 B SCOUR: (RPH Revised 7/22/2014) Small scour scallops in left bank armor in front of Pier 2. Riprap is sparse and scattered through mudbar in front of Pier 3. Monitor the downstream inside face of Pier 3 at low water. REPAIR - Replace missing riprap along banks and in front of piers. 4/17/2013 13478 1 B SWAY BRACES: Heat straighten south portal and sway E-M3/W-M2. Sway bracing measures 15'-0" three inches from curb. Vertical clearance signs are required for measured clearances less than or equal to 15'-3" Install warning signs at both portals with posted height 3" less than lowest measured clearance. Recommend raising portals and sways due to the high volume of truck traffic and existing damage to sway members. 4/10/2015 13479 2 B BEARINGS: Main span rocker bearings at pier 2 are frozen in expanded position, fixed bearing at pier 3 are offset. Clean and reset main span bearings. Approach span bearings - slide bearing at pier 2 and 3 are corroded - possibly frozen. Replace sliding plates with elastomeric dynamic isolation bearings. 4/10/2015 13480 2 B DECK SOFFIT - widespread honeycombed areas, spalls with exposed rebar east side of soffit. SURFACE - worn to aggregate, spalling along joints. Patches of light scaling. REPAIR: Chip any delamintaed concrete from exposed rebar, clean and seal exposed bar and patch spalls. Sack honeycombed areas throughout soffit. Shotblast deck surface, patch spalled areas and apply epoxy overlay. 4/10/2015 Inspections Performed and Resources Required Report Type Date Freq Hrs Insp CertNo Coinsp Routine 4/26/2017 12 6.0 ZZ G1414 TTT Fracture Critical 4/26/2017 24 6.0 ZZ G1414 TTT Resources Hours Min Pref Max Freq Date Need Date Override Notes UBIT 6.00 Note SDOT UBIT 60 USED 25 Status: Released CD Guid: 4305b7a6-8599-4765-87ce-c492bac836bd BRIDGE INSPECTION REPORT Printed On: 8/17/2017 CD Date: 7/27/2017 Agency: TUKWILA Program Mgr: Roman G. Peralta Page 8 of 8 Br. No. TUKWILA-14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER Br. Name 42ND AVENUE SOUTH BR Route On 01037 Mile Post 1.04 Route Under Mile Post Inspections Performed and Resources Required (Continued) Report Type Flagging 6.00 Interim Resources Hours Special Equipment Equipment Resources Hours UBIT 4.00 Flagging 4.00 Informational Date Freq Hrs Insp CertNo Coinsp Note LOCAL AGENCY Flagging provided by City of Tukwila - contact Steve Carstens at 206-431-2446 2/26/2016 24 1.0 MAH G1103 BLR Inspect short concrete columns supporting bearings at piers 2 and 3. See Monitor Note 695 for details Min Pref Max Freq Date Need Date Override Notes Bring ladder to reach columns and bearings. 4/26/2017 24 6.0 ZZ G1414 TTT Min Pref Max Freq Date Need Date Override Notes 7/27/2017 GDG G0014 SDOT UBIT-60 USED Flagging provided by City of Tukwila - contact Steve Carstens 206-431-2446. Updated load rating information with 2017 rating results. Downgraded Deck Overall to account for loose deck panels and floor system noise under traffic. These issues have were noted in inspections since 2014 were not noted. This change was made with the concurrance of the previous bridge inspector. 26 ,..-411111` Washington State W/ Department of Transportation Bridge ID Facilities Layout Crossing Design Load Rating Inspection Report Types 1001 2009 Structure ID 08109700 I TUKWILA-14 1 42ND AVENUE SOUTH BR Bridge Number WSBIS Local Agency Inventory Report 2132 1019 1286 1021 2023 Bridge Name 1 1 City Location 1156 2181 2183 2185 1188 1196 04 1 4 ! 17 1 1320 1 .03 MI N OF INTERURBAN AV I 1 I 1 10123 Latitude 04E1 47° 29' 23.10" I I Longitude 122° 16' 49.00" 1 1232 1256 1274 7281 7283 1276 1285 1288 1289 1293 1292 2295 7296 Feature Intersected DUWAMISH RIVER 1 42ND AVE SO 1332 1336 1340 2346 1348 1352 1356 Facilities Carried Region FIPS H 1 NW 111 10 1726251 3 1 N I 1 A I I I I I I I I 73 v Printed Date 8/17/2017 Sufficiency Rating: 7.56 SD High Risk 04572710 SR Item 2711 SDIFO 1360 1364 1367 1310 1312 1370 1374 1378 1379 1382 1383 1386 1387 1390 1394 1291 1397 Year Built Year Bridge Rebuilt Length NBIS Length Maximum Span Length Lanes On Curb to Curb Deck Width Out to Out Deck Width Sidewalk Left 0 _ Sidewalk Right Min Vert Over Deck Min Vert Under Vert Code Min Lat Under Right Lat Min Lat 0 Code Under Left g 0 Nav Vert Clear Nan Horiz Clear Nan Vert Lift Clear Appr Rdwy 1949 0 1 284 1 220 1 2 1 24.0 30.0 1 0.0 1 3.5 1 38 1 N 15' 00" 1432 1433 1434 I 1435 2440 1445 1 00' 00" 1 N 1 0.0 1 1 IN1 0.0 1 0 1 0 1 0 01 1451 1453 1457 1463 1467 1477 1469 2410 7479 1483 1484 1485 1486 1487 1489 1490 I I 1354 4 O v = H,m? N g Route Number Milepost Truck ADTI Year of ADT Future ADT r kETutyuree. I LinearReferencing SystemSubLRS LRS Milepost m z `m m Fed Aid Route # 2 i m z (1 m Funct. = I Class I J 2 -IUse Lane Direction Iu21 i H Horizontal Clearance Route Dir Horizontal Clearance 11 Reverse Dir Max Vert Clearance Route o 6 y 3, 2 = 3. 1 1 5 1 1 1 01037 1 1.04 10000 1 20 ] 2014 1 11000 12034 1 01037 I I I Y 1037 1 0 1 0 1 0 1 0 1 17 1 N 2 0 l 24' 00" 1 1 15' 00" 1 2 25 1 1 1 I I 1 I I I I I I I I 1 I 1 I I I I I I 1 I I I I 1532 1533 1535 1530 1538 1541 1544 1545 1546 1547 1548 1549 1550 1551 1552 1553 1554 1555 1556 1585 1588 1590 7565 7557 Main Main Span Span Material Design Appr Appr Number Span Span Main Material Design Spans Number Service Service Appr On Under Spans Deck Type WSurfaceearing Deck Design Protect Load Code Oper Rating Method Oper Rating Tons Oper Rating Factor Inv Inv Inv mg'--c° o Rating Rating Rating 67 a a Border Structure ID Method Tons Factor 2 S Fed Aid Project No Design Exemption 3 I 10 I 1 I 04 I 1 2 I515I III 0 1 0 1 4 1 6 1 27 1 0.77 1 6 1 16 I I 0.46 1 1 23 1 0.65 1 I 14 I 0.39 I I I 2587 2588 3589 2590 2591 2592 2593 2594 2595 2596 7832 7833 7834 7835 7836 7837 7838 7839 7840 7841 1844 1846 1847 N2 t,4 A to n� uta OL1 OL2 I I 1.21 1 0.90 0.84 0.73 1 1.11 1 0.98 1 0.88 I 0.81 I 0.65 1 0.34 2920 1990 2646 2645 2654 Inspection Date Inspector CM No Co -Inspector Routine 1 Fracture Critical] Special Feature I Underwater 1 I I I I I 1 I I I 1 I I 1 Waterway/ Prop Imp 1 2853 2860 1867 1873 2870 1861 1879 2883 Ili.R V (7 o R 7i _X N g _N d 3 a.<, 0- Q 2.;;,1C4=',2?- a, g] .<g — 0- 3 d S N o ,T -m o Stru Imp T..° ':z ,l-� Length Roadway Width Cost Per SF Slruct Cost Rdwy Cost Engr Cost Total Cost Estmt Year C� 11 H v 03 �Y B 1 A 1 N 1 H 1 2 1 3 1 N 1 A NI 2 1 311 1 294 1 38 1 800 1 4469 894 1 3575 8938 12014 1 1 1 1 1 1 1 1 1 1 1 1 I 1 I I I I I Inspection Date Inspector Cert No Co -Inspector UW Interim Interim In Depth Damage Inspection Date Inspector Cert No Co-Inswctor Safety I Short Span 1 I 1 Geometric Info 1 7/27/2017 1 GDG G0014 1 Inventory 1 1 Control Data Guid: 4305b7a6-8599-4765-87ce-c492bac836bd Control Data Date 7/27/2017 28 APPENDIX B 'Current Load Rating Summary TRANTECH 'Engineering LLC 29 30 BRIDGE RATING SUMMARY Bridge Name: 42ND AVENUE SOUTH BR Bridge Number: TUKWILA-14 Span Types: Steel Through Truss Bridge & Approach Slabs Bridge Length: 280' (220' Truss + 2x30' Approach Slab) Design Load: HS20-44 Rated By: VP Checked By: KN Date: 8/1/2017 Inspection Report Date 14/26/2017 'Substructure Condition 14 Rating Method LFR 'Deck Condition 6 Overlay Thickness 0"/Truss & 2"/ApproachISuperstructure Condition 5 Truck RF (INY) RF (OPR) Controlling Point AASHTO-1 AASHTO-2 AASHTO-3 NRL OL -1 OL -2 0.72 0.54 0.50 0.44 0.39 0.20 NBI Rating RF 1.21 0.90 0.84 0.73 0.65 0.34 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Controlling Point Inventory (HS -20) 0.39 Operating (HS -20) 0.65 Yielding in member L2U 1 Yielding in member L2U 1 Remarks: Bridge requires posting. The single unit and FAST Act vehicles rating factors are: Operating Rating RF Ton Controlling Point SU4 (GVW = 54 K) 1.11 29.97 Yielding in member L2U1 SU5 (GVW = 62 K) 0.98 30.38 Yielding in member L2U1 SU6 (GVW = 69.5 K) 0.88 30.58 Yielding in member L2U1 SU7 (GVW = 77.5 K) 0.81 31.39 Yielding in member L2U1 EV2 (GVW = 57.5 K) 0.62 17.83 Yielding in member L2U1 EV3 (GVW = 86.0 K) 0.42 18.06 Yielding in member L2U1 31 32 APPENDIX C[ Bridge Replacement Estimate TRANTECH lEngineering LAC 33 34 City of Tukwila -Tukwila 14 -42nd Avenue Bridge Replacement Cost Estimate August 1, 2017 285 foot simple span with angled bearings. STD. ITEM ITEM DESCRIPTION MEAS. UNIT QUANTITY UNIT PRICE COST 130 REMOVING ASPHALT CONCRETE SIDEWALK SY 10 $ 150 $ 1,500 170 _ REMOVING GUARDRAIL _ LF 40 $ 25 $ 1,000 1085 QUARRY SPALLS CY 500 $ 40 $ 20,000 4006 STRUCTURE EXCAVATION CLASS A INCL. HAUL CY 200 $ 150 $ 30,000 4010 SPECIAL EXCAVATION CY 100 $ 200 $ 20,000 4013 SHORING OR EXTRA EXCAVATION CLASS A - SHAFT LS 1 $ 25,000 $ 25,000 4007 SOIL EXCAVATION FOR SHAFT INCL HAUL CY 450 $ 450 $ 202,500 4008 FURNISH AND PLACE TEMP CASING FOR 60" DIAM SHAFT LF 600 $ 200 $ 120,000 FURNISH PERM CASING FOR 60" DIAM SHAFT LF 600 $ 450 $ 270,000 PLACING PERM CASING FOR 60" DIAM SHAFT EA _ 6 $ 3,000 $ _ 18,000 CONC CL 4000P FOR SHAFT CY 450 $ 300 $ 135,000 ST REINF BAR FOR SHAFT LBS 540,000 $ 1.70 $ 918,000 CSL ACCESS TUBES LF 600 $ 15 $ 9,000 REMOVING SHAFT OBSTRUCTIONS LS 1 $ 100,000 $ 100,000 REMOVING EXISTING BRIDGE SUPERSTRUCTURE LS _ 1 $ 300,000 $ 300,000 REMOVING EXISTING BRIDGE FOUNDATION LS 1 $ 300,000 $ 300,000 REMOVING EXISTING BRIDGE APPROACHES LS 1 $ 100,000 $ 100,000 TEMPORARY DETOUR BRIDGE LS 1 $ 1,250,000 $ 1,250,000 PRESTRESSED CONCRETE GIRDERS, WATER XING WITH PILING LF 1,750 $ 300 $ 525,000 BRIDGE APPROACH SLAB SY _ 280 $ 250 $ 70,000 REINFORCED CONC RETAINING WALL SF 2,000 $ 90 $ 180,000 CONC CL 4000 FOR BRIDGE CY 550 $ 575 $ 316,250 STRUCTURAL SURVEYING LS 1 $ 30,000 $ 30,000 4438 EXPANSION JOINT SYSTEM COMPRESSION SEAL - SUPERSTRUCT. LF 160 100 $ 16,000 4339 EXPANSION JOINT SYSTEM STRIP SEAL LF 160 800 $ 128,000 4410 BRIDGE RAILING LF 600 120 $ 72,000 6403 ESA LEAD DAYS 280 120 $ 33,600 6416 SEEDING, FERTILIZING, AND MULCHING LS , 1 3,000 $ 3,000 6455 BIODEGRADABLE EROSION CONTROL BLANKET SY 250 4 $ 1,000 6470 STREET CLEANING _ HR 120 200 $ 24,000 6471 INLET PROTECTION EA 6 100 $ 600 6488 EROSION CONTROL AND WATER POLLUTION PREVENTION LS 1 2,000 $ 2,000 6630 HIGH VISIBILITY FENCE _ LF 300 4 $ 1,200 6806 PAINT LINE LF- 5 $ 6869 PEDESTRIAN TRAFFIC CONTROL LS 1 10,000 $ 10,000 6899 BRIDGE MOUNTED SIGN EA 2 1,000 $ 2,000 6903 TEMPORARY ILLUMINATION SYSTEM LS 1 10,000 $ 10,000 6913 PORTABLE TEMPORARY TRAFFIC CONTROL SIGNAL LS 1 30,000 $ 30,000 6971 PROJECT TEMPORARY TRAFFIC CONTROL LS 1 100,000 $ 100,000 6974 TRAFFIC CONTROL SUPERVISOR LS 1 10,000 $ 10,000 6982 CONSTRUCTION SIGNS CLASS A SF 200 20 $ 4,000 7003 TYPE B PROGRESS SCHEDULE LS 1 5,000 $ 5,000 7052 BRIDGE END SIDEWALK RAMP EA 2 1,000 $ 2,000 7400 TRAINING HR 500 20 $ 10,000 7480 ROADSIDE CLEANUP ZEST 1 10,000 $ 10,000 7500 FIELD OFFICE BUILDING LS 1 20,000 $ 20,000 7570 HEALTH AND SAFETY PLAN LS 1 10,000 $ 10,000 7736 SPCC PLAN LS 1 2,000 $ 2,000 APPROACH @15% OF BRIDGE COST LS 1 817,148 $ 817,148 WILDLIFE MANAGEMENT LS 1 5,000 $ 5,000 SUBTOTAL $ 6,269,798 CONTINGENCY (15%) $ 940,470 MOBILIZATION $ 626,980 $ 626,980 RIGHT OF WAY COSTS $ 500,000 PRELIMINARY ENGINEERING (25% CONSTRUCTION COST) $ 1,567,449 CONSTRUCTION MANAGEMENT (18% CONSTRUCTION COST) $ 1,128,564 INFLATION FACTOR (5%/YEAR BASED ON PROJECTED AD DATE) $ 1,351,181 TOTAL $ 12,384,440 PE Costs (approximately 25% of Total) (Soils, Environmental, Desig Docuemnts, Plan Preparation, etc.) Right of Way Costs (Purchases, Reoloation and Construction Easement) Construction Costs (Environmental mitigation, approach costs (15%), structure costs, etc) Construction engineering (18%) contingency (15%) Mobilization (10%) Inflation Factor (5% per year based on project Ad Date below) Total Rehabilitation/Replacement/Preventative Maitnenance Project Costs $ 1,567,449 $ 500,000 $ 6,269,798 $ 1,128,564 $ 940,470 $ 626,980 $ 1,351,181 $ 12,384,440 35 Bridge Name: Bridge Number: Span Types: Bridge Length: Design Load: Rated By: Checked By: Date: Truck Low Speed Option BRIDGE RATING SUMMARY 42ND AVENUE SOUTH BR TUKWILA-14 Steel Through Truss Bridge & Approach Slabs 280' (220' Truss + 2x30' Approach Slab) HS20-44 VP KN 8/1/2017 EXPIRES 5/18/ Inspection Report Date 4/26/2017 Substructure Condition 4 Rating Method LFR Deck Condition 6 Overlay Thickness 0"/Truss & 2"/Approach I Superstructure Condition 5 RF (INV) RF (OPR) Controlling Point AASHTO-1 AASHTO-2 AASHTO-3 NRL OL -1 OL -2 0.81 0.60 0.56 0.49 0.42 0.22 NBI Rating RF Inventory (HS -20) Operating (HS -20) 1.35 1.00 0.94 0.82 0.70 0.37 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Controlling Point 0.44 0.73 Remarks: Bridge requires load posting. This rating scenario requires Operating Rating SU4 (GVW = 54 K) SU5 (GVW = 62 K) SU6 (GVW = 69.5 K) SU7 (GVW = 77.5 K) EV2 (GVW = 57.5 K) EV3 (GVW = 86.0 K) 36 RF 1.24 1.09 0.99 0.90 1.14 0.78 Ton 33.48 33.79 34.40 34.88 32.78 33.54 Yielding in member L2U1 Yielding in member L2U1 lowering the speed limit over the bridge to 10 MPH. Controlling Point Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Bridge Name: Bridge Number: Span Types: Bridge Length: Design Load: Rated By: One Truck at a Time Option BRIDGE RATING SUMMARY 42ND AVENUE SOUTH BR TUKW ILA -14 Steel Through Truss Bridge & Approach Slabs 280' (220' Truss + 2x30' Approach Slab) HS20-44 VP Checked By: KN Date: Truck 8/1/2017 Inspection Report Date Rating Method Overlay Thickness EXPIRES 5/18/ 4/26/2017 1Substructure Condition 14 1 LFR iDeck Condition 10"/Truss & 2"/ApproachiSuperstructure Condition 6 15 RF (INV) RF (OPR) Controlling Point AASHTO-1 AASHTO-2 AASHTO-3 NRL OL -1 OL -2 0.80 0.60 0.56 0.49 0.45 0.24 NBI Rating RF 1.34 1.00 0.94 0.82 0.75 0.40 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Controlling Point Inventory (HS -20) 0.47 Operating (HS -20) 0.79 Remarks: Bridge requires load posting. Operating Rating SU4(GVW =54K) SU5 (GVW = 62 K) SU6 (GVW = 69.5 K) SU7 (GVW = 77.5 K) EV2 (GVW = 57.5 K) EV3 (GVW = 86.0 K) RF 1.23 1.08 0.98 0.90 1.08 0.88 Yielding in member L2U1 Yielding in member L2U1 This rating scenario requires posting the bridge for one truck at a time. Ton 33.21 33.48 34.06 34.88 31.05 37.84 Controlling Point Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 Yielding in member L2U1 37 38 City of Tukwila City Council Transportation & Infrastructure Committee TRANSPORTATION & INFRASTRUCTURE COMMITTEE Meeting Minutes January22, 2017-5:30 p.m. - Foster Conference Room, 6300 Building Councilmembers: Thomas McLeod, Chair; De'Sean Quinn, Zak Idan Staff: Robin Tischmak, Ryan Larson, Steve Carstens, Gail Labanara, Laurel Humphrey CALL TO ORDER: Committee Chair McLeod called the meeting to order at 5:30 p.m. I. PRESENTATIONS II. BUSINESS AGENDA A. Grant Acceotance: Boeing Access Road Bridge over Airoort Way Seismic Retrofit Staff is seeking Council approval to accept a Federal Bridge Replacement Advisory Council (BRAC) grant in the amount of $2,981,055.00 to provide seismic upgrades to the Boeing Access Road Bridge over Airport Way. This bridge is regionally significant and is the only remaining structure on the Boeing Access Road corridor that has not been upgraded. There is no required local match if the construction is completed by December 2020. Chair McLeod asked if there has been any signs of activity related to the Presidential Administration's talk of infrastructure funding, and staff replied there has not. UNANIMOUS APPROVAL. FORWARD TO FEBRUARY 5, 2018 REGULAR CONSENT AGENDA. B. Ordinance: Truck Sneed Reduction on 42nd Avenue South Bridge Staff is seeking Council approval of an ordinance that would reduce the speed limit on the 42nd Avenue South Bridge from 25 mph to 15 mph for Type 1, Type 2 and Type 3 trucks. This bridge has heavy use by large load-bearing trucks coming from the BNSF intermodal yard and is nearing the end of its service life. A recent structural assessment of the bridge resulted in a report that a load restriction is required in order to enhance bridge safety. This can be accomplished by reducing the load limits in two truck categories, limiting crossing to one truck at a time, or reducing the truck speeds on the bridge. Staff recommends the speed reduction as the most appropriate option. The draft ordinance needs correction in the last two recitals on page 2, from "Tukwila International Boulevard" to "Interurban Avenue South." Councilmember Idan asked if stakeholder communication has occurred. Staff has informed BNSF and will also notify the Allentown community. Councilmember Quinn asked about the cost of the new signs that will be required and staff replied they will be below $10k, but will follow up with the Committee. Committee members asked about enforcement, and staff replied it would be largely self -enforced. The Committee acknowledged challenges with the cost, enforcement, and effectiveness of the proposal, but recommended approval to the Committee of the Whole as an effort to preserve bridge infrastructure and safety. Chair McLeod asked about the status of BNSF preferred alternative route, which was identified as 48th Avenue South in 2017, and staff replied that SEPA review is still pending. UNANIMOUS APPROVAL AS AMENDED. FORWARD TO FEBRUARY 12, 2018 COMMITTEE OF THE WHOLE. 39 40 COUNCIL AGENDA SYNOPSIS Initials Meeting Date Prepared by Mayor's rev Council review 02/12/18 CF Apparatus Purchase Utilizing HGAC Buy Interlocal Contract. Li') 02/20/18 CF ❑ Ordinance Afig Date ❑ Bid Award Mtg Date ❑ Public.Hearin, r1Ltg Date ❑ Other Mtg Date C.\"1'I(;c)RY /1 Discussion -1 Mfg Date Rftg SPONSOR ❑Council ❑Mayor ❑FIR ❑DCD Finance 11 Fire TS P&R ❑Police PW ❑Court SPONSOR'S FD Administration is asking for Council to approve the purchase of fire apparatus, two fire SUMMARY engines/pumpers and one aerial ladder truck. Purchase to be funded by the 2017-2036 Public Safety Bond, utilizing existing HGACBuy Interlocal Contract for Cooperative Purchasing, ILC No.:13-3364, City of Tukwila Contract # 13-027, approved by Council on 01/22/13, and subject to automatic renewal. ITEM INFORMATION ITEM No. 3.B. STA I: SPONSOR: JAY C. WITTWER ORIGIN:U. AGNNI),\ D;ATN: 02/12/18 A(;I.NI)A I'n:N1 Trrl.r: Fire Department Apparatus Purchase Utilizing HGAC Buy Interlocal Contract. 02/12/18 Motion Date 02/20/18 ❑ Resolution Mtg Date ❑ Ordinance Afig Date ❑ Bid Award Mtg Date ❑ Public.Hearin, r1Ltg Date ❑ Other Mtg Date C.\"1'I(;c)RY /1 Discussion -1 Mfg Date Rftg SPONSOR ❑Council ❑Mayor ❑FIR ❑DCD Finance 11 Fire TS P&R ❑Police PW ❑Court SPONSOR'S FD Administration is asking for Council to approve the purchase of fire apparatus, two fire SUMMARY engines/pumpers and one aerial ladder truck. Purchase to be funded by the 2017-2036 Public Safety Bond, utilizing existing HGACBuy Interlocal Contract for Cooperative Purchasing, ILC No.:13-3364, City of Tukwila Contract # 13-027, approved by Council on 01/22/13, and subject to automatic renewal. RI?N'ilAvi;1) BY ❑ C.O.W. Mtg. ❑ CDN Comm ❑ Finance Comm. ❑ Trans &Infrastructure ❑ Arts Comm. ❑ Parks Comm. DATE: 02/05/18 COMMITTEE CHAIR: HOUGARDY /1 Public Safety Comm. ❑ Planning Comm. RECOMMENDATIONS: SPONSOR/ADNIIN. COMMIY1'FI': Fire Department Unanimous Approval; Forward to Committee of the Whole COST IMPACT / FUND SOURCE ExpI:NDvi'u1u RIsQUIRRD AMOUNT BUDGETED APPROPRIATION REQUIRED $3,093,285.30 $3,200,000.00 $ Fund Source: 2017-2036 PUBLIC SAFETY BOND Comments: Under Equipment and Apparatus -See attached spreadsheet for details. MTG. DATE RECORD OF COUNCIL ACTION 02/12/18 MTG. DATE ATTACHMENTS 02/12/18 Informational Memorandum dated 01/30/18, with attachments Minutes from the Public Safety Committee Meeting of 2/5/18 2/20/18 42 City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Public Safety Committee FROM: Jay C. Wittwer, Fire Chief BY: Chris Flores, Assistant Fire Chief, Marty Roberts, Battalion Chief CC: Mayor Ekberg DATE: 01/30/18 SUBJECT: Fire Department Apparatus Purchase. ISSUE The Fire Department seeks approval for the purchase of fire apparatus under an existing Interlocal Contract for Cooperative Purchasing. BACKGROUND Two Fire Pumper/Engines and one Aerial Ladder Truck are scheduled for purchase. The 2017-2036 Public Safety Bond will fund this purchase. Discounted pricing is available through an existing cooperative agreement. HGACBuy ILC No.:13-3364 is open and subject to automatic renewal, and was approved by Council on 01/22/13, and was assigned City of Tukwila Contract #13-027. The apparatus manufacturer, Pierce Manufacturing, had designated January 31, 2018 for a 3% price increase on all fire apparatus. Pierce has agreed to extend the implementation of their price increase by 30 days. DISCUSSION Purchase of this equipment is in alignment with the Public Safety Plan and associated Bonding. FINANCIAL IMPACT The financial impact is $3,091,784.01 and is funded by the 2017-2036 Voter Approved Public Safety Bond. The budget for these expenditures, with accounting for inflation, is $3,597,123.00. Purchase after the price increase extension will result in approximately $93,000.00 in additional charges. RECOMMENDATION The Council is being asked to approve the proposal and consider this item at the February 12, 2018 Committee of the Whole meeting and subsequent February 20, 2018 Regular Meeting. ATTACHMENTS - Discount Recap, Pumpers - Discount Recap, Platform -HGACBuy Interlocal Contract for Cooperative Purchasing ILC No.: 13-3364/COT #13-027 43 44 January 30, 2018 City of Tukwila, WA Two (2) Velocity PUC Pumpers DH462 Build Location: Appleton, Wisconsin Proposal Price $ 1,557,611.00 motor vei.tcx (1 30% 155,761.10 4,672.83 Total Bid Price Including Sales Tax $ 1,718,044.93 Less chassis progress payment discount The chassis progress payment in the amount of 0053,990.00 ('14229,440.00 per unit) will be due three (3) months prior to the ready for pick up from the factory date.. (25,766.00) Less payment upon completion @ factory discount (17,540.00) Deduct for 100% pre -payment with contract If this option is elected, the discount is in addition to the chassis progress payment discount and the payment upon completion at the factory discount. (35,290.00) Subtotal including all pre -pay discounts 1,479,015.00 10. 003ie 147, 901.50 4,437.05 Total Bid Price Including Pre -Pay Discounts & Sales Tax $ 1,631,353.55 Terms: Based on the current delivery schedule the units would be ready for delivery from factory within 10 to 13 months after contract execution. Delivery is subject to change pending Pierce's delivery schedule at order placement. The HFE Tool Mounting Quote is included in the Proposal Price. The above quote is subject to change. A performance bond will be provided An invoice will be provided 30 days prior to the chassis payment due date if elected. An invoice will be provided upon order processing for the 100% prepayment if elected. The Purchasing Documents will be between Hughes Fire Equipment and the customer. An annual price increase will go into effect for all orders processed after March 2, 2018, If order is not submitted prior to that date, a 3% price increase will be required. If payment discount options are not elected standard payment terms will apply: Final payment will be due 30 days after the units leave the factory for delivery. If payment is not made at that time a late fee will be applicable. Two (2) unit pricing is based on both units being purchased, manufactured, inspected and delivered at the same time. If units are not ordered, manufactured, inspected and delivered at the same price revised pricing will be required. The proposal price is based on the unit being purchased through HGAC. This pricing is only valid for an HGAC purchase on contract FS12-17, Transportation of the units to be driven from the factory is included in the pricing. However, if we are unable to obtain necessary permits, due to the weight of the units, and the units must be transported on a flat bed, additional transportation charges will be the responsibility of the purchaser. We will provide pricing at that time if necessary. Three (3) factory inspection trips for four (4) fire department customer representatives is included in the above pricing. The inspection trips will be scheduled at times mutually agreed upon between the manufacture's representative and the customer. Airfare, lodging and meals while at the factory are included. If the Department elects to forgo an inspection trip $1,850.00 per traveler (per trip) will be deducted from the final invoice. 45 n Vt,Mt5 !INE te2UJPMEN1 January 30, 2018 City of Tukwila, WA One (1) Velocity 100' PUC Platform DH464 Build Location: Appleton, Wisconsin Proposal Price $ 1,394,474.00 tc ate ;<Ie, -1.,._ ,qt;... mate mob?' ve_hioi Total Bid Price Including Sales Tax Less chassis progress payment discount The chassis progress payment in the amount of $497,:36 CO will be due three (3) months prior to the ready for pick up from the factory date Less aerial device progress payment discount The aerial payment in the amount of $339.166 00 will be due two (2) months prior to the ready for delivery from the factory date. Cj 139,447.40 4,183.42 $ 1,538,104.82 (14,920.00) (6,783.00) Less payment upon completion @ factory discount (16,493.00) * Deduct for 100% pre -payment with contract (32,225.00) If this option is elected, the discount is in addition to the chassis progress payment discount and the payment upon completion at the factory discount. Subtotal including all pre -pay discounts 1,324,053.00 ScMe 132,405.30 3,972.16 Total Bid Price Including Pre -Pay Discounts & Sales Tax $ 1,460,430.46 Terms: Based on the current delivery schedule the unit would be ready for delivery from factory within 10 to 13 months after contract execution. Delivery is subject to change pending Pierce's delivery schedule at order placement. The HFE Tool Mounting Quote is included in the Proposal Price. The above quote is subject to change. A performance bond will be provided. An invoice will be provided 30 days prior to the chassis and aerial payment due dates if they are elected. The Purchasing Documents will be between Hughes Fire Equipment and the Customer. An invoice will be provided upon order processing for the 100% prepayment if elected. An annual price increase will go into effect for all orders processed after March 2, 2018. If order is not submitted prior to that date, a 3% price increase will be required. If payment discount options are not elected standard payment terms will apply: Final payment will be due 30 days after the unit leaves the factory for delivery. If payment is not made at that time a late fee will be applicable. The proposal price is based on the unit being purchased through HGAC. This pricing is only valid for an HGAC purchase on contract FS12-17. Transportation of the unit to be driven from the factory is included in the pricing. However, if we are unable to obtain necessary permits, due to the weight of the unit, and the unit must be transported on a flat bed, additional transportation charges will be the responsibility of the purchaser, We will provide pricing at that time if necessary. Three (3) factory inspection trips for four (4) fire department customer representatives is included in the above pricing. The inspection trips will be scheduled at times mutually agreed upon between the manufacture's representative and the customer. Airfare, lodging and meals while at the factory are included If the Department elects to forgo an inspection trip $1,850.00 per traveler (per trip) will be deducted from the final invoice. 46 #GACI TOE SMART, rhN[kAs'Ho soturicur INTERLOCAL CONTRACT FOR COOPERATIVE PURCHASING 13-027 Council Approval 1/22113 ILC No.: Permanent Number assigned by I3GAC THIS INTERLOCAL CONTRACT ("Contract"), made and entered into pursuant to the Texas Interlocal Cooperation Act,Chapter 791, Texas Government Code (the "Act"), by and between the Houston -Galveston Area Council, hereinafter referred to as "H -GAC," having its principal place of business at 3555 Timmons Lane, Suite 120, Houston, Texas 77027, and * City of Tukwila a local government, a state agency, or a non-profit corporation created and operated to provide one or more governmental functions and services, hereinafter referred to as "End User," having its principal place of business at *6200 Southcenter Blvd. Tukwila, WA 98188 WITNESSETH WHEREAS, H -GAC is a regional planning commission and political subdivision of the State of Texas operating under Chapter 391, Texas Local Government Code; and WHEREAS, pursuant to the Act, H -GAC is authorized to contract with eligible entities to perform governmental functions and services, including the purchase of goods and services; and WHEREAS, in reliance on such authority, H -GAC has instituted a cooperative purchasing program under which it contracts with eligible entities under the Act; and WHEREAS, End User has represented that it is an eligible entity under the Act, that its governing body has authorized this Contract on * Jan 22, 2013 (Date), and that it desires to contract with H -GAC on the terms set forth below; NOW, THEREFORE, H -GAC and the End User do hereby agree as follows: ARTICLE 1: LEGAL AUTHORITY The End User represents and warrants to H -GAC that (1) it is eligible to contract with H -GAC under the Act because it is one of the following: a local government, as defined in the Act (a county, a municipality, a special district, or other political subdivision of the State of Texas or any other state), or a combination of two or moreof those entities, a state agency (an agency of the State of Texas as defined in Section 771.002 of the Texas Government Code, or a similar agency of another state), or a non-profit corporation created and operated to provide one or more governmental functions and services, and (2) it possesses adequate legal authority to enter into this Contract. ARTICLE 2: APPLICABLE LAWS H -GAC and the End User agree to conduct all activities under this Contract in accordance with all applicable rules, regulations,and ordinances and laws in effect or promulgated during the term of this Contract. ARTICLE 3: WHOLE AGREEMENT This Contract and any attachments, as provided herein, constitute the complete contract between the parties hereto, and supersede any and all oral and written agreements between the parties relating to matters herein. ARTICLE 4: PERFORMANCE PERIOD The period of this Contract shall be for the balance of the fiscal year of the End User, which began * Jan 01, 2013 and ends* Dec 31, 2013 . This Contract shall thereafter automatically be renewed annually for each succeeding fiscal year, provided that such renewal shall not have the effect of extending the period in which the End User may make any payment due an H - GAC contractor beyond the fiscal year in which such obligation was incurred under this Contract. ARTICLE 5: SCOPE OF SERVICES The End User appoints H -GAC its true and lawful purchasing agent for the purchase of certain products and services through the H - GAC Cooperative Purchasing Program. End User will access the Program through HGACBuy.com and by submission of any duly executed purchase order, in the form prescribed by H -GAC to a contractor having a valid contract with H -GAC. All purchases hereunder shall be in accordance with specifications and contract terms and pricing established by H -GAC. Ownership (title) to products purchased through H -GAC shall transfer directly from the contractor to the End User. (over) 6;2`"9j GL l 6 //"VV -c. S 47 ARTICLE 6: PAYMENTS H -GAC will confirm each order and issue notice to contractor to proceed. Upon delivery of goods or services purchased, and presentation of a properly documented invoice, the End User shall promptly, and in any case within thirty (30) days, pay H-GAC's contractor the full amount of the invoice. All payments for goods or services will be made from current revenues available to the paying party. In no event shall H GAC have any financial liability to the End User for any goods or services End User procures from an H - GAC contractor. ARTICLE 7: CHANGES AND AMENDMENTS This Contract may be amended only by a written amendment executed by both parties, except that any alterations, additions, or deletions to the terms of this Contract which are required by changes in Federal and State law or regulations are automatically incorporated into this Contract without written amendment hereto and shall become effective on the date designated by such law or regulation. H -GAC reserves the right to make changes in the scope of products and services offered through the H -GAC Cooperative Purchasing Program to be performed hereunder. ARTICLE 8: TERMINATION PROCEDURES H -GAC or the End User may cancel this Contract at any time upon thirty (30) days written notice by certified mail to the other party to this Contract. The obligations of the End User, including its obligation to pay H-GACs contractor for all costs incurred under this Contract prior to such notice shall survive such cancellation, as well as any other obligation incurred under this Contract, until performed or discharged by the End User. ARTICLE 9: SEVERABILITY All parties agree that should any provision of this Contract be determined to be invalid or unenforceable, such determination shall not affect any other term of this Contract, which shall continue in full force and effect. ARTICLE 10: FORCE MAJEURE To the extent that either party to this Contract shall be wholly or partially prevented from the performance within the term specified of any obligation or duty placed on such party by reason of or through strikes, stoppage of labor, riot, fire, flood, acts of war, insurrection, accident, order of any court, act of God, or specific cause reasonably beyond the party' s control and not attributable to its neglect or nonfeasance, in such event, the time for the performance of such obligation or duty shall be suspended until such disability to perform is removed; provided, however, force majeure shall not excuse an obligaion solely to pay funds. Determination of force majeure shall rest solely with H GAC. ARTICLE 11: VENUE Disputes between procuring party and Vendor are to be resolved in accord with the law and venue rules of the State of purchase. THIS INSTRUMENT HAS BEEN EXECUTED IN TWO ORIGINALS BY THE PARTIES HERETO AS FOLLOWS: * City of Tukwila Name of End User (local government, agency, or non-profit corporation) * 6200 Southcenter Blvd, Mailing Address Tukwila City *By: S WA 98188 State Z ' Code Attest Manager Houston -Galveston Area Council 3555 Timrnu,. .rte, S i• e 120 • 16 n, TX 77027 By: Executive Director Signature oelected or appo * Jim Ha rton, Mayor Typed Name & Title of Signatory 48 Janr2g, 2013 Date Date: t *Denotes required fields J /2/ 'Z-LS. rev. 03/11 `Request for Information To expedite service, please complete the following blanks relevant to your agency's administrative/elective personnel and return the completed form to H -GAC, Cooperative Purchasing Program, P.O.Box 22777, Houston. TX 77227-2777. Name of End User Agency : City of Tukwila County Name : King County (Municipality / County / District / etc.) 6200 Southcenter Blvd, Tukwila, WA 008188 Mailing Address : (Street Address/P.O. Box) Main Telephone Number • 20.6-433-1800 (City) FAX Number. (State) (ZIP Code) 05-241-5661 Physical Address•14000 Interurban Avenue South, Tukwila, WA 98168 (Street Address, if different from mailing address) (City) (State) (ZIP Code) Web Site Address: www.ci.tukwila.wa.us Authorized Official:Jim Haggerton Title: Mayor (City manager / Executive Director / etc.) Ph No.: Mailing Address: 6200 Southcenter Blvd Tukwila (Street Address/P.O. Box) WA 98188 (City) (State) (ZIP Code) 206-433-1800 E -Mail Address : tanya.taylor@tukwilawa.gov Jeff Morton Fleet Superintendent Official Contact: Title (Purchasing Agent/Auditor etc.) Mailing Address: 14000 Interurban Avenue South (Street Address/P.O. Box) Tukwila WA 98168 (City) (State) (ZIP Code) Ph No.: Fx No.• Email Address iaff mnrfnr tThfi Ik\A, Imu^,a rink/ 1113-:63.1.8r 206-241.-566>1 Official Contact: Bob Giberson Title. Public Works Director (Public Works Director/Police Chief etc.) Ph No.: Mailing Address: 6300 Southcenter Blvd, Ste 100 Fx No.: (Street Address/P.O. Box) Email Address • bob.giberson(@tukwilawa.00v Tukwila WA 98188 206-431-2457 20,6-241-5661 (City) (State) (ZIP Code) Pat Brodin Operations Manager Official Contact: Title. (EMS Director/Fire Chief etc.) Mailing Address: 14000 Interurban Avenue South (Street Address/P.O. Box.) WA Y8168 Tukvviia (City) (State) (ZIP Code) Ph No Fx No.: Email Address : pat.brodin@tukwilawa.gov 206-433-1861 20.6-241-56,6:1 49 50 Public Safety Committee Minutes February 6, 2018 • List of the alternatives that were priced but not included in the base price of the three stations. • Highlight the costs that are interdependent, such as those that are tied to construction. • Include a table of all rooms, uses, and square footage in the plan for Fire Station 51. • Confirmation that a generator remains in the program and base price. FORWARD TO FEBRUARY 12, 2018 COMMITTEE OF THE WHOLE WITH ADDITIONAL INFORMATION REQUESTED. B. Contract: Public Safety Plan Building Envelope Consultant Staff is seeking Council approval of a contract with JRS Engineering for envelope consulting services for Fire Stations 51, 52, 54, and the Justice Center buildings. A building "envelope" is the separation between the interior and exterior of a building, and associated services include control of air, water, vapor and thermal leakage. Envelope services are standard for construction projects and can be costly if not performed adequately. The estimated cost for envelope services for the design only phase of the Public Safety Plan projects is $80,000. UNANIMOUS APPROVAL. FORWARD TO FEBRUARY 12, 2018 COMMITTEE OF THE WHOLE. C. Fire Department Apparatus Purchases Staff is seeking Council approval to purchase two Fire Pumper/Engines and one Aerial Ladder *Truck with $3,091,784.01 in proceeds from the Public Safety Bond. A pricing discount of 3% is available through an existing Interlocal Contract for Cooperative Purchasing if the purchase is completed by March 2, 2018. The purchase price is also under the $3,597,123 amount budgeted in the Public Safety Plan. The ladder truck was planned for purchase in 2019, but staff recommends proceeding in 2018 to take advantage of the discount. Chair McLeod asked for staff to return to Committee of the Whole with an estimate of the other costs associated with outfitting the new vehicles, such as technology, decals, etc. UNANIMOUS APPROVAL. FORWARD TO FEBRUARY 12, 2018 COMMITTEE OF THE WHOLE WITH ADDITIONAL INFORMATION REQUESTED. III. MISCELLANEOUS Adjourned 6:35 p.m. Committee Chair Approval Minutes by LH 51 52 COUNCIL AGENDA SYNOPSIS Initials Meeting Date Prepared by Mayor'sre/V Council review 02/12/18 LH County Area Transportation Board (SCATBd) Agreement Uf 02/20/18 LH ❑ Ordinance Mtg Date ❑ Bid Award AItg Date ❑ Public Hearing Mtg Date ❑ Other Mtg Date Cx1'000RY .1 Discussion .1 Alts Date Alts SPONSOR ❑Council❑Mayor HR ❑DCD Finance Fire TS ❑P&"R ❑Police ►1PIF ❑Court SPONSOR'S The South County Area Transportation Board (SCATBd) has drafted a new agreement with SUMMARY an amendment in Section 2.1. Councilmember Hougardy serves as the Tukwila representative on the Board. ITEM INFORMATION ITEM No. 3.C. S'T'AFF SPONSOR: ROBIN TISCHMAK ORIGINAL AGENDA DATE: 2/12/18 AGENDA I'PENI TITLE South County Area Transportation Board (SCATBd) Agreement 2/12/18 Motion Date 2/20/18 ❑ Resolution Mtg Date ❑ Ordinance Mtg Date ❑ Bid Award AItg Date ❑ Public Hearing Mtg Date ❑ Other Mtg Date Cx1'000RY .1 Discussion .1 Alts Date Alts SPONSOR ❑Council❑Mayor HR ❑DCD Finance Fire TS ❑P&"R ❑Police ►1PIF ❑Court SPONSOR'S The South County Area Transportation Board (SCATBd) has drafted a new agreement with SUMMARY an amendment in Section 2.1. Councilmember Hougardy serves as the Tukwila representative on the Board. RIXII AVM BY ❑ C.O.W. Mtg. ❑ CDN Comm ❑ Finance Comm. ❑ Public Safety Comm. ❑ Trans &Infrastructure ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm. DATE: COMMITTEE CI -LAIR: RECOMMENDATIONS: SPONSOR/ADMIN. COMMITTEE Public Works Forward to C.O.W. per Chair McLeod due to T&I cancellation COST IMPACT / FUND SOURCE EXPI:NDI"1'URE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $100 $100 $ Fund Source: Comments: MTG. DATE RECORD OF COUNCIL ACTION 02/12/18 MTG. DATE ATTACHMENTS 02/12/18 Informational Memorandum Draft Agreement 02/20/18 54 City of Tukwila Allan Ekberg, Mayor Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Robin Tischmak, City Engineer BY: Laurel Humphrey, Council Analyst CC: Mayor Allan Ekberg DATE: February 9, 2018 SUBJECT: SCATBd Aareement ISSUE The South County Area Transportation Board (SCATBd) has approved the attached draft SCATBd Agreement for approval and execution by the participating agencies. BACKGROUND The draft SCATBd Agreement has been thoroughly vetted by the board and is now ready for individual agency approvals. ANALYSIS The previous SCATBd Agreement expired December 31, 2017. A new agreement has been prepared that includes a termination date of December 31, 2019. The Agreement will be automatically extended until December 31, 2021 unless otherwise terminated in accordance with Section 9.0. The new agreement includes the following amendment in Section 2.1: "9. Only cities within the Sound Transit district (Burien. SeaTac. Tukwila. Normandy Park. Des Moines. Federal Way. Renton. Kent. Auburn. Alaona and Pacific) are able to vote on Sound Transit projects. However, the cities in the Sound Transit district are encouraged to seek the input of cities that are adjacent to the Sound Transit district boundaries on Sound Transit projects." FISCAL IMPACT SCATBd members shall pay $100.00 per full voting representative in annual dues to remain members in good standing. RECOMMENDATION The Council is being asked to authorize Tukwila's SCATBd representative to sign the SCATBd agreement and consider this item at the February 20, 2018 Regular Meeting. Attachment: South County Area Transportation Board Agreement tUser9.,aurc..-,neskto-p'.SCA'&2 Agreement Info Memo 2-9-2018.docx 55 56 South County Area Transportation Board Agreement Parties to Agreement City of Algona City of Auburn City of Black Diamond City of Burien City of Covington City of Des Moines City of Enumclaw City of Federal Way City of Kent City of Maple Valley City of Milton City of Normandy Park City of Pacific City of Renton City of SeaTac City of Tukwila Muckleshoot Indian Tribe King County Transmitted to parties for approval and signature on THIS AGREEMENT is made and entered into by and among the CITY OF ALGONA, hereafter called "Algona"; the CITY OF AUBURN, hereafter called "Auburn"; the CITY OF BLACK DIAMOND, hereafter called "Black Diamond"; the CITY OF BURIEN, hereafter called "Burien"; the CITY OF COVINGTON, hereafter called "Covington"; the CITY OF DES MOINES, hereafter called "Des Moines"; the CITY OF ENUMCLAW, hereafter called "Enumclaw"; the CITY OF FEDERAL WAY, hereafter called "Federal Way"; the CITY OF KENT, hereafter called "Kent"; the CITY OF MAPLE VALLEY, hereafter called "Maple Valley"; the CITY OF MILTON, hereafter called "Milton"; the CITY OF NORMANDY PARK, hereafter called "Normandy Park"; the CITY OF PACIFIC, hereafter called "Pacific"; the CITY OF RENTON, hereafter called "Renton"; the CITY OF SEATAC, hereafter called "SeaTac"; the CITY OF TUKWILA, hereafter called "Tukwila"; the MUCKLESHOOT INDIAN TRIBE; and KING COUNTY, a legal subdivision of the State of Washington, hereafter called "King County" as members of the South County Area Transportation Board. WHEREAS, the parties to this agreement recognize that multi jurisdictional transportation planning and coordinated transportation plans benefit their citizens; and WHEREAS, the South County Area Transportation Board has served as the central forum for information sharing, consensus building, and coordination to develop recommendations for transportation policies, projects and programs for the south King County area; NOW THEREFORE, in consideration of the mutual covenants contained herein, the parties hereto agree as follows: 1 57 1.0 Purpose of this Agreement The purpose of this Agreement is to recognize the South County Area Transportation Board as the transportation board for the south King County area to share information, build consensus, and provide advice on plans, programs, policies and priorities for countywide, regional, state and federal transportation decisions. 2.0 Members and Voting Members shall have full voting rights, limited voting rights or shall be non-voting members, as follows: 2.1 Members with Full Voting Rights: Only jurisdictions which are signatories to this agreement shall have full voting rights on all of the following issues before the South County Area Transportation Board, unless otherwise noted, including: 1. Administrative issues, such additional members and use of dues 2. Recommendations to Sound Transit on policies and capital and service plans and implementation. 3. Recommendations to King County on Metro Transit planning, development and implementation of products and services. 4. Identification of projects for the regional competition, if prescribed by the process approved by the King County caucus of the Transportation Policy Board. 5. Recommendations to WSDOT on policies, programs and projects. 6. Recommendations to the PSRC on plans, policies, programs and projects such as Transportation 2040 updates and regional funding policies, strategies or programs. 7. Input to the State Legislature and committees and commissions established by the Legislature on transportation policy, budget and priorities and legislative proposals and studies. 8. Recommendations to the federal delegation on federal legislation including reauthorization and funding priorities and other transportation -related programs. 9. Only cities within the Sound Transit district (Burien. SeaTac. Tukwila. Normandy Park, Des Moines, Federal Way. Renton, Kent, Auburn, Algona and Pacific) are able to vote on Sound Transit projects. However, the cities in the Sound Transit district are encouraged to seek the input of cities that are adjacent to the Sound Transit district boundaries on Sound Transit projects. 2.2 Members with Limited Voting Rights: The South County Area Transportation Board may add members with limited voting rights on the issues such as those listed below by unanimous vote of the parties to this agreement in attendance at a regular meeting. 1. Recommendations to WSDOT on policies, programs and projects. 2. Recommendations to the PSRC on plans, policies, programs and projects such as Transportation 2040 updates and regional funding policies, strategies or programs. 3. Input to the State Legislature and committees and commissions established by the Legislature on transportation policy, budget and priorities and legislative proposals and studies. 4. Recommendations to the federal delegation on federal legislation including reauthorization and funding priorities and other transportation -related programs. 2.2(a) Such members and voting rights, if any, shall be listed in operating procedures to be adopted by the South County Area Transportation Board. 2.3 Non -Voting Members: The South County Area Transportation Board may add non-voting members by unanimous vote of the parties to this agreement in attendance at a regular meeting. The 2 58 South County Area Transportation Board may remove non-voting members by a unanimous vote of the parties to the agreement at a regular meeting. 2.3(a) Such members shall be included in operating procedures to be adopted by the South County Area Transportation Board. 3.0 Representation and Conduct 3.1 Full Votin • Members Number of Re . resentatives Cit of AI • ona 1 City of Auburn 1 Cit of Black Diamond 1 Cit of Burien 1 Cit of Covington 1 Cit of Des Moines 1 Cit of Enumclaw 1 Cit of Federal Wa 1 Ci of Kent 1 City of Male Valle 1 City of Milton 1 Cit of Normand Park 1 Cit of Pacific 1 Cit of Renton 1 City of SeaTac 1 Cit of Tukwila 1 Muckleshoot Indian Tribe 1 King County 3 3.2 Elected officials shall be appointed to the South County Area Transportation Board by their cities and counties for a one-year term. King County representation shall be a maximum of two Councilmembers and the King County Executive. 3.3 Each city or county participating member may appoint an alternate for a one-year term. Designated alternates may vote in place of designated voting representatives in the absence of the designated representative. 4.0 Operating Procedures 4.1 The South County Area Transportation Board shall adopt operating procedures to specify limited voting members and non-voting members, if any, dues for limited and non-voting members, if any, and operational issues such as election of officers, formation of subcommittees and rules of order. A chair and vice -chair shall be elected per the operating procedures and shall be responsible for setting meeting agenda, running meetings and any other activities identified in the operating procedures. 5.0 Lead Agency 5.1 King County will be the Lead Agency for receipt and disbursement of funds collected through annual dues, and general administrative and program support for the South County Area Transportation Board. King County assumes wage and benefit costs of its staff performing Lead Agency responsibilities to the extent that King County appropriates such funds. The Lead Agency, in its sole discretion, shall determine the level of staffing available based upon funding. 3 59 5.2 Lead Agency responsibilities may be limited to: maintaining the South County Area Transportation Board membership rosters and distribution lists; arranging for Board meetings, including scheduling, agendas and rooms; collecting, administering and disbursing Board dues; providing Board meeting support to the chair and vice chair; attending Board meetings; and preparing Board meeting summaries. 6.0 Financing and Cost Sharing Guidelines 6.1 Yearly Dues: The South County Area Transportation Board members shall pay a minimum of $100.00 per full voting representatives in annual dues to remain members in good standing. The Lead Agency will bill annually at the end of each year, and dues are to be paid within ninety days after receipt of the invoice. Members not in good standing shall lose voting rights until the required dues are paid. Additional dues above $100.00, and any dues required by limited or non-voting members, will be determined by the South County Area Transportation Board as prescribed in the operating procedures. Revenue from dues shall be used for special events, public education, or other expenses authorized by the South County Area Transportation Board. The designated Lead Agency shall not be required to pay yearly dues. 6.2 Annual Review of Financing: The South County Area Transportation Board shall determine by June 30 of each year whether additional annual dues above $100.00 per voting representatives will be required of the South County Area Transportation Board member jurisdictions for the following year. 6.3 Additional financial contributions: If additional financial contributions beyond an increase in dues are determined to be necessary, costs shall be shared among all voting members, with an option for King County to recuse itself from further financial obligations. Recused members may not vote on determining the additional financial contribution or uses for the additional funds. 6.4 Modification to Agreement Required: If additional funds are determined to be necessary, a modification to this agreement specifying cost-sharing, purpose, scope of work, administration, collection and disbursement of funds and other details is required in order to obligate a member jurisdiction to funding participation. 7.0 Withdrawal of a Party from this Agreement Each party, for its convenience and without cause or for any reason whatsoever, may withdraw from participation in this Agreement by providing written notice, sent certified mail, return receipt required, to the chair of the South County Area Transportation Board at least thirty (30) days in advance of the effective date of the withdrawal. A withdrawing party shall not be entitled to a refund of any payments to the South County Area Transportation Board and shall pay any dues required to be paid under this Agreement for costs which had been obligated prior to the effective date of the withdrawal. All obligations other than dues cease upon withdrawal. Each party's funding to perform its obligations under the Agreement, beyond the current appropriation year, is conditional upon appropriation by the party's governing body of sufficient funds. Should such an appropriation not be approved for a future year, a party may exercise its right to withdraw from the Agreement. 8.0 Duration 60 4 This Agreement shall take effect upon being duly adopted by the governing bodies of all parties and executed by the authorized representatives of all parties. This Agreement shall remain in effect until December 31, 2019, provided that unless terminated earlier in accordance with Section 9.0, this Agreement shall be automatically extended upon the same terms or conditions for another term commencing January 1, 2020 and ending no later than December 31, 2021. 9.0 Termination All parties to this Agreement must agree to terminate this Agreement in order for such termination to be effective. If all parties desire to terminate this Agreement, they shall execute a Statement of Termination. Upon termination, no party shall be required to make any additional contributions. Any remaining funds shall be refunded to the parties to this Agreement according to Section 11.0. 10.0 Real and Personal Property The acquisition of real property is not anticipated under this Agreement. Any personal property acquired pursuant to this Agreement shall be held by the Lead Agency. In the event this Agreement expires or is terminated in accordance with Section 8.0 or 9.0, any personal property other than cash shall remain with the Lead Agency. 11.0 Return of Funds At such time as this Agreement expires without being extended or revised, or is terminated in accordance with Section 9.0, any unexpended and uncommitted funds shall be distributed proportionately to those parties to this Agreement at the time of termination based on each party's percentage share of the total balance at the time of termination. 12.0 Filing This Agreement shall be filed with the King County Department of Records and Elections. 13.0 Legal Relations 13.1 The parties shall comply with all applicable state and federal laws and regulations. 13.2 This Agreement is solely for the benefit of the parties hereto and gives no right to any other party. No joint venture or partnership is formed as a result of this Agreement. No employees or agents of one party or any of its contractors or subcontractors shall be deemed, or represent themselves to be, employees of any other party. 13.3 Each party shall defend, indemnify and hold harmless the other party and all of its officials, employees, principals and agents from all claims, demands, suits, actions, and liability of any kind whatsoever which arise out of, are connected with, or are incident to any negligent acts of the first party, its contractor, and/or employees, agents, and representatives in performing the first party's obligations under this Agreement. The parties agree that their obligations under this paragraph extend to claims made against one party by the other party's own employees. For this purpose, the parties, by mutual negotiation, hereby waive any immunity that, as respects the other party only, would otherwise be available against such claims under the industrial insurance provisions of RCW Title 51. In the event 5 61 either party incurs attorney's fees, costs or other legal expenses to enforce the provisions of this section, against the other party, all such fees, costs and expenses shall be recoverable by the prevailing party. 13.4 The provisions of this Section shall survive and remain applicable to each of the parties notwithstanding any termination or expiration of this Agreement and notwithstanding a party's withdrawal from this Agreement. 14.0 Entirety and Modifications 14.1 This Agreement merges and supersedes all prior negotiations, representations and agreements between the parties relating to the subject matter hereof and constitutes the entire agreement between the parties. 14.2 This Agreement may be modified or extended only by written instrument signed by all the parties hereto. 15.0 Counterparts The signature pages of this Agreement may be executed in any number of counterparts, each of which shall be an original. For purposes of this Agreement, a duly authorized electronic signature constitutes an original signature. IN WITNESS WHEREOF, the Parties have caused this Agreement to be signed and delivered by its duly authorized officer or representative as of the date set forth below its signature. City of Algona By: Date: City of Auburn City of Black Diamond By: By: Date: Date: City of Burien By: Date: City of Covington City of Des Moines By: By: Date: Date: City of Federal Way City of Kent City of Maple Valley By: By: By: Date: Date: Date: City of Normandy Park City of Pacific City of Renton By: Date: By: By: Date: Date: City of SeaTac By: Date: City of Tukwila Muckleshoot Indian Tribe By: By: Date: Date: King County City of Enumclaw City of Milton By: By: By: Date: Date: Date: 7 63 64 COUNCIL AGENDA SYNOPSIS Initiate Meeting Date Prepared by Mayor''s,r ten Council review 02/12/18 PMc k 141 02/20/18 PMc ❑ Ordinance Mtg Date ❑ Bid Award Mtg Date ❑ Public Hearing Mtg Date ❑ Other Mtg Date CATI:GORY /1 Discussion /1 Mtg Date Mtg SPONSOR ❑Council ❑Mayor HR Fire TS P&R Police ❑PW ❑Court ITEM INFORMATION ITEM No. 3D. STAFF SPONSOR: PEGGY MCCARTHY ORIGIN,V,AGE,ND,A DAM: 02/12/18 AGENDA ITEM TITLE Amend the Berk Consulting Contract for Fire and Park Impact Fee update services. 2/12/18 Motion Date 2/20/18 ❑ Resolution Mtg Date ❑ Ordinance Mtg Date ❑ Bid Award Mtg Date ❑ Public Hearing Mtg Date ❑ Other Mtg Date CATI:GORY /1 Discussion /1 Mtg Date Mtg SPONSOR ❑Council ❑Mayor HR Fire TS P&R Police ❑PW ❑Court DCD 11 Finance SPONSoR'S The Council is being asked to consider and approve an amendment adding $20,000 to the SUMMARY Berk Consulting contract for Fire and Park Impact Fee update services. Although only a portion of this authority is expected to be used, the additional budget provides assurance that resources will be available for Berk's completion of the study document and a presentation to Council on the fee study and methodology. REVIEWED BY ❑ C.O.W. Mtg. ❑ CDN Comm ❑ Trans &Infrastructure ❑ Arts Comm. DATE: 02/06/18 ►1 Finance Comm. ❑ Public Safety Comm. Comm. ❑ Planning Comm. CHAIR: QUINN ❑ Parks COMMITTEE RECOMMENDATIONS: SPONsoR/A[MIN. COMMr1TEE, Finance Department Majority Approval; Forward to Committee of the Whole COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $20000 $38000 $58000 Fund Source: Comments: MTG. DATE RECORD OF COUNCIL ACTION 02/12/18 MTG. DATE ATTACHMENTS 02/12/18 Informational Memorandum dated 01/31/18 Draft contract amendment Original contract Minutes from the Finance Committee meeting of 2/6/18 02/20/18 __c 66 City of Tukwila INFORMATIONAL MEMORANDUM TO: Finance Committee FROM: Peggy McCarthy, Finance Director CC: Mayor Ekberg DATE: January 31, 2018 SUBJECT: Fire & Parks Impact Fees — Contract Amendment Allan Ekberg, Mayor ISSUE Approve an amendment to the Berk Consulting Contract for the Fire and Parks impact fee study and update. BACKGROUND The services of Berk Consulting were retained to assist with the Park and Fire impact fee study and update. The contract was signed August 16, 2018 for not to exceed amount of $38,000. The contract limit has almost been reached and there are a few remaining tasks to undertake to complete the project. Because of this, a contract amendment is being requested. DISCUSSION Certain factors contributed to a more accelerated use of the budget than originally planned. Work on the level of service (LOS) standards - which serve as a benchmark for measuring the City's response to growth and are integral to the impact fee development - turned out to be more intensive than expected. The existing LOS standards were clarified and considered in relation to other options to ensure the service levels meet the needs of the residents and other stakeholders. Both a Parks facilities inventory and a Fire facilities inventory was created and valued as part of the study. Also, Berk took the lead on submittal documents for state review and SEPA requirements coordinating with Community Development — this work was not specifically called out in the contract scope. The few tasks left to complete include Berk's assistance in presenting the impact fee study and results to the Finance Committee and Council. FINANCIAL IMPACT The amendment adds $20,000 to the original contract (bringing it over $40,000) and extends the term through April 2018 from the original term of March 2018. It is expected that only a portion of this additional budget authority will be used, and that Berk's work will be completed within the original term. RECOMMENDATION The Finance Committee is being asked to approve the contract amendment and forward it to the February 20, 2018 Consent agenda. ATTACHMENT • Draft contract amendment • Original contract 67 68 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 17-147 Council Approval: PROFESSIONAL SERVICES AGREEMENT Amendment # 1 Between the City of Tukwila and Berk Consulting Inc. That portion of Contract No. 17-147 between the City of Tukwila and Berk Consulting Inc. is amended as follows: Section 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending April 30, 2018, unless sooner terminated under the provisions hereinafter specified. Section 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit B attached hereto, provided that the total amount of payment to the Consultant shall not exceed $58,000 without express written modification of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. DATED this day of , 2018_ CITY OF TUKWILA CONSULTANT Allan Ekberg, Mayor By: Printed Name: Title: Attest/Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney 69 70 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 17-147 Council Approval N/A PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and Berk Consulting Inc., hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform services in connection with the project titled Park and Fire Impact Fee Update. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit A attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending March 31, 2018, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than December 31, 2017 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit B attached hereto, provided that the total amount of payment to the Consultant shall not exceed $38,000 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the. completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible -F 0(4 n Page 1 of 7 71 copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to 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 Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 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. 8. Insurance. The Consultant 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 Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant 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 Amounts and Scope of Insurance. Consultant 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 $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington._ Page 2 of 7 72 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant'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 Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its 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 Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. 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, Page 3 of 7 73 in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability 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. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: BERK Consulting 2025 151 Ave Suite 800 Seattle, WA 98121 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. Page 4 of 7 74 DATED this _ I O' day of _August , 2017 CITY OF TUKWILA CONSULTANT R -6 j ni3 er4 C'L (? o or PrO -rt./Ng Port, By: Printed Name: _Brian Murphy Title: Principal Attest/Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney Page 5 of 7 75 76 EXHIBIT A — SCOPE OF SERVICES Work will entail all aspects of fire and park impact fee development and update, including: Task 1: Review existing fire and park impact fee program. Deliverables: • Kickoff Meeting with City Staff • Memorandum presenting program review findings Task 2: Assist the City project future growth and estimate future costs for proposed fire and park projects intended to provide additional capacity for new growth. Deliverable: • Future growth projections and project list with costs and share related to growth Task 3: Recommend changes in policy, fee calculation methodology and rate structure as necessary. • Workshop with Staff to discuss methodology options • Draft recommendations • Present Draft Recommendations to Council • Memorandum documenting rate program update recommendations and schedule Task 4: Document the study and recommendations. Deliverables: • Memorandum documenting rate program update and recommendations • Meet with key City staff • Present project information and status updates to the Tukwila City Council Page 6 of 7 77 EXHIBIT B — FEE SCHEDULE BERK Consulting 2017 Hourly Rate Annie Sieger, Jason Emily Lisa Grueter, Senior Hennessy, Percival, Principal Associate Associate Associate $200 $150 $125 $125 Total Hours and Estimated Cost by Task Task 1: Project Kick-off and Review of Existing Program Subtotal 4 12 22 8 Task 2: Assist Staff Estimate Growth and Costs $6,350 Subtotal 2 4 8 10 24 $3,250 Task 3: Recommend Changed Task 4: Document Study and Present Results Subtotal 4 8 18 16 46 ', $6,250 Total Estimated Hours Cost (Haurs5Rate) 14 36 66 50 166 $2,800 $5,400 $8,250 $6,250 $22,700 Subtotal Consultant Cost Project Expenses Estimated Project Total $22,700 $2,020 $24,720 Page 7 of 7 78 City of Tukwila City Council Finance Committee FINANCE COMMITTEE Meeting Minutes February 6, 2018 - 5:30 p.m. - Hazelnut Conference Room, City Hall Councilmembers: De'Sean Quinn, Chair; Dennis Robertson, Kate Kruller Staff: Rachel Bianchi, Peggy McCarthy, Henry Hash, Vicky Carlsen, Bruce Linton, Sherry Wright, Jay Wittwer, Laurel Humphrey CALL TO ORDER: Committee Chair Quinn called the meeting to order at 5:30 p.m. I. PRESENTATIONS II. BUSINESS AGENDA A. Contract Amendment: Fire and Park Impact Fees Staff is seeking Council approval of an amendment to Contract 17-147 with Berk Consulting, Inc. to add $20,000 and extend the term through April 2018 to allow completion of the Fire and Park impact fee study and update. The contract limit has almost been reached, and it is possible that none, or only a small portion, of the additional $20,000 will be needed for the additional services, which include presenting the study results to Council. Determining the level of service standards for Parks and Fire was more challenging than originally expected and required full Park and Fire facilities inventories. If approved, staff will report back to Committee how much of the additional budget authority was used. Chair Quinn stated that a thorough analysis of appropriate fire and park impact fees is very important, and the additional work will help the Council make a sound decision. Councilmember Robertson also spoke in favor of the amendment to complete the project. Councilmember Kruller is opposed to the amendment as she would like staff and the vendor to stay within the original scope and budget. She also requested a more detailed budget for the additional $20,000. DIVIDED RECOMMENDATION (QUINN, ROBERTSON IN FAVOR, KRULLER OPPOSED). FORWARD TO FEBRUARY 12, 2018 COMMITTEE OF THE WHOLE. B. Public Safety Plan Financing Staff presented a proposed strategy and timeline for the Committee to identify options and recommendations on how to fund the budget gap in the Public Safety Plan. There is a significant gap in construction costs and the original project budget due to market conditions in the region, and as schematic design progresses on the projects the City Council is receiving more reliable information on which to base its decisions. It will be important for the Finance Committee to thoroughly vet options and prepare to make recommendations to the Council around the time that schematic design is complete for the Justice Center, expected by April. Staff is seeking a common understanding of assumptions as well as Committee direction on various funding tools. Tools that the Committee is interested in will be built into a financial model that can then be use dto evaluate implications of those tools. 79 80 COUNCIL AGENDA SYNOPSIS Initials MeetingDate Prepared by Mayor's nevi Council review 02/12/18 RB for an envelope consultant for the Public Safety Plan Projects 2/12/18 02/20/18 RB ❑ Ordinance Mtg Date ❑ Bid Award Ally Date ❑ Public Hearing Mtg Date ❑ Other AltsDate CA'1'I;GORY /1 Discussion /1 Ally Date Mtg SPONSOR ❑Council HR DCD Finance Fire TS ❑Pe -R ❑Police ❑Pr ❑Court ITEM INFORMATION ITEM No. 3.E. STAFF SPONSOR: RACHEL BIANCHI ORIGINAL, AGENDA DATE: 02/12/18 AGENDA ITEm TITLE, Contract for an envelope consultant for the Public Safety Plan Projects 2/12/18 Motion Dale 2/20/18 ❑ Resolution Ally Date ❑ Ordinance Mtg Date ❑ Bid Award Ally Date ❑ Public Hearing Mtg Date ❑ Other AltsDate CA'1'I;GORY /1 Discussion /1 Ally Date Mtg SPONSOR ❑Council HR DCD Finance Fire TS ❑Pe -R ❑Police ❑Pr ❑Court ►1Mayor SPONSOR'S Staff is seeking Council approval for a contract for building envelope services associated SUMMARY with the Public Safety Plan. REVII?WED BY ❑ C.O.W. Mtg. ❑ CDN Comm ❑ Finance Comm. ❑ Trans &Infrastructure ❑ Arts Comm. ❑ Parks Comm. DATE: 2/5/18 COMMITTEE CHAIR: HOUGARDY 11 Public Safety Comm. ❑ Planning Comm. RECOMMENDATIONS: SPONSOR/ADMIN. COMMrrrEI. Mayor's Office Unanimous Approval; Forward to 2/12/18 Committee of the Whole COST IMPACT / FUND SOURCE EXPINDrl'URI? REQUIRI.D AMOUNT BUDGETED APPROPRIATION REQUIRED $80,000 $ $000 Fund Source: PUBLIC SAFETY BONDS Comments: MTG. DATE RECORD OF COUNCIL ACTION 2/12/18 MTG. DATE ATTACHMENTS 2/12/18 Informational Memorandum dated January 30, 2018 (updated after PS Com.) Contract with scope of services Minutes from the Public Safety Committee meeting of 2/5/18 2/20/18 82 City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Public Safety Committee FROM: Rachel Bianchi, Communications and Government Relations Manager BY: Justine Kim, Shiels Obletz Johnsen CC: Mayor Ekberg DATE: February 5, 2018 SUBJECT: Public Safety Plan, Envelope Consulting Services (Updated after PS Corn) ISSUE Execute contracts to provide envelope consulting services for FS51, 52, 54 and Justice Center to implement the Public Safety Plan. BACKGROUND The City is moving forward with design activities and has identified the need for an envelope consultant to assist with the design and construction of FS51, 52, 54 and Justice Center to be built under the Public Safety Plan. The purpose of an envelope consultant is to assist the architect and GCCM durina design. from conceptual design through detail development, to inform the development of the building envelope design and specifications. Focus shall be on control of water penetration, air leakage, water vapor diffusion, and thermal continuity. Consultant will engage these proiects at the Design Development stage. reviewing and commenting on Design Development architectural drawings and specifications as well as attend design meetinas. review architectural assemblies and technical specifications for conformance. During Construction Documents phase the consultant will attend design meetings, review and comment on architectural drawings and specifications and assist the contractor and architect with bid questions specific to enclosure. The City engaged in a public procurement process that included advertising a request for proposals from interested firms in the Daily Journal of Commerce and Seattle times, reviewing and scoring proposals received and selecting a firm. JRS Engineering is being recommended as the selected firm. The City has confirmed that JRS Engineering is well qualified to conduct the work requested with experience providing envelope consulting services for new construction and public projects. We request authorization to contract for the design and bidding services of their proposal for FS51, 52, 54 and Justice Center. DISCUSSION JRS Engineering will execute the City's standard agreement for contract services, to provide the services described above. 83 INFORMATIONAL MEMO Page 2 FISCAL IMPACT: The cost estimate for envelop consulting services for the design phase only scope of work is $80,000 to be billed to the Public Safety Bond. RECOMMENDATION: Council is being asked to approve the envelope consulting design services contract for scopes of work and associated fees as described above and consider this item on at the February 12, 2018 Committee of the Whole meeting and subsequent February 20, 2018 Regular Meeting. ATTACHMENTS: Draft Contract for Envelope Services with Scope of Work 84 W:12018 Info MemoslEnvelope Consulting Services 2 5 18.docx City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: CONSULTANT AGREEMENT FOR BUILDING ENVELOPE CONSULTING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and JRS Engineering, hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Protect Designation. The Consultant is retained by the City to perform building envelope consulting services in connection with the project titled Public Safety Plan, Fire Stations 51, 52, 54 and Justice Center. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending July 2019, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than July 2019 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $80,000 including reimbursable expenses without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 85 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to 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 Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 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. 8. Insurance. The Consultant 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 Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant 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 Amounts and Scope of Insurance. Consultant 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 $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised 1-2013 86 Page 2 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant'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 Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its 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 Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination_Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. CA revised 1-2013 Page 3 87 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law: Venue: Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability 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. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: Jeff Speed JRS Engineering 12721 30th Avenue NE, Suite 200 Seattle, WA 98125 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. CA revised 1-2013 88 Page 4 DATED this day of , 20 CITY OF TUKWILA CONSULTANT By: Allan Ekberg, Mayor Attest/Authenticated: Printed Name: Title: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney CA revised : 1-2013 Page 5 89 90 RIC BUILDING EXCELLENCE EXHIBIT A PAGE7OF 10 6.0 AVAILABILITY AND CAPACITY The JRS staff proposed for this project have the capacity to complete design reviews and construction administration that follows as described in the schedule outlined in the RFP. All technical staff reside in the greater Seattle area. JRS Seattle may draw on support from the Vancouver or Calgary offices to address any specific technical issues or for administrative assistance. 7.0 PRICING Pricing for services for each of the 4 projects included in the RFP are below. A general description of the tasks undertaken within each phase are as follows: Design Development: In this phase, JRS will develop the accepted conceptual design in sufficient detail to allow the project team to start producing more detailed documents. We will complete the following • Perform a technical review of Schematic Design drawings. Provide comments and mark-ups to the Architect, identifying key areas requiring attention and highlighting issues and areas of discussion for the project team. Update conceptual recommendations for enclosure assemblies and materials • Attend design meetings, including one at the start of our work and one following a technical review. • Review the overall durability of building envelope elements considering required maintenance, renewals, and service life. • Help determine the efficient layering of building envelope elements to help simplify future repairs and replacements. • Review project materials' compatibility and resistance to various mechanisms of deterioration given their nature, function, and exposure. • Review HVAC recommendations and energy modeling, identify relevant building envelope coordination items, and recommend solutions. • Produce an Enclosure Basis of Design report for use and consideration by the Owner and Architect. Construction Documents: JRS will meet and coordinate with the project team, and attend design and construction team meetings as needed. We will review the Architect's construction documents for consistency with building envelope performance criteria established during earlier phases. • Perform technical reviews of Design Development drawings, including comments and mark-ups. Confirming Design Development phase recommendations and developing alternatives, if necessary due to budget and constructability constraints. • Revise the Enclosure Basis of Design report as needed. • Review Construction Documents for building science good practice for consistency with the enclosure basis for design. Produce marked up drawings and specifications with accompanying report for consideration by owner and architect. Bidding Assistance: JRS will perform the following services as -needed: • Respond to bidder questions and substitution requests. • Assist in leveling of bids. • Review and respond to value engineering suggestions made by the General Contractor (GC) and subcontractors. Submittal and RFI Review: JRS will review building enclosure shop drawings and submittals for conformance with established design concepts. We will assess design concepts for water resistance, air tightness and thermal performance — both within each system and at integration points between different building systems. RFIs will be reviewed and answered to resolve issues consistent with the enclosure design intent. WWW.JRSENGINEERING.COM 91 ni i BUILDING EXCELLENCE PAGE 8OF10 Pre -Installation Meeting: JRS will attend pre -construction meetings for critical envelope components on site with the Owner, Architect, GC, Installer, and Manufacturer's Representative to review site conditions, site-specific detail concerns, and installation procedures. We will provide comments to the GC for inclusion in meeting minutes. Mock-up Observation: We typically recommend mock-ups for critical and common components on projects. This commonly includes windows and other wall penetrations • Attend building envelope related mock-ups to review installation of building envelope systems, and evaluate their conformance with construction documents and industry good practice. • Provide recommendations to help resolve unforeseen conditions that may arise at mock-ups. • Document mock-ups in Field Review Reports. Field Reviews: JRS will attend the site to review ongoing installation of envelope components • At agreed-upon intervals, perform site visits to review in -progress installation of building envelope components and assemblies. • The intent of field reviews is to periodically compare observable in -progress building envelope component installation with architectural drawings, pertinent specifications, shop drawings, and mock-ups. • Document field reviews in written reports. Review items requiring action with site staff prior to leaving site. • Track Action Items arising from field reviews using our customized searchable database. Provide Action Item lists to the GC and construction team periodically during the course of construction, to address open items. • Reports are issued 24 hours after completion of review Window Testing: Although not required by code, water penetration resistance testing on installed window systems is considered good practice. JRS will review selected window/wall areas and perform testing in accordance with ASTM E-1105-00, using a calibrated rain rack and depressurizing the interior space to an appropriate level, as outlined in the specifications or applicable codes and standards. Temporary enclosure and a laborer, if required, are to be provided by others. A report for each test will be prepared outlining test protocol, describing observations, and where appropriate, presenting suggestions for possible modifications or improvements. Air Barrier Testing: JRS will conduct a field test of the entire building, or a portion thereof, in compliance with the 2015 Washington State Energy Code Section C402.4 — Air Leakage (Mandatory). JRS will provide the personnel and equipment required to perform this testing, and will prepare and deliver a written report of test results and findings. Building setup and preparation assistance from the Contractor will be necessary. Prior to testing, JRS will meet with the Contractor on site to coordinate and develop a detailed list of setup and preparation tasks. WWW. JR SEN GINEERING.COM 92 EXHIBIT B BUILDING EXCELLENCE PAGE 9OF10 Fire Station 51 Phase/Title Quantity/ Description Anticipated Hours Anticipated Hourly Rate Costs Reimbursables Design Development 2 meetings 1 review 24 $3,240 $50 Construction Documents 2 meetings 2 reviews 51 $6,750 $100 Bidding Assistance Assist in answering Bidder questions 6 $810 $0 $0 Submittal and RFI reviews Review of submittals, RFIs, ASIS and related documents 30 $4,050 $0 Pre -installation meetings 2 meetings on site 14 $1,890 $100 Mock-up observations 1 mock-up 8 $1,080 $50 Field review 15 visits (assumes 3/month) 115 $15,525 $400 Window Testing First test per day Additional test (completed same day) - $2,000 $800 $0 Air barrier testing 1 test - $3,800 $0 SUBTOTAL $0 248 $39,945* $700 *Assumes 2 window tests completed in the same day. Fire Station 52 Phase/Title Quantity/ Description Anticipated Hours Anticipated Hourly Rate Costs Reimbursables Design Development 2 meetings 1 review 30 $4,050 $50 Construction Documents 2 meetings 2 reviews 65 $8,775 $100 Bidding Assistance Assist in answering Bidder questions 6 $810 $0 Submittal and RFI reviews Review of submittals, RFIs, ASIs and related documents 35 $4,725 $0 Pre -installation meetings 2 meetings on site 14 $1,890 $100 Mock-up observations 1 mock-up 8 $1,080 $50 Field review 21 visits (assumes 3/month) 134 $18,000 $475 Window Testing First test per day Additional test (completed same day) - $2,000 $800 $0 Air barrier testing 1 test - $4,300 $0 SUBTOTAL 292 $46,430* $775 *Assumes 2 window tests completed in the same day. WWW. JR SEN GINEER ING.COM 93 Rai BUILDING EXCELLENCE PAGE 10 OF 10 Fire Station 54 Phase/Title Quantity/ Description Anticipated Hours Anticipated Hourly Rate Costs Reimbursables Design Development 2 meetings 1 review 24 $3,240 $50 Construction Documents 3 meetings 2 reviews 60 Construction Documents 2 meetings 2 reviews 51 $6,750 $100 Bidding Assistance Assist in answering Bidder questions 6 Bidding Assistance Assist in answering Bidder questions 6 $810 $0 Submittal and RFI reviews Review of submittals, RFIs, ASIs and related documents 50 Submittal and RFI reviews Review of submittals, RFIs, ASIS and related documents 30 $4,050 $0 Pre -installation meetings 2 meetings on site 14 $1,890 $100 Mock-up observations 1 mock-up 8 $1,080 $50 Field review 18 visits (assumes 3/month) 115 $15,525 $400 Window Testing First test per day Additional test (completed same day) - $2,000 $800 $0 Air barrier testing 1 test - $3,800 $0 SUBTOTAL $750 248 $39,945* $700 *Assumes 2 window tests completed in the same day. Justice Center _ Phase/Title Quantity/ Description Anticipated Hours Anticipated Hourly Rate Costs Reimbursables Design Development 2 meetings 1 review 35 $4,725 $50 Construction Documents 3 meetings 2 reviews 60 $8,100 $150 Bidding Assistance Assist in answering Bidder questions 6 $810 $0 Submittal and RFI reviews Review of submittals, RFIs, ASIs and related documents 50 $6,750 $0 Pre -installation meetings 3 meetings on site 21 $2,835 $100 Mock-up observations 2 mock-ups 16 $2,160 $50 Field review 18 visits (assumes 3/month) 115 $15,525 $400 Window Testing First test per day Additional test (completed same day) - $2,000 $800 $0 Air barrier testing 1 test - $7,100 $0 SUBTOTAL 303 $50,805* $750 *Assumes 2 window tests completed in the same day. - Composite Hourly Rate is $135/hour - Contracts will be awarded on a time -and -material basis by hourly rates. TOTAL (Including exterior walls and roof systems) 1,091 $177,125 $2,925 WWW.JRSENGINEERING.COM 94 $49,530 rmi PROPOSAL JRS ENGINEERING EN-Y'ELOPt CITY OF TUKWILA BUILDING ENVELOPE CONSULTING SERVICES FOR PUBLIC SAFETY PLAN PROJECTS PREPARED FOR: City of Tukwila c/o Carrie Holmes Axis Planning and Development Email: cholmes@axispnd.com DATE PREPARED: December 22, 2017 PREPARED BY: Jeff Speert, AIA, LEED®AP Principal ' - 142, Mad..sit':;511 wit irr ' BUILDING EXCELLENCE 1C.O'LVER 30 -- YCurcArio BAr-Jb-,, 1,15, id: u4 320.19? CALGAP. 1 1,.+25 Coicol,/, AB, "1.2'E (403) 4523377 15E.A1TLE L72i 30 A. NE, lle VIA, 5,8125 i.N(200) 728,2358 95 Request for Proposal Building Envelope Consulting Services for City of Tukwila Public Safety Plan REQUEST FOR PROPOSAL PROPOSAL CERTIFICATION FORM TO: Carrie Holmes, Owner's Representative The undersigned provider hereby certifies as follows: 1. That he/she has read the City of Tukwila RFP and the following Addenda and to the best of his/her knowledge has complied with the mandatory requirements stated herein: Addenda Number Issue Date 01 December 18, 2017 2. That he/she has had the opportunity to ask questions regarding the Request for Proposal, and that if such questions have been asked; they have been answered. 3. That the proposer's response is valid for 90 days. Dated at 10am , this 22nd of December (Signature) / Jeff Speert (Print Name) JRS Engineering (Company Name) 12721 30th Ave NE, Suite 200 (Address) Seattle (City) Washington (State) 98125 (Zip) Page 2 of 7 96 Principal (Title) jspeert@jrsengineering.com (Email Address) 206.728.2358 (Telephone Number) (Fax Number) 2017. Uf I BUILDING EXCELLENCE TABLE OF CONTENTS PROPOSAL CERTIFICATION FORM PROPOSAL 1 .0 EXECUTIVE SUMMARY 2.0 COMPANY PROFILE 3.0 PROJECT APPROACH AND METHODS 4.0 TEAM AND TEAM ORGANIZATION 5.0 AVAILABILITY AND CAPACITY 6.0 PRICING WWW.JRSENGINEERING.COM 97 riV BUILDING EXCELLENCE PAGE 1 OF 1 0 1.0 EXECUTIVE SUMMARY Based on the RFP documents and Addendum 1, JRS Engineering (JRS) understands that the City of Tukwila will be constructing new buildings with public safety functions. A new approximately 45,500 -square -foot justice center is planned, which will have two stories and include a police station, municipal court, and emergency operations center. Three new fire stations are also planned: ♦ Fire Station 51 — 9,426 square -foot, single -story structure ♦ Fire Station 52 — 15,068 square -foot, two-story structure ♦ Fire Station 54 — 9,287 square -foot, single -story structure JRS has provided building science consulting in the Northwest since 1998, and in Seattle since 2003 with an office in North Seattle. We have specialized in the building envelope and roofing since inception and have a staff of 54 in three offices. This allows us to provide a wide range of expertise and resources to meet our clients' needs. We strive to understand our clients' goals and modify our approach to meet those goals. Most of our consulting work in the Pacific Northwest is on new buildings and includes a variety of public and private uses. This includes museums, hospitals, offices, and fire stations. JRS thanks you for your consideration. Our architects and engineers are excited at the prospect of collaborating with the City of Tukwila in providing consulting services for these public safety structures. We understand that the scope of services for these projects includes design and construction phase support for building envelope components, for controlling water penetration, air leakage, water vapor diffusion, and thermal conductivity. We have assembled a well qualified team that will collaborate with the Architect and City Representatives to provide the services described in the RFP. Adam Neugebauer is our proposed Project Manager and main client contact. Jeff Speert, our Principal in Charge, will provide technical and management support. Jose Estrada will provide senior technical support. We have provided pricing based on an average (composite hourly rate) and an estimate of hours for each building. We would be happy to review our scope and pricing based on the City's requirements and expectations. 2.0 COMPANY PROFILE 2.1 BACKGROUND JRS Engineering Ltd was established in Vancouver, Canada in 1 998 to provide building envelope consulting services. Since then, we've become one of the Pacific Northwest's leading building envelope consulting firms. Due to demand for our technical expertise in Washington State, JRS Engineering Corporation was established in 2005 with an office in North Seattle. In 2015, local architect Jeff Speert, who had been with JRS Engineering Corporation since 2008 became a partner and the company was changed to an LLC. The Canadian and US offices work closely and share staff, clients, and technical and administrative resources. In 201 1 JRS opened an office in Calgary, Alberta to service a growing demand for building envelope consulting. JRS currently has 54 full-time staff (15 in Seattle, 5 in Calgary, and 34 in Vancouver), including 23 engineers, 6 architects, 9 technicians, 4 drafting technicians, 4 accountants, 2 office managers (Seattle and Vancouver), and 4 administrative and marketing (Seattle and Vancouver). Our technical staff specialize in the building envelope. 2.2 OUR CULTURE We strive to understand each client's project goals and modify our approach to suit those goals. With our diverse staff of engineers, architects, building scientists, technical specialists, contractors, energy modelers, and sustainability consultants, we are able to solve complex issues. JRS's approach is to provide a range of options based on performance, cost, and constructability. We educate clients and decision makers on each option, and help them determine the most appropriate choice for their projects. WWW. JR SEN GI NE ER IN G. COM 98 BUILDING EXCELLENCE PAGE 2OF10 2.3 OUR CORE COMPETENCIES JRS's core technical competencies include design review of architect's documents for building science performance, production of enclosure details and construction support through review of work, submittals, attendance at mock-ups and testing of installed systems. We have expertise in: • Curtain Wall • Air Barriers • Glazing Systems • Waterproofing • Energy efficiency • Sloped and Flat Roofs Continuous Insulation • Below -Grade Waterproofing The majority of JRS's work in the Puget Sound is on new construction projects which gives us a strong understanding of current practices and cost-effective ways to achieve durable enclosures. 2.4 OUR CONSULTING SERVICES We consult on a wide variety of projects. From investigation and repair of existing buildings to full architectural design, IRS has the diverse skill set to meet your project needs. Our building envelope consulting services typically include: • Building Envelope Design • Window Testing • Architectural Design Review • Investigation and Assessment • Construction Administration • Thermal/Hygrothermal Modeling • Remediation and Renovation • Energy Analysis • Air Tightness Testing • Forensics • Window Wall Engineering • Building Enclosure Commissioning • Litigation Support • Facade (wall and roof cladding • Energy Consulting Attachment) Engineering 2.5 OFFICE LOCATIONS AND CONTACT INFORMATION JRS Enaineerina LLC Email: 12721 30th Ave. NE, 2nd Floor Adam Neugebauer Seattle, WA 98125 Project Manager Tel: (206) 728-2358 aneugebauer©jrsengineering.com Jeff Speert Principal in Charge jspeert©jrsengineering.com JRS Enaineerina Ltd 300 — 4595 Canada Way Burnaby, BC V5G 1 J9 115 — 1 925 1 8th Avenue NE Calgary, AB T2E 7T8 WWW.JRSENGINEERING.COM 99 BUILDING EXCELLENCE PAGE 3 OF 10 2.6 FIRM ORGANIZATION CHART 11°.;-11--JRS ENGINEERING JRS SEATTLE 1 3 t,;tl-?im rtc,t'; - 13 rr;ltirirul • 2 admin & accc•unting Jeff Speert, AIA LEF0 .arr Pr rk ipul L)wrr.,tcc `.y`rgtllr. Qfti;r Brad Carmichael A'tilA Sr. H^.: itnineg `cirr.;r Spr;•cit'1'!'s' Jose Estrada, PE Ruild:r g S:irnic Sprc1c:C+t Dan Buck, El T; 35T II R,. l:iin7 1,r'ari>:rl7e (.rratrti,rt Charlie Tribe, hh Joyce Mak, „+.. Sig, ElT BAr..°inj Erv=lpise =c•r+sus"run' Jesse Ktnslcy,: I15 Prc,irrt. Cnn;rllt,.?:: t JRS VANCOUVER 34 full-tjn-r; ,tc,ff; isrte.°^ttil - ' ccmin & cc.cor.rri!nc Scott Croasdale M, c, F <t, i't F r iru pa'i Stephen Cork, 3A Sr 'r5ir.t1" Ci,nSUlm l Caelvm Roberts Ittfi*ir'+:,:"ass AAA Project !,+,unugor Tony Case, M.Ar;f,, RA >'rrr r,. -t A +i'oor ! James Newlin, M. Enr, 5.J l h..1lnin7 K-Ar."sc Cr,mr,rItnnt Adam Neugebauer MS 1',,. sai lri'-.::y jderrcr.. i. ,,....ar�n• Dimas Rodriguez A, IH -i) Al' c:ul crir'C! E vi C'Ciir<. C'JS',el", rr.1 JRS CALGARY `I tail -finis chnicol croft Joel Schwarz =n•;!, FEC, EE ='I nc:p4 2.7 RELEVANT EXPERIENCE All of JRS's work is building envelope -related and our projects vary widely in construction type, use, and size. Although we provide services on existing buildings, most of our projects are new construction. We are adept at coordinating with architects, other professionals, and stakeholders to collaborate in reaching building envelope performance goals that meet cost and schedule requirements. Descriptions of relevant projects follow. WWW.JRSENGINEERING.COM 100 rel BUILDING EXCELLENCE Fire Station #4, Everett Due to ongoing water ingress issues, this fire station underwent a comprehensive rehabilitation of roofing, waterproofing, windows/glazing, and cladding systems. The work included new rainscreen cladding systems, new air barrier, and continuous insulation to improve durability and energy performance. The station was occupied during construction. Jefferson Healthcare, Port Townsend This new 3 -story $20 million Emergency and Special Services Building is one of the largest capital projects in Jefferson County's history. It expanded the emergency department and outpatient services area and includes an orthopedic clinic, cardiology services, cancer treatment center, and women's imaging center. JRS provided consulting on waterproofing, cladding and curtainwall during design and construction. We also completed window and air barrier testing on the building. Hamlin Robinson School, Seattle JRS worked with this school to construct a new 3 -story building. The project included classrooms, an indoor gym, library, science and technology labs, and a learning center and accommodates 265 students. JRS reviewed construction documents by NAC Architecture. During construction JRS provided waterproofing inspection, reviewed building envelope -related shop drawings, submittals and RFIs, and performed field reviews. At the project's completion, JRS conducted whole building air barrier testing. Northwest School Theater, Gym, and Dining Facility, Seattle JRS worked with The Warren Company and Mithun construct this new multi-purpose facility in Seattle. The building included a rooftop Astroturf sports field amenity space. JRS performed design review of the building envelope, which included ensuring Energy Code compliance. JRS reviewed the building envelope during construction and performed window testing and air barrier testing. PAGE 4 OF 10 if -'1 Willi 1!1. �'1lliil' g 11 3.0 PROJECT APPROACH AND METHODS JRS is a service focused consulting business. This means that we focus on listening to clients and laying out options for materials, systems and assemblies so that clients can make the decisions appropriate to their own values. JRS's approach will be to first understand the City's goals for each of the buildings. This will include expectations for maintenance, long-term durability, appearance of the facade, and function of spaces and building enclosure components. We will participate in meetings with the design team and City representatives to discuss these items and specifics of the enclosure design. JRS will provide markups of drawings and specifications consistent with the agreed to basis of design. We will produce design review reports that summarize our comments and recommendations. During construction we will attend meetings and mock-ups and perform ongoing reviews of in progress construction work. Directly after each field visit, we will issue detailed reports that include descriptions of what was observed and its conformance with project documents. Photos will be included to show conditions. Further description is provided in Section 6: Pricing. WWW. JR SEN GINEERING.COM 101 lel BUILDING EXCELLENCE PAGE 5OF1O 4.0 TEAM AND TEAM ORGANIZATION The following chart shows the JRS Team proposed for these projects. Brief staff biographies follow. —JRS ENGINEERING 4 Adam Neugebauer, MS Role: Project Manager, Primary Client Liaison Workload Capacity: 60% Jeff Speert, AIA, LEED® AP Role: Managing Principal, Technical Lead Workload Capacity: 65% ADAM NEUGEBAUER, MS Jose Estrada, PE, RRO Role: Senior Engineer Technical Assistance Workload Capacity: 75% Adam Neugebauer is a Building Science Consultant with specialties in building science research, materials testing and evaluation, codes and standards review and consultation, and building energy modeling. Prior to joining JRS, he consulted for a Seattle engineering firm where the projects he managed focused on low and mid -rise buildings. He also provided leadership in whole building air barrier testing, Cetco HydroShield below - grade waterproofing inspections, and energy code calculations and compliance. At that firm, Adam was the project manager for the University of Washington Police Department project in Seattle, where they provided design review, field review, and field testing for this 30,000 square -foot campus police department, including metal panel and precast panel cladding systems. Adam's prior experience also includes consulting in California for a materials testing and failure analysis firm, and an energy efficiency firm in the residential new construction market where he was deeply involved in energy code development and review. Adam has a Masters in Building Technology from MIT, where his research focused on thermal performance characterization of cutting-edge silica aerogel. WWW. JR SEN GINEERING.CoM 102 rir BUILDING EXCELLENCE PAGE 6 OF 1 0 JOSE ESTRADA, PE, RRO As a Building Envelope Specialist , Jose will provide senior technical support and peer review of our internal documents and reviews before they are issued. Jose has over ten years of experience in building science consulting on a range of public and private new construction developments. He is adept at working though complex problems to arrive at elegant solutions. In 201 5 and 201 6 Jose was the Technical Lead on roof replacement of the West LA VA Hospital in Los Angeles California. He performed field assessments, provided system and product options, and helped develop the design of this $5 million dollar project. Through integrated design with the client, architect, and product manufacturers, Jose helped develop a replacement approach that allowed the client to avoid moving dozens of large mechanical units that would have impacted building operations. This saved the hospital nearly $1M and helped avoid service interruptions. JEFF SPEERT, AIA, LEED® AP Jeff is the director of JRS's Seattle office and oversees all of JRS's US operations. His passion for building sustainability and durability, and fascination with tectonics and construction methods led him to a building science career. His education and career path include work as a carpenter in the construction industry, a Master's degree in Architecture, professional practice with several small and mid-sized Seattle architecture firms, and residential design/build projects before assuming leadership of JRS's Seattle office. Jeff is a building science generalist with an interest in elements that provide energy AA_ '9 efficiency, including air barriers and thermal bridging. His technical depth in building science and foundation in architecture and design have helped build the JRS culture — tackling the challenging task of harmonizing aesthetic vision with the high-performance demands of contemporary building enclosures. Jeff is an industry leader and a sought-after speaker who has presented at numerous regional and national conferences. He is a licensed architect in Washington State. WWW. JR SEN GI NE ER ING.COM 103 rgo BUILDING EXCELLENCE PAGE 7 OF 10 6.0 AVAILABILITY AND CAPACITY The JRS staff proposed for this project have the capacity to complete design reviews and construction administration that follows as described in the schedule outlined in the RFP. All technical staff reside in the greater Seattle area. JRS Seattle may draw on support from the Vancouver or Calgary offices to address any specific technical issues or for administrative assistance. 7.0 PRICING Pricing for services for each of the 4 projects included in the RFP are below. A general description of the tasks undertaken within each phase are as follows: Design Development: In this phase, JRS will develop the accepted conceptual design in sufficient detail to allow the project team to start producing more detailed documents. We will complete the following • Perform a technical review of Schematic Design drawings. Provide comments and mark-ups to the Architect, identifying key areas requiring attention and highlighting issues and areas of discussion for the project team. Update conceptual recommendations for enclosure assemblies and materials • Attend design meetings, including one at the start of our work and one following a technical review. • Review the overall durability of building envelope elements considering required maintenance, renewals, and service life. Help determine the efficient layering of building envelope elements to help simplify future repairs and replacements. Review project materials' compatibility and resistance to various mechanisms of deterioration given their nature, function, and exposure. • Review HVAC recommendations and energy modeling, identify relevant building envelope coordination items, and recommend solutions. Produce an Enclosure Basis of Design report for use and consideration by the Owner and Architect. Construction Documents: JRS will meet and coordinate with the project team, and attend design and construction team meetings as needed. We will review the Architect's construction documents for consistency with building envelope performance criteria established during earlier phases. • Perform technical reviews of Design Development drawings, including comments and mark-ups. Confirming Design Development phase recommendations and developing alternatives, if necessary due to budget and constructability constraints. • Revise the Enclosure Basis of Design report as needed. • Review Construction Documents for building science good practice for consistency with the enclosure basis for design. Produce marked up drawings and specifications with accompanying report for consideration by owner and architect. Bidding Assistance: JRS will perform the following services as -needed: • Respond to bidder questions and substitution requests. • Assist in leveling of bids. • Review and respond to value engineering suggestions made by the General Contractor (GC) and subcontractors. Submittal and RFI Review: JRS will review building enclosure shop drawings and submittals for conformance with established design concepts. We will assess design concepts for water resistance, air tightness and thermal performance — both within each system and at integration points between different building systems. RFIs will be reviewed and answered to resolve issues consistent with the enclosure design intent. WWW. JR SEN GINEERING.COM 104 n� BUILDING EXCELLENCE PAGE 8OF1O Pre -Installation Meeting: JRS will attend pre -construction meetings for critical envelope components on site with the Owner, Architect, GC, Installer, and Manufacturer's Representative to review site conditions, site-specific detail concerns, and installation procedures. We will provide comments to the GC for inclusion in meeting minutes. Mock-up Observation: We typically recommend mock-ups for critical and common components on projects. This commonly includes windows and other wall penetrations • Attend building envelope related mock-ups to review installation of building envelope systems, and evaluate their conformance with construction documents and industry good practice. • Provide recommendations to help resolve unforeseen conditions that may arise at mock-ups. • Document mock-ups in Field Review Reports. Field Reviews: JRS will attend the site to review ongoing installation of envelope components • At agreed-upon intervals, perform site visits to review in -progress installation of building envelope components and assemblies. • The intent of field reviews is to periodically compare observable in -progress building envelope component installation with architectural drawings, pertinent specifications, shop drawings, and mock-ups. Document field reviews in written reports. Review items requiring action with site staff prior to leaving site. Track Action Items arising from field reviews using our customized searchable database. Provide Action Item lists to the GC and construction team periodically during the course of construction, to address open items. • Reports are issued 24 hours after completion of review Window Testing: Although not required by code, water penetration resistance testing on installed window systems is considered good practice. JRS will review selected window/wall areas and perform testing in accordance with ASTM E-1105-00, using a calibrated rain rack and depressurizing the interior space to an appropriate level, as outlined in the specifications or applicable codes and standards. Temporary enclosure and a laborer, if required, are to be provided by others. A report for each test will be prepared outlining test protocol, describing observations, and where appropriate, presenting suggestions for possible modifications or improvements. Air Barrier Testing: JRS will conduct a field test of the entire building, or a portion thereof, in compliance with the 201 5 Washington State Energy Code Section C402.4 — Air Leakage (Mandatory). JRS will provide the personnel and equipment required to perform this testing, and will prepare and deliver a written report of test results and findings. Building setup and preparation assistance from the Contractor will be necessary. Prior to testing, JRS will meet with the Contractor on site to coordinate and develop a detailed list of setup and preparation tasks. WWW. JR SEN GINEERING.COM 105 Rot BUILDING EXCELLENCE PAGE 9 OF 1 0 Fire Station 51 Phase/Title Quantity/ Description Anticipated Hours Anticipated Hourly Rate Costs Reimbursables Design Development 2 meetings 1 review 24 $3,240 $50 Construction Documents 2 meetings 2 reviews 51 $6,750 $100 Bidding Assistance Assist in answering Bidder questions 6 $810 $0 Submittal and RFI reviews Review of submittals, RFIs, ASIs and related documents 30 $4,050 $0 Pre -installation meetings 2 meetings on site 14 $1,890 $100 Mock-up observations 1 mock-up _ 8 $1,080 $50 Field review 15 visits (assumes 3/month) 115 $15,525 $400 Window Testing First test per day Additional test (completed same day) - $2,000 $800 $0 Air barrier testing 1 test - $3,800 $0 SUBTOTAL 248 $39,945* $700 *Assumes 2 window tests completed in the same day. Fire Station 52 Phase/Title Quantity/ Description Anticipated Hours Anticipated Hourly Rate Costs Reimbursables Design Development 2 meetings 1 review 30 $4,050 $50 Construction Documents 2 meetings 2 reviews 65 $8,775 $100 Bidding Assistance Assist in answering Bidder questions 6 $810 $0 Submittal and RFI reviews Review of submittals, RFIs, ASIs and related documents 35 $4,725 $0 Pre -installation meetings 2 meetings on site 14 $1,890 $100 Mock-up observations 1 mock-up 8 $1,080 $50 Field review 21 visits (assumes 3/month) 134 $18,000 $475 Window Testing First test per day Additional test (completed same day) - $2,000 $800 $0 Air barrier testing 1 test - $4,300 $0 SUBTOTAL 292 $46,430* $775 *Assumes 2 window tests completed in the same day. WWW.JRSENGINEERING.COM 106 re BUILDING EXCELLENCE PAGE 10 OF 10 Fire Station 54 Phase/Title Quantity/ Description Anticipated Hours Anticipated Hourly Rate Costs Reimbursables Design Development 2 meetings 1 review 24 $3,240 $50 Construction Documents 2 meetings 2 reviews 51 $6,750 $100 Bidding Assistance Assist in answering Bidder questions 6 $810 _ $0 Submittal and RFI reviews Review of submittals, RFIs, ASIs and related documents 30 $4,050 $0 Pre -installation meetings 2 meetings on site 14 $1,890 $100 Mock-up observations 1 mock-up 8 $1,080 $50 Field review 18 visits (assumes 3/month) 115 $15,525 $400 Window Testing First test per day Additional test (completed same day) - $2,000 $800 $0 Air barrier testing 1 test - $3,800 $0 I SUBTOTAL 248 $39,945* $700 *Assumes 2 window tests completed in the same day. Justice Center Phase/Title Quantity/ Description Anticipated Hours Anticipated Hourly Rate Costs Reimbursables Design Development 2 meetings 1 review 35 $4,725 $50 Construction Documents 3 meetings 2 reviews 60 $8,100 $150 Bidding Assistance Assist in answering Bidder questions 6 $810 $0 Submittal and RFI reviews Review of submittals, RFIs, ASIs and related documents 50 $6,750 $0 Pre -installation meetings 3 meetings on site 21 $2,835 $100 Mock-up observations 2 mock-ups 16 $2,160 $50 Field review 18 visits (assumes 3/month) 115 $15,525 $400 Window Testing First test per day Additional test (completed same day) - $2,000 $800 $0 Air barrier testing 1 test - $7,100 $0 SUBTOTAL 303 $50,805* $750 *Assumes 2 window tests completed in the same day. - Composite Hourly Rate is $1 35/hour - Contracts will be awarded on a time -and -material basis by hourly rates. TOTAL (Including exterior walls and roof systems) 1,091 $177,125 $2,925 WWW. JR SEN GI NEERING.CoM 107 108 Public Safety Committee Minutes February 6, 2018 • List of the alternatives that were priced but not included in the base price of the three stations. • Highlight the costs that are interdependent, such as those that are tied to construction. • Include a table of all rooms, uses, and square footage in the plan for Fire Station 51. • Confirmation that a generator remains in the program and base price. FORWARD TO FEBRUARY 12, 2018 COMMITTEE OF THE WHOLE WITH ADDITIONAL INFORMATION REQUESTED. B. Contract: Public Safety Plan Building Envelope Consultant Staff is seeking Council approval of a contract with JRS Engineering for envelope consulting *services for Fire Stations 51, 52, 54, and the Justice Center buildings. A building "envelope" is the separation between the interior and exterior of a building, and associated services include control of air, water, vapor and thermal leakage. Envelope services are standard for construction projects and can be costly if not performed adequately. The estimated cost for envelope services for the design only phase of the Public Safety Plan projects is $80,000. UNANIMOUS APPROVAL. FORWARD TO FEBRUARY 12, 2018 COMMITTEE OF THE WHOLE. C. Fire Department Apparatus Purchases Staff is seeking Council approval to purchase two Fire Pumper/Engines and one Aerial Ladder Truck with $3,091,784.01 in proceeds from the Public Safety Bond. A pricing discount of 3% is available through an existing Interlocal Contract for Cooperative Purchasing if the purchase is completed by March 2, 2018. The purchase price is also under the $3,597,123 amount budgeted in the Public Safety Plan. The ladder truck was planned for purchase in 2019, but staff recommends proceeding in 2018 to take advantage of the discount. Chair McLeod asked for staff to return to Committee of the Whole with an estimate of the other costs associated with outfitting the new vehicles, such as technology, decals, etc. UNANIMOUS APPROVAL. FORWARD TO FEBRUARY 12, 2018 COMMITTEE OF THE WHOLE WITH ADDITIONAL INFORMATION REQUESTED. III. MISCELLANEOUS Adjourned 6:35 p.m. Committee Chair Approval Minutes by LH 109 110 COUNCIL AGENDA SYNOPSIS Initials Meeting Date I Prepared by Mayor's revv Council review 02/12/18 RB i' ,t la/1 ❑ Bid Award Mtg Date ❑ Public Heat ng Mtg Date ❑ Other Mtg Date CATEGORY /1 Discussion Mtg Date SPONSOR Council HR ❑DCD Finance ❑.Fire TS ❑P&R Police PIS' ❑Court ►IMayor SPONSOR'S Staff is seeking Council consensus to move Fire Station 51 to the Design Development SUMMARY Phase. REVIEWED BY ❑ C.O.W. Mtg. ❑ CDN Comm n Finance Comm. E Trans &Infrastructure ❑ Arts Comm. ❑ Parks Comm. DATE: 2/5/18 COMMITTEE CHAIR: HOUGARDY ►1 Public Safety Comm. ITEM INFORMATION ITEM NO. 3.F. STAFF SPONSOR: RACHEL BIANCHI ORIGINAL AGENDA DATE: 02/12/18 AGENDA ITEM TITLE Fire Station Schematic Design and Budget Estimate Update 2/12/18 ❑ Motion Mtg Date ❑ Resolution Mtg Date ❑ Ordinance Mtg Date ❑ Bid Award Mtg Date ❑ Public Heat ng Mtg Date ❑ Other Mtg Date CATEGORY /1 Discussion Mtg Date SPONSOR Council HR ❑DCD Finance ❑.Fire TS ❑P&R Police PIS' ❑Court ►IMayor SPONSOR'S Staff is seeking Council consensus to move Fire Station 51 to the Design Development SUMMARY Phase. REVIEWED BY ❑ C.O.W. Mtg. ❑ CDN Comm n Finance Comm. E Trans &Infrastructure ❑ Arts Comm. ❑ Parks Comm. DATE: 2/5/18 COMMITTEE CHAIR: HOUGARDY ►1 Public Safety Comm. ❑ Planning Comm. RECOMMENDATIONS: SPONsoR/ADMIN. COMMITTEE Mayor's Office No recommendation; Forward to 2/12/18 C.O.W. for consideration COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $ $ $000 Fund Source: PUBLIC SAFETY BONDS Comments: MTG. DATE RECORD OF COUNCIL ACTION 2/12/18 MTG. DATE ATTACHMENTS 2/12/18 Informational Memorandum dated 1/30/18, with attachments (updated after PS Com.) Minutes from the Public Safety Committee meeting of 2/5/18 111 112 City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Public Safety Committee FROM: Rachel Bianchi CC: Mayor Ekberg DATE: January 30, 2018 SUBJECT: Fire Station 51 Schematic Design and Updated Fire Station Budget ISSUE The City has completed Schematic Design on Fire Station 51. As the Council's Program Management Quality Assurance (PMQA) Consultant has indicated, the end of Schematic Design provides the owner with the first "real" budget number for the project. Even with value engineering, rejecting some program elements and critically reviewing the schematic design, costs for the fire station projects have increased since the last budget was shared with the Council in May of 2016. However, staff continues to recommend moving forward to the next stage, design development. BACKGROUND After the passage of the voter -approved Public Safety Bond in November of 2016, the City initiated the fire stations projects. Because the site for Fire Station 51 was previously determined, the City began design on this station immediately while doing the necessary analysis to determine potential locations for the other two stations, 52 and 54. The fire stations have gone through the programming stage to determine the critical needs of the building, necessary adjacencies and equipment to be housed in the facility. At the end of the programming phase, an updated budget was shared with the Council that estimated an $8.4 million gap between the Public Safety Bond and what was thought to be the overall budget for all three fire stations. After programming, Lydig Construction was brought on board to serve as the project's General Contractor/Construction Manager (GC/CM). Having a GC/CM early on allows the project team to have well-informed, real-time access to project estimators, updated costs of materials and a better overall understanding of the costs associated with construction. Additionally, now that sites for the other two stations have been determined, the City has much-needed information including budget impacts associated with site conditions. During the schematic design phase some of the programming square footage for Fire Station 51 grew, making the building approximately 1,500 square feet larger than contemplated in the programming phase. There are three key reasons for this growth in square footage: • Both apparatus bays able to accommodate the ladder truck — while only one bay is needed to be large enough to accommodate the ladder truck, the geometry of the building makes it more functional to have both bays the same length. There would be minimal financial savings from shortening one of the bays, which would create more corners, which are costly. • Planning for future growth — one of the key design principles of this effort was to plan the station in a way that could be expanded in the future, which is accomplished by identifying where the third bay and additional bunks and restrooms would be constructed. However, this also meant future -proofing some of the other spaces, such as gear storage, etc. for future growth as their locations in the building would not allow for future growth. 113 INFORMATIONAL MEMO Page 2 • Inclusion of air locks — another key principle of the design effort was to prioritize firefighter safety throughout the building and focusing on clearly separating the "hot, or contaminated" and "cold, or uncontaminated" areas of the building. This was accomplished in schematic design with air locks that go between the living quarters and apparatus bays, but they also required additional square footage not included in the programming effort. With schematic design complete, two separate cost estimating efforts for Fire Station 51 occurred, one under the direction of the City's architects at Weinstein A+U and one through Lydig Construction. This is standard practice to arrive at a final cost estimate for schematic design and the two estimates are reconciled to the satisfaction of all parties. The estimators then took the costs identified for Fire Station 51 and applied them to Fire Stations 52 and 54, based on square footage, as well as what is known about the specific sites. Market conditions cost escalation was also included for Fire Stations 52 and 54. Both Fire Stations 52 and 54 sites have potentially challenging site conditions and therefore the budget is carrying higher development costs for those sites than for Fire Station 51. The initial cost estimate for all three fire stations came in at more than $20.4 million above the budget identified in the Public Safety Bond. The program management consultant, design team and GC/CM initiated a value engineering effort to reduce costs and found an additional $400,000 in savings on the Fire Station 51 project. It is expected that when Fire Stations 52 and 54 get to the end of their schematic design phases there would be additional value engineering efforts associated with both of those buildings. In addition, the design team looked at what a minimal station design (with the smallest footprint possible, with the current program elements) would look like for Fire Station 51 and what the potential cost savings would be should the City chose to scale down accordingly. However, the minimal station design saved less than $500,000 in construction costs and included two detrimental flaws: • No ability to expand the building, conflicting with one of the major design principles of the overall program • Unacceptable operational deficiencies, including a lack of area for firefighters to drill on the site Because of the relatively small savings associated with the minimal station design and the significant unacceptable tradeoffs, the entire project team endorses moving forward to design development with the original design of Fire Station 51. This original design does not include some of the alternates identified early on, such as the roof extension for the future build out, on- site fueling or the additional parking spaces. The City chose to use the GC/CM method of delivery because it provides us with better certainty throughout the project. Lydig has a strong track record of accurate schematic design estimates, historically coming in at one to three percent of the final construction budget. Had the City gone the traditional design bid build method, the budget realities would not surface until construction bids were in, leaving the City with little time to determine a course of action moving forward. The entire project team understands the gravity of the $20.4 million gap between what was in the voter -approved Public Safety Bond and the current cost estimates for the three fire stations. It is also understood that this does not reflect the gap in the other equally important Public Safety Plan projects and that difficult decisions will need to be made. The City Council Finance Committee is analyzing alternatives to closing the Public Safety Plan funding gap and will be 4 Z:\Council Agenda Items4CommunicatlonslFinal PS memo 025181 Updated.doc INFORMATIONAL MEMO Page 3 providing recommendations to the full Council for deliberation and determination later this spring. At the Public Safety Committee on February 5, 2018 members asked that the following issues be e addressed prior to the item m going to the Committee of the Whole for discussion • Question: How much larger is the apparatus bay for the ladder truck versus what is needed for an engine? The additional sauare feet to size both apparatus bays enough for a ladder truck is 621 square feet. Total sauare feet of the apparatus bays are 3,501. • Provide a listing of the alternates that were priced but not included in the base price of the three fire stations. • Hi hliaht the costs that are dependent on one another. See updated budget attachment. All items highlighted in yellow are directly affected by the cost of the building construction and increase or decrease depending on actual construction cost. • Include a table with the s uare footage for all of the rooms and uses in the plans for Fire Station 51. • Confirm the generator remains in the program and base price. The proiect team has confirmed that the generator remains in the base price for the building and will have a 72 -hour run capability. • Provide the total cost of the fuel fill station. including enclosure. required roof structure, etc. Total cost for on-site fuel filling station $277,000. RECOMMENDATION Staff is seeking committee approval to forward this issue to the February 12, 2018 Committee of the Whole meeting for consensus that the City continue into the Design Development phase for Fire Station 51. Despite the budget challenges, the need for modern, safe fire stations remains very real, for the broader community and for the fire fighters that work in these facilities. Staff recommends moving forward with Fire Station 51 while the Finance Committee continues its work to identify strategies for closing the financial gap on the Public Safety Plan. The Council will continue to have multiple decision points in the future that provide "off ramps" if so desired. ATTACHMENT Fire Station 51 design Fire Station 51 site plan Updated fire station budget — updated from Public Safety meeting Public Safety Plan schedule Alternates priced but not included in base price Sauare footage table Z:\Council Agenda Items\Communications\Final PS memo 025181 Updated.doc 115 116 7-0 3/4" 20'-71 /4" 165'-8 3/4" OVERALL 16-11 1/2" 44'-91 /2" 103'-11 1/2" ALTERNATE 2: SEE PRICING ALTS FOR DESCRIPTION OF BASE BID ALTERNATE 7: SEE PRICING ALTS FOR DESCRIPTION OF DEDUCTIVE ALT L LINE OF ROOF ABV 11 1/4' M 0 ALTERNATE 6 (1) BOLLAR I( LINE OF F ENCLOSURE BRACE FRAME _33____1 ACK STOR BY OWNER oFD STOR 138 HOSE RACK (F010) 1 CASCADE FILL STATION (FOIC) CORRIDOR 135 O m M ▪ Nv 14'-1 1/2" 5'-9" 14'-1 1/2" SCBA 137 1 GBOARD ON WALL FOR SCBA PARTS I LA ARCHITECTURAL SCREEN— ALTERNATE 1: SEE PRICING ALTS FOR DESCRIPTION OF BASE BID P WORK SHOP BENC 134 EMS 132 CORRIDOR 131 TRENCH DRAIN ►i- SEE MECH PROVIDE STR PING AT APP BAY. LINE LOC O IONS TO BE MARKED 0 SITE W/ TFD III r❑ --T 7 BRACE FRAME, TYP SEE STRUCT rBATTERY CHARGING BATTERY -129 SPRINKLER MECH 133 BRACE FRAME 1 °FD FD o c DECON 126 FD 0 DECON oFD WASH I Li AIRLOCK 124 WC 125 °FD n� COMM 127 1 GEAR WASH 128 IANGING BAR EXTRACTOR ID_ ALL -MTD BUNKER GEAR LOCKERS GEAR STOR 129 4D MOVABLE BUNKER GEAR LOCKERS °FD OPEN MTL SHELVING 411. —A I� I Weinstein A+U .. .. .. ALTERNATE 6 & 11 ❑ I STATION OFFICE 107 BOOT WASH AIRLO 123 RECEIV 122 STOR Iro-RACK F010 SHA N/IJA °FD 117 W IIS D SII FUTUREII —_ 0 o ATH F 115 IGO ADA BATH PFD 113 BATH 111 1 MAP WALL– FULL HTf BUILT-IN STOR BUILT-IN DESK BUNK 121 i BUNK I 120 121A 120A SHIFT LOCKERS, TYP. CORRIDOR 119 118A 116A 114A 112A i i 11 1/4" 1 I I I I I 1 BUILT -I rf DESK, BUNK 116 BUNK 114 RECESSED WALK -OFF MAT FD ADA W 102 CAP BUNK 112 CORRIDOR 103 CAP OFFICE LOBBY= 101 E BJILT IN DISPLAY BUILT IN BENCH LINE OF OVERHANG ABV • 4 \ / COURTYARD (OPEN T\0 ABOVE) LINE OF OVERHANG ABJ ( co co BBQ ALT.1• ALTSF�'A� A_ WALL -MTD MIRROR PHYS TRAIN 106 WATER BOTTLE FILL STATION WHITE BOARD– GREAT ROOM 104 4 SHIFT LOCKERS I UNDERCOUNTER _ _ I 111 D D D FUTURE DETOX p I PLUMBED_ INDIVIDUAL FOOD_ COFFEE BAR LOCKERS, 4 HIGH TV, F010 — -- — — — J GAS METER ELEC 105 i TRANS TRANS FORMER BUILDING PLAN: SD SCHEME FUEL TERMINAL REMOTE FUEL DISPENSING STATION (4) BOLLARDS TYP ALTS NATE 7: SEE PRICING ALTS FOR –DESCRIPTION OF DEDUCTIVE ALTERNATE (7) REMOVABLE BOLLARDS W/ 4"D FOR VEHICLE IMPACT PROTECTION PER IFC 2015 SEC 312 0 11.0 0 8'-0" TALL CMU ENCLOSURE 1/8" = 1'-0" ARCHITECTURAL SCREEN WI ELECTRIC SECURITY GATE 1T-5 ALTERNATE 9: SEE PRICING ALTS FOR DESCRIPTION OF ADDITIVE ALTERNATE Tukwila Fire Station 51 I 100% Schematic Design 1 12/6/2017 / / / / / / / / / / / / // o /// 230'-3 3/4" /. 8'H SECURITY FENCE TYP AT NORTH, WEST & SOUTH SIDES Ank Ad& Alk link 42"W LOCKABLE ATE / ALTERNATE 7: SEE PRICING ALTS FOR DESCRIPTION OF DEDUCTIVE ALT ATE 2: SEE PRICING ALTS SCRIPTION OF BASE BID EXTERIOR COVERED STORAGE (UNCONDITIONED) EXTERIOR COVERED STORAGE (UNCONDITIONED) ALTERNATE 7: SEE PRICING ALTS FOR DESCRIPTION OF DEDUCTIVE ALTERNATE ORT SPACE; CONDITIONEI CH PLATFORI 2 -STORIES) APPARATUS BAY (DOUBLE -HEIGHT) LIVING QUARTERS & SUPPORT SPACES (SINGLE -STORY) \ ALTERNATE 9: SEE PRICING ALTS FOR DESCRIPTION OF ADDITIVE ALTERNATE \I N / / / / / / / / / / / / / / / / I �I II II III II I I I 7 0'-0" SIDE YARD SETBACK PER 18.41.090B / FRONT APRON w S\ ADJUSTED ROW SHOWN HATCHED 0'-0" SIDE A PER 18 41.090 33 c:3 "r'o cr cd W 0 N / N N N N ZONE: MUO (MIXED USE OFFICE) WITH TSO (TUKWILA SOUTH OVERLAY DISTRICT) 1 \ ARCHITECTURAL SITE PLAN / / EG 32.00 SOU1NGENDER PKwy 4T-0„ A002) SCALE: 1/16" = 1'-0" GENERAL NOTES 1 SEE CIVIL PLANS FOR UTILITIES, PAVING & GRADING 2 SEE LANDSCAPE PLANS FOR PLANTINGS & SITE FURNISHINGS PROPERTY LINE EXISTING CONTOURS NEW CONTOURS SECURITY FENCE Rev Date Issue Tukwila Fire Station 51 Project No. 17001 Weinstein A+U Architects + Urban Designers, LLC 2200 Western Ave Seattle, WA 98121 T 206 443 8606 F 206 443 1218 www.weinsteinau.com © 2017 Weinstein A+U - These documents have been prepared specifically for the above named project. They are not suitable for use on other projects or in other locations without the approval and participation of the Architect. PRELIMINARY NOT FOR CONSTRUCTION Issue 100% Schematic Design Date 12/6/2017 Sheet Title ARCHITECTURAL SITE PLAN Sheet A002 ARCHITECTS + URBAN DESIGNERS z W V1 z 120 PROJECT COSTS CITY OF TUKWILA Public Safety Plan Fire Stations - 51, 52, 54 Schematic Design Budget Summary (HIGH) YOE $ (in thousands) 1/30/2018 ireStation-Program INITIAL BUDGET ESTIMATE FS 52 6,567 sf FS 54 8,228 sf TOTAL 32,745 sf Project Category FS51 17,950 sf A/E Services (both design & CA) 731 356 464 1,551 Land Acquisition - 653 862 1,515 Permits/Fees 255 89 116 460 Construction (pre -con, const, tax) 7,809 3,278 4,273 15,360 Construction Related Costs (incl bond) 1,047 438 551 2,036 PM Services (incl other prof svcs) 460 297 397 1,154 Contingency (incl Construction & Proj) 1,145 546 665 2,356 TOTAL $ 11,446 $ 5,657 $ 7,329 $ 24,432 Fire Station Program - R SED BUDGET ESTIMATE (51123/17) FUNDING GAP ;_ ` i ° '<i ii%"3: Project Category FS51' 9,426 sf FS 52' 15,068 sf FS 54 9,287 sf TOTAL 33,781 sf FUNDING GAP A/E Services (both design & CA) 635 1,052 626 2,314 763 Land Acquisition 653 - 862 1,516 1 Permits/Fees 166 301 164 631 172 Construction (pre -con, const, tax) 6,324 9,547 6,233 22,105 6,744 Construction Related Costs (incl bond) 657 1,184 709 2,550 514 PM Services (incl other prof svcs) 300 576 305 1,181 28 Contingency (incl Construction & Proj) 749 1,094 765 2,608 252 TOTAL $ 9,486 $ 13,755 $ 9,665 $ 32,906 $ 8,474 ' The main fire station was originally identified as FS51, but has been changed to FS52 in the revised estimate. -. ` VI i B a " T STIMAT (1J2 8 _--`"-=k' FUNDING GAP ;_ ` i ° '<i ii%"3: Project Category FS51' 11,933 sf FS 52' 15,068 sf FS 54 11933 sf TOTAL 38,934 sf A/E Services (both design & CA) 899 1,244 1,003 3,146 1,595 Land Acquisition - - 854 854 (661) Permits/Fees 234 353 262 849 390 Construction (pre -con, const, tax) 8,956 12,677 9,935 31,568 16,208 Construction Related Costs (incl bond) 931 1,398 1,039 3,367 1,331 PM Services (incl other prof svcs) 426 687 476 1,589 435 Contingency (incl Construction & Proj) 1,062 1,294 1,185 3,541 1,185 TOTAL $ 12,509 $ 17,652 $ 14,753 $ 44,914 $ 20,482 Z:\Council Agenda Items\Communications\PSP Funding and Costs - Fire Stations 012218_1K Updated, 1.22.18 -HIGH 121 122 S G .1 TUKWILA PUBLIC SAFETY PLAN FACILITIES PLAN Project Schedule DECEMBER site selection program/site selection design and permitting bidding and construction move-in/occupancy completed • public outreach (A) Architect Contract Approval (B) Contractor Pre -Con Contract COUNCILMEMBER DECISIONS (D) Site Selection (E) Project Budget Changes (C) Contractor Construction Approval (F) Bond Sale #2 (G) GC/CM CPARB Start Finish 7 Done 2016 2017 2018 2019 2020 2021 J F M A M J J A S O N D J F M AM J _. J A S O N D J F M A MJ JA S O N D J F HAM J JASONDJ FMAMJJASONDJ F M AAM J J A S ON D .CITYISOJ KICK-OFF MTG 10/05/16 10/05/1.6 100% ■ CITY VOTE 11/08/16 10/31/19 100% I 30ND SALE 12/01/16 12/31/16 100% 1 'UBLIC OUTREACH - SITESELECTON 01/01/17 12/31/21 32% ,, 1110 JUSTICE CENTER 02/06/17 05/25/20 to%• _ i _ ._ _ rI D Bl I _ i _ t r' Ir IMP...7= - _ - 4 r - - STATION 51 02/24/17 09/27/19 22% I 11 A I p B I II I STATION 52 0220/17 06/05/20 12% 1 I 1 A f - I I i I13 I i I C STATION 54 02/20/17 06/0520 12% 1 IA I 1 I I I ,IC. CITY SHOPS 02/20/17 04/0921 5% I i II A e 1 I (`, I site selection program/site selection design and permitting bidding and construction move-in/occupancy completed • public outreach (A) Architect Contract Approval (B) Contractor Pre -Con Contract COUNCILMEMBER DECISIONS (D) Site Selection (E) Project Budget Changes (C) Contractor Construction Approval (F) Bond Sale #2 (G) GC/CM CPARB 124 I N E T iE N N A± U �eC-i"cCTS U AN )E»»IGNEs::S Project Subject To From Copies to Remarks Memorandum Fire t.tt n Project No. Date . v 5 , ,1�< 17001 Please include the following Alternates in the 100% SD documents for TFS51. Alternate 1: Covered parking at the south side of TFS51. a. Base Bid includes: 1) Replacement of slab and foundations illustrated on floor plans between Grids 1 &2 and A&F with grass landscaping. 2) Reduction of roof area illustrated in plans by 2,200 sf. 3) Deletion of structure supporting roof, including brace -frame at Grid 1. 4) Rear apron reduced in area by 3,200 sf. 5) Deletion of two roof drains 6) Deletion of lighting south of Grid 2 shown on E201 7) Addition of two exterior wall mounted light fixtures b. (Additive) Alternate No. 1 includes: 1) South -side covered parking scope illustrated in 100% SD Drawing Set. Alternate 2: Covered parking at the northwest corner of TFS51. a. Base Bid includes: 1) Replacement of slab and foundation illustrated on floor plans between 6&8 and C1&F with grass landscaping. 2) Reduction of roof area illustrated in plans by 1,100 sf. 3) Deletion of walls between Grids 6&8 and C1&F. 4) Deletion of lighting shown between Grids 6&8 and C1&F. 5) Addition of two exterior wall mounted light fixtures. b. (Additive) Alternate No. 2 includes: 1) Covered parking scope illustrated in 100% SD Drawing Set. Alternate 3: Tabled crosswalk and driveway cut at the Front Apron drive, per City of Tukwila Commercial Driveway Standard RS -09 (45 ft wide). a. Base Bid includes: 1) Alteration of existing curbs as illustrated in 100% SD Set b. (Additive) Alternate No. 3 includes: 1) Provide a tabled crosswalk and driveway cut at the Front Apron drive, per City of Tukwila Commercial Driveway Standard RS -09 (45 -ft wide). Alternate 4: Fire hydrant at west side of Rear Apron. a. Base Bid includes: 1) One fire hydrant at south side of Front Apron driveway, with domestic / fire service to the building and irrigation stub to the north parcel (see C2.0). b. (Additive) Alternate No. 4 includes: 2200 Western Ave, Suite 301, Seattle, WA 98121 Page 1 of 3 WeinsteinAU.com T 206 443 8606 17-1206 TFS51 SD Pricing Alternates_M.docx 125 101 ExNSTEINA_, !_ '1 c,.ITECTS .'.;AN DESIGNUIS 1) Fire hydrant at the west side of the Rear Apron, and associated DIP loop around the building, as illustrated in the 100% SD Set. Alternate 5: Fume Hood in the Shop. a. Base Bid includes: 1) No fume hood. b. (Additive) Alternate No. 5 includes: 1) Provide a ductless fume hood in the Shop, BOC Sentry Air Systems Model #SS-330-DSH. Alternate 6: Thermal Storefront Framing system at Apparatus Bay a. Base Bid includes: 1) Fiberglass windows per Elevations and per Section 08 43 16. b. Alternate No.6 includes: 1) Thermal Storefront Framing system at Apparatus Bay, BOC EFCO Series 403X with 1" glazing (1/4" SB60 #2 x 1/2" Argon x 1/4" Clear) and TGI Wave Spacer (1/2"). 2) 3'-0" high 6" metal stud pony wall support with aluminum panel rainscreen (to reduce height of storefront from 14'-0" to 11'-0"). Alternate 7: Fuel Fill Station a. Base Bid includes: 1) Fuel fill tank and remote dispensing station, per 100% SD Drawing Set. b. (Deductive) Alternate No. 7A includes: 1) Locate fuel dispensing station at fuel tank c. (Deductive) Alternate No. 7B includes: 1) Delete fuel tank in full 2) Reduce size of masonry screen to accommodate only trash/recycling and generator Alternate 8: High Roof Overhang a. Base Bid includes: 1) Deep roof overhang per 100% SD Drawing Set, using cantilevered steel outriggers structure. b. (Deductive) Alternate No. 8 includes: 1) Delete steel outriggers and utilize 5'-0" OWSJ extensions for to achieve (less deep) overhang. Alternate 9: Public Parking a. Base Bid includes: 1) Three standard public parking stalls and one accessible public parking stall, located at south side of public parking area. b. (Additive) Alternate No. 9 includes: 1) Five standard parking stalls, located at north side of public parking area, per 100% SD Set. Alternate 10: EV -Charging Stations a. Base Bid includes: 1) Two double EV -Charging Stations, per E101 (providing power for 4 stalls, total) b. (Additive) Alternate No. 10 includes: 1) Provide two additional double EV -Charging Stations (providing power for an additional 4 stalls). 2) Increase building service power by Alternate 11: Four -Fold Doors a. Base Bid includes: 1) Sectional Doors at Apparatus Bay egress openings. See Section 08 36 13. b. (Additive) Alternate No. 11 includes: 1) Bi -Fold Doors and steel bollards at Apparatus Bay egress openings, per 100% SD Drawings. Reference also Section 08 36 13. 2200 Western Ave, Suite 301, Seattle, WA 98121 Page 2 of 3 WeinsteinAU.com T 206 443 8606 17-1206 TFS51 SD Pricing Alternates_M.docx 126 `JN N A ._ U Alternate 12: Stainless Steel Countertops at Kitchen a, Base Bid includes: 1) Solid surface countertop at all kitchen countertops, including island and peninsula, per Section 12 36 00 2) Bottom -mount stainless steel sink. 3) Full height solid surface backsplash (to underside of upper cabinets). b. (Additive) Alternate No. 12 includes: 1) Stainless steel countertops at all kitchen countertops, including island and peninsula. 2) Integral stainless steel sink. 3) Full height stainless steel backsplash (to underside of upper cabinets). 2200 Western Ave, Suite 301, Seattle, WA 98121 Page 3 of 3 WeinsteinAU.com T 206 443 8606 17-1206 TFS51 SD Pricing Alternates_M.docx 127 128 ° D G Tukwila Fire Station #51 DRAFT SD Alternates 12/21/2017 ALT #1 ALT #2 ALT #3 ALT #4 Alternate Hard Costs Sub Bonds SUBTOTAL Design Contingency SUBTOTAL Escalation - Labor & Materials SUBTOTAL 185,816 112,247 5,500 37,135 11,096 SF ALT #5 ALT #6 5,547 -690 1.50% $2,787 $1,684 $83 $557 $83 ($10) $188,603 $113,931 $5,583 $37,692 $5,630 ($700) 5.00% 59,430 $5,697 $279 $1,885 $282 ($35) $198,033 $119,627 $5,862 $39,577 $5,912 ($735) 5.00% $9,902 $5,981 $293 $1,979 $296 ($37) $207,935 $125,609 $6,155 $41,555 $6,207 ($772) Construction Managers Contingency 5.00% $10,397 $6,280 $308 $2,078 $310 ($39) Negotiated Support Services MACC TOTAL Lydig Specified General Conditions -Fixed Lydig Fee On MACC 100% SD Alternate Totals $218,332 $131,889 $6,462 $43,633 $6,518 ($811) 4.50% $9,825 $5,935 $291 $1,963 $293 ($36) $228,157 $137,824 $6,753 $45,597 $6,811 ($847) ALT #7A ALT #78 ALT #8 ALT #9 ALT #10 Alternate Hard Costs Sub Bonds SUBTOTAL Design Contingency SUBTOTAL Escalation - Labor & Materials SUBTOTAL Construction Managers Contingency Negotiated Support Services MACC TOTAL Lydig Specified General Conditions -Fixed Lydig Fee On MACC 100% SD Alternate Totals -28,923 -118,917 -30,361 10,407 23,000 ALT #10 ALT #11 22,600 6,247 1.50% ($434) ($1,784) ($455) $156 $345 $339 $94 ($29,357) ($120,701) ($30,816) $10,563 $23,345 $22,939 $6,341 5.00% ($1,468) ($6,035) ($1,541) $528 $1,167 $1,147 $317 ($30,825) ($126,736) ($32,357) $11,091 $24,512 $24,086 $6,658 5.00% ($1,541) ($6,337) ($1,618) $555 $1,226 $1,204 $333 ($32,366) ($133,073) ($33,975) $11,646 $25,738 $25,290 $6,991 5.00% ($1,618) ($6,654) ($1,699) $582 $1,287 $1,265 $350 ($33,984) ($139,726) ($35,674) $12,228 $27,025 $26,555 $7,340 4.50% ($1,529) ($6,288) ($1,605) $550 $1,216 $1,195 $330 ($35,514) ($146,014) ($37,279) $12,778 $28,241 $27,750 $7,670 Alt 1 Covered Parking at the south side of TFS51 Alt 2 Covered Parking at the NW corner of TFSS1 Alt 3 Tabled crosswalk and driveway cut at the front apron drive Alt 4 Fire hydrant at west side of Rear apron Alt 5 Fume Hood in the Shop Alt 6 Thermal Storefront Framing System at Apparatus Bay Alt 7a Locate fuel dispensing station at fuel tank Alt 7B Delete Fuel tank in full Alt 8 High Roof Overhang Alt 9 Public Parking Alt 10 EV Charging Stations Alt 11 Four Fold Doors Alt 12 Stainless Steel Countertops at Kitchen 130 TUKWILA FIRE STATIONS WEINSTEIN A+U TUKWILA FIRE STATION 51 ROOM iiESiGN I On -duty assigned Staff 6 Assigned Staff (4 shifts, no swing) 24 Apparatus Bays 2 OFFRATIONS Apparatus Bay 3501 Airlock 161 Cleaning Alcove 48 Battery Charging Area 17 ADA Restroom w/shower (wet room) 55 Hose Storage Rack Shop/Tool 111 EMS Storage 106 Decon/Bunker Gear Cleaning 293 Bunker Gear Storage 480 App Bay Storage 151 SCBA Room/Cascade 267 °PET 4T1ONS Si1RTOTAi, 5.190 PI IRI,IC Vestibule Public Lobby ADA Rpetrr'om _ 0 166 64 Pi iRI .(C SI iRTOTA i, 2301 OFFICE Station Office Captain's Office c,,9141, Clncnt 323 137 C)FFICESilRTOTAi, I _ 4601 I. VIN Kitchen/Dining 458 Davroom 1 2701 Physical Training 1 6911 LaundrvJJanitor Closet T 1051 Sleeping Rooms & Lockers (6 total) 1 7561 Toile Shower (3 total) 1 2791 iTViNG SiiRTOTAi 1 25591 (ITil ITV Mechanical Electrical Communications/ Data 218 127 94 (ITii,ITV SURTOTAI, 439 Receiving (aka Delivery) 109 REIT SUBTOTA i, (SF) 8.987 Circulation and Structure (approx 20%) Circulation and Structure (actual) Circulation & Stairs interior walls & chases Exterior walls /, 797 2,109 1,235 257 617 TOTAL BUILDING SQUARE FOOTAGE - 11,096 SECOND Fi.00R Mechanical Porch (unconditioned) Pia tfnrn, / Ctnra or / Vit., } 366 137 SECOND Fi,OOR SUBTOTAL 1.2031 TOTAL GSF 11,933 131 132 City of Tukwila City Council Public Safety Committee PUBLIC SAFETY COMMITTEE Meeting Minutes February 5, 2018 - 5:30 p.m. - Hazelnut Conference Room, City Hall Councilmembers: Thomas McLeod, Acting Chair; Dennis Robertson, Kathy Hougardy (by phone) Staff: Rachel Bianchi, Jay Wittwer, Bruce Linton, Gail Labanara, Chris Flores, Nora Gierloff, Peggy McCarthy, Sherry Wright, Henry Hash, Aaron Johnson, Laurel Humphrey Guests: Carrie Holmes, Shiels Obletz Johnsen; Steve Goldblatt, PSP Program Management Quality Assurance consultant; Jerry Thornton, resident CALL TO ORDER: Acting Chair McLeod called the meeting to order at 5:30 p.m. I. ANNOUNCEMENT II. BUSINESS AGENDA A. Fire Station 51 Schematic Design Staff is seeking Council approval to proceed with the Design Development phase of the new Fire *Station 51 building. Schematic Design is now complete, providing the Council with the first predictable budget for the project. Both Weinstein A+U and Lydig Construction performed independent cost estimation of the schematic design, which was then reconciled to the satisfaction of all parties. Estimators took the costs identified for Station 51 and applied them to Stations 52 and 54. The projected cost for all three stations is approximately $20.4 million above the budget identified in the Public Safety Bond due to the market conditions previously discussed, and the Finance Committee is beginning review of alternatives for funding this gap. Staff recommends proceeding to the next phase, design development, while the Finance Committee identifies financing strategies. The Council will continue to have future decision points which can serve as off -ramps if a satisfactory funding strategy is not adopted. The proposed design includes savings associated with value engineering and does not include some of the programming options discussed previously, such as fueling station and extra parking. Mr. Goldblatt, the Council's Program Management Quality Assurance consultant, concurs with staff's recommendation to move forward to the next phase. Committee members discussed the proposal and asked clarifying questions. Chair McLeod asked if the Fire Department was satisfied with the trade-offs in the proposal. Firefighters present stated that square footage and storage will remain a concern, and that the on-site fuel station should be evaluated on the basis of operational savings as well. However, other staff and the consultant confirmed that the square footage is larger on all three station designs than on existing stations. Committee members agreed to forward the discussion to the Committee of the Whole with the following additional information requests: • Comparison of the size of the apparatus bay accommodating a ladder truck versus one needed for just an engine. 133 Public Safety Committee Minutes February 6, 2018 • List of the alternatives that were priced but not included in the base price of the three stations. • Highlight the costs that are interdependent, such as those that are tied to construction. • Include a table of all rooms, uses, and square footage in the plan for Fire Station 51. • Confirmation that a generator remains in the program and base price. FORWARD TO FEBRUARY 12, 2018 COMMITTEE OF THE WHOLE WITH ADDITIONAL INFORMATION REQUESTED. B. Contract: Public Safety Plan Building Envelope Consultant Staff is seeking Council approval of a contract with JRS Engineering for envelope consulting services for Fire Stations 51, 52, 54, and the Justice Center buildings. A building "envelope" is the separation between the interior and exterior of a building, and associated services include control of air, water, vapor and thermal leakage. Envelope services are standard for construction projects and can be costly if not performed adequately. The estimated cost for envelope services for the design only phase of the Public Safety Plan projects is $80,000. UNANIMOUS APPROVAL. FORWARD TO FEBRUARY 12, 2018 COMMITTEE OF THE WHOLE. C. Fire Department Apparatus Purchases Staff is seeking Council approval to purchase two Fire Pumper/Engines and one Aerial Ladder Truck with $3,091,784.01 in proceeds from the Public Safety Bond. A pricing discount of 3% is available through an existing Interlocal Contract for Cooperative Purchasing if the purchase is completed by March 2, 2018. The purchase price is also under the $3,597,123 amount budgeted in the Public Safety Plan. The ladder truck was planned for purchase in 2019, but staff recommends proceeding in 2018 to take advantage of the discount. Chair McLeod asked for staff to return to Committee of the Whole with an estimate of the other costs associated with outfitting the new vehicles, such as technology, decals, etc. UNANIMOUS APPROVAL. FORWARD TO FEBRUARY 12, 2018 COMMITTEE OF THE WHOLE WITH ADDITIONAL INFORMATION REQUESTED. III. MISCELLANEOUS Adjourned 6:35 p.m. Committee Chair Approval Minutes by LH 134 COUNCIL AGENDA SYNOPSIS Initials Meeting Date Prepared by Mayor's resew Council review 02/12/18 RB ITEM INFORMATION ITEM No. 3.G. STAFF SPONSOR: RACHEL BIANCHI ORIGINAL AGENDA DATE: 02/12/18 AGENDA hEM TITLE House Bill 2948 and Senate Bill 6576 2/12/18 ❑ Motion Mtg Date ❑ Resolution Mtg Date ❑ Ordinance Mtg Date ❑ Bid Award Mtg Date ❑ Public Hearing Mtg Date ❑ Other Mtg Date CATEGORY A Discussion Mtg Date SPONSOR ❑Council ❑HR ❑DCD Finance Fire ❑TS P&R Police ❑RIF ❑Court 1Mayor SPONSOR'S Staff is seeking Council consensus to support House Bill 2948 and Senate Bill 6576, which SUMMARY would raise the population threshold that triggers cities assuming responsibility for State highways. RI :VIEWED BY ❑ C.O.W. Mtg. ❑ CDN Comm ❑ Finance Comm. ❑ Public Safety Comm. ❑ Trans &Infrastructure ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm. DATE: COMMITTEE CHAIR: RECOMMENDATIONS: SPONSOR/ADMIN. COMMITTEE Mayor's Office COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $ $ $000 Fund Source: Comments: MTG. DATE RECORD OF COUNCIL ACTION 2/12/18 MTG. DATE ATTACHMENTS 2/12/18 Informational Memorandum dated 2/6/18 House Bill 2948 Senate Bill 6576 ��c 136 City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Public Safety Committee FROM: Rachel Bianchi, Communications and Government Relations Manager CC: Mayor Ekberg DATE: February 7, 2018 SUBJECT: Support for State Legislation to Raise the Population Threshold for when Cities Must Assume Maintenance and Operations Responsibilities for State Highways ISSUE House Bill 2948 and Senate Bill 6576 are companion bills that would raise the population threshold that triggers cities having responsibility over state highways that run through their jurisdictions. The Council is being asked if they would like to include support for these bills on the City's legislative agenda. BACKGROUND Currently cities with a population under 22,500 do not have responsibilities of maintenance and operations of state highways that run through their jurisdictions. These companion bills would raise that threshold to 35,000. The City of Tukwila has two state highways in its jurisdiction — West Valley Highway and Martin Luther King Jr. Way South. While the City is currently under the threshold of 22,500, future growth could exceed that number triggering the assumption of responsibilities for these roads and therefore impacting the City's budget. Raising the threshold to 35,000 would ensure the City would not need to assume these responsibilities for the foreseeable future. The Association of Washington Cities is supportive of the legislation. The Washington State Department of Transportation has significant concerns regarding the fiscal impact to the Department and will likely oppose the legislation. The City of Maple Valley reached out to Tukwila staff to seek support for this legislation. RECOMMENDATION: Staff is seeking Council consensus to support House Bill 2948 and Senate Bill 6576. ATTACHMENTS: House Bill 2948 Senate Bill 6576 137 138 H-4215.2 HOUSE BILL 2948 State of Washington 65th Legislature 2018 Regular Session By Representatives Graves, Sullivan, Haler, Hargrove, Pike, and Senn Read first time 01/29/18. Referred to Committee on Transportation. 1 AN ACT Relating to the responsibilities for state routes in 2 cities or towns; and amending RCW 47.24.020. 3 BE IT ENACTED BY THE LEGISLATURE OF THE STATE OF WASHINGTON: 4 Sec. 1. RCW 47.24.020 and 2007 c 84 s 1 are each amended to read 5 as follows: 6 The jurisdiction, control, and duty of the state and city or town 7 with respect to such streets is as follows: 8 (1) The department has no authority to change or establish any 9 grade of any such street without approval of the governing body of 10 such city or town, except with respect to limited access facilities 11 established by the commission; 12 (2) The city or town shall exercise full responsibility for and 13 control over any such street beyond the curbs and if no curb is 14 installed, beyond that portion of the highway used for highway 15 purposes. However, within incorporated cities and towns the title to 16 a state limited access highway vests in the state, and, 17 notwithstanding any other provision of this section, the department 18 shall exercise full jurisdiction, responsibility, and control to and 19 over such facility as provided in chapter 47.52 RCW; 20 (3) The department has authority to prohibit the suspension of 21 signs, banners, or decorations above the portion of such street p. 1 HB 2948 139 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 140 between the curbs or portion used for highway purposes up to a vertical height of twenty feet above the surface of the roadway; (4) The city or town shall at its own expense maintain all underground facilities in such streets, and has the right to construct such additional underground facilities as may be necessary in such streets. However, pavement trenching and restoration performed as part of installation of such facilities must meet or exceed requirements established by the department; (5) The city or town has the right to grant the privilege to open the surface of any such street, but all damage occasioned thereby shall promptly be repaired either by the city or town itself or at its direction. Pavement trenching and restoration performed under a privilege granted by the city under this subsection must meet or exceed requirements established by the department; (6) The city or town at its own expense illumination and shall clean all such streets, inlets and catch basins, and remove all snow, shall provide street including storm sewer except that the state shall when necessary plow the snow on the roadway. In cities and towns having a population of ((twcnty)) thirty-five thousand or less according to the latest determination of population by the office of financial management, the state, when necessary for public safety, shall assume, at its expense, responsibility for the stability of the slopes of cuts and fills and the embankments within the right-of-way to protect the roadway itself. When the population of a city or town first exceeds ((twenty)) thirty-five thousand according to the determination the city or determination of population by the office of financial management, town shall have three years from the date of to plan for additional staffing, budgetary, equipment requirements before being required to assume the and the responsibilities under this subsection. The state shall install, maintain, and operate all illuminating facilities on any limited access facility, together with its interchanges, located within the corporate limits of any city or town, and shall assume and pay the costs of all such installation, maintenance, and operation incurred after November 1, 1954; (7) The department has the right to use all storm sewers on such highways without cost; and if new storm sewer facilities are necessary in construction of new streets by the department, the cost of the facilities shall be borne by the state and/or city as may be p. 2 HB 2948 1 mutually agreed upon between the department and the governing body of 2 the city or town; 3 (8) Cities and towns have exclusive right to grant franchises not 4 in conflict with state laws and rules, over, beneath, and upon such 5 streets, but the department is authorized to enforce in an action 6 brought in the name of the state any condition of any franchise which 7 a city or town has granted on such street. No franchise for 8 transportation of passengers in motor vehicles may be granted on such 9 streets without the approval of the department, but the department 10 shall not refuse to approve such franchise unless another street 11 conveniently located and of strength of construction to sustain 12 travel of such vehicles is accessible; 13 (9) Every franchise or permit granted any person by a city or 14 town for use of any portion of such street by a public utility must 15 require the grantee or permittee to restore, repair, and replace any 16 portion of the street damaged or injured by it to conditions that 17 meet or exceed requirements established by the department; 18 (10) The city or town has the right to issue overload or 19 overwidth permits for vehicles to operate on such streets or roads 20 subject to regulations printed and distributed to the cities and 21 towns by the department; 22 (11) Cities and towns shall regulate and enforce all traffic and 23 parking restrictions on such streets, but all regulations adopted by 24 a city or town relating to speed, parking, and traffic control 25 devices on such streets not identical to state law relating thereto 26 are subject to the approval of the department before becoming 27 effective. All regulations pertaining to speed, parking, and traffic 28 control devices relating to such streets heretofore adopted by a city 29 or town not identical with state laws shall become null and void 30 unless approved by the department heretofore or within one year after 31 March 21, 1963; 32 (12) The department shall erect, control, and maintain at state 33 expense all route markers and directional signs, except street signs, 34 on such streets; 35 (13) The department shall install, operate, maintain, and control 36 at state expense all traffic control signals, signs, and traffic 37 control devices for the purpose of regulating both pedestrian and 38 motor vehicular traffic on, entering upon, or leaving state highways 39 in cities and towns having a population of ((twenty)) thirty-five 40 thousand or less according to the latest determination of population p. 3 HB 2948 141 1 by the office of financial management. Such cities and towns may 2 submit to the department a plan for traffic control signals, signs, 3 and traffic control devices desired by them, indicating the location, 4 nature of installation, or type thereof, or a proposed amendment to 5 such an existing plan or installation, and the department shall 6 consult with the cities or towns concerning the plan before 7 installing such signals, signs, or devices. Cities and towns having a 8 population in excess of ((twcnty)) thirty-five thousand according to 9 the latest determination of population by the office of financial 10 management shall install, maintain, operate, and control such 11 signals, signs, and devices at their own expense, subject to approval 12 of the department for the installation and type only. When the 13 population of a city or town first exceeds ((twenty)) thirty-five 14 thousand according to the determination of population by the office 15 of financial management, the city or town shall have three years from 16 the date of the determination to plan for additional staffing, 17 budgetary, and equipment requirements before being required to assume 18 the responsibilities under this subsection. For the purpose of this 19 subsection, striping, lane marking, and channelization are considered 20 traffic control devices; 21 (14) All revenue from parking meters placed on such streets 22 belongs to the city or town; 23 (15) Rights-of-way for such streets shall be acquired by either 24 the city or town or by the state as shall be mutually agreed upon. 25 Costs of acquiring rights-of-way may be at the sole expense of the 26 state or at the expense of the city or town or at the expense of the 27 state and the city or town as may be mutually agreed upon. Title to 28 all such rights-of-way so acquired shall vest in the city or town: 29 PROVIDED, That no vacation, sale, rental, or any other 30 nontransportation use of any unused portion of any such street may be 31 made by the city or town without the prior written approval of the 32 department; and all revenue derived from sale, vacation, rental, or 33 any nontransportation use of such rights-of-way shall be shared by 34 the city or town and the state in the same proportion as the purchase 35 costs were shared; 36 (16) If any city or town fails to perform any of its obligations 37 as set forth in this section or in any cooperative agreement entered 38 into with the department for the maintenance of a city or town street 39 forming part of the route of a state highway, the department may 40 notify the mayor of the city or town to perform the necessary p. 4 HE 2948 142 1 maintenance within thirty days. If the city or town within the thirty 2 days fails to perform the maintenance or fails to authorize the 3 department to perform the maintenance as provided by RCW 47.24.050, 4 the department may perform the maintenance, the cost of which is to 5 be deducted from any sums in the motor vehicle fund credited or to be 6 credited to the city or town. -- END -- p 5 HE 2948 143 144 S-4368.1 SENATE BILL 6576 State of Washington 65th Legislature 2018 Regular Session By Senators Mullet and Liias 1 AN ACT Relating to the responsibilities of state routes in cities 2 or towns; and amending RCW 47.24.020. 3 BE IT ENACTED BY THE LEGISLATURE OF THE STATE OF WASHINGTON: 4 Sec. 1. RCW 47.24.020 and 2007 c 84 s 1 are each amended to read 5 as follows: 6 The jurisdiction, control, and duty of the state and city or town 7 with respect to such streets is as follows: 8 (1) The department has no authority to change or establish any 9 grade of any such street without approval of the governing body of 10 such city or town, except with respect to limited access facilities 11 established by the commission; 12 (2) The city or town shall exercise full responsibility for and 13 control over any such street beyond the curbs and if no curb is 14 installed, beyond that portion of the highway used for highway 15 purposes. However, within incorporated cities and towns the title to 16 a state limited access highway vests in the state, and, 17 notwithstanding any other provision of this section, the department 18 shall exercise full jurisdiction, responsibility, and control to and 19 over such facility as provided in chapter 47.52 RCW; 20 (3) The department has authority to prohibit the suspension of 21 signs, banners, or decorations above the portion of such street p. 1 SB 6576 145 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 146 between the curbs or portion used for highway purposes up to a vertical height of twenty feet above the surface of the roadway; (4) The city or town shall at its own expense maintain all underground facilities in such streets, and has the right to construct such additional underground facilities as may be necessary in such streets. However, pavement trenching and restoration performed as part of installation of such facilities must meet or exceed requirements established by the department; (5) The city or town has the right to grant the privilege to open the surface of any such street, but all damage occasioned thereby shall promptly be repaired either by the city or town itself or at its direction. Pavement trenching and restoration performed under a privilege granted by the city under this subsection must meet or exceed requirements established by the department; (6) The city or town at its own expense shall provide street illumination and shall clean all such streets, including storm sewer inlets and catch basins, and remove all snow, except that the state shall when necessary plow the snow on the roadway. In cities and towns having a population of ((twenty)) thirty-five thousand or less according to the latest determination of population by the office of financial management, the state, when necessary for public safety, shall assume, at its expense, responsibility for the stability of the slopes of cuts and fills and the embankments within the right-of-way to protect the roadway itself. When the population of a city or town first exceeds ((twenty)) thirty-five thousand according to the determination of population by the office of financial management, the city or town shall have three years from the date of determination to plan for additional equipment requirements before being responsibilities under this subsection maintain, and operate all illuminating staffing, budgetary, required to assume the and the The state shall install, facilities on any limited access facility, together with its interchanges, located within the corporate limits of any city or town, and shall assume and pay the costs of all such installation, maintenance, and operation incurred after November 1, 1954; (7) The department has the right to use all storm sewers on such highways without cost; and if new storm sewer facilities are necessary in construction of new streets by the department, the cost of the facilities shall be borne by the state and/or city as may be p. 2 SB 6576 1 mutually agreed upon between the department and the governing body of 2 the city or town; 3 (8) Cities and towns have exclusive right to grant franchises not 4 in conflict with state laws and rules, over, beneath, and upon such 5 streets, but the department is authorized to enforce in an action 6 brought in the name of the state any condition of any franchise which 7 a city or town has granted on such street. No franchise for 8 transportation of passengers in motor vehicles may be granted on such 9 streets without the approval of the department, but the department 10 shall not refuse to approve such franchise unless another street 11 conveniently located and of strength of construction to sustain 12 travel of such vehicles is accessible; 13 (9) Every franchise or permit granted any person by a city or 14 town for use of any portion of such street by a public utility must 15 require the grantee or permittee to restore, repair, and replace any 16 portion of the street damaged or injured by it to conditions that 17 meet or exceed requirements established by the department; 18 (10) The city or town has the right to issue overload or 19 overwidth permits for vehicles to operate on such streets or roads 20 subject to regulations printed and distributed to the cities and 21 towns by the department; 22 (11) Cities and towns shall regulate and enforce all traffic and 23 parking restrictions on such streets, but all regulations adopted by 24 a city or town relating to speed, parking, and traffic control 25 devices on such streets not identical to state law relating thereto 26 are subject to the approval of the department before becoming 27 effective. All regulations pertaining to speed, parking, and traffic 28 control devices relating to such streets heretofore adopted by a city 29 or town not identical with state laws shall become null and void 30 unless approved by the department heretofore or within one year after 31 March 21, 1963; 32 (12) The department shall erect, control, and maintain at state 33 expense all route markers and directional signs, except street signs, 34 on such streets; 35 (13) The department shall install, operate, maintain, and control 36 at state expense all traffic control signals, signs, and traffic 37 control devices for the purpose of regulating both pedestrian and 38 motor vehicular traffic on, entering upon, or leaving state highways 39 in cities and towns having a population of ((twcnty)) thirty-five 40 thousand or less according to the latest determination of population p. 3 SE 6576 147 1 by the office of financial management. Such cities and towns may 2 submit to the department a plan for traffic control signals, signs, 3 and traffic control devices desired by them, indicating the location, 4 nature of installation, or type thereof, or a proposed amendment to 5 such an existing plan or installation, and the department shall 6 consult with the cities or towns concerning the plan before 7 installing such signals, signs, or devices. Cities and towns having a 8 population in excess of ((twcnty)) thirty-five thousand according to 9 the latest determination of population by the office of financial 10 management shall install, maintain, operate, and control such 11 signals, signs, and devices at their own expense, subject to approval 12 of the department for the installation and type only. When the 13 population of a city or town first exceeds ((twcnty)) thirty-five 14 thousand according to the determination of population by the office 15 of financial management, the city or town shall have three years from 16 the date of the determination to plan for additional staffing, 17 budgetary, and equipment requirements before being required to assume 18 the responsibilities under this subsection. For the purpose of this 19 subsection, striping, lane marking, and channelization are considered 20 traffic control devices; 21 (14) All revenue from parking meters placed on such streets 22 belongs to the city or town; 23 (15) Rights-of-way for such streets shall be acquired by either 24 the city or town or by the state as shall be mutually agreed upon. 25 Costs of acquiring rights-of-way may be at the sole expense of the 26 state or at the expense of the city or town or at the expense of the 27 state and the city or town as may be mutually agreed upon. Title to 28 all such rights-of-way so acquired shall vest in the city or town: 29 PROVIDED, That no vacation, sale, rental, or any other 30 nontransportation use of any unused portion of any such street may be 31 made by the city or town without the prior written approval of the 32 department; and all revenue derived from sale, vacation, rental, or 33 any nontransportation use of such rights-of-way shall be shared by 34 the city or town and the state in the same proportion as the purchase 35 costs were shared; 36 (16) If any city or town fails to perform any of its obligations 37 as set forth in this section or in any cooperative agreement entered 38 into with the department for the maintenance of a city or town street 39 forming part of the route of a state highway, the department may 40 notify the mayor of the city or town to perform the necessary p. 4 SB 6576 148 1 maintenance within thirty days. If the city or town within the thirty 2 days fails to perform the maintenance or fails to authorize the 3 department to perform the maintenance as provided by RCW 47.24.050, 4 the department may perform the maintenance, the cost of which is to 5 be deducted from any sums in the motor vehicle fund credited or to be 6 credited to the city or town. --- END --- p. 5 SB 6576 149 150 Upcoming Meetings & Events February 2018 12th (Monday) 13th (Tuesday) 14th (Wednesday) 15th (Thursday) 16th (Friday) 17th (Saturday) ➢ Transportation & Infpastrtiettwe Cmte., D Community Development & Neighborhoods Cmte., 5:30 PM (Hazelnut Conference Room) > Tukwila International Boulevard Action Cmte, 7:00 PM (Valley View Sewer Dist., 3460 S 148th) ➢ Park Commission, 5:30 PM (Community Center) Volunteer Appreciation / Fair 6:00 - 7:00 PM (Community Center Atrium) Join us for an evening celebrating volunteers and their impact in our community. For more information contact Shannon at 206-768-2822. ➢ Tukwila Cancelled ➢ City Council Special Mtg., 5:15 PM (Council Chambers) ➢ City Council Committee of the Whole Mtg., 7:00 PM (Council Chambers) historical Cancelled > Planning Commission, Public Hearing. 6:30 PM (Council Chambers) 19th (Monday) 20th (Tuesday) 21st (Wednesday) 22nd (Thursday) 23rd (Friday) 24th (Saturday) Presidents Day City offices & Community Center closed D Public Safety Cmte, 5:30 PM (Hazelnut Conference Room) > City Council Regular Mtg., 7:00 PM (Council Chambers) Duwamish Shoreline Work Party 2:00 PM — 5:00 PM Meet at the Green River Trail @ BECU Campus (12770 Gateway Drive) https://forterra.org/ Tukwila Intl. Blvd. Action Cmte's Trash Pickup Day 9:00 — 10:00 AM For location or information contact Sharon Mann 206-200-3616 event ➢ Arts Comic...._ Cancelled ➢ Finance Cmte, 5:30 PM (Hazelnut Conference Room) January 9 thru April 19: Free income Tuesday/Thursday: tax preparation assistance available at 5:00 — 8:00 PM, Saturday: 10:00 AM Visit www.uwkc.org/taxhelp or call 2-1-1. Tukwila Community Center — 2:00 PM ➢ Arts Commission: 3rd Wed., 5:00 PM, Tukwila Community Center. Contact Tracy Gallaway at 206-767-2305. >Community Development and Neighborhoods Committee: 2nd & 4th Tues., 5:30 PM, Hazelnut Conf. Room. Contact Laurel Humphrey at 206-433-8993. (A) 2018 lodging tax application from the City of Tukwila in the amount of $65,164.00. (B) Golf and Recreation fleet purchases. (C) Ordinances (2) revising tree regulations and Zoning Code definitions. (D) 2017-2018 Community Development and Neighborhoods Committee Work Plan mid -biennium update. ➢Equity & Social Justice Commission: 1st Thurs., 5:15 PM, Hazelnut Conf. Room. Contact Mia Navarro at 206-454-7564. Finance Committee: 1st & 3rd Tues., 5:30 PM, Hazelnut Conf. Room. Contact Laurel Humphrey at 206-433-8993. > Library Advisory Board: 1st Tues., 7:00 PM, Community Center. Contact Shannon Fisher at 206-767-2312. ➢ Park Commission: 2nd Wed., 5:30 PM, Community Center. Contact Robert Eaton at 206-767-2332. ➢ Planning Commission/Board of Architectural Review: 4th Thurs., 6:30 PM, Council Chambers at City Hall. Contact Wynetta Bivens at 206-431-3670. ➢Public Safety Committee: 1st & 3rd Mon., 5:30 PM, Hazelnut Conf. Room. Contact Laurel Humphrey at 206-433-8993. >Tukwila Int'l. Blvd. Action Cmte: 2nd Tues., 7:00 PM, Valley View Sewer District. Contact Chief Linton at 206-433-1815. >Transportation and Infrastructure Committee: 2nd & 4th Mon., 5:30 PM, Foster Conf. Room. Contact Laurel Humphrey at 206-433-8993. Meeting Cancelled 151 Tentative Agenda Schedule MONTH MEETING 1 - REGULAR MEETING 2 - C.O.W. MEETING 3 - REGULAR MEETING 4 - C.O.W. February 5 12 See agenda packet cover sheet for this week's agenda: February 12, 2018 Committee of the Whole Meeting. 20 (Tuesday) Unfinished Business: 26 Special Presentations: -An ordinance relating to the speed limit for Type 1, Type 2, and Type 3 trucks, as defined by the American Association of State Highway Officials (AASHTO) on a portion of 42nd Avenue South. -An Interlocal Agreement with the South County Area Transportation Board (SCATBd). New Business: -2018 Tukwila GreenWorks Award for Business Recycler of the Year: Wilder Environmental Consulting. -Think Green scholarship awards to Foster High School students. -Police Department Awards: Life saving medal awarded to Officer Patrick Hisa and Officer Isaiah Harris. A resolution recognizing Joan Hernandez for her service to the City of Tukwila's Equity and Social Justice Commission. March 5 Public Hearing: 12 19 Proclamation: 26 Highline Water District Pump Station #8 Project. Unfinished Business: A proclamation welcoming the Seattle Seawolves Rugby Taa Club to ukw Tukwila. Approve Unclassified Use Permit L17-0065 and Design Review under File No. L17-0066 for a new water pump station in the Highline Water District, commonly known as the Highline Water District Pump Station #8 project. 152