Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Reg 2018-12-03 COMPLETE AGENDA PACKET
0"A Tukwila City Council Agenda • REGULAR MEETING 4\ )o Allan Ekberg, Mayor Councilmembers: •:• Dennis Robertson •:• Kathy Hougardy ZQ05 David Cline, City Administrator ❖ De'Sean Quinn ;• Kate Kruller Verna Seal, Council President Thomas McLeod •:• Zak Idan Monday, December 3, 2018; 7:00 PM • Ord #2594 • Res #1953 1. CALL TO ORDER / PLEDGE OF ALLEGIANCE / ROLL CALL 2. SPECIAL Waste Management's"Think Green" community donations. Pg.1 PRESENTATION Hannah Scholes, Education and Outreach Manager, Waste Management. 3. PUBLIC At this time, you are invited to comment on items not included on this agenda COMMENTS (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.) 4. CONSENT a. Approval of Minutes: 11/19/18 (Regular Mtg.) AGENDA b. Approval of Vouchers c. Authorize the Mayor to sign a contract with R.L. Evans for 2019 broker Pg.7 services in the amount of $52,750.00. [Reviewed and forwarded to Consent by the Finance Committee on 11/20/18.] d. An ordinance to change the billing and collecting of storm and surface Pg.21 water service charges pursuant to the designation of King County as the City of Tukwila's agent for billing and collecting. [Reviewed and forwarded to Consent by the Finance Committee on 11/20/18.] e. Authorize the Mayor to sign a contract with TranTech Engineering, LLC, Pg.33 for design engineering services for the Boeing Access Road Over Airport Way Seismic Retrofit project, in the amount of s315,112.00. [Reviewed and forwarded to Consent by the Transportation and Infrastructure Committee on 11/26/18.] f. Authorize the Mayor to sign a grant agreement with the Washington Pg.123 State Department of Ecology for the East Marginal Way South Stormwater Outfalls Project, in the amount of $1,475,000.00. (Grant award S1,106,250.00/City match $368,750.00) [Reviewed and forwarded to Consent by the Transportation and Infrastructure Committee on 11/26/18.] g. Authorize the Mayor to sign Amendment No. 6 to contract #14-010 Pg.135 with KPG, Inc., for final design and construction management for the East Marginal Way South Stormwater Outfalls Project, in the amount of $263,508.00. [Reviewed and forwarded to Consent by the Transportation and Infrastructure Committee on 11/26/18.] h. Authorize the Mayor to sign a contract with Reid Middleton, Inc., for Pg.155 structural plan review services, in the amount of$200,000.00. [Reviewed and forwarded to Consent by the Community Development and Neighborhoods Committee on 11/27/18.] (continued...) REGULAR MEETING December 3, 2018 Page 2 4. CONSENT i. Authorize the Mayor to sign a contract with 4LEAF, Inc., for inspection Pg.169 AGENDA services, in the amount of S200,000.00. [Reviewed and forwarded to (cont.) Consent by the Community Development and Neighborhoods Committee on 11/27/18.] j. Authorize the Mayor to sign an amendment to agreement #18-210 with Pg.181 King County for the Veterans, Seniors and Human Services levy grant. [Reviewed and forwarded to Consent by the Community Development and Neighborhoods Committee on 11/27/18.] 5. UNFINISHED a. An ordinance renewing a six-month moratorium within the Tukwila Pg.211 BUSINESS International Boulevard study area in the City of Tukwila on the development of certain uses such as hotels, motels, extended-stay facilities, or auto-oriented uses. b. An ordinance amending Ordinance No. 2515, which adopted the City Pg.223 of Tukwila's biennial budget for the 2017-2018 biennium, to adopt an amended year-end budget. c. Budget legislation: Pg.233 (1) An ordinance adopting the biennial budget of the City of Tukwila Pg.237 for the 2019-2020 biennium. (2) A resolution adopting the 2019-2024 Financial Planning Model and Pg.241 the Capital Improvement Program for General Government and the City's Enterprise funds. 6. NEW BUSINESS 7. REPORTS a. Mayor b. City Council c. Staff - City Administrator Report and Pg.245 Monthly Public Safety Plan update d. City Attorney e. Council Analyst 8. MISCELLANEOUS 9. EXECUTIVE SESSION 10. ADJOURNMENT Tukwila City Hall is ADA accessible. Reasonable accommodations are available at public hearings with advance notice to the City Clerk's Office (206-433-1800 or TukwilaCityClerk©TukwilaWA.gov). This agenda is available at wwvv.tukwilawa.gov, and in alternate formats with advance notice for those with disabilities. Tukwila Council meetings are audio/video taped (available at www.tukwilawa.cmv) 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 an 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. Recycling in Tukwila . . ......„...„„..,...,„,„.. „„...... . _ _ ..„ .„:„...... ...„, ... „ , .....„.,...„ .„. ..,....... . . „ . . „. „.„.„ ...„_ __ :___ . .. Current events, and Y y reoutreach efforts . Q r, Hannah scholes _, Manager, Education Et Outreach Waste Management PNW /7, --_--,,_,_:_:-:_k___-__:--__--_---_:--___:-_-__ -_-- __----_---- MAN lodorm 11:::::::77:„ WASTE @1 ANAGEMENT Let ' s take a look at recycling i n 2018 16k Shifting global markets are causing a recycling re-set New restrictions on Chinese markets including * Ban on the import of 24 materials mixed papers and plastics • 0. 5% contamination Limit i* Limited markets cause increases n cost of processing and selling materials 'A i die di id ii eddid4 ifitli * :A. TE „:....- 44-tkiNde-N'" OR! -' ECY NGA fi 0 --'' 44- -' dide4iNiNN? - 7--- - d edrj dee?de did7d deeddedNedd~ dimedN de Recycling Basics 0 TO \ Ct I VVN‘ THINK GREEN? Education s more important than ever ! Here ' s wha t we ' ve been: up to in Tukwila 11116- Multi-Lingual Outreach and Mu Technical Assistance Provi g customer1 education a t muLtifam iL y p roper ties, [ c I businesses, and communIty events ilt „, :---.--- .141_ ink -'- ----A,:;:- z,• r , ,,, pi - * .-A,----,,y- --.------ - ,-1-,5,- ,.`, 41.4 el - ":54-"; Y. a 1.------_ . ---'-. J . -:---- 4, Ilk tt- - - -, — -- la ,-,•-,.* --------- - ' r-L---—- --- - _ --t A,, - , 111111.. ...re wArtlailbam... - -.-- : - THINK GREEN? WA 1116- Multi -lingual Outreach and Technical Assistance cling t is �i b3 Tukwila � � � - Foundation �... \,..,_,_ -!::,-.1ii // � � r," i , I ` o -"---1- I _ifio _ - �a -a a .a..<- ems: THINK GREEN? COUNCIL AGENDA SYNOPSIS ITEM No. Meeting Date Prepared by Major'J review Courted review ) 12/03/18 RB Cr Li-/ 4C. ITEM INFORMATION STAFF SPONSOR:RACHEL BIANCHI ORIGINAL AGENDA DATE: 12/03/18 AGENDA I I EM TITLE A contract with R.L. Evans CATEGORY E Discussion Motion E Resolution E Ordinance 0 Bid Award El Public clearing Ei Other Mtg Date Mtg Date 12/3/18 Mtg Date Aftg Date Mtg Date Mtg Date Altg Date SPONSOR ECouncti EMayor 0 HR EDCD ElFinani.e EjFire E TS OP&R EPolza E:ipir EiCourt SPONSOR'S Execute a contract with R.L. Evans in the amount of$52,750 for 2019 brokerage services SUMMARY regarding the active employee and retiree healthcare plans. The Council is being asked to approve the contract with R.L. Evans and consider this item on the December 3, 2018 Regular Meeting Consent Agenda. REVIEWED BY Ej C.O.W. Mtg. 0 CDN Comm Irl Finance Comm. El Public Safety Comm. 0 Trans&Infrastructure 0 Arts Comm. 0 Parks Comm. 0 Planning Comm. DATE: 11/20/18 COMMITTEE CHAIR: QUINN RECOMMENDATIONS: SPONSOR/ADMIN. Human Resources Department CommErru, COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $52,750 $ $ Fund Source: Comments: MTG. DATE RECORD OF COUNCIL ACTION 12/3/18 MTG, DATE ATTACHMENTS 12/3/18 Informational Memorandum dated 11/14/18 R. L. Evans Contract, Exhibit A Scope of Services & Exhibit B Method of Payment Minutes from the Finance &Safety Committee meeting of 11/20/18 7 8 Ns. 1%..z. City of Tukwila ?)- Allan Ekberg, Mayor 906 INFOR ATIONAL E ORANDU TO: Finance Committee FROM: Rachel Bianchi, Deputy City Administrator BY: Erika Eddins, Human Resources Analyst CC: Mayor Ekberg DATE: November 14, 2018 SUBJECT: Healthcare Broker Services Contract for R.L. Evans, Broker of Record ISSUE Execute a contract with RI. Evans in the amount of$52,750 for healthcare brokerage services regarding the active employee and LEOFF 1 retiree health plans in 2019. BACKGROUND The City of Tukwila's self-funded health insurance program was started in 1990. RI. Evans has been the City's broker since that time, helping the City to understand and manage the costs of both the retiree and active employee health insurance plans. RI. Evans also assist the City in negotiating competitive prices on Life, Long-term Disability, and Stop-Loss Insurance and providing customer service with complex plan administration and compliance. DISCUSSION The past four contracts with the broker have offered one-year terms with an annual $1,250 increase. The proposal provided for this renewal offers two options, a one-year agreement at $52,750 (an increase of$1,500); or a three-year agreement with a $250 a year discount as follows: annual fee of$52,500 in 2019, $53,750 in 2020, and $55,000 in 2021. The small increase for the one-year term reflects a service change from the broker for taking on a new partnership with a third-party benefit provider. That relationship allows for the broker to pass on potential insurance discounts to the City, as well as increased customer service to us in plan administration and compliance. With the transition occurring in the Human Resources department and time needed to evaluate the service provided by the broker, renewing the contract at the one-year proposal allows for future flexibility. FINANCIAL IMPACT A one-year guarantee for 2019 provides for a $1,500 increase over the 2018 fee for an overall contract expense of$52,750. It is expected that any fees and commissions collected in 2018 will offset against the fees that occur in 2019. The contract expense is within 2019 budgeted amounts. RECOMMENDATION The Committee is being asked to approve a one-year contract with R.L. Evans for Healthcare Broker Services and forward this item to the subsequent December 3, 2018 Regular meeting Consent agenda. ATTACHMENTS R.L. Evans Contract with Exhibits A and B: Scope of Services and Method of Payment 9 10 :04 City of Tukwila Contract Number: 0413.1 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES This Agreement is entered into by and between the City of Tukwila, Washington, a non-charter optional municipal code city hereinafter referred to as "the City," and R.L. Evans Company, Inc. hereinafter referred to as "the Contractor," whose principal office is located at 3535 Factoria Blvd. SE Suite 120, Bellevue, WA 98006. WHEREAS, the City has determined the need to have certain services performed for its citizens but does not have the manpower or expertise to perform such services; and WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms and conditions; now, therefore, IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties hereto agree as follows: 1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $52,750.00 per year at a rate of$4,395.83 per month. 3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing January 1, 2019, and ending December 31, 2019, unless sooner terminated under the provisions hereinafter specified. 5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the Contractor, or any employee of the Contractor. CA Revised December 2016 Page 1 of 7 1 1 6. Indemnification. The Contractor shall defend, indemnify and hold the Public FnUh/, its officers, officie|s, employees and volunteers harmless from any and all c|aims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the Public Entity. Should a court of competent jurisdiction determine that this Agreement ia subject Lo RCVV4,24.115. then, in the event of liability for damages arising out of bodily injury to persons or damages toproperty caused by or resulting from the concurrent negligence of the Contractor and the Public Entity, its officero, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence, It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 R<3VV, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement, 7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance against o|oinns for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the C8ntngctor, their aQerts, representatives, employees orsubcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed tp limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance. Contractor shall obtain insurance 0f the types and with the limits described below: 1. Automobile Liability insurance with g nliOinOU[n combined single limit for bodily injury and property damage of $1.000.000 per accident. Automobile liability insurance shall cover all oxvned, non-ovvned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (|S[))form CA0001 QrG substitute form providing equivalent liability coverage. |f necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Cornnnarcio| General Liability insurance with limits no less than $1.000.000 each occurrence, $2.00D,OOO general aggregate snd $2.ODO.00Oproducts-comp|etedopermUons aggregate limit. Commercial General Liability insurance shall be as least at broad as |S[) occurrence form [:G OO 01 and shall cover liability arising from premises, operationo, independent oontractono, prod ucta-oonnp|etedoperations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Conlnnenzia| General Liability insurance shall be endorsed toprovide a per project genero| eggnegate |irnitUsing |8C} fornn C(S ?5O3O5OSoran equivalent'endorsement. There shall beno exclusion for liability arising from eXp|ooion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Connnlen:|a| General Liability insurance policy with respect tothe Vvo[h performed for the City using |8{} Additional Insured endorsement CG2O1O10O1 and Additional Insured-Completed {] eraUoOoendornementCB2O371OO1 or substitute endorsements providing at least as broad coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General Liability insurance policies are to coOtoiM, or be endorsed to contain that they shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. CA Revised December 20lG Page 2of7 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. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. F. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. 8. Record Keeping and Reporting. A. The Contractor shall maintain accounts and records, including personnel, property, financial and programmatic records which sufficiently and properly reflect all direct and indirect costs of any nature expended and services performed in the performance of this Agreement and other such records as may be deemed necessary by the City to ensure the performance of this Agreement. B. These records shall be maintained for a period of seven (7) years after termination hereof unless permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter 40.14 and by the City. 9. Audits and Inspections. The records and documents with respect to all matters covered by this Agreement shall be subject at all times to inspection, review or audit by law during the performance of this Agreement. 10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty (30) days written notice of the City's intention to terminate the same. Failure to provide products on schedule may result in contract termination. If the Contractor's insurance coverage is canceled for any reason, the City shall have the right to terminate this Agreement immediately. 11. Discrimination Prohibited. The 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, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the services contemplated by this Agreement without the written consent of the City. "Provided, the City hereby grants consent to the Contractor to assign or subcontract some of the services provided under this Agreement to ALLIANT INSURANCE SERVICES." CA Revised December 2016 Page 3 of 7 1 3 13. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. 14. 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. 15. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk, City of Tukwila 6200 Southcenter Blvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 16. Applicable Law; Venue; Attorney's Fees. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. DATED this day of , 20 . CITY OF TUKWILA CONTRACTOR By: Allan Ekberg, Mayor Douglas Evans, President, R.L. Evans Co., Inc. ATTEST/AUTHENTICATED: Address: 3535 Factoria Blvd., Suite 120 Bellevue, WA 98006 City Clerk, Christy O'Flaherty APPROVED AS TO FORM: Office of the City Attorney CA Revised December 2016 Page 4 of 7 14 EXHIBIT A. SCOPE OF SERVICES For Active and Retiree Plans The Scope of Services for this contract includes the following coverages or programs: N1edicm|/Rx Individual/Aggregate Stop Loss Dental Third Party Administrative (TPA) Services Vision Group Life @A[}fkO and Dependent Life Long Term Disability (LTD) HMO (Kaiser pernnanente) The following are representative of the basic services the BROKER will provide with respect to the C|TY'S benefit plans: 1. Current Plan Review • Review in-force contracts, plana, benefit design w Review funding agreements * Review claims data and plan benefit design w Assist with naneVva| contract negotiations 2. Bidding the In-Force Lines ofCoverage * Prepare bid specifications for underwriters w Research insurance markets onC|T\''8 (Plan |Sponmor'e) behalf * Analyze proposals and make recommendations 3. Plan Administration * Evaluate current/prospective TPA's * Assist with billing and eligibility p[Vb|enlS w Assist with plan installation * Monitor TPA for compliance with contract terms 4. Benefit Communication * Plan and organize employee meetings * Develop benefit summaries * Assist with preparation of Summary Plan Descriptions 5. Assist the City (Plan Sponsor) to Comply with Federal Laws Impacting Benefit Plans * COBRA compliance * PPAC/\compliance * TEFFf/\ compliance * H|PAAoornp|ionce' CA Revised December 2U18 Page 5of7 O. Other Services • Act as an advocate of the participants and CITY in resolving difficult claims and administrative problems ° Meet, at least quarterly with Health Care Committee, and as desired, with City representatives Lodiscuss claims experiance, administration services, cost containment ideeo, benefit design, new programs and other employee benefit plan issues and problems. * Assist in providing detailed annual financial accountings w Review and analyze claims data and make recommendations * Review industry trends and advise the City ofTukwila ° Assist the CITY in strategic benefit planning w Other special projects agreedtobetvveentheC|T\' andBRC}KER CA Revised December 2018 Page Gof7 EXHIBIT B. METHOD OF PAYMENT ACTIVE (4024) and RETIREE (5024) PLANS The Broker Commission Fee payable to R.L. Evans is $4,395.83 per month. This contract is not to exceed $52,750.00 in a year. The fee is reduced by any standard agent fees or commissions that R.L. Evans receives during the year and will provide a full accounting at year-end. CA Revised December 2016 Page 7 of 7 17 18 **KA 4.er 0 1" City of Tukwila yo-9 City Council Finance Committee 1908 FINANCE COMMITTEE Meeting Minutes November 20, 2018-5:30 p.m. -Hazelnut Conference Room, City Hall Councilmembers: Verna Seal,Acting Chair; Dennis Robertson, Kate Kruller Staff: David Cline, Peggy McCarthy, Vicky Carlsen, Richard Takechi, Bruce Linton, Chris Flores, Gail Labanara, Jeff Friend, Erika Eddins, Laurel Humphrey CALL TO ORDER: Acting Chair Seal called the meeting to order at 5:30 p.m. I. PRESENTATIONS II. BUSINESS AGENDA A. 2018 3rd Quarter Financial Report Staff presented the Committee with the City's 2018 3rd Quarter Financial Report which captures the general state of financial affairs and highlights significant items and trends. The General Fund is on track to end the year with revenues covering expenditures and no draw down of fund balance. Revenue of$44.3 million was $162K less than budget but exceeded the same period in the prior year by almost $2 million. Actual departmental expenditures came in $1.3 million less than budget. Councilmembers asked clarifying questions about the report. Councilmember Seal asked if the Council's direction on constructing a crosswalk near the Islamic Center would be reflected in a budget amendment for 2018 or 2019. Staff replied that it would be an amendment to the proposed 2019-2020 budget. When the Council makes final decisions on the proposed budget the amendments will be incorporated into the published budget. FORWARD TO NOVEMBER 26, 2018 COMMITTEE OF THE WHOLE. B. Contract: Health Care Broker Services Staff is seeking Council approval of a contract with R.L. Evans in the amount of $52,750 for healthcare brokerage services for active employee and LEOFF 1 retiree plans in 2019. R.L. Evans has been the City's broker since the inception of the self-funded health insurance program in 1990 and helps the City to manage costs and negotiate prices. Staff continues to be satisfied with the value and the quality of service provided by R.L. Evans and would like to renew the service through 2019. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3,2018 REGULAR CONSENT AGENDA. 19 20 Co UNCIL AGENDA SYNOPSIS /A •4• Initia/j ITEMN©. OMeeting Date Prepared by Mayor's review Cork/review 4. 012/03/18 PMc 4. D . 190ar'` ITEM INFORMATION ST,\pr SPONSOR:PEGGY MCCARTHY ORIGINAL AGENDA DATE: 12/3/18 AGENDA ITEM TITLEApprove ordinance revising TMC 14.32 for transition of surface water billing to King County C\'FEGORY ❑ Discussion ❑Motion ❑ Resolution 1 Ordinance E Bid Award E Public Hearing E Other Mtg Date AN Date Altg Date Altg Dale 12/3/18 illt5 Date ,VItg Dale Altg Date SPONSOR ❑Council ❑Mayor ❑.HR EDCD V Finance [:Fire ITS ❑P&R [Police [PWW [Court SPONSOR'S Per Council's approval on September 17 to transfer the surface water billing to King SUMM1RY County, approve revisions to TMC 14.32 to align with new surface water billing policy and procedures. REVIEWED BY E C.O.W. Mtg. ❑ CDN Comm ►1 Finance Comm. ❑ Public Safety Comm. ❑ Trans &Infrastructure ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm. DATE: 11/20/18 COMMITTEE CHAIR: QUINN RECOMMENDATIONS: SPONSOR/ADMIN. Finance Department COMMI'ITI?E Unanimous approval; forward to Regular Meeting Consent COST IMPACT / FUND SOURCE EYPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED Fund Source: Comments: MTG. DATE RECORD OF COUNCIL ACTION MTG. DATE ATTACHMENTS 12/3/18 Informational Memorandum dated 11/14/18 Draft Ordinance Minutes from the Finance Committee meeting on 11/20/18 21 22 ( ' 1‘;'.1, 44/ City of Tukwila 4--- 0 -x- 94 Allan Ekberg, Mayor 0 ..s..7:11 2 906 INFOR ATIONAL E ORA DU TO: Finance Committee FROM: Peggy McCarthy, Finance Director BY: Richard Takechi, Fiscal Specialist CC: Mayor Ekberg DATE: November 14, 2018 SUBJECT: Revise Tukwila Municipal Code Chapter 14.32, Storm and Surface Water Rates and Charges, for transition of billing and collection responsibilities to King County, effective January 1, 2019 ISSUE Approve updates to the Tukwila Municipal Code (TMC), Chapter 14.32, Storm and Surface Water Rates and Charges, for changes in billing and collection processes resulting from the transition of these responsibilities to King County, effective January 1, 2019. BACKGROUND On September 17, 2018, the City Council authorized the Mayor to sign an interagency agreement with King County whereby King County would become the City's billing and collection agent for City-provided storm and surface water services, effective on January 1, 2019. Certain changes to the TMC Chapter 14.32, Storm and Surface Water Rates and Charges, are required to conform the code to the new billing process. Changes have been made to section 14.32.060, Billing and Collecting, and to section 14.32.040, Special Rates, accordingly. DISCUSSION The proposed code changes for billing process and special rates are necessary to align it with the interagency agreement with King County. RECOMMENDATION The Finance Committee is being asked to approve the proposed changes to the TMC Chapter 14.32 and forward this item to the December 3, 2018 Regular meeting Consent agenda. ATTACHMENTS Draft Ordinance 23 24 Fri [TR Ti]„A AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, AMENDING ORDINANCE NOS. 2104 §2 AND §3 AND 1932 §1 (PART), AS CODIFIED AT TUKWILA MUNICIPAL CODE SECTIONS 14.32.040, 14.32.050, 14.32.060, AND 14.32.070, TO CHANGE THE BILLING AND COLLECTING OF STORM AND SURFACE WATER SERVICE CHARGES PURSUANT TO THE DESIGNATION OF KING COUNTY AS THE CITY OF TUKWILA'S AGENT FOR BILLING AND COLLECTING; PROVIDING FOR SEVERABILITY; AND ESTABLISHING AN EFFECTIVE DATE. WHEREAS, the City of Tukwila's Finance Department is responsible for billing and collecting all storm and surface water service charges and maintaining the storm and surface water account data, which includes ownership changes; mailing/site address and contact information changes; changes in rate classifications; and area changes due to short plats, consolidations and boundary line adjustments; and WHEREAS, the number of surface water accounts on August 31, 2018 totaled 5,286; and WHEREAS, the Mayor's Office and the Public Works Department, in addition to the Finance Department, field questions and complaints from the public regarding the bills and the Surface Water Utility in general; and WHEREAS, the entire process of billing, receipting and maintaining the customer accounts and interacting with the public takes significant resources and time for the City; and WHEREAS, transferring the billing and receipting to King County will allow City personnel to devote time and resources to other duties; W:Word Processing\Ordinances\SSW Billing transferred to King County-TMC 14.32 strike-through 11-6-18 PM:bjs Page 1 of 5 25 NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY ORDAINS AS FOLLOWS: Section 1. TMC Section 14.32.040 Amended. Ordinance Nos. 2104 §2 and 1932 §1 (part), as codified at TMC Section 14.32.040, "Special Rates," are hereby amended to read as follows: 14.32.040 Special Rates person totally and permanently disabled and who is paying directly for such separately billed surface water service either as owner, purchaser or renter and whose individual disposable income, if a single person, or whose combined disposable income, if a married • 0 • • ts are • • • • • • • • • • • • in financial condition that would disqualify the person for special rates. The Finance I bas's if deemed nece-sary. In addition, the one parcel owned by an applicant may receive a low income, senior citizen or disabled charge applicable to each single family residential parcel. The charge for a residential parcel that is owned by and is the personal residence of a person or persons determined by the King County Assessor as qualified for a low income senior citizen rate adjustment or a low income disabled citizen rate adjustment pursuant to ROW 84.36.381, or as the same may hereafter be amended, shall be 50% of the residential rate set forth in TMC Section 14.32.030. Section 2. TMC Section 14.32.050 Amended. Ordinance No. 1932 §1 (part), as codified at TMC Section 14.32.050, "Service Charge Adjustments," is hereby amended to read as follows: 14.32.050 Service Charge Adjustments A. Any person receiving a utility service charge may apply in writing to the uti-l-ityDirector of Public Works of the City of Tukwila for a service charge adjustment. Filing such a request does not extend the period for payment of the charge. Requests for adjustments on delinquent accounts will not be acted upon until paid in full. B. A request for a billing adjustment may be based on one or more of the following: 1. The total area of the non-single-family residential parcel is incorrect; W:Word Processing\Ordinances\SSW Billing transferred to King County-TMC 14.32 strike-through 11-6-18 PM:bjs Page 2 of 5 26 2. The percent of developed surface on the non-single-family residential parcel(s) for the billing year for which the service charge is imposed is incorrect and the actual percent of developed surface on the parcel places it in a rate category different than that used for calculation of the service charge; 3. The parcel or portion of it is outside the City and the service charge is calculated on that portion outside the City; 4. The service charge calculated is erroneous in applying the terms of this chapter. C. Application for adjustments may be made to the utilityDirector of Public Works of the City of Tukwila. The burden of proof shall be on the applicant to show that the rate adjustment sought should be granted. All decisions of the Director of Public Works shall be final. D. Applications for service charge adjustments shall be filed within 90 days of the billing date. E. The Director of Public Works of the City of Tukwila shall establish processes and procedures for reviewing requests for adjustments. Section 3. TMC Section 14.32.060 Amended. Ordinance Nos. 2104 §3 and 1932 §1 (part), as codified at TMC Section 14.32.060, "Billing and Collecting," are hereby amended to read as follows: 14.32.060 Billing and Collecting A. Pursuant to an interagency agreement, King County is designated as the City's agent for the purpose of billing and collecting storm and surface water service charges from City property owners and disbursing funds to the City. A copy of the interagency agreement shall be available in the office of the City Clerk for use and examination by the public. All parcels subject to a service charge shall be billed twice a year annually based upon the rate category and acreage applicable to such parcels as of November 1 August 1 of the year prior to the billing year. B. Each bill shall be equal to one half of the total annual service charge applicable to the parcel. C. . . lk B. For all parcels, except those owned by the City, condominium complexes or the Washington State Department of Transportation for public highways, roads and rights-of- way, the service charge shall be included on the annual King County Property Tax Statement, which shall be sent in the manner established by state law and county ordinance. One-half of the total annual service charge applicable to the parcel shall be due on April 30 and the other half shall be due on October 31, consistent with the due date of the King County Property Tax bill. Any payment not received by the due date shall be considered delinquent. W:Word Processing\Ordinances\SSW Billing transferred to King County-TMC 14.32 strike-through 11-6-18 PM:bjs Page 3 of 5 27 C. For parcels owned by the City; condominium complexes; or those of the Washington State Department of Transportation for public highways, roads and rights-of- way, bills shall be sent to the property owners by the City in January of each year and shall be due in full within 60 days of the date of the bill. After that period the bill shall be considered delinquent. D. Property owners shall be responsible for all bills not paid. The City may pursue collection of any delinquent bills outstanding on January 1, 2019. King County, as the City's agent, shall pursue collection of any bills that become delinquent after January 1, 2019. E. The service charge or any part thereof which becomes delinquent shall bear interest as provided in RCW 35.67.200 at the rate of 8% per annum, or such rate as may hereafter be authorized by law, computed on a monthly basis from the date of delinquency until paid. GF. The City shall have a lien for all delinquent and unpaid service charges, including interest thereon, against any parcel for which the service charges are delinquent, as provided by RCW 35.67.200. The current charges imposed by the King County Records and Elections Division shall be charged to all liened parcels to recover the cost of placing and removing the lien on the parcel. Pursuant to RCW 35.67.215, the lien is effective for up to one year's delinquent service charges without the necessity of any writing or recording of the lien with the King County Records and Elections Division. In the case of foreclosure actions to collect delinquencies, the City shall seek also to collect reimbursement of reasonable costs of collection including, but not limited to, attorney's fees, staff time and filing fees. Section 4. TMC Section 14.32.070 Amended. Ordinance No. 1932 §1 (part), as codified at TMC Section 14.32.070, "Service Charge Revenues," is hereby amended to read as follows: 14.32.070 Service Charge Revenues All moneys obtained by the City pursuant to TMC Chapter 14.32 shall be credited and deposited in the storm and surface water management utility fund created by TMC Chapter 14.28. Moneys so obtained shall be spent for the purposes allowed in that chapter. Section 5. 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. W:Word Processing\Ordinances\SSW Billing transferred to King County-TMC 14.32 strike-through 11-6-18 PM:bjs Page 4 of 5 28 Section 6. 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. Section 7. 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 January 1, 2019. 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 Allan Ekberg, Mayor APPROVED AS TO FORM BY: Filed with the City Clerk: Passed by the City Council: Published: Effective Date: Rachel B. Turpin, City Attorney Ordinance Number: W.Word Processing\Ordinances\SSW Billing transferred to King County-TMC 14.32 strike-through 11-6-18 PM bis Page 5 of 5 29 30 Finance Committee Minutes November 20,2018 C. Ordinance: 2018 Budget Amendment Staff is seeking Council approval of an ordinance to amend the 2017-2018 Biennial Budget. Staff provided an overview of the changes, categorized as existing service levels, revenue backed, carryovers,initiatives,and Public Safety Plan.These types of budget amendments are not legally required but staff policy is to implement them for greater transparency and record-keeping. UNANIMOUS APPROVAL. FORWARD TO NOVEMBER 26, 2018 COMMITTEE OF THE WHOLE. D. Ordinance: Storm and Surface Water Billing Staff is seeking Council approval of an ordinance that would amend Tukwila Municipal Code Chapter 14.32, Storm and Surface Water Rates and Charges, for changes in billing and collection processes resulting from the transition to King County effective January 1,2019.The City Council authorized the interagency agreement with King County on September 17, 2018. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3, 2018 REGULAR CONSENT AGENDA. III. MISCELLANEOUS Adjourned at 6:22 p.m. Committee Chair Approval Minutes by LH 31 32 oiLA ,i,) 0C30.0. U.N.0..1.L,ii„ GclIENDL,,,A SYNOPSIS ITEM No. IM2e/ding Date Prepared by Mayor's review Council review 4. E. 19.13 ITEM INFORMATION STAFF SPONSOR: HENRY HASH ORIGINAL AGENDA DATE: 12/03/18 AGENDA ITEM TITLE Boeing Access Road Bridge over Airport Way Seismic Retrofit Project Design Consultant Agreement with TranTech Engineering, LLC. CATEGORY El Discussion 0141 Motion [I] Resolution El Ordinance [1]Bid Award E] Public Hearing E] Other Mtg Date Mtg Date 12/03/18 Mtg Date Mtg Date Meg Date Mtg Date At Date SPONSOR El Council OlViciyor DEM EDCD OFinance ElFire OTS OP&R EIPolice DPW' El Court SPONSOR'S Council is being asked to approve the design contract with TranTech Engineering for the SUMMARY Boeing Access Road Bridge over Airport Way Seismic Retrofit Project. The Airport Way Bridge is the only remaining structure on the Boeing Access Road corridor that has not been seismically upgraded and the project is funded with a Federal bridge grant.TranTech was selected from six consulting firms. Council is being asked to approve the TranTech Engineering consultant design agreement for$315,112.00. REVIEWED BY El C.O.W. Mtg. El CDN Comm 0 Finance Comm. CI Public Safety Comm. 21 Trans &Infrastructure Ej Arts Comm. 0 Parks Comm. 0 Planning Comm. DATE: 11/26/18 COMMITTEE CHAIR: THOMAS MCLEOD RECOMMENDATIONS: SPONSOR/ADMIN, Public Works Department CommirrEE Unanimous Approval; Forward to Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $315,112.00 $367,000.00 $ Fund Source: 104 ARTERIAL STREETS Comments: Proposed 2019 CIP,page 13 MTG. DATE RECORD OF COUNCIL ACTION 12/03/18 MTG. DATE ATTACHMENTS 12/03/18 Informational Memorandum dated 11/21/18 Consultant Selection Matrix BRAC Funding Award Letter Proposed 2019 CIP, page 13 TranTech Engineering's Consultant Agreement Minutes from the Transportation and Infrastructure Committee 11/26/18 33 34 4.1411,..24 •I I • Allan Ekberg, Mayor le4.1 Public Works Department-Henry Hash,Director 47961? INFOR ATIONAL E ORANDU TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director BY: Steve Carstens, Senior Program Manager CC: Mayor Ekberg DATE: November 21, 2018 SUBJECT: Boeing Access Road Bridge over Airport Way Seismic Retrofit Project No. 91310407 Design Consultant Selection and Agreement ISSUE Execute an agreement with TranTech Engineering, LLC (TranTech) for design engineering services for the Boeing Access Road Bridge over Airport Way Seismic Retrofit Project. BACKGROUND Boeing Access Road (BAR) is a principal arterial connecting 1-5 and East Marginal Way South. It is considered regionally significant and is included on the National Highway System (NHS) for access to the Boeing Company and the King County Airport at Boeing Field. The BAR Bridge over Airport Way is the only remaining structure on the BAR corridor that has not been seismically upgraded. This improvement would allow the entire corridor to be seismically resistant during a seismic event. DISCUSSION Request for Qualifications were published on August 8 and 22, 2018 and six firms submitted on September 23, 2018. Three firms were then interviewed and TranTech was the highest rated firm from the selection process. Staff then negotiated the fees for the design phase of the project. FINANCIAL IMPACT The Transportation and Infrastructure Committee approved/accepted the Federal BRAC bridge grant, in the amount of$2,981,055, on January 19, 2018. The design phase of the grant is for $367,200 and has a 13.5% local match or$47,520.00. The federal funding letter states that the Boeing Access Road Bridge over Airport Way Seismic Retrofit Project requires a 13.5% local match, but if construction is authorized by December 2020, the project is eligible for 100%federal funding. We see no impediment to successfully completing the project by 2020 and receive the 100% construction funding, up to the allowable$3 million. Contract Budget Design Contract $315,112.00 $367,000.00 RECOMMENDATION Council is being asked to approve the design consultant contract with TranTech Engineering, LLC, in the amount of$315,112.00 for the Boeing Access Road Bridge over Airport Way Seismic Retrofit Project and consider this item on the Consent Agenda at the December 3, 2018 Regular Meeting. Attachments: Selection Matrix BRAC Funding Award Letter Proposed 2019, pg. 13 Consultant Agreement W:\PW Eng1PROJECTS A-RW&RS Projects1BAR over Airport Wy Bndge(91310407)101-preliminary engineennglinfo Memo PE TransTech 112118 gl docx 35 36 S BAR over Airport Way - Summary Sheet Finn Cumulative Score Avg Score Ranh Jacobs Engineering Group, LLC 188 66.00 2 TnonTech Engineering, LL[ 232 77.33 1 David Evans and Associates, Inc. 190 63.33 S BergerABAKA 195 65.00 4 KPFF, |nc 196 65.33 3 RHCEn8)neerin8 171 57.00 6 Individual scores will not be released. Top firms move onto the interview. S [%AR over &~rporfWay - Summary Sheet Firm Cumulative Score Avg Score Rank ]acobs(D-9AM) 285 71.25 ] KPFF (93O'lO3OPM) 302 75.5 % Tranteoh (11AK4-12PM) 318 79.5 1 38 ashington State franspoi7a0on aiiLloong epartmerat of Treanspordo 310 Maple Park Avenue S E tan PO Box 47300 Olympia,WA 98504-7300 360-705-7000 TTY: 1-800-833-6388 December 6, 2017 www wsdot wa gov Mr.Robin Tischmak Interim Public Works Director City of Tukwila 6300 Southcenter Blvd., Suite 100 Tukwila, Washington 98188-2545 OEC .2017 S Bar/Airport Way 2017 Local Bridge Program TUKWILA Federal Funding PUBLIC WORKS Dear Mr. Tischmak: WSDOT is pleased to advise you that the above mentioned bridge project was recently selected. The federal funding is limited to the amount shown below: S Bar/Airport Way $2,981,055 Scope: Seismic NOTE: This project requires 13.5 percent local match. If construction is authorized by December 2020, the project is eligible for 100 percent federal funding for eligible costs. Preventative maintenance projects are limited to a maximum$3 million. In order to meet state and federal requirements, the following are required: • Project expenditures incurred before receiving notice from Local Programs of federal fund authorization are not eligible for reimbursement. • Please refer to the Local Programs webpage for detailed information, including: (httn://www.wsdot.wa.gov/localorograms/) Local Agency Guidelines(LAG)manual for the requirements regarding programming, authorization, reimbursement,etc.; • Projects utilizing federal funds must be included in your current Transportation Improvement Program (TIP) as a complete programmed project. Once your TIP amendment is approved, WSDOT will amend the Statewide Transportation Improvement Program(STIP); Funding and billing forms; ✓ Quarterly Project Reporting is required to be completed by the end of March,June, September, and December each year.. To access the database you will need an account name and password. Your account name is Tukwila and your password is Tukwi785. The password is case sensitive. As a reminder, Local Programs requires all agencies to submit monthly progress billings to ensure timely reimbursement of eligible federal expenditures. For assistance please contact Mehrdad Moini,your Region Local Programs Engineer,at 206.440.4734. Sincerely, Kathleen B. Davis Director Local Programs KBD:st:sas cc: Kelly McGourty,Transportation Director, PSRC Mehrdad Moini,Northwest Region Local Programs Engineer, MS NB82-121 39 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2019 to 2024 PROJECT: Boeing Access Rd over Airport Way Seismic Retrofit Project No. 91310407 DESCRIPTION: Pmv�eoe�minmud�oaUonato�eBue�g,Access Road over/V�o�yVoyBhdQetoaU«*btowhhu�nd ' earthquake forces. The Boeing Access Road over Airport Way Bridge is the final bridge on the corridor from 1-5 to the King JUSTIFICATION: County Airport and Boeing facilities that has not been seismically upgraded.This improvement would allow the entire corridor to be seismically resistant during anearthquake. STATUS: New Project� for2n1V~2O24C|P. Designiaoohedu|ed to begin in the second quarter of2O18with construction in202O. 0OA|NT.|8OPACT: Maintenance should remain the same after the seismic items are installed. Design requires a 13.5%match. If construction is not authorized by December 2020,theCity wouldho COMMENT: required to provide a 13.5%match. If construction is authorized prior to that date,there would be no City match.We believe that the project can obtain the construction authorization so no City funding is listed below. FINANCIAL Through Estimated (in$VVV's) 2017 2018 2019 2020 2021 2022 2023 2024 BEYOND TOTAL EXPENSES Design 100 267 387 Lumd(R/W) O Cunoi. MOnK. 520 520 Construction 2.094 2.094 TOTAL EXPENSES U 108 267 2,614 0 V V V O 2,981 FUND SOURCES | | Awarded BRAC'Grant 87 231 2.614 2,932 Proposed Grant O Fund Balance-Bond O Mitigation O City Dp*cRevenue O 13 36 0 O O D O V 49 TOTAL SOURCES 0 100 267 3.614 V V O V V 2^981 � Project oj~~~~t Location / � | / ' 30 St ~____________` 2019 2024copxa Improvement Program 13 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Agreement Number: Firm/Organization Legal Name(do not use dba's): TranTech Engineering, LLC Address Federal Aid Number 2646 RVV Johnson Blvd., SW Suite 112, Tumwater, WI BHM-1380(004) UBI Number Federal TIN or SSN Number 602507862 68-0607809 Execution Date Completion Date December 31st, 2020 1099 Form Required Federal Participation 0 Yes El No ri Yes LI No Project Title South Boeing Access Road over Airport Way Seismic Retrofit Description of Work TranTech Engineering, LLC (TranTech) will provide seismic retrofit design services to the City of Tukwila (Agency). Services will include seismic analysis, a concept design report, and bid-ready plans, specifications, and estimate(PS&E). Please see Exhibit A for detailed Scope of Work. Yes 0 No DBE Participation Total Amount Authorized: $315,112.00 0 Yes ri No MBE Participation Management Reserve Fund: 0 Yes 0 No WBE Participation Maximum Amount Payable: $315,112.00 0 Yes 0 No SBE Participation Index of Exhibits Exhibit A Scope of Work Exhibit B DBE Participation/SBE Plan Exhibit C Preparation and Delivery of Electronic Engineering and Other Data Exhibit D Prime Consultant Cost Computations Exhibit E Sub-consultant Cost Computations Exhibit F Title VI Assurances Exhibit G Certification Documents Exhibit H Liability Insurance Increase Exhibit I Alleged Consultant Design Error Procedures Exhibit J Consultant Claim Procedures Agreement Number: Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 1 of 14 Revised 11/01/2017 41 THIS AGREEMENT, made and entered into as shown in the "Execution Date" box on page one (1) of this AGREEMENT, between the City of Tukwila hereinafter called the "AGENCY," and the "Firm/Organization Name"referenced on page one (1) of this AGREEMENT, hereinafter called the "CONSULTANT." WHEREAS, the AGENCY desires to accomplish the work referenced in"Description of Work"on page one (1) of this AGREEMENT and hereafter called the "SERVICES;" and does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary SERVICES; and WHEREAS, the CONSULTANT represents that they comply with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish consulting services to the AGENCY. NOW, THEREFORE, in consideration of the terms, conditions, covenants, and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: I. General Description of Work The work under this AGREEMENT shall consist of the above-described SERVICES as herein defined, and necessary to accomplish the completed work for this project. The CONSULTANT shall furnish all services, labor, and related equipment and, if applicable, sub-consultants and subcontractors necessary to conduct and complete the SERVICES as designated elsewhere in this AGREEMENT. II. General Scope of Work The Scope of Work and projected level of effort required for these SERVICES is described in Exhibit"A" attached hereto and by this reference made a part of this AGREEMENT. The General Scope of Work was developed utilizing performance based contracting methodologies. III. General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress, and presentation meetings with the AGENCY and/or such State, Federal, Community, City, or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days' notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit"A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in written and graphical form the various phases and the order of performance of the SERVICES in sufficient detail so that the progress of the SERVICES can easily be evaluated. The CONSULTANT, any sub-consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. Agreement Number: Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 2 of 14 zi.lvised 11/01/2017 Participation for Disadvantaged Business Enterprises (DBE) or Small Business Enterprises (SBE), if required, per 49 CFR Part 26, shall be shown on the heading of this AGREEMENT. If DBE firms are utilized at the commencement of this AGREEMENT, the amounts authorized to each firm and their certification number will be shown on Exhibit "B" attached hereto and by this reference made part of this AGREEMENT. If the Prime CONSULTANT is a DBE certified firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY's "DBE Program Participation Plan" and perform a minimum of 30% of the total amount of this AGREEMENT. It is recommended, but not required, that non-DBE Prime CONSULTANTS perform a minimum of 30% of the total amount of this AGREEMENT. In the absents of a mandatory UDBE, a voluntary SBE goal amount of ten percent of the Consultant Agreement is established. The Consultant shall submit a SBE Participation Plan prior to commencing work. Although the goal is voluntary, the outreach efforts to provide SBE maximum practicable opportunities are not. The CONSULTANT, on a monthly basis, shall enter the amounts paid to all firms involved with this AGREEMENT into the wsdot.diversitycompliance.com program. Payment information shall identify any DBE Participation. Non-minority, woman owned DBEs does not count towards UDBE goal attainment. All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C — Preparation and Delivery of Electronic Engineering and other Data." All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for these SERVICES, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this SERVICE, shall be without liability or legal exposure to the CONSULTANT. Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other party by (i) certified mail, return receipt requested, or(ii) by email or facsimile, to the address set forth below: If to AGENCY: If to CONSULTANT: Name: Steve Carstens, PE Name: Grant Griffin, PE Agency: City of Tukwila Agency: TranTech Engineering, LLC Address: 6300 Southcenter Blvd Suite 100 Address: 2646 RW Johnson Blvd., SW, Suite 112 City: Tukwila State: WA Zip: 98188 City: Tumwater State: WA Zip: 98512 Email: steve.carstens@tukwilawa.gov Email: ggriffin@trantecheng.com Phone: 206.431.2446 x 1646 Phone: 360.810.2032 x. 102 Facsimile: Facsimile: IV. Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT titled "Completion Date." The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD, governmental actions, or other conditions beyond the control of the CONSULTANT. A prior supplemental AGREEMENT issued by the AGENCY is required to extend the established completion time. Agreement Number: Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Page 3 of 14 Agreement Revised 11/01/2017 43 V. Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for SERVICES performed or SERVICES rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete SERVICES, specified in Section II, "Scope of Work". The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31 (www.ecfr.gov). The estimate in support of the Cost Plus Fixed Fee amount is attached hereto as Exhibits "D" and "E" and by this reference made part of this AGREEMENT. A. Actual Costs: Payment for all consulting services for this PROJECT shall be on the basis of the CONSULTANT'S actual cost plus a fixed fee. The actual cost shall include direct salary cost, indirect cost rate, and direct non-salary costs. 1. Direct(RAW) Labor Costs: The Direct(RAW) Labor Cost is the direct salary paid to principals, professional, technical, and clerical personnel for the time they are productively engaged in work necessary to fulfill the terms of this AGREEMENT. The CONSULTANT shall maintain support data to verify the direct salary costs billed to the AGENCY. 2. Indirect Cost Rate(ICR) Costs: ICR Costs are those costs, other than direct costs, which are included as such on the books of the CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the ICR rates shown in attached Exhibits "D" and "E" of this AGREEMENT. Total ICR payment shall be based on Actual Costs. The AGENCY agrees to reimburse the CONSULTANT the actual ICR costs verified by audit, up to the Maximum Total Amount Payable, authorized under this AGREEMENT, when accumulated with all other Actual Costs. A summary of the CONSULTANT'S cost estimate and the ICR percentage is shown in Exhibits "D" and "E", attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT(prime and all sub-consultants)will submit to the AGENCY within six(6) months after the end of each firm's fiscal year, an ICR schedule in the format required by the AGENCY(cost category, dollar expenditures, etc.) for the purpose of adjusting the ICR rate for billings received and paid during the fiscal year represented by the ICR schedule. It shall also be used for the computation of progress payments during the following year and for retroactively adjusting the previous year's ICR cost to reflect the actual rate. The ICR schedule will be sent to Email: ConsultantRates@wsdotwa.gov. Failure to supply this information by either the prime CONSULTANT or any of their sub-consultants shall cause the AGENCY to withhold payment of the billed ICR costs until such time as the required information is received and an overhead rate for billing purposes is approved. The AGENCY's Project Manager and/or the Federal Government may perform an audit of the CONSULTANT'S books and records at any time during regular business hours to determine the actual ICR rate, if they so desire. 3. Direct Non-Salary Costs: Direct Non-Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT. These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges and fees of sub-consultants. Air or train travel will be reimbursed only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with WSDOT's Accounting Manual M 13-82, Chapter 10—Travel Rules and Procedures, and revisions thereto. Air, train, and rental car costs shall be reimbursed in accordance with 48 Code of Federal Regulations (CFR)Part 31.205-46 "Travel Costs."The billing for Direct Non-Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents shall be supplied to the AGENCY upon request. All above charges must be necessary for the services provided under this AGREEMENT. Agreement Number: Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 4 of 14 4aevised 11/01/2017 4. Fixed Fee: The Fixed Fee, which represents the CONSULTANT'S profit, is shown in attached Exhibits "D" and "E" of this AGREEMENT. This fee is based on the Scope of Work defined in this AGREEMENT and the estimated person-hours required to perform the stated Scope of Work. In the event the CONSULTANT enters into a supplemental AGREEMENT for additional work, the supplemental AGREEMENT may include provisions for the added costs and an appropriate additional fee. The Fixed Fee will be prorated and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported in the Monthly Progress Reports accompanying the billings. Any portion of the Fixed Fee earned but not previously paid in the progress payments will be covered in the final payment, subject to the provisions of Section IX entitled "Termination of Agreement." 5. Management Reserve Fund (MRF): The AGENCY may desire to establish MRF to provide the Agreement Administrator with the flexibility to authorize additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of$100,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the MRF is shown in the heading of this AGREEMENT. This fund may not be replenished. Any changes requiring additional costs in excess of the MRF shall be made in accordance with Section XIII, "Extra Work." 6. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and the MRF. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIII, "Extra Work."No minimum amount payable is guaranteed under this AGREEMENT. B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for reimbursement of Actual Costs plus the ICR and calculated fee on a monthly basis during the progress of the work. Such billings shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under Section III, "General Requirements" of this AGREEMENT. The billings will be supported by an itemized listing for each item including Direct(RAW) Labor, Direct Non-Salary, and allowable ICR Costs to which will be added the prorated Fixed Fee. To provide a means of verifying the billed Direct (RAW) Labor costs for CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, Direct(RAW) Labor rates, and present duties of those employees performing work on the PROJECT at the time of the interview. C. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent, if applicable, upon receipt of all PS&E, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit; all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) calendar days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has twenty (20) working days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. Agreement Number: Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 5 of 14 Revised 11/01/2017 45 D. Inspection of Cost Records: The CONSULTANT and their sub-consultants shall keep available for inspection by representatives of the AGENCY and the United States,for a period of six (6)years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this AGREEMENT is initiated before the expiration of the six(6) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. An interim or post audit may be performed on this AGREEMENT. The audit,if any, will be performed by the State Auditor, WSDOT's Internal Audit Office and/or at the request of the AGENCY's Project Manager. VI. Sub-Contracting The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit"A" attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT shall not subcontract for the performance of any SERVICE under this AGREEMENT without prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY and sub-consultant, any contract or any other relationship. Compensation for this sub-consultant SERVICES shall be based on the cost factors shown on Exhibit"E"attached hereto and by this reference made part of this AGREEMENT. The SERVICES of the sub-consultant shall not exceed its maximum amount payable identified in each sub- consultant cost estimate unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, indirect cost rate, direct non-salary costs and fixed fee costs for the sub-consultant shall be negotiated and substantiated in accordance with section V"Payment Provisions" herein and shall be memorialized in a final written acknowledgement between the parties. All subcontracts shall contain all applicable provisions of this AGREEMENT, and the CONSULTANT shall require each sub-consultant or subcontractor, of any tier, to abide by the terms and conditions of this AGREEMENT. With respect to sub-consultant payment,the CONSULTANT shall comply with all applicable sections of the STATE's Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT, sub-recipient, or sub-consultant shall not discriminate on the basis of race, color,national origin, or sex in the performance of this AGREEMENT. The CONSULTANT shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the recipient deems appropriate. VII. Employment and Organizational Conflict of Interest The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT,to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT,any fee, commission, percentage,brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from this AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's Agreement Number: LocalAgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 6 of 14 4tevised 11/01/2017 Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a third party as a consequence of any act or omission on the part of the CONSULTANT's employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of this AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of this AGREEMENT, in the employ of the United States Department of Transportation or the AGENCY, except regularly retired employees, without written consent of the public employer of such person if he/she will be working on this AGREEMENT for the CONSULTANT. VIII. Nondiscrimination During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, sub-consultants, subcontractors and successors in interest, agrees to comply with the following laws and regulations: • Title VI of the Civil Rights Act of 1964 • Civil Rights Restoration Act of 1987 (42 U.S.C. Chapter 21 Subchapter V § 2000d (Public Law 100-259) through 2000d-4a) • American with Disabilities Act of 1990 • Federal-aid Highway Act of 1973 (42 U.S.C. Chapter 126 § 12101 et. seq.) (23 U.S.C. Chapter 3 § 324) • 23 CFR Part 200 • Rehabilitation Act of 1973 • 49 CFR Part 21 (29 U.S.C. Chapter 16 Subchapter V § 794) • 49 CFR Part 26 • Age Discrimination Act of 1975 • RCW 49.60.180 (42 U.S.C. Chapter 76 § 6101 et. seq.) In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit"F" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit"F" in every sub-contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. IX. Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon ten (10) days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY, other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT for actual hours charged and any appropriate fixed fee percentage at the time of termination of this AGREEMENT,plus any direct non-salary costs incurred up to the time of termination of this AGREEMENT. No payment shall be made for any SERVICES completed after ten (10) days following receipt by the CONSULTANT of the notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth in paragraph two (2) of this section, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT, the above formula for payment shall not apply. In the event of a termination for default, the amount to be paid to the CONSULTANT shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing SERVICES to the date of termination, the amount of SERVICES originally required which was satisfactorily completed to Agreement Number: Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 7 of 14 Revised 11/01/2017 47 date of termination, whether that SERVICE is in a form or a type which is usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the SERVICES required and the time which may be required to do so, and other factors which affect the value to the AGENCY of the SERVICES performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been made using the formula set forth in paragraph two (2) of this section. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT's failure to perform is without the CONSULTANT's or its employee's fault or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs and appropriate fixed fee percentage in accordance with the termination for other than default clauses listed previously. The CONSULTANT shall, within 15 days, notify the AGENCY in writing, in the event of the death of any member, partner, or officer of the CONSULTANT or the death or change of any of the CONSULTANT's supervisory and/or other key personnel assigned to the project or disaffiliation of any principally involved CONSULTANT employee. The CONSULTANT shall also notify the AGENCY, in writing, in the event of the sale or transfer of 50% or more of the beneficial ownership of the CONSULTANT within 15 days of such sale or transfer occurring. The CONSULTANT shall continue to be obligated to complete the SERVICES under the terms of this AGREEMENT unless the AGENCY chooses to terminate this AGREEMENT for convenience or chooses to renegotiate any term(s) of this AGREEMENT. If termination for convenience occurs, final payment will be made to the CONSULTANT as set forth in the second and third paragraphs of this section. Payment for any part of the SERVICES by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform SERVICES required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT. X. Changes of Work The CONSULTANT shall make such changes and revisions in the completed work of this AGREEMENT as necessary to correct errors appearing therein, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed SERVICES or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under section XIII "Extra Work." XI. Disputes Any disputed issue not resolved pursuant to the terms of this AGREEMENT shall be submitted in writing within 10 days to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to judicial review. If the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit"J". In the event that either party deem it necessary to institute legal action or proceeding to enforce any right or obligation under this AGREEMENT, this action shall be initiated in the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties have the right of appeal from such decisions of the Superior Court in accordance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. Agreement Number: Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 8 of 14 4ISevised 11/01/2017 XII. Legal Relations The CONSULTANT, any sub-consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. The CONSULTANT shall defend, indemnify, and hold The State of Washington(STATE) and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the negligence of, or the breach of any obligation under this AGREEMENT by, the CONSULTANT or the CONSULTANT's agents, employees, sub consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable; provided that nothing herein shall require a CONSULTANT to defend or indemnify the STATE and the AGENCY and their officers and employees against and hold harmless the STATE and the AGENCY and their officers and employees from claims, demands or suits based solely upon the negligence of, or breach of any obligation under this AGREEMENT by the STATE and the AGENCY, their agents, officers, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the STATE and/or the AGENCY may be legally liable; and provided further that if the claims or suits are caused by or result from the concurrent negligence of(a) the CONSULTANT or the CONSULTANT's agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT is legally liable, and (b)the STATE and/or AGENCY, their agents, officers, employees, sub-consultants, subcontractors and or vendors, of any tier, or any other persons for whom the STATE and or AGENCY may be legally liable, the defense and indemnity obligation shall be valid and enforceable only to the extent of the CONSULTANT's negligence or the negligence of the CONSULTANT's agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. This provision shall be included in any AGREEMENT between CONSULTANT and any sub-consultant, subcontractor and vendor, of any tier. The CONSULTANT shall also defend, indemnify, and hold the STATE and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or inventions by the CONSULTANT or the CONSULTANT's agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable, in performance of the Work under this AGREEMENT or arising out of any use in connection with the AGREEMENT of methods,processes, designs, information or other items furnished or communicated to STATE and/or the AGENCY, their agents, officers and employees pursuant to the AGREEMENT; provided that this indemnity shall not apply to any alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets,patents, proprietary information, know-how, copyright rights or inventions resulting from STATE and/or AGENCY's, their agents', officers' and employees' failure to comply with specific written instructions regarding use provided to STATE and/or AGENCY, their agents, officers and employees by the CONSULTANT, its agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor. Notwithstanding any determination by the Executive Ethics Board or other tribunal, the AGENCY may, in its sole discretion, by written notice to the CONSULTANT terminate this AGREEMENT if it is found after due notice and examination by the AGENCY that there is a violation of the Ethics in Public Service Act, Chapter 42.52 RCW; or any similar statute involving the CONSULTANT in the procurement of, or performance under, this AGREEMENT. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own employees or its agents against the STATE and/or the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. This waiver has been mutually negotiated between the Parties. Agreement Number: Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 9 of 14 Revised 11/01/2017 49 Unless otherwise specified in this AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the project. Subject to the processing of a new sole source, or an acceptable supplemental AGREEMENT, the CONSULTANT shall provide On-Call assistance to the AGENCY during contract administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques,job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of this AGREEMENT, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability insurance written under ISO Form CG 00 01 12 04 or its equivalent with minimum limits of one million dollars ($1,000,000.00)per occurrence and two million dollars ($2,000,000.00) in the aggregate for each policy period. C. Business auto liability insurance written under ISO Form CG 00 01 10 01 or equivalent providing coverage for any "Auto" (Symbol 1) used in an amount not less than a one million dollar($1,000,000.00) combined single limit for each occurrence. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance,the STATE and AGENCY, their officers, employees, and agents will be named on all policies of CONSULTANT and any sub- consultant and/or subcontractor as an additional insured (the "AIs"), with no restrictions or limitations concerning products and completed operations coverage. This coverage shall be primary coverage and non-contributory and any coverage maintained by the AIs shall be excess over, and shall not contribute with, the additional insured coverage required hereunder. The CONSULTANT's and the sub-consultant's and/or subcontractor's insurer shall waive any and all rights of subrogation against the AIs. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within fourteen(14) days of the execution of this AGREEMENT to: Name: Steve Carstens, PE Agency: City of Tukwila Department of Public Works Address: 6300 Southcenter Blvd Suite 100 City: Tukwila State: WA Zip: 98188 Email: steve.carstens@tukwilawa.gov Phone: 206.431.2446 x 1646 Facsimile: No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY. The CONSULTANT's professional liability to the AGENCY, including that which may arise in reference to section IX "Termination of Agreement" of this AGREEMENT, shall be limited to the accumulative amount of the authorized AGREEMENT amount or one million dollars ($1,000,000.00),whichever is greater, unless the limit of liability is increased by the AGENCY pursuant to Exhibit H. In no case shall the CONSULTANT's professional liability to third parties be limited in any way. Agreement Number: Local Agency A•SE Professional Services Cost Plus Fixed Fee Consultant Agreement Page 10 of 14 grvised 11/01/2017 The parties enter into this AGREEMENT for the sole benefit of the parties, and to the exclusion of any third party, and no third party beneficiary is intended or created by the execution of this AGREEMENT. The AGENCY will pay no progress payments under section V"Payment Provisions" until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY may take such other action as is available to it under other provisions of this AGREEMENT, or otherwise in law. XIII. Extra Work A. The AGENCY may at any time, by written order, make changes within the general scope of this AGREEMENT in the SERVICES to be performed. B. If any such change causes an increase or decrease in the estimated cost of, or the time required for,performance of any part of the SERVICES under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of this AGREEMENT, the AGENCY shall make an equitable adjustment in the: (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify this AGREEMENT accordingly. C. The CONSULTANT must submit any"request for equitable adjustment," hereafter referred to as"CLAIM," under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of this AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the section XI "Disputes" clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and conditions of paragraphs (A.) and (B.) above,the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XIV. Endorsement of Plans If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. XV. Federal Review The Federal Highway Administration shall have the right to participate in the review or examination of the SERVICES in progress. XVI. Certification of the Consultant and the Agency Attached hereto as Exhibit"G-1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "G-2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions, Exhibit"G-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit"G-4" Certificate of Current Cost or Pricing Data. Exhibit"G-3" is required only in AGREEMENT's over one hundred thousand dollars ($100,000.00) and Exhibit"G-4" is required only in AGREEMENT's over five hundred thousand dollars ($500,000.00.)These Exhibits must be executed by the CONSULTANT, and submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section III "General Requirements"prior to its performance of any SERVICES under this AGREEMENT. Agreement Number: Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 11 of 14 Revised 11/01/2017 51 XVII. Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as a supplement to this AGREEMENT. XVIII. Execution and Acceptance This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and AGREEMENT's contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept this AGREEMENT and agrees to all of the terms and conditions thereof. XIX. Protection of Confidential Information The CONSULTANT acknowledges that some of the material and information that may come into its possession or knowledge in connection with this AGREEMENT or its performance may consist of information that is exempt from disclosure to the public or other unauthorized persons under either chapter 42.56 RCW or other local, state or federal statutes ("State's Confidential Information"). The"State's Confidential Information" includes, but is not limited to, names, addresses, Social Security numbers, e-mail addresses,telephone numbers, financial profiles, credit card information, driver's license numbers, medical data, law enforcement records (or any other information identifiable to an individual), STATE and AGENCY source code or object code, STATE and AGENCY security data, non-public Specifications, STATE and AGENCY non-publicly available data,proprietary software, State security data, or information which may jeopardize any part of the project that relates to any of these types of information. The CONSULTANT agrees to hold the State's Confidential Information in strictest confidence and not to make use of the State's Confidential Information for any purpose other than the performance of this AGREEMENT, to release it only to authorized employees, sub-consultants or subcontractors requiring such information for the purposes of carrying out this AGREEMENT, and not to release, divulge, publish,transfer, sell, disclose, or otherwise make it known to any other party without the AGENCY's express written consent or as provided by law. The CONSULTANT agrees to release such information or material only to employees, sub-consultants or subcontractors who have signed a nondisclosure AGREEMENT, the terms of which have been previously approved by the AGENCY. The CONSULTANT agrees to implement physical, electronic, and managerial safeguards to prevent unauthorized access to the State's Confidential Information. Immediately upon expiration or termination of this AGREEMENT, the CONSULTANT shall, at the AGENCY's option: (i) certify to the AGENCY that the CONSULTANT has destroyed all of the State's Confidential Information; or (ii) returned all of the State's Confidential Information to the AGENCY; or(iii)take whatever other steps the AGENCY requires of the CONSULTANT to protect the State's Confidential Information. As required under Executive Order 00-03, the CONSULTANT shall maintain a log documenting the following: the State's Confidential Information received in the performance of this AGREEMENT; the purpose(s) for which the State's Confidential Information was received; who received, maintained and used the State's Confidential Information; and the final disposition of the State's Confidential Information. The CONSULTANT's records shall be subject to inspection, review, or audit upon reasonable notice from the AGENCY. The AGENCY reserves the right to monitor, audit, or investigate the use of the State's Confidential Information collected, used, or acquired by the CONSULTANT through this AGREEMENT. The monitoring, auditing, or investigating may include, but is not limited to, salting databases. Agreement Number: Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 12 of 14 5Rrised 11/01/2017 Violation of this section by the CONSULTANT or its sub-consultants or subcontractors may result in termination of this AGREEMENT and demand for return of all State's Confidential Information, monetary damages, or penalties. It is understood and acknowledged that the CONSULTANT may provide the AGENCY with information which is proprietary and/or confidential during the term of this AGREEMENT. The parties agree to maintain the confidentiality of such information during the term of this AGREEMENT and afterwards. All materials containing such proprietary and/or confidential information shall be clearly identified and marked as "Confidential" and shall be returned to the disclosing party at the conclusion of the SERVICES under this AGREEMENT. The CONSULTANT shall provide the AGENCY with a list of all information and materials it considers confidential and/or proprietary in nature: (a) at the commencement of the term of this AGREEMENT; or(b) as soon as such confidential or proprietary material is developed. "Proprietary and/or confidential information" is not meant to include any information which, at the time of its disclosure: (i) is already known to the other party; (ii) is rightfully disclosed to one of the parties by a third party that is not acting as an agent or representative for the other party; (iii) is independently developed by or for the other party; (iv) is publicly known; or(v) is generally utilized by unaffiliated third parties engaged in the same business or businesses as the CONSULTANT. The parties also acknowledge that the AGENCY is subject to Washington State and federal public disclosure laws. As such, the AGENCY shall maintain the confidentiality of all such information marked proprietary and/ or confidential or otherwise exempt, unless such disclosure is required under applicable state or federal law. If a public disclosure request is made to view materials identified as "Proprietary and/or confidential information" or otherwise exempt information, the AGENCY will notify the CONSULTANT of the request and of the date that such records will be released to the requester unless the CONSULTANT obtains a court order from a court of competent jurisdiction enjoining that disclosure. If the CONSULTANT fails to obtain the court order enjoining disclosure, the AGENCY will release the requested information on the date specified. The CONSULTANT agrees to notify the sub-consultant of any AGENCY communication regarding disclosure that may include a sub-consultant's proprietary and/or confidential information. The CONSULTANT notification to the sub-consultant will include the date that such records will be released by the AGENCY to the requester and state that unless the sub-consultant obtains a court order from a court of competent jurisdiction enjoining that disclosure the AGENCY will release the requested information. If the CONSULTANT and/or sub-consultant fail to obtain a court order or other judicial relief enjoining the AGENCY by the release date, the CONSULTANT shall waive and release and shall hold harmless and indemnify the AGENCY from all claims of actual or alleged damages, liabilities, or costs associated with the AGENCY's said disclosure of sub-consultants' information. XX. Records Maintenance During the progress of the Work and SERVICES provided hereunder and for a period of not less than six(6)years from the date of final payment to the CONSULTANT, the CONSULTANT shall keep, retain and maintain all "documents" pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all "documents" pertaining to the SERVICES provided hereunder shall be made available for review at the CONSULTANT's place of business during normal working hours. If any litigation, claim or audit is commenced, the CONSULTANT shall cooperate with AGENCY and assist in the production of all such documents. "Documents" shall be retained until all litigation, claims or audit findings have been resolved even though such litigation, claim or audit continues past the six(6) year retention period. For purposes of this AGREEMENT, "documents" means every writing or record of every type and description, including electronically stored information ("ESI"), that is in the possession, control, or custody of the CONSULTANT, including, without limitation, any and all correspondences, contracts,AGREEMENT`s, appraisals, plans, designs, data, surveys, maps, spreadsheets, memoranda, stenographic or handwritten notes, reports, records, telegrams, schedules, diaries, notebooks, logbooks, invoices, accounting records, work sheets, charts, notes, drafts, scribblings, recordings, visual displays, photographs, minutes of meetings, Agreement Number: Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 13 of 14 Revised 11/01/2017 53 tabulations, computations, summaries, inventories, and writings regarding conferences, conversations or telephone conversations, and any and all other taped, recorded, written, printed or typed matters of any kind or description; every copy of the foregoing whether or not the original is in the possession, custody, or control of the CONSULTANT, and every copy of any of the foregoing, whether or not such copy is a copy identical to an original, or whether or not such copy contains any commentary or notation whatsoever that does not appear on the original. For purposes of this AGREEMENT, "ESI" means any and all computer data or electronic recorded media of any kind, including"Native Files", that are stored in any medium from which it can be retrieved and examined, either directly or after translation into a reasonably useable form. ESI may include information and/or documentation stored in various software programs such as: Email, Outlook, Word, Excel,Access, Publisher, PowerPoint,Adobe Acrobat, SQL databases, or any other software or electronic communication programs or databases that the CONSULTANT may use in the performance of its operations. ESI may be located on network servers, backup tapes, smart phones, thumb drives, CDs, DVDs, floppy disks, work computers, cell phones, laptops or any other electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder, including any personal devices used by the CONSULTANT or any sub-consultant at home. "Native files" are a subset of ESI and refer to the electronic format of the application in which such ESI is normally created, viewed, and/or modified. The CONSULTANT shall include this section XX "Records Maintenance" in every subcontract it enters into in relation to this AGREEMENT and bind the sub-consultant to its terms, unless expressly agreed to otherwise in writing by the AGENCY prior to the execution of such subcontract. In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date" box on page one (1) of this AGREEMENT. Signature Date Signature Date Any modfication, change, or reformation of this AGREEMENT shall require approval as to form by the Office of the Attorney General. Agreement Number: Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 14 of 14 grvised 11/01/2017 Exhibit A Scope of Work Project No. See attached Exhibits Agreement Number: Exhibit A-Local Agency MR Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 1 of 1 55 jut c - • o r South Boeing Access oad over Airport ay Seismic etrofit Submitted to: City of Tukwiia November 19, 2018 Prepared by: TranTech Engineering, LLC Engineering LLC 56 ' ���I�K� �� � ��U��� ��� ��d��� _''- _--' ' . ' SCOPE ~~' -- .�'-- ��U Ul��� �����UU��� ������ � ���� AIRPORT SOUTH. . ~_.~~-..~-~ , .'-~~_,~~' ..~~. ,~- OVER . ...'. ~_.. . ~~, ~. ��I���K�~ ���������� ___-''—_ ''_ ' ''--' ' ' '6 . �� =��s��U��non This PROJECT will determine the seismic vulnerability of the existing South Boeing Access Road over Airport Way (SBAR/AW) Bridge and will provide targeted retrofit solutions that will be developed into Plans, Specifications, and Estimates (PS&E)for advertising for construction. 0'��� ���U � �� �^ ��~ � on The CITY of Tukwila (CITY) has retained TranTech Engineering, LLC (CONSULTANT) to provide a complete PS&E package for the SBAR/AW Seismic Retrofit (PROJECT) in Tukwila, Washington. The following describes the Scope of Work(3C[>PE) for this project. The SBAR/AW was constructed in 1952 in an area of King County that is now the north end of the City of Tukwila.The 4-span bridge is approximately 66 feet wide and 182 feet long (39':52':52':39'). Its superstructure is composed of reinforced concrete T-beam girders made composite with aG.S'thick concrete deck slab. Its substructure is composed ofconcrete abutments and multi-column intermediate piers founded on either shallow spread footings or deep pile foundations. At both abutments, rocker bearings are supporting the superstructure and are utilized as part of the bridge's expansion joint system. The bridge carries five lanes of traffic with a 6'VVide sidewalk on each side. Piers ] and are founded on driven steel H'pi|es. The first.step in the project is to perform a seismic vulnerability assessment ofthe bridge prepare a Concept Design Report (CDR) that documents the seismic retrofit solutions for the bridge and associated preliminary cost estimates. Determination of the seismic vulnerability of the bridge and the appropriate retrofit solutions will be performed using detailed structural analysis and engineering judgment. Conceptual level cost estimates will be based onavailable cost data for similar work with site-specific input related to accessibility and constructability. The development ofthe CDR will lead to the development ofpS&E for the selected alternative. Anticipated design services include survey and base mapping, geotechnica|, environnnento| documentation/ permitting, and if desired by the City, utility coordination, public involvement, and design and construction management support during construction phase. Construction phase services is anticipated as future supplement to this SCOPE. South Boeing Access Road over Airport Way Seismic Retrofit 57 `�^ «�� �&��� ^ ������ ��o �°~~�� This SCOPE provides Seismic Analysis, a Concept Design Report, and complete PS&E for the PROJECT. The SCOPE is anticipated to be completed within the relative timeframes shown in the milestone schedule unless the CITY and CONSULTANT approve changes to the schedule dates. The key schedule milestones are shown below. A complete baseline schedule for the PROJECT will be prepared following notice toproceed. The primary objective of this work is to provide a viable retrofit concept and to advance the proposed solutions, approved by the City, to full design level and to prepare the PS&E for advertisement of the seismic retrofit construction project oothe SBAR/AW Bridge. The anticipated duration for the development of the final bid-ready documents is expected to take approximately 6 months. As mentioned above, the consultant contract will have the option for amendment of additional scope for desired engineering and construction management services during the construction phase of the project. City has the option of renewing the contract each year until completion of the work. ^A �~ ���������Kons ° Seismic analysis and retrofit will be in accordance with the FHN4\Seismic Retrofitting Manualfor Highway Structures—Part 1 —Bridges, 2006(FHWA Retrofitting ManualJ the Washington State Department of Transportation Bridge Design Manual(LRFD) (WSDOT BDM) and the Washington State Department of Transportation Geotechnical Design Manual (VV5DOTGDK4). * Funds may be transferred between tasks with prior CITY approval. * Coordination by the CONSULTANT with outside agencies, groups, or individuals will receive advance approval by the CITY. ~ Changes in the detail of work beyond what is described in this SCOPE will be made as requested by the CITY and authorized by amendment as "Out-of-scope" Work. w The CONSULTANT will support the[|TY's Public Works Department. When alternatives are being considered or decisions are being made, the CITY will make all final decisions. w For any field investigations, acquiring the permission of private landowners whose property would be visited will be the responsibility of the CITY. Permission must beobtained prior to fieldwork on privately owned land. w The CITY will provide available as-built plans, bridge records, inspection reports, previous study findings and calculations. South Boeing Access Road over Airport Way Seismic Retrofit 2 * The CITY will provideall real property services for the PROJECT and obtain all property rights necessary to design and construct the Project. w The CONSULTANT is responsible only for meeting deadlines for their tasks and has no control over those portions of the schedule related to the tasks performed bv the CITY or any third party that is retained by the CITY. The CONSULTANT will work with the CITY to the greatest extent feasible'to maintain overall PROJECT schedule. * Additional subsurface investigation and remedial action associated with any hazardous wastes located within the PROJECT limits are not within this SCOPE. CONSULTANT will provide documentation support as requested based upon data from existing subsurface investigation. Because of the inherent uncertainties in subsurface evaluations, underground conditions may occur that could affect total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the CONSULTANT. * The CONSULTANT will use the following computer software in the performance of the engineering and design work for this contract: o Engineering software: 5AP2OOOorCS| Bridge; Group v.20l6; LPi|ev.2O1S; XTRA[T; spCo|VnnnV.7; W1athcadV.15 o CAD software: AutoCAD and Civil 3D2OlS o Scheduling software: Microsoft Project orExcel o Microsoft Office, Word, Excel (version 3O1O) w English units for plans, engineering, and environmental documents w The CITY and review agencies will take up to ten business days to review milestone submittals. The CITY will be responsible for collecting CITY and review agency comments, resolving conflicting comments, and submitting one set of consolidated comments to the CONSULTANT for each submittal. * Designated CITY staff will lead and participate in all stakeholder and designated team meetings throughout the life of contract and review and comment on all deliverables outlined incontract. * Utility potholing ia not included in this Scope. Potholing work will be covered inen amendment as out-of-scope work to the PS[&E Contract if utility potholing is deemed necessary and essential when the existing utility information is deemed insufficient to identify existing utilities correctly. South Boeing Access Road over Airport Way Seismic Retrofit 3 or. e ������� . . �� t: e CI��� Throughout the duration of the PROJECT, the CITY will perform services, furnish information, and answer questions on CITY standard procedures for plan preparation. The following services will beperformed by the CITY: * CITY will provide available as-built plans, bridge records, inspection reports, previous study findings and calculations, etc. p If necessary, CITY will provide meeting location/conference room for all stakeholder meetings throughout the life of this contract. ° If necessary, Designated CITY staff will lead and participate in all stakeholder meetings throughout life oycontract. w Review and comment on all deliverables outlined incontract. " '~Uestones c es'uUe The schedule of milestones is shown below. The schedule below assumes NTPb received bv December I7m,2Ol8. Delayed NTP will affect the dates shown. Milestone Date Draft CDR January 28, 2Ol9 Draft CDR Comments Due Feb 11, 3Ol9 Final CDR February%G, 3OlS Draft 6O96P5&E W1arch26 2019 Draft 6DY6PS&E Comments Due April 8, 2Ol9 Draft 4O96PS8^E May 37, 2O1B Draft gOP5/&E Comments Due June l[\ZD13 Fino| P5Q'E July 29,ZO19 * ' Days are Calendar Days CDR: Conceptual Design Report South Boeing Access Road over Airport Way Seismic Retrofit 4 Ta s� 1 �ana,te, � �ent Task 1"1 Project ", GNnagement Plan This Task includes preparation of a Project Management Plan to direct and define the analysis and decision-making process required to complete the project. Thep|anxvi|| indudethese components: * Project scope ofwork w Project schedule * Team roles, work assignments and organization w Team meetings &coordination w Communications protocols m Monthly progress and performance reporting * Records management w Change control procedures * Project Safety Plan * Quality assurance and control w Closeout of the project Task 1,2 Project K^cko�� and Coordination The CONSULTANT project manager will provide direction to the PROJECT team, including SUBCONSULTANTs, and conduct PROJECT coordination meetings with appropriate task leaders. The CONSULTANT will coordinate execution of the PROJECT and meet periodically with the CITY Project Manager and staff. Tasks include: ° Conduct a kickoff meeting at the beginning of the PROJECT. • Develop the PROJECT'delivery'schedule and update it as changes occur. * Meet with the CITY Project Manager and/or staff periodically, including review coordination of milestone submittals. Assumptions: * The CONSULTANT'S Project Manager and/or project en8ineervvi|| rneet (fmce-to' face) m/iththeC|TYp� jectK8anaQerupto1Otinnes. * Internal PROJECT team coordination meetings will be held onabi-vveeWybasis during PROJECT duration. These meetings will be in addition to the coordination meetings held with the CITY but budgeted as part of the specific work tasks. South Boeing Access Road over Airport Way Seismic Retrofit 5 Deliverables: w Meeting Agendas in electronic format (MS Word) as needed * Meeting Minutes in electronic format (MS Word) asneeded Task 1"3 SubconsuUtant Coordination The CONSULTANT will provide direction to the SUBCONSULTANTs and review of their work over the course of the PROJECT. Monthly monitoring of the SUBCONSULTANT's design budget will occur over the course of the PROJECT. Status, as well as projections, will be developed. CONSULTANT will monitor SUBCONSULTANT costs and budgets, and propose corrective actions, if necessary. This may include formal SCOPE and/or budget modifications. Task 1,4 Project "on^tor^ng and Reporting The CONSULTANT's project manager will monitor the PROJECT planned budget versus actual progress. CONSULTANT will prepare and submit an invoice and a brief progress report monthly that reflects progress over the previous billing period and anticipated activities over the next billing period. The monthly progress report will include a summary of any identified variances from the budget and schedule, reason(s) for the variance, and proposed corrective action(s). Deliverables: * Hard copies of Monthly Invoices and Progress Reports Task 1,5 * uali , Control/ 9 uaU' Assurance Review This task is for[lC/[tA review of CONSULTANT deliverables by e designated O[/[\Astaff member of the CONSULTANT team.The review will cover documents; reports; plans, specifications, and cost estimates; and pertinent information on an ongoing basis. The program entails the periodic review ofcriteria, design, calculations, and assumptions, as well as concepts and presentation pf product format; and documents that the overall PROJECT objectives are being fulfilled. . The following level ofstructural review will be performed for the following: m Structural/Retrofit Design Review—The reviewer verifies the reasonableness of the seismic analysis approaches, calculations, details for retrofit concepts, and recommendations. South Boeing Access Road over Airport Way Seismic Retrofit 6 2 ata Collection amle, Fie[i erification Task 2.1 ridge Data Collection and Field Verification The CONSULTANT will gather available information pertinent to the PROJECT, including and not limited to as-built drawings, bridge inspection reports, maintenance records, load rating, and utilities on and adjacent to the bridge. A site visit of the bridge will be conducted to verify the information shown in the as-built drawings and to document any additional or missing as-built information.The verification will be limited to the information required for the seismic analysis and limited to visual inspection of elements above the ground and out of the water only.The CONSULTANT will inform the CITY of any major discrepancies observed between the site visit and the inspection report. Assumptions: * The CITY will provide the available existing information on the PROJECT from CITY records. * The site visit is not a bridge inspection. * No traffic control measure is anticipated. w Site visit to verify as-built information is limited to items readily visible and accessible without special equipment (lift orUB|T\orladders. Deliverables * A brief field visit report describing and documenting overall existing conditions of the bridge and any discrepancies from the as-built drawings. * Photos of the bridge and site conditions for inclusion in the Concept Design Report and referenced in the Project Definition Report. ^ ~ ���� ^ 1�as^ 3 �-emt��c�'�nUcauK , K��U� r8n� ��n v -�����- , _ _ In conjunction with the structural analysis,the CONSULTANT will perform geotechnical engineering and analysis and provide input ko the structural engineer(s)to inform the determination of potential vulnerabilities and proposed retrofits. The AASHTO Guide Specifications for LRFD Seismic Bridge Design requires site-specific ground motion response for structures founded in Site Class F soils. Based on published geologic maps and soil information gathered from previous borings in the PROJECT vicinity, CONSULTANT has determined the anticipated Site Class for seismic design is not Class F. Site-specific ground motion response will not be evaluated for the PROJECT. South Boeing Access Road over Airport Way Seismic Retrofit 7 Task 3"1 Geotechnical Engineering The CONSULTANT will: * Project Setup:The CONSULTANT will set the project upintheiraccountingpnogronn and will develop a health and safety plan for proposed field work. w Attend Project KickoffK4eeting: The CONSULTANT will attend one project kjckoff meeting with the City and the design team. This meeting will review project objectives, communication protocol and schedule. The CONSULTANT assumes that this meeting will take place atthe City ofTukvvi|a'soffice. w Collect and Review Available Geotechnica| Data: The CONSULTANT will review readily available and relevant information along the project corridor. This review will include online geotechnical databases, geologic maps and HWA library. w Plan Field Exploration Program: The CONSULTANT will plan and coordinate the Q 'otechnica|exploration program for the project. The exploration program will consist of conducting one geotechnica| boring at each Pier(Sbor|nBs). Planning will include identification of the location of the geotechnical borings, development of traffic/pedestrian control plans and coordination of required equipment and/or f|aggers. * Generate Exploration Work Plan Memo: The CONSULTANT will prepare en exploration work plan memorandum of our exploration program. This work plan will be submitted to the City for review and approval.The work plan will detail the type, location, and extent of proposed field explorations along with logistics necessary to perform the work such as traffic control plans and staging areas. The work plan will also be used for utility locating clearances and for permitting that may be necessary to access the exploration locations. * Conduct Utility Locates and slope Reconnaissance: Prior to conducting our geotechnical borings, the CONSULTANT will make a site visit to mark the proposed boring locations and arrange for utility locates using the Utility Notification Center. During this site visit the CONSULTANT will perform a slope reconnaissance to observe surface soils, slope vegetation, groundwater seeps near the existing bridge. A second visit is will be necessary to verify that the proposed boring locations are clear of utilities prior to perform the exploration. * Conduct Gentechnica| Explorations: The CONSULTANT will conduct a series offive (5)geotechnical borings along the bridge alignment (at each Pier location) to identify the subsurface soil and groundwater conditions align the bridge alignment. Each South Boeing Access Road over Airport Way Seismic Retrofit 8 geotechnical boring will be drilled with a mini-track limited access drill rig and logged bvonHWA geuteohnica|engineer or engineering geologist. w The CONSULTANT will conduct one (1) 8eotechnica| boring near each bridge abutment. The boring at the eastern and western abutments will be drilled inthe grassy/gravelly area behind the guard rail. Each of these borings will be drilled toa depth of 30 to 40 feet below ground surface depending on the soil conditions encountered at the time ofdrilling. The location of both abutment borings will have no impact on pedestrians or vehicular traffic. * The CONSULTANT will drill one (l) boring at each Rf the interior piers. Borings for Piers 2 and 3 (deep foundations) will be drilled to a depth of 40 to 50 feet below ground surface depending on the soil conditions encountered at the time ofdrilling. Boring for Pier 4 (shallow foundation) will be drilled to a depth of 20 feet below ground surface. These borings will be drilled in the grassy area at each shoulder of Airport Way S and on the existing median. The borings will be positioned fo maintain traffic along Airport Way S throughout the drilling operation. * Generate Boring Logs and Assign Laboratory Testing:The CONSULTANT will prepare summary boring logs and perform laboratory testing to evaluate relevant physical properties of the site soils. Laboratory testing could include moisture content, hydrometers, grain-size distribution' Atterberg Limits, direct shear and/or undrained compression test. * Evaluate Field and Laboratory Data: Based on the borings and the laboratory test results of selected samples, the CONSULTANT will generate estimates of the soil strength and other properties needed to evaluate the effects the subsurface conditions will have on the bridge during a seismic event. Soil properties that will be developed include static and dynamic shear strengths, stiffness and low-strain shear wave velocities. * Develop Geologic Profile: The CONSULTANT will develop a geologic profile along the bridge alignment based on the results of the ofthe subsurface exploration program. This geologic profile will be used to evaluate slope stability and other geologic hazards. * Generate seismic design ground motion parameters for a two-level analysis (100-yr and l,OOO'yr return periods) using ZO14USGS Hazard Maps. w Evaluate geologic hazards. Based on the range ofgeotechnica| soil properties, on evaluation of earthquake-induced geologic hazards that may affect the bridge South Boeing Access Road over Airport Way Seismic Retrofit 9 foundation resistances will beperformed. Seismic ground motion, slope stability and settlement will be included in the geologic hazard evaluation. w Evaluate Potential for Liquefaction: The CONSULTANT will evaluate potential for liquefaction, lateral spreading and liquefaction-induced settlement. w Evaluate Seismic Lateral Earth Pressures at Existing Abutments:The CONSULTANT will evaluate lateral earth pressures at existing abutments under seismic loading conditions' ° Perform geoteohnica| foundation resistance assessment: The CONSULTANT will analyze the existing foundations and soil conditions to develop foundation capacity recommendations.This assessment will also consider the results of the geologic hazard evaluation, including the potential effects of slope stability on the foundations. * Project Coordination Meetings: The CONSULTANT will attend upto one /1Nproject coordination meeting at the City ofTukxvi|a"sOffice. The CONSULTANT`sattendance will be used to convey the geotechnica| considerations of the site tu the City and the design team. * Geotechnico| OA/[\[: The CONSULTANT will have all design calculations and recommendations reviewed by a senior principal prior to distribution to the design team or the City. ° Prepare Draft Geotechnical Engineering Memo:The CONSULTANT will prepare a draft geotechn|ca| engineering rnennofor'thepr 'ect. Thisnnerno'yvi|| containthe results of the geotechnical engineering investigation, including description of surface and subsurface conditions; a site plan showing exploration locations and other pertinent features; summary boring logs; and laboratory test results and all AASHTO- required seismic retrofit design parameter required for the project. ° Respond to City of Tukwila and Design Team Comments: CONSULTANT will review and respond to one round of comments received. * Miscellaneous Geotechnica|Analysis: The CONSULTANT will provide upto1Shours of miscellaneous geotechnical analysis to support the design team with various questions and request for additional analysis. p Geotechnical Task Management:The CONSULTANT will provide geotechnical task management to all geotechnica| related aspects of the project. The CONSULTANT will correspond with the City and the design team in the form of emails, fax, and telephone calls, asnecessary. South Boeing Access Road over Airport Way Seismic Retrofit 10 * The geotechnical explorations proposed herein will not be used to assess site environmental conditions. However, visual or olfactory observations regarding potential contamination will be noted. Analysis, testing, storage, and handling of potentially contaminated soil and ground water (either sampled or spoils from drilling) are beyond this scope ofservices. |f contaminated soils and/or ground water are encountered, the material will be properly contained on-site for disposal os mutually agreed upon without additional cost toCONSULTANT. w The CONSULTANT will not install any groundwater monitoring wells at the locations of the proposed borings. w CONSULTANT will identify utilities near the boring locations with o private utility locator and through the Washington Utility Notification Center. p All non-contaminated drilling spoils and related debris will be drummed on site and transported offsite for disposal by the drilling subcontractor. * All field explorations will be conducted between the hours of DAM to 513M. * All required rights of entry will be provided by the City atno cost tothe CONSULTANT. w The borehole locations will be surveyed byothers. w Relatively disturbed subsurface soil samples will be collected from the borings using the Standard Penetration Test (SPT) at intervals ofZ.S feet in the upper 2Q feet and at intervals of5 feet below 20 feet (if app|icab|e\. w Slope reconnaissance is limited to observation of existing topography and features; no excavation orsubsurface exploration will beconducted. w No detailed soil structure interaction analyses will be completed as part of this work. * The range of geotechnical soil properties will be based on the review of the available ge0technica| and geologic information at the site. w Structural foundation analysis will be performed using FHWA soil spring guidelines for spread footings and with LPi|eor Group software. Deliverables: w The CONSULTANT will provide an exploration work plan memorandum in PDF format. * The CONSULTANT will provide a Technical Memorandum describing the geo|og1c/peotechnica| conditions, geologic hazard assessment (i.e. slope stability, liquefaction, and settlement), ranges of static and dynamic soil properties for bracketing analyses, geotechnica| foundation assessment, and ground motion South Boeing Access Road over Airport Way Seismic Retrofit 11 67 hazard response spectrum tobe used in the structural analysis. The memorandum will also include a discussion of potential geotechnical issues and additional testing that will need tobe addressed during design. (PDF and one (l) hard copy) Ta s nv^rom -entaK Task4.1 Kick-Off Meeting and Coordination with WSD40l[ CONSULTANT will attend a kick-off meeting with WSDOT to clarify the SCOPE, schedule, and expectations for the environmental components of the PROJECT, and identify key permitting issues that could affect the schedule. A walk through of the PROJECT limits and general reconnaissance by technical team members will be led by the PROJECT team leads after the PROJECT kick-off meeting. Information gathered during the kick-off meeting and environmental site visit will be recorded for inclusion in separate document deliverables, as appropriate, to complete an Environmental Overview Technical Memorandum (TM). Tasku&.2 Environmental Evaluation,, Field Work and Documentation The CONSULTANT will conduct a desktop survey to identify potential environmentally sensitive areas (e.g. wetlands, streams, geologic hazards) within and including an additional 200-foot buffer outside of the PROJECT area boundary. The desktop survey will also include identifying other potential areas of concern including public properties/parks, historic and/or cultural resources, disadvantaged populations, and sensitive noise receptors. Work conducted under this task will be based on internet research and review of existing documentation on the PROJECT area and vicinity. Additionally, the CONSULTANT will perform a reconnaissance level field investigation to identify potential environmentally sensitive areas within and including an additional 200-foot buffer outside of the PROJECT area boundaries. Field work will be conducted by two (3) CONSULTANT environmental scientists over the course ofno more than one (1) day. GPS coordinates will be taken in the field to identify the general boundaries of any environmentally sensitive areas identified during the reconnaissance level field investigation. Field findings will also be documented in the TM. The CONSULTANT will also identify the necessary environmental documentation materials, if any, that are needed to develop and meet the requirements of the State Environmental Policy Act /5EPAj and the National Environmental Policy Act (NEPA). No actual permit orregulatory documentation (including NEPA and SEPA documentation) will be developed under this task. Information gathered under this task will also be included in the TM. South Boeing Access Road over Airport Way Seismic Retrofit 12 Task 4.3 Pre-Application Meeting and Coordination with Tukwila Prior to finalizing the review draft of the TIVI, the CONSULTANT will arrange and attend a pre- application nneedng, ifneeded, miththeCityofTukxv|aOfGceofDep$rtnnentof[bnnnnunity Development. The purpose of the meeting is to present the PROJECT and clarify the CITY's land use permitting requirements prior to finalizing the TK8. The meeting will bg attended by one (I) CONSULTANT senior biologist. Task 4.4 SEPA/NEPA Documentation The PROJECT is expected to qualify as Categorical Exclusion (CE) under NEPA and an exemption from SEPA under WAC 197-11-800. For this task, the CONSULTANT will complete the NEPA CE Form and coordinate with the City and WSDOT staff for review and approval signatures on the form.The CONSULTANT will also complete the SEPA Checklist and submit the checklist to the CITY for review by CITY staff along with'the appropriate land useapp|ication(s). Land use applications that will be required from the CITY for the PROJECT will be based on discussions in the pre-application meeting. Assumptions: * Field work will be limited to CITY owned property and/or right-of-entry will have been approved by'the CITY prior to initiating any field work. * The CONSULTANT will be responsible for completing and submitting CITY permit applications for all land use development permits or approvals that are required for the PROJECT. * CITY staff will be responsible for and obtaining CITY permits and reviews related to land use development applications including administrative review, grading, site plan review, right-of-way use and other related permits as required. w A SEPA exemption (under WAC 197-11-800) is assumed to be the appropriate SEPA threshold determination. • Federal funding will require compliance with NEPA. A NEPA CE is assumed to be the appropriate NEPAdgternninat|on.The NEPA CEDocunnentation Form will be completed. * The PROJECT is exempt from Section 106 of the National Historic Preservation Act according to Appendix J, Exhibit B of the October 2018 version of the WSDOT CE Guidebook (A-6). An independent Cultural Resource Survey will not be needed due to the exemption. • Endangered Species Act compliance will be demonstrated as "no effect" through use of the VVSDOTNEPACE form. An independent Biological Assessment will not be needed due to absence of listed species |n0r around the project area. South Boeing Access Road over Airport Way Seismic Retrofit 13 w Envronnnenta|]usticemiUbedennonstnatedas °nohnpocttoprotectedpopu|ations" through use of the WSDOT CE form. Basic community demographic data will be compiled to demonstrate no protected populations in the project area and a full environmental justice evaluation of the project will not berequired. * No additional federal or state permits or approvals will be required for the PROJECT. Deliverables: w Review draft and final Environmental Technical Memoranda in PDF format. � Review draft and final NEPACE Documentation Forms inPDFformat. w Review draft and final SEPA Checklists inPDFformat. Tas ,� onceAt �wes^W�n 'e�voi'' The CONSULTANT will prepare a Concept Design Report (CDR) providing description of the detailed structural analysis used in the determination of seismic vulnerabilities, and calculated section capacity/demand ratios for both as-built and post-retrofit conditions ion proposed p8rts/nmemnbersto be retrofitted identified following as-built condition analyses.) Construction cost estimate and preliminary retrofit plans will be included in the Concept Design Report as appendices. A constructability review of the proposed retrofits will be conducted by the CONSULTANT to inform the selection of the proposed retrofits as well as the construction cost estimates ofthose retrofits. Seismic Analysis and CDR Preparation Assumptions: 0 Elastic analyses will be performed as part of this SCOPE during a design seismic event. This assessment will be partly based on experience and engineering judgment. ° 2 Structural models (i.e, Spine and 3'D) will be developed based on the as-built drawings, with visual field verification of elements above ground and accessible without special equipment. For each model, two conditions of soft for displacement demand (i.e, liquefied) and rigid for force demand will bestudied. w Structural models will utilize asingle spinerepresenting the bridge superstructure, with additional frame elements included to represent crossbeams, columns,and spread footings. Spread footing foundation springs will bg established inaccordance with procedure outlined in the FHWA Seismic Retrofitting Manual and BDM. Abutments and walls may be modeled with frame or shell elements, at the C[]NSULTAN7sdiscre1ion. * Per AASHTO Guide Specs, seismic analyses are performed for the design l,OOO-yr event based on the as-built conditions. South Boeing Access Road over Airport Way Seismic Retrofit 14 w Foundation analysis will be based on The AA5HTO Guide Specifications for LRFD Seismic Bridge Design. * Live load concurrent with seismic demands will not be considered in the analysis. w In determining seismic responses, effective member stiffness will be determined based nn the FHVVA Retrofitting Manual guidelines. � Expected material properties will be used for all elements in the analysis. Nominal material properties will be used in design or retrofit items only. * Pushover analysis will be conducted as described in Method D2of the FHVVA Retrofitting Manual: for the 1,000-yr analysis, concrete strain at plastic hinging will be limited toO.005. Task 5,1 As-KnK8^Kt Analysis The CONSULTANT will perform seismic analysis of the existing structure to determine potential seismic vulnerabilities. Seismic analyses will include non-linear static 'puShover' and response spectrum dynamic analysis, as well as section capacity determination on parts and/or the whole structures using the bridge seismic retrofit design parameters established in the General Assumptions listed in the SCOPE. Task 5^2 Post-retrofit Analysis The CONSULTANT will perform seismic analysis of the existing structures incorporating proposed schematic retrofits developed for the CDR. The schematic retrofits will be analyzed and preliminarily sized for the seismic demands. Seismic analyses will include non- linear static 'pushover' and response spectrum dynamic analysis, as well assection capacity determination on parts and/or the whole structures using the bridge seismic retrofit design parameters established in the General Assumptions listed in the SCOPE. Assumptions: * Post-retrofit analysis will be performed incorporating the proposed schematic retrofits'developed for the Draft CDR. Task 5"3 CKDnstructabiK^ Cost Est^00ate & Construction Schedule Cmnutruotabi|ity:The Consultant will review the preliminary retrofit options for practical and cost-effective construction. A memo will address practicality and risks associated with construction. South Boeing Access Road over Airport Way Seismic Retrofit 15 Cost Estimate:The CONSULTANT will prepare a construction cost estimate (engineer's estimate) based on the 10% Design Plans included in the CDR. Cost estimate will be quantity based using conceptual level unit pricing referenced from VVSDOTor other sources as necessary. Cost estimate will include appropriate values for escalation and on estimation of right-of-way costs (if applicable). Schedule:The CONSULTANT will prepare a construction schedule based on the 10% Design Plans included in the CDR. Construction schedule will be developed in MS Project software. Task 5~4 Prepare Concept �wes^gn �,� epont (CD,x!,,) The CONSULTANT will prepare and submit a draft CDR providing description of the analysis and section capacity/demand ratios, pre-and post-retrofit, on proposed parts/members to be retrofitted. If there are multiple elements for a given structure that require seismic retrofit, the CONSULTANT will identify a recommended priority for the retrofit of the various elements. The CDR will include conceptual retrofit strategies, including the concept details, constructability Memo, and conceptual cost estimates of the proposed retrofit strategies. The CONSULTANT will revise the draft report based on written comments on the draft report received from the CITY and submit a final report for review and approval. Assumptions: * Concept Design Report plans and cost estimate will be provided by incorporating the proposed schematic retrofits developed for the Draft CDR. Inclusion ofadditional retrofit concepts or major reconfiguration of the retrofit concepts illustrated in the Draft CDR will be considered "Out-of-Scope" Work and will be negotiated as such, Deliverables: w Draft Conceptual Design Report—Vne (1) electronic (PDF)and one /l\ hard copy w Final Conceptual Design Report- one (1) electronic (PDF) and two (2) hard copies Task ,._ � �� ' ��������� . ~����mU�� s � _ � CONSULTANT will provide limited topographic mapping to provide a preliminary base map. Mapping limits will extend 2OO feet east and west beyond bridge abutments on S. Boeing Access Rd. over 1-5 and 200 feet north and south along Airport Way S. from the intersection ofS. Boeing Access Rd. South Boeing Access Road over Airport Way Seismic Retrofit 16 Task 6,1 Geodetic and Cadastral Survey Control Horizontal Datum and Coordinate Svstenn—surveyvvorkshoU reference the Washington State Plane Coordinate System using the NAD83 (2011) datum as established in accordance with Chapter 58.20 Revised Code of Washington and shall be in US Survey Foot units. The horizontal control to establish ties to the datum shall be shown on the plans and/or in the surveyor notes. The Vertical Datum shall reference the North American Vertical Datum of 1988 (NAVD 1988). The benchmark used to establish ties to the datum shall be shown on the plans and/or in the surveyor's notes. Task 6,2 KKtiK^, , Location Service CONSULTANT will utilize a private utility location service to mark the underground utilities within the project corhdorpriortosurVeyficddvvorkTheexpemseforthisserviceisinc|udedin the survey budget estimate as "other direct cost", Task 6"3 , app.ng CONSULTANT shall locate and map visible features for engineering design within the mapping corridor. These features include: mapping will include roads, surface utility features, overhead power lines, stairs, slopes, geotechnical boring locations, and bridge columns. m Roadway features, curbs, sidewalks, seams. m Bottom of soffit of exterior girder of bridge over 1-5, every 7-feet and at piers. m Surface utilities m Overhead power lines m Stairs m Slopes m Geotechnica| boring locations m Bridge columns and abutments, bottom of soffit of exterior girder every 7-feet and at piers. m Ground measurements sufficient to generate a digital terrain model (DTM) for 1-foot contours. South Boeing Access Road over Airport Way Seismic Retrofit 17 Task 6,4 Right-of-' ',-ay and Prope Lines CONSULTANT WILL SHOW Rig and property lines in the base mapping and based on available GISinformation. Deliverables ~ Civi| SD2Ol6projectbasennapatl"=2[Ysca|ewith1'footcontourinterVals. Assumptions � Traffic control safety plans will be developed by others for surveying purposes. ° Property corners will not beset in conjunction with this survey. ° Sub-surface utility marking byothers and invoiced as "other direct costs". ° CONSULTANT will not access any area that is unsafe for any reason. ° CONSULTANT is not responsible for delays caused by others that may delay 1 Alliance deliverables or delays caused by unsafe conditions. ° Traffic control safety plans will be developed by others for surveying purposes. ° Street use permits for surveying are not included under this scope ofwork. Tas -1 7 Tra-Ac naU�s^s Although permanent channelization and/or signalization changes are not anticipated as part of this project,theCONSU[TANTsha|| prepareaTraff|c Control Plans that will 8otogether with the construction of the intended retrofit scheme and to ensure that mobility of traffic is not hindered. The exact limits of the traffic control will be determined jointly between the CITY and the CONSULTANT but are typically expected to extend to the next adjacent street intersection or 1/4-mile in each direction along the roadway, whichever is least. Deliverables: m Draft Traffic Control Plans- PDF and l bardcopy w Final Traffic Control Plans' PDF and 1hardcopy South Boeing Access Road over Airport Way Seismic Retrofit 18 Ta U- la ns, ec^ficat^ ns., a, n s�^nee st^,,-ate The CONSULTANT will prepare contract plans, specifications and engineer's estimate of probable construction costs for the seismic retrofit of the 5BAR/AW Bridge,as illustrated inthe Concept Design Report. Seismic �etrofit Contract Plans CONSULTANT will advance design of the recommended retrofit presented in the CDR and prepare contract plans of those solutions for Project advertisement. The CONSULTANT will prepare 60%, 90%, and final contract plans for CITY review, comment, approval and advertisement. CONSULTANT will maintain design documentation including design calculations. CONSULTANT will develop the following: PS&EAssumed | PS8'E Submittal Phase . ' Sheet Name Number of 6096 90�� lOOy6 Sheets [overSheet l X X X Index Legend and Abbreviations l | X X X / General Notes 1 X % X Site Prep and TESC l X X X Construction Staging 1 X X X Grading and Slope Protection (Aa' Z X X X desired) � Traffic Control& Detour(MOT) 4 X X X Bridge Plan & Elevation-Retrofit I X X X Locations � General Structural Notes l | X X X Bridge Construction Sequencing I X X X West Abutment Retrofit and Details I X X X Pier lRetrofit Elevation l X X % | Pier Retrofit' Elevation 1 / X X X Pier 3 Retrofit' Elevation l X X X Pier 1, Z' and 3 Retrofit Details 2 X X X East Abutment Retrofit& Details 2 X X X | East and West Abutment Bearing Z % X X Replacement / Superstructure Z ' X X X ' �- Misc. Bridge Repairs l X X X Seismic Retrofit Specifications The CONSULTANT will use the CITY of Tukwila Standard Specifications 2017Npreparing the Project's specifications and Project Manual.The CONSULTANT will modify the standard specifications by preparing contract special provisions. In addition, the CONSULTANT will South Boeing Access Road over Airport Way Seismic Retrofit 19 prepare Special Provisions for contract specific requirements when the standard specifications do not cover a certain work element. For the 60%submittal and all subsequent submittals, the CONSULTANT will submit a complete Project Specifications Manual including Divisions 0-9 with a bid form, special provisions and general special provisions that apply to the Project. The CONSULTANT will stamp the second page Vf the Project SpecificationsKAanuo|` Assumptions: * City will supply a "boilerplate" version of the project specifications manual which will include a cover page, advertisement, signature page, a table of contents, Division 0, standard and general special provisions for Divisions 1 through 9, and standard CITY Appendix items. ° For the technical special provisions, Divisions 2 through 9 and portions of Division 1 including environmental requirements and maintenance of traffic, City boilerplate files are provided for the CONSULTANT's use. The CONSULTANT is responsible for evaluating the applicability of each section to their specific contract. The CONSULTANT is responsible for the technical special provisions of the contract. w The final submittal for PROJECT advertisement will reflect the most recent version of City's boilerplate which may change at any point during design development. Seismic Retrofit Engineer's Estimate The CONSULTANT will prepare an engineer's estimate for the PROJECT at the 60%, 90%, final design and bid ready levels ofcompletion. The estimates will be prepared using documented unit costs, lump-sum prices, and from Consultant's'experience on similar projects. The CONSULTANT will submit unit price documentation for nonstandard work items and review and modify, as needed, the appropriateness of the unit costs, lump-sum prices, and other cost data that the CONSULTANT uses. After the 90% design is completed, the Consultant will conduct a bottom-up independent cost estimate in addition to the unit price cost estimate.This estimate is intended to provide additional cost certainty before construction contract advertisement. PROJECT cost estimates will include appropriate contingency factors to account for PROJECT uncertainties that cannot be accounted for at the PROJECT's various engineering stages. In providing opinions of cost, and schedules for the PROJECT, the CONSULTANT will have no control over cost or price of labor and materials; unknown or latent conditions ofexisting equipment or structures that might affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that might materially affect the South Boeing Access Road over Airport Way Seismic Retrofit 20 ultimate PROJECT cost or schedule.The CONSULTANT, therefore, will not warranty that the actual PROJECT costs, financial aspects, economic feasibility,.or schedules will not vary from CONSULTANT' opinions, analyses, projections, or estimates. Assumptions: * Engineer's estimate will be prepared using the CONSULTANTS standard estimating spreadsheet. * All Seismic Retrofit 'itenns' will be prepared as lump sum items with a lump sum breakdown provided. Deliverables: w One (1) electronic copy of the engineer's estimate at the 60%, 90%, final review submittals and the bid submittal. w Independent bottom up cost estimate at9D96design. Task 8,1 60% m%ubm'0taU The 6DV6 submittal will include two (2) half-size plans, project manuals, and cost estimates. Up to two (2) copies of the GO%construction schedule will beprovided. Electronic copies ofall files will beprovided in PDFfOrrnat. An electronic copy of the Project Specifications Manual will be provided in Word format. Hard-copy sheets will match the electronic files that are submitted. The cost estimate will be formatted to reflect the bid item breakdown. Deliverables: * Two (2) bardcopiesof half size plans. ° Two (2) hardcopiesof the Project Specifications Manual. An electronic copy ofthe Project Specifications Manual in PDF format. An electronic copy of the Project Specifications Manual in Word format (no Appendix). * Two(2) hacdcopiesof the cost estimate. An electronic copy of the cost estimate in Excel and PDFformats. � An electronic copy of the construction schedule in PDFfornnat. South Boeing Access Road over Airport Way Seismic Retrofit 21 Task 8"2 90% Submittal The 9OY6 submittal will include two /Ji half-size p|ansandp jectnnonuobanduptotvvo (7) construction schedules and estimates. Electronic copies0f the plans, cost estimate, construction schedule and responses to 60% comments response will also be provided. Hard- copy sheets will match the electronic files that are submitted. The work will be substantially complete. Drawings will be completed and checked in accordance with established QC procedures and will have incorporated or resolved comments made during the 60% design review and other informal reviews.The cost estimate will be formatted to reflect the bid item breakdown utilizing CITY cost estimating form. Deliverables: * Two (2) hardcopies of half size plans. An electronic copy of the plans in PDF format. * Two (2) hardcppiesof the Project Specifications Manual. An electronic copy nfthe Project Specifications Manual inPDFformat. An electronic copy pf the Project Manual in Word format (no Appendix). * Two /3\ hardcopies of the cost estimate. An electronic copy of the cost estimate in PDFfornnat^ * An electronic copy of responses to 60Y6 comments in Excel and PDFformnats. w An electronic copy of the construction schedule inPQFformat. Task 8,3 F'nG%U (100%) Submittal The final submittal will include two (2) half-size plans, two (2) project manuals and responses to 9096 comments. Electronic copies of all files will be provided. Hard-copy sheets will match the electronic files that are submitted. The Bid Submittal will include one (I) fu||-size plan set, one (1) half-size plan set printed on bond paper. Drawings will be stamped and signed by the appropriate CONSULTANT team professional licensed in the State of Washington. Hard-copy sheets will match the electronic files. Final drawing check prints (prepared in accordance with established QC procedures)will be submitted to the CITY. Deliverables: ° One(1) stamped, signed Project Specifications Manual. ° An electronic copy of the Engineer's Estimate. ° One (I) half size hardcopyof the plans. South Boeing Access Road over Airport Way Seismic Retrofit 22 Exhibit B DBE Participation TranTech Engineering, LLC (Prime) is a certified Underutilized Disadvantaged Business Enterprise(UDBE)# D2W0025137. UDBE Participation: 60% of total fee. 1 Alliance Geomatics, LLC (Subconsultant) is a certified Underutilized Disadvantaged Business Enterprise (UDBE) #D4M0022928.UDBE Participation: 15.5% of total fee. HWA GeoSciences, Inc. (Subconsultant) is a certified Minority and Women-Owned Business (MWBE) #M5F0024692. DBE Participation: 21% of total fee. The total UDBE participation is anticipated to be 75.5%. Agreement Number: Exhibit B-Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 1 of 1 79 80 Exhibit C Preparation and Delivery of Electronic Engineering and Other Data In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is to use in preparing electronic files for transmission to the agency. The format and standards to be provided may include, but are not limited to, the following: I. Surveying, Roadway Design& Plans Preparation Section A. Survey Data Please see Exhibit A-Scope of Work for description of foimat and standards to be used. B. Roadway Design Files Please see Exhibit A-Scope of Work for description of format and standards to be used. C. Computer Aided Drafting Files Please see Exhibit A-Scope of Work for description of format and standards to be used. Agreement Number: Exhibit C-Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 1 of 4 81 D. Specify the Agency's Right to Review Product with the Consultant E. Specify the Electronic Deliverables to Be Provided to the Agency F. Specify What Agency Furnished Services and Information Is to Be Provided Agreement Number: Exhibit C-Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 2 of 4 82 II. Any Other Electronic Files to Be Provided Please see Exhibit A-Scope of Work for electronic deliverables per task. III. Methods to Electronically Exchange Data Email, CD, flash drive, FTP site. Exhibit C-Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 3 of 4 83 A. Agency Software Suite B. Electronic Messaging System Outlook, text C. File Transfers Format Exhibit C-Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 4 of 4 84 Exhibit D Prime Consultant Cost Computations Project No. See attached Exhibits Agreement Number: Exhibit D-Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 1 of 1 85 Exhibit o Prime Consultant Cost Computations City ofTukwila South Boeing Access Road over Airport Way Seismic Retrofit TnmnTech, LLC Direct Classification Hrs. x Rate = Cost 1 Project Manager '120 $ 57.50 $O^SOO 2 Construction Manager OO $ 79.00 $5.214 3 Senior Structural Engineer(O/VQC) 84 * 70.08 $5.880 4 Project Structural Engineer 170 $ 55.00 $9.350 5 Senior Structural Engineer 182 * 02.00 $11,284 0 Senior Civil Engineer 114 $ 52.00 $5,928 7 Staff Structural Engineer 1 104 $ 33.00 $3.432 O Senior CAD Technician 136 $ 37.00 $5.032 S Office Engineer 98 % 38.00 $3.724 10 Administrative 36 $ 22.00 *792 11 Staff Structural Engineer 2 180 $ 42.00 $5.728 12 Staff Structural Engineer 2 80 * 45.00 $3.600 Total Hrs. 1360 Salary Cost * 67'856 Salary Escalation Cost(estimated) Escalation'96of Labor Cost O%per year Ca. 1 year(s) $O Total Salary Cost $ 67/856 Overhead Coot @ 148.81Y& of Direct Labor $ 100'977 Net Fee @ 3D.OY6of Direct Labor $ 20.357 Total Overhead& Net Fee Cost $ 121,333 Direct Expenses No. Unit Each Cost Reproduction Costs Copies 400 pogeo.@ $0.06 /page $ 24.00 Reports 8nepnds @ $15 /neport $ 120.00 Plans 3 oeto@ $20 /ue $ 60.00 Parking O @ '$8 * - Mei|7De|ioeriee/FedEx 4 @ $24 $ 96.00 Mileage 250 miles @ $0.545 /miie $ 140.61 Subtotal $ 441 TranTech Total $ 189,630 Subcunmu|tonto - W0DBE M/O8E Hro *Tuta| Landau Associates, Inc. 77 $ 11.195 HVyAGeaScianceo. Inc. 340 $ 65.495 1AUiance 203 $ 48.783 Total 0.0Y6 0.096 0.0% 620 Suboonmu|tontTnte| n% $ 125,482 Direct Expenses Sub-Total(ino|udinqGubcnnmuDante) $ 125,923 Total Costs $ 315,112 Exhibit D Prime Consultant Cost Computations City of Tukwila South Boeing Access Road over Airport Way Seismic Retrofit TranTech,LLC 1 2 3 4 5 6 7 8 9 10 11 12 '03 N C C c C w w NC C m a N a m W ,,, W W m C �° E w m C 2 2 _ < c'rn o T � :� 2 > 'ti m � 2 2 2 2 55 U 65 (!I C.3 2 U L i �, Work a� c e a'a c E 65 c c2 ro i E Element# Work Element a U cn a` co vo ro co O co c' TT TT %of direct rates: $57.50 $79.00 570.00 S55.00 552.00 S52.00 $33.00 537.00 538.00 S22.00 S42.00 $45.00 Total. Total> Total Total Total ; Total Total Total° Total, Total Total Total< Total Total. ; Total hrs. ,"hrs firs i hrs: "hrs hrs hrs hrs hrs hrs. ..hrs : hrs ="..=hrs = $ Hours."- I 1.0 Project Management 1.1 Project Management Plan 4 4 8 $1,065 0.59% 1.2 Project Kickoff and Coordination 52 8 8 8 8 8 8 8 18 126 $18,898 =.9.33% 1.3 Subconsultant Coordination 16 8 24 $3,413 1.78%. 1.4 Project Monitoring and Reporting 16 8 24 $2,186 1.78% 1.5 Quality Control/Quality Assurance Review 8 6 60 8 8 8 8 106 $18,931 .7.85%O,, Work Element 1 0 Total 80 14 68 16 ` _16 16 8 - 8 54 8 288 $44,492 21,33% 2,0 Data Collection and Field Verification 2.1 Bridge Data Collection and Field Verification 4 4 4 2 14 $2 102 "1.000 Work Element 2.0 Total :4 4 " >' � ; 4 2 14 52102 '4 04010, 3.0 Geotechnical Engineering and Technical Memo 3.1 Geotechnical Engineering See HWA Geotechnical Sciences Exhibit Work Element 3 0 Total 4.0 Environmental 4.1 Kickoff Meeting and Coordination with WSDOT 4.2 Environmental Evaluation,Field Work and Documentation 4.3 Pre-Application Meeting and Coordination with Tukwila 4,4 SEPA/NEPA Documentation See Landau Associates Exhibit 03 CO Exhibit D 00 Prime Consultant Cost Computations TranTech,LLC 1 2 3 4 5 6 7 8 9 10 11 12 N N T- N N 15 c c N c N @@ 03 C c C m W W W 5)) 2 .2 rn P `m m m a. m fio W c'ci cy W W c c ti cx 'ti _ c '5 3 as 0 2 2 2 ' ti o 'm w to 5 S co v co ip t3 2 U W t, 2 2 Work °7 c c? = c 'E 5 c0i E cu us Element# Work Element a. rj va p,-.. a. co o rn to O 4 Z75 in TT TT %of I direct rates: S57.50 1379.00'I S70.00 I $55.00 I S62.00 I $52.00 I $33.00 I S37.00I S38.00 I S22.00 I $42.00 I $45.00 Total. Total Total Total Total Total .:Total..Total Total Total Total? :Total. Total .; Total;, "Total hrs hrs hrs hrs. ;hrs hrs. "hrs .,-;'hrs ..-.hrs hrs<< hrs hrs '. _hrs $ Hours Work Element 4 0 Total 5.0 Concept Design Report 5.1 As-Built Analysis 12 24 8 8 8 16 76 $10,271 5.63% 5.2 Post-Retrofit Analysis 40 40 24 24 8 80 216 $27,948 16.00% 5.3 Constructability,Cost Estimate and Construction Schedule 12 12 $2,643 " 0.89% 5.4 Prepare Concept Design Report(CDR) 8 16 12 8 8 40 92 $11,532 6.81% Work Element 5.0 Total . 8 12 16 52 : _-64 -44 32 24 8 136 396 $52,394 29.33% 6.0 Survey Mapping 6.1 Geodetic and Cadastral Survey Control 6.2 Utility Location Service 6.3 Mapping 6.4 Right-of-Way and Property Lines See 1 Alliance Exhibit Work Element 6.0 Total n . 7.0 Traffic Analysis Traffic Control Plans 60 16 76 $10,349 : 5.63% P .. Work Element 7.0 Total 60 16 ; '" 76 $10,349 5 63%; 8.0 Plans,Specifications,and Engineer's Estimate 8.1 60%PS&E Submittal 8.1.1 60%Plans 12 32 32 8 32 32 2 24 174 $22.790 12..89% 8.1.2 60%Specifications 8 8 8 2 8 32 66 $8,487 4.89%. 8.1.3 60%Cost Estimate 16 2 18 $3,736 " 1,33% 8.2 90%PS&E Submittal 8.2.1 90%Plans 8 32 32 8 16 32 2 130 $17,866 9.63% 8.2.2 90%Specifications 8 8 8 2 8 32 66 $8,487 4.89% ,' Exhibit D Prime Consultant Cost Computations TranTech,LLC 1 2 3 4 5 6 7 8 9 10 11 12 ED a) . c (1) , CI) CDt .F5). .1.5 'En tu .4's .C° (1) CU CO C gi) t CI Li} LU Lu 6) (2 ., c C C ki 4 Ta_ 8 72 'g') 114 -F,,, N U-I 111 a) •c z t 0 LE T.2 I— a i ,-) l "F2 mi a ts co. — o = 2 2 3 .g) .1 "fl. 0 2 .Z 8,,-- 65 65 5 2 c..) u9 CI) -E. TA t 8 (I) 8 ce :E (7) el 5 Work '-.' 5 ':7,—g •;.: .Er (7) i g -E (0 t Element# Work Element a. o co— o. co u) u) u) 0 Q. (7) w TT TT %of direct rates: $57.50 S79.00 570.00 555.00 562.00 552.00 S33.00 S37.00 538.00 S22 00 $42.00 $45.00 Total Total Total Total Total Total Total Total Total Total Total Total Total Total Total his hrs his his his his his his his his hrs hrs his $ Hours 8.2.3 190%Cost Estimate 8 I I I 2 j I 10 $1,974 0.74% 8.3 100%PS&E Submittal 8.3.1 100%Plans 8 16 16 6 16 2 64 $9,234 4.74% 8.3.2 100%Specifications 6 6 2 4 16 34 $4,422 2.52% 8.3.3 100%Cost Estimate 12 2 14 $2,855 1.04% Work Element 8.0 Total 28 36 102 102 38 48 80 18 20 24 80 576 $70/.851 4217% PRIME COMPENSATION FOR SUB.COST EXPENSES,INCLUDING SUBCONSULTANT FEES $125,923 SALARY ESCALATION PROJECT WORK ELEMENTS TOTALS 120 66 84 170 182 114 104 136 98 36 160 80 1350 $315,112 100.00% CO CO Exhibit D Prime Consultant Cost Computations ts t t-te Transportation Building part a t as ortati* 310 Maple Park Avenue S.E. $ P.O.Box 47300 Olympia,WA 98504-7300 360-705-7000 1TY:1-800-833-6388 www wsdot.wa.gov May 22, 2018 TranTech Engineering, LLC 12011 NE 1st Street, Suite 305 Bellevue, WA 98005 Subject: Acceptance FYE 2017 ICR—Audit Office Review Dear Mr. Kash Nikzad: Transmitted herewith is the WSDOT Audit Office's memo of "Acceptance" of your firm's FYE 2017 Indirect Cost Rate (ICR) of 148.81%. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with your firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705-7019 or via email consultantrates@wsdot.wa.cLov. Regards; Jonson, Erik May 23 2018 8:37 AM cosi8n ERIK K. JONSON Manager, Consultant Services Office EKJ:kms Exhibit B Acceptance ICR Audit Office Review 90 Exhibit D Prime Consultant Cost Actuals Not To Exceed Table (ANTE) Computations WSDOT Agreement: TranTech Engineering, LLC 365 118th Ave. SE Suite 100 Bellevue, WA 98005 ': Direct '-'-'77-4. Overhead 4, I Fixed Fee , An Inclusive , Job Classifications .'1'- Labor Rate ,z NTE* NTE .;. ' Hourly Biling 4- •::,- NTE* -- 148.81% 4 I 30.00% Rate NTE Administrative 1 E ' $20.00 ';v4..E $29.76;` s $6.00;, s $55.76 Administrative 2 ;; ' $30.00 IE $44.64; . $9,00 e, $83.64 Administrative 3 ; Is . $40.00 a $59.52;I' , $12.00; $111.52 Office Assistant $20.00 El $29.76; $6,00;; fl $55.76 ‘; s $66.96 '; Office Engineer ; , $45 00 ---; $13.50;', $125.46 s" - Senior CAD Technician ; $42.00 '-; $62.50; $12.60; $117.10 In I Staff Structural Engineer 1 ;;* s $42.00;LE $45.00 ,LE-1.1 $62.50; $12.60; $117.10 . -- LE Staff Structural Engineer 2 $66.96;L' $13.50; $125.46 ' Project Structural Engineer El' $60.00 „E $89.29;, $18.00; $167.29 Senior Structural Engineer °: 2- $70.00 41 $104.17; $21.00 s' $195.17 s Project Manager $65.00 s V $96.73;; $19.50 I, $181.23 Construction Inspector s, .. $45.00;°°& $66,96; $13.50 $125.46 ; t Construction Senior Inspector ; - $60 00 s - $89.29; $18.00 Is $167.29 ,s' Construction Manager $79 00 ,;st- $117.56; $23.70; $220.26 "E. Resident Engineer ;I $79.00 I 2": $117.56; $23.70 , $220.26 s. Principal ; $89.00 ELL $132.44;s $26.70? $248.14 r... Engineer $35 00 $52.08; - $10.50; $97.58 Marine Engineer $70.00;IIE $104.17; - $21.00 Is $195.17 Staff Civil Engineer ; $40.00;Es-Ls $59.52; - $12.00; $111.52 1E ; Project Civil Engineer $50.00 r $74.41; - $15.00's ; $139.41 Senior Civil Engineer . $60.00 s E.- $89.29 I; : $18.00; $167.29 Specialty Technician s;„; $45.00 ;E $66.96; 7 $13.50 I; $125,46 Es lee $o ,00,, . o.00 4 $0.00 4,, - 91 92 Exhibit E Subconsultant Cost Computations Project No. See attached Exhibits Agreement Number: Exhibit E-Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 1 of 1 93 Exhibit GubcnnsuV mCostcompmotion City of Tukwila South Boeing Access Road over Airport Way Seismic Retrofit HWA GeoScimnoem' Inc' Direct Classification Hrs. x Rate = Coat 1 Administrative Support 2 % 23.00 $40 2 CAD 15 * 38.00 $570 3 Contracts Administrator 2 $ 34.00 $68 7 Geologist IV 0 $ 38.50 $219 8 Geologist 14 $ 40.00 $560 0 Geo|bgiotV}| O $ 64.00 $O 10 Qeotechvica| Engineer| 155 $ 34/51 $5.365 11 Geoteohn|ca| Engineer U O $ 30.00 $0 12 Gemh:ohn|ca| Engineer|V 103 $ 46.00 $4.738 13 Goutnchnioa| Engineer V| 36 $ 63.00 $2.268 14 Hydmgou|ogio1VI 0 $ 40.00 $O 15 Lab/Field Technician | Q $ 21.00 $O 16 Lab/Field Technician U O $ 28.00 $O 17 Lab/Field Technician |U O $ 35.00 $0 18 Principal IX 7 $ 84.62 $582 19 Phnnipo/V||| U $ 76.00 $O 20 O $0 Tota| Hro. 340 Salary Cost $ 14.426 Salary Escalation Cost(paGmated) Escalation'Y6of Labor Cost 3% per year @ 1 year(s) $433 Total Salary Coat $ 14.859 Overhead Cost @ 184.4796pf Direct Labor $ 28,896 Net Fen @ 30.0% of Direct Labor $ 4,458 Total Overhead& Net Fee Cost $ 33.353 Direct Expenses No. Unit Each Coot Reproduction Costs Copies O pageo@ $0.06 /poge $ ' Reports 2 repnrts@ $15 keport $ 30.00 Plans O sato@ *2 /nel * ' Parking 2 @ $8 $ 16.00 yWoi|/DeUvehoo/FodEx 2 @0 $20 $ 40.00 Drilling Subcontractor 1 @ $12.000 $12.000J00 Traffic Control`SiynogoRental 1 @ $300 $ 300.00 Field Expenses (Sample Bags, Cold 1 @ $150 $ 150.00 Lab Testing 1 @ $4.500 $ 4,500.00 Mileage 450 miles @ $0.545 /m||o * 245.25 Subtotal $ 17.281 HWAGeoSciences' Inc. Total $ 65.493 Exhibit E Subconsultant Cost Computations City of Tukwila South Boeing Access Road over Airport Way Seismic Retrofit HWA GeoSciences,Inc. 1 2 3 7 8 ID 12 13 16 >_ > cr a .0 a — 5 c w ai w a@'. c w a C W W W a 5 d 7' > 0 `3 g X m ul R N u ♦+ _ C C m O o @ @ @ n 49 C9 Work g0 C O O O O O C Element# Work Element d U U ( C9 t2 0 0 a = _ %of direct rates; $23.00 S36,00 S34.GO 636.50 340.00 534.61 640.00 $63.00 SO4 52 Total Total Total Total Total,:Total Total -Total Total 'Total- Total Total his -hra= 'his ors His his hrvs ors ` hrs errs $ Hours 1 I I 1 I I I I I 3.0 Geotechnical Engineering and Technical Memo 3.1 Geotechnical Engineering 3.1.1 Project Setup 2 6 2 10. 51 271 2.94% 3.1.2 Attend Project Kickoff Meeting 4 4 8. S1 070 2.35% 3.1.3 Collect and Review Available Geotechnical Data 5 1 6 5736 1.76% 3.1.4 Plan Field Exploration Program 4 2 6 5772 1.76% 3.1.5 Generate Geotechnical Exploration Work Plan Memo 2 6 2 10 51,260 2.94%. 3.1.6 Conduct Utility Locates and Slope Reconnaissance 10 6 16 52.085 4.71% 3.1.7 Conduct Geotechnical Borings 30 2 32 53,800 9.41% 3.1.8 Generate Boring Logs and Assign Lab Testing 2 6 2 "10 $i 273 2:94% 3.1.9 Evaluate Field and Laboratory Data 4 6 10 Si 234 2.94% 3.1.10 Develop Geologic Profile 5 2 4 2 13 51,677 3.82% 3.1.11 Generate Seismic Design Parameters 4 2 6 S883 -1.76% 3.1.12 Evaluate Geologic Hazards 16 4 2 22 52 894 6.47% 3.1.13 Evaluate Potential for Liquefaction 8 2 2 12 $1 655 3.53% 3.1.14 Evaluate Abutment Earth Pressures 4 5 2 1 12 Si 607 3.53% 3.1.15 Perform Geotechnical Foundation Resistance Assessment 20 8 4 1 33 54.669 9.71%" 3.1.16 Project Coordination Meetings 4 4 8 $1079 2.35% 3.1.17 HWA Geotechnical CIA/QC 4 8 4 16 53 319 4.71% 3.1.18 Prepare Draft Geotechnical Engineering Memo 1 4 2 12 8 _ 4 2 33 $4 872 9.71% 3.1.19 Respond to City of Tukwila and Design Team Comments 4 4 8 51.448 2.35% 3.1.20 Miscellaneous Geotechnical Analysis 5 10 5 20 53.159 5.88% 3.1.21 Finalize Geotechnical report 1 6 8 4 19 52.839 5.69% 3.1.22 Geotechnical Task Management 30 30 54 602 "8.62% Work Element 3.0 Total 2 15 2 6 14 -`155. 103 36. 7'' 340^ 848,212 100.00% EXPENSES $17,281 SALARY ESCALATION PROJECT WORK ELEMENTS TOTALS 2 15 2 6 14 155 103 36 ' 7 340 $65,493 100.00% 95 Exhibit E Subconsultant Cost Computations as in.t.n tate Transportation Building * a t of ans ation 310 Maple Park Avenue . . P.O.Box 47300 Olympia,WA 98504-7300 360-705-7000 TTY:1-800-833-6388 www.wsdot wa.gov June 5, 2018 HWA GeoSciences, Inc. 21312 30 th Drive SE, Suite 110 Bothell,WA 98021 Subject: Acceptance FYE 2017 ICR—CPA Report Dear Vasiliy Babko: We have accepted your firms FYE 2017 Indirect Cost Rate (ICR) of 194.47% (rate includes 0.35% Facilities Capital Cost of Money) based on the "Independent CPA Report," prepared by T. Wayne Owens & Associates. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at(360) 705-7019 or via email consultantrates@wsdot.wa.gov. Regards; Jonson,Erik Jun 6 2018 3:24 PM cosign ERIK K. JONSON Manager, Consultant Services Office EKJ:rck Acceptance ICR CPA Report 96 Exhibit e auuconsuuam Cost Computations HWA GEOSCIENCES INC. ZOl8NTE HOURLY RATES BYCATEGORY 0TE TITLE HOURLY Overhead Fixed Fee Billing RATE 1.9447 30.0096 Rate Administrative Support $23.00 $44.73 $6.90 $74.64 CAD $38.00 $73.90 $11.40 $123.31 Contracts Administrator $34.00 $66.12 $10.20 $110.33 Geologist $25.00 $48.62 $7.50 $81.13 Geologist || $20.75 $55.91 $8.63 $93.30 Geologist ||| $33`00 $64.18 $9.90 $107.09 Geologist IV $36.50 $70.98 $10.85 $118.44 Geologist $40.00 $77.79 $12.00 $129.80 Geo|ogistV|| $64.00 $124.46 $I9.30 $207.67 Geotechnica| Engineer | $34.61 $67.31 $10^38 $112.31 Geotechpica| Engineer || $36.00 $70.0I $10.80 $116.82 Geotechnica| Engineer|y $46.00 $89.46 $I3.80 $149,27 Geotechnica| Engineer V| $63.00 $122.53 $18.90 $204.43 Hydrogeo|ogistV| $40.00 $77.79 $12.00 $I29.80 Lab/Field Technician | $2I.50 $41.81 $6.45 $69.77 Lab/Field Technician || $28.00 $54.46 $8.40 $90.86 Lab/Field Technician ||| $35.00 $68.06 $10.50 $118.57 Principal IX $84.62 * $164.56 $25.38 $274.58 Principa|V||| $76.00 $147,80 $22.80 $246.61 Exhibit E Subconsultant Cost Computations City of Tukwila South Boeing Access Road over Airport Way Seismic Retrofit Landau Associates, Inc. Direct Classification Hrs. x Rate = Cost 1 Senior Associate 34 $ 53.70 $1,826 2 Senior Associate 3 $ 54.33 $163 3 Project 24 $ 29.81 $715 4 Project Coordinator 4 $ 26.50 $106 5 Project Coordinator 4 $ 30.76 $123 6 CAD/GIS Technician 8 $ 30.00 $240 20 0 $0 Total Hrs. 77 Salary Cost $ 3,173 Salary Escalation Cost(estimated) Escalation-% of Labor Cost 3% per year @ 1 year(s) $95 Total Salary Cost $ 3,268 Overhead Cost @ _ 212.53% of Direct Labor $ 6,946 Net Fee @ 30.0% of Direct Labor $ 981 Total Overhead& Net Fee Cost $ 7,927 Direct Expenses No. Unit Each Cost Reproduction Costs Plans sets @ $20 /set $ - Mail/Deliveries/Fed Ex @ $20 $ - Subtotal $ - Landau Associates, Inc. Total $ 11,195 98 Exhibit E Subconsultant Cost Computations City of Tukwila South Boeing Access Road over Airport Way Seismic Retrofit Landau Associates,Inc. 1 2 3 4 5 6 c c c v_ O LO a a) 4.4ar is m is I U U 'E N N o F N N o to Q QO U3 G1 C0 I 9 Work E S a o c c Element# Work Element co re a a o_ O %;of direct rates: 553.70 S54,33 S29,81 526.50 530.76 330.00 Total `Total Total Total Total ,Total Total.; Total Total:. his his=. hrs his his ' his lira _ $ Hours 4.00 Environmental 4.1 Kick-Off Meeting and Coordination with WSDOT 8 8 $1,505 10.39% 4.2 Environmental Evaluation,Field Work and Documentation 2 16 8 26 $2,934 33.77% 4.3 Pre-Application Meeting and Coordination with Tukwila 8 8 $1,505 10.39% 4.4 SEPA/NEPA Documentation 16 3 8 4 4 35 $5,251 45.45% Total Task.4 34 3 24, 4 4 8 77 511095 100.00% EXPENSES SALARY ESCALATION PROJECT WORK ELEMENTS TOTALS 34 3 24 4 4 8 77 $11,195 100.00% 99 Exhibit E Subconsultant Cost Computations as in.ton tate Transportation Building 310 Maple Park - •a ent of Trans. . ion Avenue SE.P.O.Box 47300 Olympia,WA 98504-7300 360-705-7000 TTY:1-800-833-6388 www.wsdot.wa.goy November 13, 2017 Landau Associates, Inc. 130- 2nd Avenue South Edmonds,WA 98020 Subject: Acceptance FYE 2017 ICR—CPA Report Dear Mr. Dennis Hobbs: We have accepted your firms FYE 2017 Indirect Cost Rate (ICR) of 212.53% based on the "Independent CPA Report," prepared by T. Wayne Owens, CPA. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT.Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at(360) 705-7019 or via email cons ultantrates @ wsdot.wa.goy. Regards; ERIK K. JONSON Manager, Consultant Services Office EKJ:ICMS Acceptance ICR CPA Report 1 00 Exhibit Subconsultant Cost Computations Landau Associates Labor Breakdown 2018 Min/Max Table Salaries asmf July O1.oV1n Direct Labor Indirect Cost Professional Fee All Inclusive Hourly Job Classification Rote Range (OH212's3%) (s»%) Billing Rate Lower Upper Lower Upper Lower Upper Lower Upper Principal $82.50 $84.02 $132.05 $179.84 $18.75 $25.39 $214.00 $289.85 Senior Associate *48.52 $02.50 *105.24 $132-83 $14.80 $1875 $169.62 $214.08 Associate $44.23 $50.90 $94,00 $108.31 $1327 $15.29 m151.50 $17*.55 Senior $37�50 *50.00 $78.70 $10627 $1125 $15.00 $128.45 $171.27 Senior Project $32.21 $38.90 $68.46 $84.80 $9`08 $11.87 $110.33 $150.07 Project $28.00 $30.08 $59.51 $70.64 *8`40 $10.82 o95.91 $123.52 Senior Staff/CAD Designer $26.20 *37.50 $55.08 $79.70 s7.86 $1125 $0874 $128.45 Staff/Senior Technician || $22.60 $35.24 $48,03 $74.90 $678 $10.57 $77.41 m120.71 Data Specialist $32.50 $32.50 $68.07 $09.07 $9.75 $8.75 $111.32 $111.32 CAD/G|OTechnician $30.00 $56.06 $63.76 $76.04 $8.00 *10.82 $102.76 $123.52 Project Coordinator $26.39 $32,50 *56.09 $69.07 $7.82 $9.75 $90.39 m111.32 Assistant/Senior Technician! $20.00 $20.00 $42.51 $4251 $ODO $6.00 *88.51 *08.51 Support Staff *20,50 *24.79 $43.57 $52.69 $6.15 $7.44 $70.22 $84.91 Exhibit E Subconsultant Cost Computations City of Tukwila South Boeing Access Road over Airport Way Seismic Retrofit 1 Alliance Direct Classification Hrs. x Rate = Cost 1 Admin 0 $ 27.00 $0 2 Principal Surveyor 5 $ 84.00 $420 3 Sr. Project Manager 22 $ 54.00 $1,188 4 Project Manager 0 $ 52.00 $0 5 Assistant Project Manager 4 $ 31.00 $124 6 Tech 1 40 $ 24.00 $960 7 Tech 2 0 $ 27.00 $0 8 Tech 3 40 $ 32.00 $1,280 9 Tech 4 0 $ 36.00 $0 10 Tech 5 40 $ 41.00 $1,640 11 Controller 0 $ 44.00 $0 12 COO 0 $ 73.00 $0 13 Survey Tech 52 $ 41.29 $2,147 Total Hrs. 203 Salary Cost $ 7,759 Salary Escalation Cost(estimated) Escalation-%of Labor Cost 0% per year @ 0 year(s) $0 Total Salary Cost $ 7,759 Overhead Cost @ 157.56% of Direct Labor $ 12,225 Net Fee @ 29.0% of Direct Labor $ 2,250 Total Overhead &Net Fee Cost $ 14,475 Direct Expenses No. Unit Each Cost Reproduction Costs Copies 0 pages @ $0.06 /page $ - Reports 0 . reports @ $15 /report $ - Plans 0 sets @ $2 /set $ - Parking 0 @ $8 $ - Mail/Deliveries/Fed Ex 0 @ $20 $ - Mileage 200 miles @ $0.545 /mile $ 109.00 Utility Location Service 1 $2,000 $ 2,000.00 Scanner Rental 1 2-day rental @ $3,200.00 $ 3,200.00 Traffic Control 5 days @ $4,250.00 $21,250.00 Subtotal $ 26,559 1 Alliance Total $ 48,793 102 Exhibit E Subconsultant Cost Computations City of Tukwila South Boeing Access Road over Airport Way Seismic Retrofit 1 Alliance 2 3 s 6 8 10 13 m m 6, - c rn a m ~ c c 0. 2 s2e- t') Work c a- 'm 5 5 Element# Work Element tu pc . r I-- CO r %of direct rates: $04 00 S54,00 S31.00 S24.00 S32.00 $41.00 $41.29 Total" Total Total. Total Total __Total: Total Total Total Total hrs hrs hrs_ hrs ti_ :hra Mrs,_ `brs�. :hrs.- Hours 6.00 Survey Mapping 6.1 Geodetic and Cadastral Survey Control 6.2 Utility Location Service 4 1 8 8 8 4 33 53 405 6.3 Mapping 6.4 Right-of-Way and Property Lines 4 16 2 32 32 32 40 158 S17,244 Work Element6.0 Total 5 ; ,22 "4 40,.. 40 40 52 203 :$22,234 100.00% EXPENSES S26 559 SALARY ESCALATION PROJECT WORK ELEMENTS TOTALS 5 22 4 40 40 40 52 203 548,793 50.00% 103 Exhibit E Subconsultant Cost Computations as in ton tate Transportation Building a t of ans station 310 Maple Park Avenue S.E. - P.O.Box 47300 Olympia,WA 98504-7300 360-705-7000 TTY:1-800-833-6368 www.wsdot.vva.gov October 15, 2018 WSP USA Inc. 999 Third Avenue, Suite 3200 Seattle, WA 98104 Subject: Acceptance Sub-Consultant's Annual ANTE Rate Table 1 Alliance Geomatics Dear Ms. Patty Chapman: Washington State Department of Transportation (WSDOT) has reviewed and accepted your sub-consultant's proposed Annual ANTE rate table for Agreement Number Y- 11918 effective July 1, 2018. This acceptance is in accordance with the terms of your agreement with WSDOT. This Annual ANTE rate table may be subject to additional review if considered necessary by WSDOT. If you have any questions, feel free to contact our office at(360) 705-7019 or via email consultantratesAwsdot.wa.gov. Regards, ERIK K. JONSON Manager, Consultant Services Office EKJ:rck Enclosure: Sub-Consultant's Accepted Annual ANTE Rate Table Cc: Roscoe Ames Accepted Sub-Consultant's Annual ANTE Rate Table 104 Exhibit E Subconsultant Cost Computations Actuals Not To Exceed Table (ANTE) ..x,`•f '1Sl tti,e',4 } .1 "4 ,:. f 1 4i J l ...x,:t.,t.;.Y�?: ;�„}:.". 1 s :"ynr. �.. ,5;1:<} U. S. ,3 }4i�;};Y,' tl 'i},'} i ..j�'$'v31 Ft`;5�:�`^'.3 tot i l.� :� '. :3 A la ce,, 'ieomaticsISurve ter.Ma In }tk t 4 tg 1 C.t �U {4. fi "tR .[ .'.v t 1 iJ :'G, `i.. ', .1 },,.. .d:t ."{ ;� l,ds k 3 1 t'�'{Y: 3"! Y:$ Y'? '.„ It ..l5„ d t."} ". .ti{;r>>\'.t 1S .} .} i } .4,."$,h .Y'm„t,}3t }{ tl ,3 4 :.$ iD:` 3 l °: Y § } y } lK :Y y M i y .!'".0 t}{y 4 . ��, X'.4 lh 4$' tl k..3 k Sb t: opimA '1 4 ::/ fq S:,",q -t .A Xt.,,'4, :, ,M,, Y S 4 t:' f, 4 dgq i s.. a4 I t ;t.., Y 4,, ! Z'?4 t i 5 7 4F1,,k y } 9: i k t5t}YUow 4 St 27 t } Y t 4eY ''t: y( 3 }.2; ,,, afi t,Y 4tl{ } , hk kA. 12 „t 4 y:t t i 1'} t S4 '.4z t , t 1461A ,. Ot�l AVe N E.. 4 is:` C S 4 t. a 't if t\ <'.{t ..t a'1l, a}', 1" y a y ,:x a ;:{ t 1 1. t{{, Y i t4 l t t z§ y., �`"'t Jatt to ; 1 1 1. r s i:.. �'y ( }�'I1yy {ry(} t k k ,+y A4,12 l�§ { ? t 4, t t „, Bellevue,t:WAis 8o0s ":l i s } ai k 4 Y 411 i a: a it t� t. }t} t.i i' ` } Js t t ; ttt }43 u 4 o .t t 4 Y fYs y .: xt 3 a Yt t is �'� 4 't t 'a'iS t }iia t .:t 1 :it ,W l..Y 8 t�' &< a 1 3'. �4, s )i a} n 1 Y.>£ Z<v.?. 7 :1't. s. v ' :; 0 le .tt t )t 1:,. t z tt :t: :l.' .� "'�'' `Y}tr' i ,•�?k 3" + ,A �._ ,s,. ,sY. (�yy {p� ,ltv, ?l x 1 v 3,k�i a. ,3„ •,.,,,,, cc r:, ,� .t &�y =;a,t b4 .t 7 Q :.`T� 21 k \J, a to t' t :`Y's k zt `�'s`�:*a-.t,4sn.?^ ,1 ,`4ti' �.ttY tea. �, tt r,n. .,::,,.. .., ,t..... ... . . . ..<c. .,:. :,1, :, .u..:,., r ,.,,.<.,,;.,Ul.:,>,:} ..a .�a,: ,a., : , ..:. ,',,....,.n .,,,.}t � ., ,t.h.,�,.r.z. .. ,,.;.. Direct Overhead Fixed Fee All Inclusive Job Classifications Labor Rate NTE* Hourly Biling NTE NTE* 157.56% �, 29.00% Rate NTE At $77.37° $7.83s Admin $27 00 i , $42.54 x °;w Principal Surveyor $84 00 $132.35 $24.36a" $240.71 $54 00 Sr. Project Manager $85.08 $15.66 a $154.74 .: Project Manager $52 00 $81.93 $15.08 ` $149.01 Assistant Project Manager µ: $31.00 $48.84 $8.99 $88.83 Tech 1 °°` $24 00 "" $37.81 $6.96 ' $68.77 Tech 2 , $27 00 I. ° $42.54 $7.83 $77.37 Tech 3 $32 00 $50.42w $9.28 $91.70 Tech 4 ; $36.00 °" $56.72 t $10.44 $103.16 Tech 5 � $41 QQ $64.60 $11.89 ... $117.49 Controller $44 QQ : , $69.33 ' R $12.76 °M , $126.09 t„ C00 � $73.00 $115.02 $21.17dM $209.19 Survey Tech $41 29 $65.06b ,, $11.97 $118.32 WSDOT Agreement Y-11918 Exhibit E 105 106 Exhibit F Title VI Assurances During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in interest agrees as follows: 1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non- discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS"), which are herein incorporated by reference and made a part of this AGREEMENT. 2. Non-discrimination: The CONSULTANT, with regard to the work performed during this AGREEMENT, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub-consultants, including procurement of materials and leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practices when this AGREEMENT covers a program set forth in Appendix B of the REGULATIONS. 3. Solicitations for Sub-consultants, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub-contract, including procurement of materials or leases of equipment, each potential sub- consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT's obligations under this AGREEMENT and the REGULATIONS relative to non-discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports: The CONSULTANT shall provide all information and reports required by the REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the AGENCY, the STATE, or the Federal Highway Administration (FHWA)to be pertinent to ascertain compliance with such REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall so certify to the AGENCY, the STATE, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non-compliance: In the event of the CONSULTANT's non-compliance with the non- discrimination provisions of this AGREEMENT,the AGENCY shall impose such AGREEMENT sanctions as it, the STATE, or the FHWA may determine to be appropriate, including, but not limited to: • Withholding of payments to the CONSULTANT under this AGREEMENT until the CONSULTANT complies, and/or; • Cancellation, termination, or suspension of this AGREEMENT, in whole or in part. 6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1)through (5) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with respect to any sub-consultant or procurement as the STATE, the AGENCY, or FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance. Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a sub-consultant or supplier as a result of such direction, the CONSULTANT may request the AGENCY enter into such litigation to protect the interests of the STATE and/or the AGENCY and, in addition, the CONSULTANT may request the United States enter into such litigation to protect the interests of the United States. Agreement Number: Exhibit F-Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 1 of 1 107 108 Exhibit G Certification Documents Exhibit G-1(a) Certification of Consultant Exhibit G-1(b) Certification of City of Tukwila Exhibit G-2 Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying Exhibit G-4 Certificate of Current Cost or Pricing Data Agreement Number: Page 1 of 1 109 Exhibit G-1(a) Certification of Consultant I hereby certify that I am the and duly authorized representative of the firm of TranTech Engineering, LLC whose address is 2646 RW Johnson Blvd., SW, Suite 112, Tumwater, WA 98512 and that neither the above firm nor I have: a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure this AGREEMENT; b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this AGREEMENT; or c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any); I acknowledge that this certificate is to be furnished to the Washington State Department of Transportaion and the Federal Highway Administration, U.S. Department of Transportation in connection with this AGREEMENT involving participation of Federal-aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. TranTech Engineering, LLC Consultant(Firm Name) Signature(Authorized Official of Consultant) Date Agreement Number: Page 1 of 1 110 Exhibit G-1(b) Certification of Agency I hereby certify that I am the: El I] Other of the City of Tukwila , and the City of Tukwila or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: a) Employ or retain, or agree to employ to retain, any firm or person; or b) Pay, or agree to pay,to any firm,person, or organization, any fee, contribution, donation, or consideration of any kind; except as hereby expressly stated (if any): I acknowledge that this certificate is to be furnished to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this AGREEMENT involving participation of Federal-aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Signature Date Agreement Number: Page 1 of 1 111 Exhibit G-2 Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions I. The prospective primary participant certifies to the best of its knowledge and belief,that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; B. Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State anti-trust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph(1)(b) of this certification; and D. Have not within a three (3) year period preceding this application I proposal had one or more public transactions (Federal, State and local) terminated for cause or default. II. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. TranTech Engineering, LLC Consultant(Firm Name) Signature(Authorized Official of Consultant) Date Agreement Number: Page 1 of 1 112 Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal,to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative AGREEMENT, and the extension, continuation, renewal, amendment, or modification of Federal contract, grant, loan or cooperative AGREEMENT. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative AGREEMENT, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000.00, and not more than$100,000.00, for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier sub-contracts,which exceed $100,000, and that all such sub-recipients shall certify and disclose accordingly. TranTech Engineering, LLC Consultant(Firm Name) Signature(Authorized Official of Consultant) Date Agreement Number: Page 1 of 1 113 Exhibit G-4 Certificate of Current Cost or Pricing Data This is to certify that, to the best of my knowledge and belief, the cost or pricing data(as defined in section 2.101 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4) submitted, either actually or by specific identification in writing,to the Contracting Officer or to the Contracting Officer's representative in support of SBAR over Airport Way Seismic Retrofit * are accurate, complete, and current as of 11/15/2018 This certification includes the cost or pricing data supporting any advance AGREEMENT's and forward pricing rate AGREEMENT's between the offer or and the Government that are part of the proposal. Firm: Trantech Engineering, LLC Senior Engineer Signature Title Date of Execution***: *Identify the proposal,quotation,request for pricing adjustment,or other submission involved,giving the appropriate identifying number(e.g.project title.) **Insert the day,month,and year,when price negotiations were concluded and price AGREEMENT was reached. ***Insert the day,month,and year,of signing,which should be as close as practicable to the date when the price negotiations were concluded and the contract price was agreed to. Agreement Number: Page 1 of 1 114 Exhibit H Liability Insurance Increase To Be Used Only If Insurance Requirements Are Increased The professional liability limit of the CONSULTANT to the AGENCY identified in Section XII, Legal Relations and Insurance of this Agreement is amended to $ The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the amount of$ Such insurance coverage shall be evidenced by one of the following methods: • Certificate of Insurance. • Self-insurance through an irrevocable Letter of Credit from a qualified financial institution. Self-insurance through documentation of a separate fund established exclusively for the payment of professional liability claims, including claim amounts already reserved against the fund, safeguards established for payment from the fund, a copy of the latest annual financial statements, and disclosure of the investment portfolio for those funds. Should the minimum Professional Liability insurance limit required by the AGENCY as specified above exceed $1 million per occurrence or the value of the contract, whichever is greater, then justification shall be submitted to the Federal Highway Administration (FHWA) for approval to increase the minimum insurance limit. If FHWA approval is obtained, the AGENCY may, at its own cost, reimburse the CONSULTANT for the additional professional liability insurance required. Notes: Cost of added insurance requirements: $ • Include all costs, fee increase, premiums. • This cost shall not be billed against an FHWA funded project. • For final contracts, include this exhibit. Agreement Number: Exhibit H-Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 1 of 1 115 116 Exhibit I Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage due to the alleged error by the consultant. Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager At the first indication of potential consultant design error(s), the first step in the process is for the Agency's project manager to notify the Director of Public Works or Agency Engineer regarding the potential design error(s). For federally funded projects, the Region Local Programs Engineer should be informed and involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an agency staff person other than the project manager, who has not been as directly involved in the project, to be responsible for the remaining steps in these procedures.) Step 2 Project Manager Documents the Alleged Consultant Design Error(s) After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed documentation than is normally required on the project. Examples include: all decisions and descriptions of work; photographs, records of labor, materials and equipment. Step 3 Contact the Consultant Regarding the Alleged Design Error(s) If it is determined that there is a need to proceed further, the next step in the process is for the project manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged error(s). The project manager and other appropriate agency staff should represent the agency and the consultant should be represented by their project manager and any personnel (including sub-consultants) deemed appropriate for the alleged design error(s) issue. Step 4 Attempt to Resolve Alleged Design Error with Consultant After the meeting(s)with the consultant have been completed regarding the consultant's alleged design error(s), there are three possible scenarios: • It is determined via mutual agreement that there is not a consultant design error(s). If this is the case, then the process will not proceed beyond this point. • It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case, then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement with the consultant. The settlement would be paid to the agency or the amount would be reduced from the consultant's agreement with the agency for the services on the project in which the design error took place. The agency is to provide LP, through the Region Local Programs Engineer, a summary of the settlement for review and to make adjustments, if any, as to how the settlement affects federal reimbursements. No further action is required. • There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal counsel, is not able to reach mutual agreement with the consultant,proceed to Step 5. Agreement Number: Exhibit I-Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 1 of 2 117 Step 5 Forward Documents to Local Programs For federally funded projects all available information, including costs, should be forwarded through the Region Local Programs Engineer to LP for their review and consultation with the FHWA. LP will meet with representatives of the agency and the consultant to review the alleged design error(s), and attempt to find a resolution to the issue. If necessary, LP will request assistance from the Attorney General's Office for legal interpretation. LP will also identify how the alleged error(s) affects eligibility of project costs for federal reimbursement. • If mutual agreement is reached, the agency and consultant adjust the scope of work and costs to reflect the agreed upon resolution. LP, in consultation with FHWA, will identify the amount of federal participation in the agreed upon resolution of the issue. • If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration or by litigation. Agreement Number: Exhibit -Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 2 of 2 118 Exhibit J Consultant Claim Procedures The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following procedures should only be utilized on consultant claims greater than$1,000. If the consultant's claim(s) are a total of$1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s) that total $1,000 or less. This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential claim by the consultant. Step 1 Consultant Files a Claim with the Agency Project Manager If the consultant determines that they were requested to perform additional services that were outside of the agreement's scope of work, they may be entitled to a claim. The first step that must be completed is the request for consideration of the claim to the Agency's project manager. The consultant's claim must outline the following: • Summation of hours by classification for each firm that is included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Timeframe of the additional work that was outside of the project scope; • Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; and • Explanation as to why the consultant believes the additional work was outside of the agreement scope of work. Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation After the consultant has completed step 1, the next step in the process is to forward the request to the Agency's project manager. The project manager will review the consultant's claim and will met with the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's recommendation for federal participation in the claim to the WSDOT Local Programs through the Region Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from agency funds. If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs (if applicable), and FHWA(if applicable) agree with the consultant's claim, send a request memo, including backup documentation to the consultant to either supplement the agreement, or create a new agreement for the claim.After the request has been approved, the Agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. No further action in needed regarding the claim procedures. If the Agency does not agree with the consultant's claim,proceed to step 3 of the procedures. Agreement Number: Exhibit J-Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 1 of 2 119 Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s) If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary for the Director of Public Works or Agency Engineer that included the following: • Copy of information supplied by the consultant regarding the claim; • Agency's summation of hours by classification for each firm that should be included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; • Explanation regarding those areas in which the Agency does/does not agree with the consultant's claim(s); • Explanation to describe what has been instituted to preclude future consultant claim(s); and • Recommendations to resolve the claim. Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation The Director of Public Works or Agency Engineer shall review and administratively approve or disapprove the claim, or portions thereof, which may include getting Agency Council or Commission approval (as appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain concurrence from WSDOT Local Programs and FHWA regarding final settlement of the claim. If the claim is not eligible for federal participation,payment will need to be from agency funds. Step 5 Informing Consultant of Decision Regarding the Claim The Director of Public Works or Agency Engineer shall notify (in writing)the consultant of their final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim(s) and rationale utilized for the decision. Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s) The agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Infouii the consultant that the final payment for the agreement is subject to audit. Agreement Number: Exhibit J-Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 2 of 2 120 City of Tukwila 4° City Council Transportation & Infrastructure Committee 90 TRANSPORTATION & INFRASTRUCTURE COMMITTEE Meeting Minutes November26,2018-5:30 p.m. -Hazelnut Conference Room, City Hall Councilmembers:Thomas McLeod, Chair, De'Sean Quinn, Zak Idan Staff: David Cline, Hari Ponnekanti, Cyndy Knighton, Scott Bates, Steve Carstens, Gail Labanara, Ryan Larson, Laurel Humphrey Guests: John Davies, KPG, Inc.;Abdirisak Ahmed,Abu Bakr Islamic Center CALL TO ORDER: Committee Chair McLeod called the meeting to order at 5:30 p.m. I. BUSINESS AGENDA A. Consultant Agreement: Boeing Access Road Bridge over Airport Way Seismic Retrofit Staff is seeking Council approval of an agreement with TranTech Engineering, LLC, in the amount of$315,112.00 for design of the Boeing Access Road Bridge over Airport Way Seismic Retrofit Project. TranTech was the highest rated of three firms that were interviewed. Construction costs will be fully grant funded if completed by December 2020 and once complete,the entire Boeing Access Road corridor will be seismically resistant. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3,2018 REGULAR CONSENT AGENDA. B. Grant Acceptance: Surface Water Fund- East Marginal Way South Stormwater Outfalls Staff is seeking Council approval to accept $1,106,205.00 in grant funding from the Washington State Department of Ecology for the East Marginal Way South Stormwater Outfalls project.The project will improve water quality in the Duwamish River by installing drainage connections from East Marginal Way South to the river. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3,2018 REGULAR CONSENT AGENDA. C. Contract Amendment: Surface Water Fund - East Marginal Way South Stormwater Outfalls Staff is seeking Council approval to amend Contract No. 14-010 with KPG, Inc. in the amount of$263,508.00 for final design and construction management of the East Marginal Way South Stormwater Outfalls project.The project has been on hold since 2016 following the loss of grant funding. Funding has been restored and the project can proceed. KPG completed design through 90% and this amendment will allow them to continue. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3, 2018 REGULAR CONSENT AGENDA. 121 122 COUNCIL AGENDA SYNOPSIS 41LA 4, Aw- 4,r, Initials ITEM No. Meeting Date Prepared by Meiyor;r review Coulcvreview 0 7" 12/03/18 HH Ai,ik, L'''A 4 0 4. F. 00 ... 2905 ITEM INFORMATION STAFF SPONSOR: HENRY HASH ORIGINAL AGENDA DATE: 12/03/18 AGENDA ITEM TIME Surface Water Fund - East Marginal Way South Stormwater Outfalls Accpt WA State Department of Ecology Grant CATEGORY [11 Discussion I Motion El Resolution [1] Ordinance 0 Bid Award El Public-Hearing EI Other Mrs Date Altg Date 12/03/18 !tits Date AN Date Mg Date !Ws Date Mtg Date SPONSOR El Council ElMayor [11-IR ODCD OFinance OFire EITS EIP&R ElPolue K PW El Court SPoNtioR's The City has been awarded a Washington State Department of Ecology's grant of SUMMARY $1,106,250.00 for the East Marginal Way South Stormwater Outfall Project. This grant will cover final design and construction of the stormwater facilities. There is a 25% City match of$368,750.00 that will come from the proposed project's CIP budget. Council is being asked to accept the Department of Ecology's grant funding of$1,106,250.00. REVIEWED BY El C.O.W. Mtg. El CDN Comm ri Finance Comm. 0 Public Safety Comm. 8 Trans &Infrastructure E Arts Comm. 11] Parks Comm. El Planning Comm. DATE: 11/26/18 CONIMITIEE CHAIR: THOMAS MCLEOD RECOMMENDATIONS: SpoNsoR/ADmiN, Public Works Department CONIMPITEE Unanimous Approval; Forward to Consent Agenda COST IMPACT / FUND SOURCE EXIT NDI FURL,REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $ $ $ Fund Source: 412 SURFACE WATER Comments: MTG. DATE RECORD OF COUNCIL ACTION 12/03/18 MTG. DATE ATTACHMENTS 12/03/18 Informational Memorandum dated 11/21/18 Proposed 2019 CIP, new proposed pg. 92 Ecology Grant Agreement Minutes from the Transportation and Infrastructure Committee 11/26/18 123 124 -4111:4"V, r•S;' iii• itt Allan Ekberg, Mayor 16 Public Works Department-Henry Hash, Director INFOR ATIONAL E ORANDU TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director /1/I- BY: Ryan Larson, Senior Program Manager CC: Mayor Ekberg DATE: November 21, 2018 SUBJECT: Surface Water Fund - East Marginal Way South Stormwater Outfalls Project No. 91041204 Acceptance of WA State Department of Ecology Grant ISSUE Authorize the Mayor to sign a grant agreement with the Washington State Department of Ecology. BACKGROUND In October 2014, Council authorized staff to submit a grant application to the Washington State Department of Ecology (Ecology)for construction and final design funding for the East Marginal Way South Stormwater Outfall Project. The grant application was successful and was incorporated into the State Fiscal Year 2016 Final Water Quality Funding Offer List. Shortly after receiving notice from Ecology, the City was informed that the grant funding source was insufficient to fund all projects on the approved list and that the East Marginal Way S Stormwater Outfall Project was delayed until Ecology funding could be secured. In late 2018, staff was notified that funding had been reinstated and the project could move forward. DISCUSSION The Ecology grant agreement has now been finalized and is ready for signatures. FISCAL IMPACT There is a 25% City match required for the Ecology grant. The match will come from surface water utility revenue funds. The current Proposed 2019 CIP has only $403,000 in surface water funds and we are proposing an increase to $482,000 as required for the match amount and previous expenditures. Grant Award City match Total Ecology $1,106,205 $368,750 $1,475,000 RECOMMENDATION Council is being asked to authorize the Mayor to execute the Washington State Department of Ecology grant contract for the East Marginal South Stormwater Outfalls project and consider this item on the Consent Agenda at the December 3, 2018 Regular Meeting. Attachments: Proposed 2019 CIP, new proposed pg. 92 Ecology Grant Agreement:Agreement No.WQC-2016-Tukwil-00132 W1PVV Eng\PROJECTS\A-DR Projects\East Marginal Way Stormwater Outfalls(91041204)\Grants\Construction\lnio Memo RCO grant accept gl 112118 docx 125 CITY OF TUKVVLA CAPITAL PROJECT SUMMARY 2019 to 2024 PROJECT: East Marginal Wy S StomnnvaterOutfaUs Project No. 81041204 DESCRIPTION: Establish legal drainage connections from East Marginal Way South to the Duwamish River. JUSTIFICATION: D��agehnmEK4engina|Wy S�discharged through out falls Jorgensen Forge,and two King County Airport storm systems without easements. Jorgensen Forge outfall was closed in 2011 under an order from the S EPA.The Boeing Company STATUS: contacted the City in2OD9 requesting that the City take over ownership or ir storm lineand uutfaU.A consultant ie preparing design for rerouting the Jorgensen outfaUand a waterquality features, KAA!NT.1K0PACl: Clarifies ma| te |bU|<y andwNU ensure reli Cityand connect Jn�enaon'o COMMENT: ` ��� dn�na8e0z Z �,6,,Sj and nona�u��ngmntawa�ed1n2O15�x$1.1m. FINANCIAL Through d�� ~~� �* �� � (im$DUV�) 2017 ��1O 2018 2020 2021 2022 3023 3024 BEYOND TOTAL EXPENSES Design 201 75 276 Monitoring 21 11 11 11 54 Cnno1Mgmt. 215 215 Construction 884 278 1.163 TOTALEXPENGEG 222 11 1,185 290 0 0 0 0 0 1.708 FUND SOURCES Awarded Grant 120 SOO 200 1.226 Awarded Grant O Proposed Grant O Mitigation Expected D Utility Revenue 102 11 270 90 O 0 O O O 482 TOTAL SOURCES 222 11 1.185 390 0 Q O V O 1'708 Pro lect Location -11A as �. 126x019-oo2*Capital Improvement Program 92 DEPARTMENT OF 6 r State of Washington Agreement No, VVQC-2016-Tukwi1-00132 WATER QUALITY COMBINED FINANCIAL ASSISTANCE AGREEMENT BETWEEN THE STATE OF WASHINGTON DEPARTMENT OF ECOLOGY AND CITY OF TUKWILA This is a binding Agreement entered into by and between the state of Washington,Department of Ecology, hereinafter referred to as"ECOLOGY,"and City of Tukwila,hereinafter referred to as the"RECIPIENT,"to carry out with the provided funds activities described herein. GENERAL INFORMATION Project Title: East Marginal Way South Stormwater Outfalls Total Cost: $1,475,000.00 Total Eligible Cost: $1,475,000.00 Ecology Share: $1,106,250.00 Recipient Share: $368,750.00 The Effective Date of this Agreement is: 07/01/2018 The Expiration Date of this Agreement is no later than: 06/30/2021 Project Type: Stormwater Facility Project Short Description: This project will improve water quality in the Duwamish River through the installation of conveyance, stormwater treatment facilities,and permeable pavement,as well as lining a leaky storm pipe along East Marginal Way South in the city of Tukwila.This project will provide water quality treatment for total suspended solids(TSS), and will reduce groundwater contamination. Project Long Description: The project improves the water quality in the Duwamish River by treating stormwater outfall discharges from a municipal drainage basin serving a portion of East Marginal Way South(EMWS).EMWS is a heavily traveled five-lane roadway that does not have provisions for water quality treatment.The project will treat stormwater runoff from EMWS prior to its discharge into the Duwamish River within the Lower Duwamish Waterway Superfund site. The RECIPIENT will build a new conveyance system along approximately 04 miles of EMWS.The system 1 27 State of Washington Department of Ecology Page 2 of 41 Agreement No: WQC-2016-Tulcwil-00 I 32 Project Title: East Marginal Way South Stormwater Outfalls Recipient Name: City of Tukwila will redirect storm flows from the abandoned Jorgensen Forge outfall to the Boeing Z line outfall through a new pump station and force main.The conveyed runoff will be treated using General Use Level Designation (GULD)runoff treatment facilities before discharging into the Duwamish River via the Boeing Z line outfall. The RECIPIENT also will line approximately 500 feet of existing leaky storm pipe connecting the GULD facilities and the Boeing Z line outfall to prevent potential infiltration of contaminated groundwater into the now city-owned conveyance pipe Additionally,the RECIPIENT will replace approximately 0.25 acres of impervious surfaces with pervious surfaces and a bioretention swale along EMWS.The project will reduce the amount of heavy metals, polychlorinated biphenyls(PCBs),petroleum products,and other toxic contaminants that enter the Duwamish River. Overall Goal: This project will help protect and restore water quality in Washington by reducing stormwater impacts from existing infrastructure and development. Version 10/30/2015 128 State of Washington Department of Ecology Page 3 of 41 Agreement No: WQC-2016-Tukwil-00132 Project Title East Marginal Way South Stormwater Outfalls Recipient Name: City of Tukwila RECIPIENT INFORMATION Organization Name: City of Tukwila Federal Tax ID: 91-6001519 DUNS Number: 010207504 Mailing Address: 6300 Southcenter Blvd Tukwila, WA 98188 Physical Address: 6300 Southcenter Blvd, Suite 100 Tukwila, Washington 98188 Organization Email: ryan.larson@tukwilawa.gov Organization Fax (206)433-0179 Contacts Ryan Larson Project Manager Senior Program Manager 6300 Southcenter Blvd Tukwila, Washington 98188 Email: ryan.larson@tulcwilawa.gov Phone: (206)431-2456 Billing Contact Gail Labanara Public Works Analyst 6300 Southcenter Blvd STE 100 Tukwila, Washington 98188 Email: gail.labanara@tukwilawa.gov Phone: (206)431-3660 Authorized Allan Ekberg Signatory Mayor 6200 Southcenter Blvd Tukwila, Washington 98188 Email: allan.ekberg@tukwilawa.gov Phone: (206)433-1850 Version 10/30/2015 129 State of Washington Department of Ecology Page 4 of 41 Agreement No: WQC-2016-Tukwil-00132 Project Title: East Marginal Way South Stormwater Outfalls Recipient Name: City of Tukwila ECOLOGY INFORMATION Mailing Address: Department of Ecology Water Quality PO BOX 47600 Olympia, WA 98504-7600 Physical Address: Water Quality 300 Desmond Drive SE Lacey, WA 98503 Contacts Cleo Neculae Project Manager 3190- 160th Ave SE Bellevue, Washington 98008-5452 Email: cnec461@ecy.wa.gov Phone: (425)649-7216 Layne Slone Financial Financial Manager Manager PO Box 47600 Olympia, Washington 98504-7600 Email: LNAK461@ecy.wa.gov Phone: (360)407-7540 Amanda Heye Technical Advisor PO Box 47600 Olympia, Washington 98504-7600 Email: ahey461@ecy.wa.gov Phone: (360)407-6457 Version 10/30/2015 130 State of Washington Department of Ecology Page 5 of 41 Agreement No: WQC-2016-Tukwil-00132 Project Title: East Marginal Way South Stormwater Outfalls Recipient Name: City of Tukwila AUTHORIZING SIGNATURES RECIPIENT agrees to furnish the necessary personnel,equipment, materials, services,and otherwise do all things necessary for or incidental to the performance of work as set forth in this Agreement. RECIPIENT acknowledges that they had the opportunity to review the entire Agreement, including all the terms and conditions of this Agreement, Scope of Work,attachments, and incorporated or referenced documents, as well as all applicable laws,statutes,rules,regulations,and guidelines mentioned in this Agreement. Furthermore,the RECIPIENT has read,understood, and accepts all requirements contained within this Agreement. This Agreement contains the entire understanding between the parties,and there are no other understandings or representations other than as set forth,or incorporated by reference, herein. No subsequent modifications or amendments to this agreement will be of any force or effect unless in writing,signed by authorized representatives of the RECIPIENT and ECOLOGY and made a part of this agreement. ECOLOGY and RECIPIENT may change their respective staff contacts without the concurrence of either party. This Agreement shall be subject to the written approval of Ecology's authorized representative and shall not be binding until so approved. The signatories to this Agreement represent that they have the authority to execute this Agreement and bind their respective organizations to this Agreement. IN WITNESS WHEREOF:the parties hereto, having read this Agreement in its entirety, including all attachments,do agree in each and every particular and have thus set their hands hereunto. Washington State City of Tukwila Department of Ecology By: By: Heather R. Bartlett Date Allan Ekberg Date Water Quality Mayor Program Manager Template Approved to Form by Attorney General's Office Version 10/30/2015 131 State of Washington Department of Ecology Page 6 of 41 Agreement No: WQC-20 16-Tulcwil-00 132 Project Title: East Marginal Way South Stormwater Outfalls Recipient Name: City of Tukwila Approved as to Form: Office of the City Attorney Date Attest/Authenticated: Christy O'Flaherty,City Clerk Date Version 10/30/2015 132 City of Tukwila City Council Transportation & Infrastructure Committee 90 TRANSPORTATION & INFRASTRUCTURE COMMITTEE Meeting Minutes November26,2018-5:30 p.m. -Hazelnut Conference Room, City Hall Councilmembers:Thomas McLeod, Chair, De'Sean Quinn, Zak Idan Staff: David Cline, Hari Ponnekanti, Cyndy Knighton, Scott Bates, Steve Carstens, Gail Labanara, Ryan Larson, Laurel Humphrey Guests: John Davies, KPG, Inc.;Abdirisak Ahmed,Abu Bakr Islamic Center CALL TO ORDER: Committee Chair McLeod called the meeting to order at 5:30 p.m. I. BUSINESS AGENDA A. Consultant Agreement: Boeing Access Road Bridge over Airport Way Seismic Retrofit Staff is seeking Council approval of an agreement with TranTech Engineering, LLC, in the amount of$315,112.00 for design of the Boeing Access Road Bridge over Airport Way Seismic Retrofit Project. TranTech was the highest rated of three firms that were interviewed. Construction costs will be fully grant funded if completed by December 2020 and once complete,the entire Boeing Access Road corridor will be seismically resistant. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3,2018 REGULAR CONSENT AGENDA. B. Grant Acceptance: Surface Water Fund- East Marginal Way South Stormwater Outfalls Staff is seeking Council approval to accept $1,106,205.00 in grant funding from the Washington State Department of Ecology for the East Marginal Way South Stormwater Outfalls project.The project will improve water quality in the Duwamish River by installing drainage connections from East Marginal Way South to the river. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3,2018 REGULAR CONSENT AGENDA. C. Contract Amendment: Surface Water Fund - East Marginal Way South Stormwater Outfalls Staff is seeking Council approval to amend Contract No. 14-010 with KPG, Inc. in the amount of$263,508.00 for final design and construction management of the East Marginal Way South Stormwater Outfalls project.The project has been on hold since 2016 following the loss of grant funding. Funding has been restored and the project can proceed. KPG completed design through 90% and this amendment will allow them to continue. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3, 2018 REGULAR CONSENT AGENDA. 133 134 COUNCIL AGENDA SYNOPSIS a*ILA Initials ITEM No. 47 , o Is c ,o /- . Meeting Date Prepared by Mayor's re,4e1.J Coumel review 12/03/18 HH ..; , 4.G . \ -- 2908 ITEM INFORMATION STAFF SPONSOR: HENRY HASH ORIGINAL AGENDA D\TE: 12/03/18 AGEND\ITEM TITLE Surface Water Fund - East Marginal Way South Stormwater Outfalls Approve Contract No. 14-010 Amendment No. 6 with KPG, inc CATEGORY 111 Discussion Irl Motion El Resolution Ej Ordinance 0 Bid Award 0 Public Hearing 0 Other M tg Date Mtg Date 12/03/18 Mfg Date Mtg Date Mtg Date Mtg Date Mtg Date SPONSOR ECounc7/ EliMayor 0HR 0DCD ElFinance 0Fire Ej TS DP&R 11]Police RPIV EICourt SPONSORS KPG is currently the design consultant for the East Marginal Way South Stormwater SUMMARY Outfalls Project with Contract No. 14-010. Final design services are needed to prepare the construction bid documents and once under construction, construction management support. KPG was selected as the most qualified consultant. Council is being asked to approve Admendment No. 6 for final design and construction management services with KPG in the amount of$263,508.00. REVIEWED BY Ei C.O.W. Mtg. 0 CDN Comm E] Finance Comm. 0 Public Safety Comm. r1 Trans &Infrastructure [1] Arts Comm. [11 Parks Comm. 0 Planning Comm. DATE: 11/26/18 COMMITTEE CFIAIR: THOMAS MCLEOD RECOMMENDATIONS: SPONSOR/ADMIN. Public Works Department COMMITTEE Unanimous Approval; Forward to Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $263,508.00 $271,000.00 $ Fund Source: 412 SURFACE WATER CommentS: Proposed 2019 CIP,page 92 MTG. DATE RECORD OF COUNCIL ACTION 12/03/18 MTG. DATE ATTACHMENTS 12/03/18 Informational Memorandum dated 11/21/18 KPG's Contract No. 14-010, Amendment No. 6 Minutes from the Transportation and Infrastructure Committee 11/26/18 135 136 /041" /47 - I I • Allan Ekberg, Mayor Public Works Department-Henry Hash,Director N,44ftos INFOR ATIONAL E ORANDU TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director AO. BY: Ryan Larson,Senior Program Manager CC: Mayor Ekberg DATE: November 21,2018 SUBJECT: Surface Water Fund-East Marginal Way South Stormwater Outfalls Project No.91041204, Contract No. 14-010 Contract Amendment No.6 ISSUE Execute Contract Amendment No. 6 to Contract No. 14-010 with KPG for final design and construction management. BACKGROUND Drainage along the northern portion of East Marginal Way South is conveyed to the Duwamish River through four separate outfalls. The outfalls are owned by Jorgensen Forge, the City of Tukwila, and two by the King County International Airport. The Jorgensen Forge outfall was abandoned in 2012 under an order from the Environmental Protection Agency(EPA)and flows have been temporally diverted to a King County Airport outfall. The current consultant contract with KPG developed the 90% plans and design report to divert surface water discharges from the Jorgensen Forge drainage to the Boeing Z Line outfall. This requires a new conveyance system along East Marginal Way South that includes a small pump station, installation of pervious pavement within the two way left turn lane, lining a section of existing outfall pipe, and installing water quality treatment. DISCUSSION The East Marginal Way S Stormwater Outfall project has been on hold since 2016 following the loss of final design and construction grant funding. The grant funding has now been restored and the project can proceed with final design and construction. KPG completed design through the 90%level and Amendment No. 6 will finish the design and provide construction management services during construction. Staff has been satisfied with KPG's work on this project as well as other projects that they have completed construction management services. FISCAL IMPACT KPG has prepared the attached contract, scope of work, and fee estimate to complete design and provide the necessary construction management services. The CIP budget has$75,000 for design that has not been expended and the 2019 CIP has $271,000 budget for construction management. Amendment No 6 2019 Proposed CIP KPG Amendment No. 6 $263,508.00 $271,000.00 The original contract for the design report and the 90%engineering was for$139,593.72. The new contract total of$403,101.72 now includes full design and construction management services. RECOMMENDATION Council is being asked to authorize the Mayor to execute Contract Amendment No. 6 to Contract No. 14-010 in the amount of $263,508.00 for the East Marginal Way Stormwater Outfall Project and consider this item on the Consent Agenda at the December 3, 2018 Regular Meeting. ATTACHMENTS KPG Contract No,14-010,Amendment No.6 W:\PW Eng\PROJECTS\A-DR Projects\East Marginal Way Stormwater Duffel's(91041204)1KPG\Info Memo KPG Sup 6 gl docx 1 37 138 xsillf Pfit., City of Tukwila Agreement Number: 14-010 (C) 6200 Southcenter Boulevard, Tukwila WA 98188 ) IN -N.::,43-474•''' CONTRACT FOR SERVICES Amendment#6 Between the City of Tukwila and KPG, Inc. That portion of Contract No. 14-010 between the City of Tukwila and KPG, Inc. is amended as follows: Section 2: Scope of Services, shall be supplemented with the following: The Consultant agrees to provide final design and construction services in accordance with the scope of work included as Exhibit A. Section 3: Duration of Agreement; Time for Performance, shall be modified as follows: This Agreement shall be in full force and effect for a period commencing upon execution and ending July 31, 2020, 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 31, 2020 unless an extension of such time is granted in writing by the City. Section 4: Payment, shall be modified as follows: Payment for work provided by Consultant shall be made as provided on Exhibit B, attached hereto, provided that the total amount of payment to the Consultant for this work not exceed $263,508.00 without express written modification of the Agreement signed by the City. The new total contract shall not exceed$403,101.72 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 , 20 . CITY OF TUKWILA CONTRACTOR Allan Ekberg, Mayor Printed Name/Title: ATTEST/AUTHENTICATED APPROVED AS TO FORM City Clerk City Attorney CA:2012 Page 1 of 1 1 39 140 EXHIBIT A City of Tukwila East Marginal Way South Stormwater Outfalls Project Supplement No. 6 Final Design and Construction Services Scope of Work November 12, 2018 Drainage from East Marginal Way South historically discharged through outfalls owned and operated by the Boeing Company, Jorgensen Forge, and two King County Airport storm systems. The Jorgensen Forge outfall was abandoned in 2012 under orders from the Department of Ecology (DOE) due to contaminants within the conveyance pipe and this East Marginal Way South discharge has been temporarily diverted to the King County Airport outfall. Improvements are proposed to utilize the Boeing Z Line outfall in lieu of the King County Airport. This project will improve water quality in the Duwamish River through the installation of conveyance, stormwater treatment facilities, and permeable pavement, as well as lining a leaky storm pipe along East Marginal Way. The project will provide water quality treatment for toral suspended solids (TSS) and will reduce groundwater contamination. Under previous contract authorization, KPG prepared topographic survey, a pre-design report, limited environmental approvals, and preliminary design in the format required for the 2013-15 Municipal Stormwater Capacity Grant Program. DOE has provided comments to this report and determined that the project remains eligible for final design and construction grant funds; however, these funds were put on hold in 2015 due to a lack of available funds. Funding was recently re-authorized by DOE to complete final design and construction. This supplement is provided to complete environmental documentation, geotechnical analysis, final design, bid period services, and construction management in accordance with the attached scope of work and grant funding requirements. City of Tukwila KPG,Inc. EMW Stormwater Outfalls—Supp 6 Page 1 of 10 November 12,2018 141 TASK 1 —MANAGEMENT/COORDINATION/ADMINISTRATION 1.1 The Consultant will provide continuous jentnlanagennentforthepr jeotduration (8monthm for final deo|gn). 12 The Consultant shall prepare monthly progress reports identifying work in progress, upcoming work elements, and reporting Af any delays, problems, or additional information needs. The monthly progress reports shall be submitted with invoices. Task YDeliverables: X Monthly progress reports during design' period(8months). TASK 2 — PERMITTING 2.1 The Consultant oko|| prepare o draft and final 8EPA checklist describing the project improvements for submittal and coordination by the City. 2.2 The Consultant shall prepare and submit an Inadvertent Discovery Plan (|OP) in accordance with [)C)E grant requirements. The |OP will be included as on appendix to the final project specifications. Task 2lJelivenab/es: m Draft and Final 8EFl4 checklist, 2 paper copies and Ypdf. • 8]P uploaded bn DOE EAGL site for approval. Task 2Assumptions: • No other permits will berequired. • Previous EC' 05-05 approval from DAHP remains valid. • Fees, o' ago, mndpublic notice of0EFA will beby the City. TASK 3—GE[]TECHN|CALExPLORAT|ON 3.1 Previous geotenhnioa| analysis by GeoOeaiQn under subcontract to the Consultant will be utilized for final design. We have included a $5.000 budget for final design support and to incorporate comments on the draft Qeotenhnica|report in order bz prepare the final Qeobanhn|nm| report. TASK 4 —UTILITY AND AGENCY COORDINATION 4.1 Washington Department ofEcology: The Consultant shall prepare for and attend upto two (2) coordination meetings and provide necessary phone and email communication with DOE and the City for review and comment of the pre design and design submittal. City of Tukwila KPG,Inc EMN/StnnnwmterOutfb0s—Supp6 Page 2oy10 Novembar22,2018 4.2 Bno - The Consultant shall prepare for and attend up to two 88 coordination meetings with the City and Boeing to coordinate access and design information for work on Boeing property. 4.3 Private Ut|||Ueo (gas, water, oevver, povver, telephone, cable): The Consultant shall distribute design submittals to utility owners and identify and conflicts and potholing needs. Utility provided potholes shall be surveyed by the Consultant and incorporated into base maps. Task 4Deliverables: 0 Plan distribution Amprivate utilities. Task 4Assumptions: • Potholing of existing private utilities, if required, will be performed by the utility owner and /snot included inthis scope ofwork. • Nn permits will be required bvB/VSF for work/n the City rightofwe}! • Obtaining easements from Boeing ionot included/n this scope ofwork. TASK 5—FINAL DESIGN The Consultant shall pna paFina| P|mns. 8peu��mtonoandEaUroateaforrevievvandapprova| bytha City based on City and ' [)E comments received at the preliminary design submittal and DOE grant requirements. Plans shall be formatted to provide sufficient detail for convenient field layout of all proposed facilities. City standard details.and\ADSOOTstandard plans will be supplemented with project specific details earequired. 5.1 The. Consultant shall review and update previous design report and preliminary design based on comments received iU2015 from the C|h/ and DOE. Design Report and 80 percent plans, specifications, and estimate will be uploaded to the DOE EAGL site as required by the grant. 5.2 Respond to up to two (2) rounds of [){JE comments in order to obtain [)(]E acceptance of the Design Report and 9OY6Plans. 5,3 The Consultant shall prepare draft Bid Plans for submittal to the City and upload to the O{JE EAGL site as required by the grant. Mechanical and electrical support for s[urnnvvoter pump station design will be provided by the C|tv'sproprietary punmpsyetennsupplier,(�aluertTechnical '|d dfor design| i and �fin/n Calvert Technical Services, Inc. A��5^OQ0�||pm�^nceioprov a gnrevew/pn input av 8en/icoa. Inc. 5.4 The Consultant will calculate quantities and prepare construction cost opinions innupportofthe 90% and Final Bid Plans and upload to DOE EAGL site as required by the grant. 5'5 The Consultant will prepare 9096 and Final Bid Specifications for review and approval by the City and DOE. Specifications will be based on 2O18VVSDOT Standard Specifications, using contract boilerplate and general special provisions provided by the City. �.� Prepare preliminary Construction Schedule in accordance vv�h O[)E�'grant requirements and ' cti Schedule iU b dr determining rninin0 contract working up|pmdtUEA(SLoite� The (�onatru onVv be eer City 9fTukwila KPG,/oc EAVkKStonmwoterOutfb0s-Supp6 Page 3of20 November 22,2018 days; however, the actual schedule and sequencing will be determined by the Contractor in accordance with Contract requirements. 5.7 Upload final Bid Documents to BXWA.com in .pdf format for bidding. The Consultant shall respond to bidder inquiries, prepare necessary addenda, attend bid opening, and prepare recommendation for award letter for City consideration. Task 5 Deliverables: 90% and Bid Submittals • One (1) - -size unbound, seven (7) %*-size bound of the Construction plans. Upload to DOE EAGL site. • One (1) hard copy, and two (2) electronic version (PDF and Excel) of the Engineer's Estimate of Probable Cost. Upload to DOE EAGL site. • One (1) electronic version of the Special Provisions and seven (7) hard copies. Upload to DOE EAGL site. • One (1) hard copy and.pdf with a summary of responses to the previous submittal. Upload to DOE EAGL site. • One (1) hard copy and.pdf of preliminary construction schedule. Upload to DOE EAGL site. • Addenda, Bid Tabulation, and Recommendation to either award or reject low bidder, .pdf. Task 5 Assumptions: • Topographic survey prepared under previous authorization will be used for final design. • Scope of improvements for final design will be in general accordance with 2015 design report and preliminary design. TASK 6—CONSTRUCTION PHASE SERVICES This work will provide construction management services for the construction contract. These services will include design support, project management, documentation control, inspection, materials testing, and contract administration during the construction of the project, as detailed below. The objective and purpose of this task is for the Consultant to successfully deliver the construction of the Project to the City by ensuring that the improvements are constructed in accordance with the approved Plans and Specifications, as may be amended or revised, that all of the required Project documentation is accounted for. The following general assumptions were used for developing this budget estimate: General Assumptions: • The proposed project team will include one part-time documentation control specialist, a part-time resident engineer during construction activities, a full-time inspector, sub-consultants to provide services for materials testing, and other supporting tasks as deemed necessary. It is anticipated that full- time site observation will be required for the entirety of the project. • The level of service is based on a construction project duration of approximately 40 working City of Tukwila KPG,Inc. EMW Stormwater Outfalls—Supp 6 Page 4 of 10 November 12,2018 144 w KPG estimates o total project construction duration of 60 working days M2 including preconotnuction sen/iCg, construction oen/ices, and project closeout. No suspensions or atop work periods are anticipated during this duration; hoVveve[, a procurement suspension may be considered prior to beginning construction if requested by the Contractor. ° It is anticipated that the KPG will develop the Record of Materials (ROM). This scope of services provides the management of the ROM and scheduling of required materials testing respectively. * It is anticipated that the City will review and execute the insurmnna, bonds, and the Construction Contract. ° The design engineers from KPG will be available during construction to onevvgr questions during construction and review RAM's, shop drawings, and answer RFI's that require a level of engineering expertise outside of the capabilities ofthe field personnel. ° Services will be per-formed in accordance with the Contract plans & special provisions, and City engineering standards. 6.1 Provide overall projectnlmnagernant. coordination with the Chx, monthly progress reports, and invoicing during the construction phase. This effort will include the following elements. ° Organize and layout work for project staff. Prepare project instructions on contract administration procedures tobe used during construction. * Review monthly expenditures and CM team scope activities. Prepare and submit project proQnaaa letters tothe City along with invoices describing CM services provided each month. Prepare and submit reporting required bv funding oource(s). 6.2 Pmxoonatrmction Conference: The Consultant will prepare an agenda for, distribute nnt|nao of, and conduct o preoonot[uction conference in the Cih/,s offices. The Consultant's project nlenmger, resident engineer, inspector, and dooUOnerd control specialist will attend the preconotrucUon conference. The Consultant will prepare a written record of the meeting and distribute copies of the minutes to all attendees and affected agencies, staff, etc. At the Pre-construction conference, the Consultant eheU facilitate discussions with the Contractor concerning the p|ane, opecificationa, schedu|ee, issues with ubUUeo, unusual conditions, Fedeoa|. State, and local requirements and any other items that will result in better project understanding among the parties involved. 6.3 Field Construction Services shall include: A. On-site Observation: The Consultant shall provide the services of one full time.inspector during construction activities and other tasks necessary to nnnn|tnr the progress of the work. Construction staff shall oversee the following items of work, on the project eite, mndvviUoboerve the technical progress of the oonatruutipn, including providing day-to-day contact with the Contractor and the City: Field inspection staff will perform the following duties as a matter of their daily activities: City oƒTukwila KpG,Inc EMN/Stnrmwou/rOotfb0s—Supp6 Page 5of20 Nnvembor1l 2018 i Observe technical conduct of the oonetnunUnn' including providing day-to-day contact with construction contractor, City, utilities, and other stakeholders, and monitor for eUhonsnms to the Contract Documents. The Consultant's personnel will act in accordance with Sections 1-05.1 and 1-05.2 of the Standard Specifications. ii. [)boon/e nnateha|, vvorhn1anGhip, and oOUoUoct|on areas for compliance with the Contract Documents and applicable codeo, and notify construction contractor of noncompliance.Advise the City of any non-conforming work observed during site visits. iii. Document all material delivered to the job site in accordance with the contract documents. iv. Prepare daily inspection raports, recording the construction contractor's operations as actually observed by the Consultant; includes quantities of work placed that day, contractor's equipment and crews, and other pertinent information. v. Interpret Contract Documents in coordination with the City and KPG. vi. F7eou|Ve questions vvkioh may arise as to the quality 8nd acceptability of material furnished, work performed, and rate of progress of work performed by the construction contractor. vii. Establish communications with adjacent property owners. Respond to questions from property owners and the general public. viii. Coordinate with permit holders on the Project to monitor compliance with approved pern1its, if applicable. ix. Prepare field records and documents to help assure the Project is administered in accordance with the funding requirements. X. Collect and om|ou|ete delivery tickets and oo|emrnan'e daily reports of aggregate. All tickets will he initialed with correct bid item and stationing identified (Construction [Wonuo| 10'2)' xi. Attend and actively participate in regular on-site weekly construction meetings. xii Take periodic digital photographs during the course Of nVnstruuUon, and record locations. xiii. Coordinate with theC|ty'e maintenance personnel. xiv. Punch list. Upon substantial completion ofwork, coordinate with the Client and affected aQeDoiea, to prepare a 'punch list' of items to be completed or corrected. Coordinate final inspection with those agencies. B. Substantial Completion: Upon substantial completion of work, coordinate with the City and other affected agencies, to perform a project inspection and develop a onnnprahenn|Ve list of deficiencies or 'punohUst' of items to be completed. A punnh|igtond Certificate of Substantial Completion will be prepared by the Consultant and issued by the City. C. PNmtmriaUm Testing: Coordinate the work of the materials testing technicians and testing laboratories in the observation and testing of materials used b1 the construction; document and evaluate results nf testing; and address deficiencies. Frequency oftesting shall bedetermined by the resident engineer. City qfTukwila KPG,Inc EMN/.3tonnwate,OutfbVs—Supp6 Page 5of10 November 12,2D18 * Consultant will provide observation services for the days/hours that the contractor's personnel are on-oite. * Consultant will provide qualified personnel for inspection of all bid ibann vvod*. * The Consultant's monitoring of the construction contractor's activities is to ascertain whether or not they are performing the work in accordance with the Contract Documents; in case of noncompliance, Consultant will reject non-oonforrning work, and pursue the other remedies in the interests of the City, as detailed in the Contract Documents. The Consultant cannot guarantee the construction contractors' perfornMmnce, and it is understood that Consultant shall assume no responsibility for: proper construction nmeeno, rnethods, techniques; project site oofety, safety precautions or programs; or for the failure of any other entity to pedbmO its work in accordance with laws, contracts, regulations, orCity'aexpectations. Deliverables: * Daily Construction Reports with project photoo—oubnn|ttedonovvaek|ybao|o ° Punch List, Certificate of Substantial Completion * Review test reports for compliance 6.3 Office Construction Services ohoU include: A. Document Control. Original documentation will be housed at the Consultant's officn, and filed in accordance with standard filing protocol. A copy of working files will be maintained in the field office. Document Control consists of: • Final Estimate (Approving Authority File) • Comparison of Preliminary and Final Quantities (Approving Authority File) • Final Records (Approving Authority File) m Record of Material Samples and Tests ° Affidavit of Wages Paid • Release for the Protection of Property Owners and General Contractor B. Project Coordination: Liaison with City' construction uontracto[, enginaar, utilities and | basis 'eotiasueaond �t�t�a p�opedyovxnensonareguor � ��u�epng . C. Plan Interpretations: Provide technical interpretations of the UrovviAgo, opecifinaUono, and contract dUcunlent8, and evaluate requested deviations from the approved design or specifications. Coordinate with City for resolution of issues involving scope, schedule, and/or budget changes. O. Weekly Meetings: Lead weekly nneabngo. including preparation of agando, meeting minutes, and distribution of minutes to attendees. Outstanding iGoUeo to be tracked on a weekly basis. E. Initial Schedule Review: Perform detailed schedule review of contractor provided CpK8 for conformance with the contract documents. F. Lump Sum Breakdown: Eve|ueba construction contractors' Schedule of Values for lump ounn items. Review the Contract Price allocations and verify that such allocations are City n/Tukwila KPG/xc EMN/Storm water outfb/b—Supp6 Page 7of1O November 22,2O28 made in accordance with the requirements of the Contract Documents. Lump 8unn Breakdowns for payment each month will be calculated with detailed data. G. Monthly Pay Requests: Prepare monthly requests for payment, review with the {)hx, contractor and approve as permitted. Utilize City provided format for pay eaUrnoteo. or Consultant format. H. Monthly Schedule Review: At the monthly nutoff, review contractor's updated schedule and compare with field-observed progress, as described in Section 1-08 of the Special Provisions. In addiUon, perform eohaMW|e analysis on contractor provided CPK0updates and review schedule for delays and impacts. Coordinate with Contractor in the development of recovery echgdV|go, as needed, to address dg|eye ooVand by either events or inouoo within the Contractor's control or other events Vr issues beyond the Contractor's control. |. Certified Payroll: Process and track all certified payroll per State Prevailing VVmQe Requirements. This includes verifying the initial payroll for compliance and 10Y6 of all payrolls submitted thereafter. Tracking payroll each week. J. Weekly Statement of Working Days: Prepare and issue weekly statement of working day report each week. K. Subcontractor Documentation: Process / Approve all required subcontractor documentation. Request to Sublets will be verified and logged. This includes checking System Award Management System (8AMG), verifying business |icansing, reviewing insurance documentation, verifying city business licensing, Intent to Pay Prevailing Wage and Affidavit of Wages Paid. All subcontractor documentation will be logged into KP<S'o subcontractor logs. L. Record Drawings: Flev|evv record drawings prepared by the Contraotor, and prepare m conformed set oY projectrenordUraw/inxnsbaaedon[:ontnmctorproVided|nfd[rVaUonandfrom inspection notes. Record drawings ho be verified on a monthly basis, ae part of the progress payment to the Contractor. Upon project oonnp|eUon, contractor provided markups will be verified for completeness and supplemented with inspection information. The Consultant will provide the marked up plan sheets with both the contractors and inspectors as-built information oo well$S CAD updates incorporating these markups. M. Physical Completion Letter: Following completion of all punnh||st vvork, prepare physical completion letter to the nontroctor, and recommend that City and/or Utilities accept the project. N. Project Closeout: Transfer all project docVnnentgtotheCitvforpe[nnanentotnrmQe. * Schedule review comments * As-built schedule • Meeting agendas and notes ° Monthly Pay Estimates • Subcontractor Packets * Cost Projection * Physical Completion Letter ° Final Project Documents 8'4 Submittal and RF| processing A. Submittals: Coordinate review process for shop drawings, eomp|eo' 1roffio control plans, test reports, and other sVbnndte|s from the Contractor for compliance with the contract doounlents submittals to be transmitted to the City for their review and approval. Submittals shall be logged and tracked. City of Tukwila KPGInc EMN/StonnwmtorOutfbhls—Jupp6 Page 8of10 November 12,ZV28 B. Request for Information (RFQ: Review and respond 8uRF|'aRF[s shall be logged and tracked. C. Record of Materials (��Q88t Utilize ROM prepared PCPG_endWpdeta based on Special ' nt d the contract i�n��i The ROM m/iU Pr�V|�iUn�andP|anof&ruoeVn�h� pn�e project, �n oc�nra specifications. e he maintained by the Resident Engineer. The ROM will track all of the materials delivered to the site including manufacturer/supplier, approved RAM'o. QPL itenma, material compliance documentation, and all other required documentation. Deliverables * Submittal log ° RF| bm p Completed Record of Material for Material Certification 6.5 Change Management A. Come Log: Develop and maintain m nooe log which includes change orders, RFP's. Field Work Oinectk/an B. Change Orders: Develop change orders and provide technical assistance to negotiate change orders, and assist in resolution of disputes xvhidi may occur during the course of the project. Each change order will be executed in accordance with WSDOT Standard Specifications and contain the following: w Change order * Independent Cost Estimate ° Time Impact Analysis * Contractor's Pricing * Verbal Approval Momo * Back updocumentation C. Field Work Directives: Prepare field work directives an necessary to keep the contractor on schedule. O. Minor Change Orders: Develop minor change orders porVVSOOT Standard Specifications. Each minor change order will be executed and contain the following: * Independent Cost Estimate * Verbal Approval N1arno ° Back updocumentation E. Force Account: Track contractor force account |obor, equipment and materials. All force account calculations will be verified bvthe engineer and double checked by the documentation specialist. Deliverables * ChoAge(]nder(s) * Case Management Log ~ RF| bm * Minor Change Onderh8 * Force Account Records City ofTukwila KPG,Inc 8MN/StonnwoterOutfb0s-Supp6 Page 9of20 November 22,2028 Additional Services The City may require additional services of the Consultant in order to advance the projectcorridor through final design, bidding and/or construction. This work may include items identified in the current task authorizations oswell other items, which may inn|ude, but are not necessarily' limited to the following: ° Right of way and easement research and/or acquisition ° Additional design or construction assistance These services will be authorized under future contract supplement if necessary. At the time these services are required, the Consultant shall provide a detailed scope of work and an estimate of costs. The Consultant shall not proceed with the work until the C|b/ has authorized the work and issued a notice t0proceed. City«ƒTukwila KPG,Inc EMN/StunnwmtprQu0a0s—Supp6 Page 10oƒ10 November 1l2028 Exhibit B City of Tukwila East Marginal Way Stormwater Outfalls Supplement 6-Final Designa and Construction Management November,2018. Interdisciplinary Design Labor Hour Estimate Total Hours and Labor Fee parvtiP Engineering Sr Engineer Construction Sr. Project Design Project Land. CAD Engineering curve Crew Serve Crews Office Admin Engineering EsOmate by Task Mgr Mgr Planner Engineer Engineer Arch: Technician Technician y Y Assistant Task Urban Design Project Resident Construction Documentation Landscape Construction No, Task:Description Sr.Const Mgr Aviation Mgr CAD Mgr Mgr Surveyor Engineer Office Engr Specialist Technician Admin Serve Mgr Architecturebusiness Sr.Ceestr Construction Const action Y g Mgr Manger Observor Sr.Admin Observer Technician $ 225.00 $ 202.00 $ 184.00 $ 163.00 $ 156.00 $ 141.00 $ 128.00 $ 118.00 $ 112.00 $ 104.00 $ 165.00 $ 215.00'$ 92.00 $ 70.00 Hours Fee Task 1-Management,Coordination,Administration 1.1 Project Management(8 months) 8. 4 8 8 28 $ 3,880.00 1.2 Prepare monthly progress reports. 4 4 8 16 $ 2,360.00 Task Total 12 0 0 0 4 4 0 0 16 0 0 0 0 8 44 $ 6,240.00 Task 2-Permitting 2.1 Prepare and submit SEPA checklist 2 _ 4 8 8 4 4 30 $ 4,066.00 2.2 Prepare IDP 2 8 4 _ 14 $: 2,026.00 Task Total 4 0 4 0 0 16. 8 0 8 0 0 0 0: 4 44 $ 6,092.00 Task 3-Geotechnical Exploration 3.1 IGeetechnical coordination for final design 2 4 8 4 j 2 20 $ 3,050.00 Task Total 2 0 4 0 0 8 4 0 2 0 0 0 0 0 20 $ 3,050.00 Task 4'-Utility and Agency Coordination 4.1 DOE coordination 4 8 ;'.16 8 4 5:.40 $ ( 6,10000 4.2 Boeing coordination. 4 4 8 $ 1,01200 4.3 Franchise utility coordination 8 8 4 20 $ 2,600.00 Task Total 4 0 8 0 0 28 16 0 12 0 0 0 0 0 68 $ 9,712.00 Task @'=Final Plans,Specifications,and Estimates '. 5.1 Update Design Report and 90%Plans 4 16 40 24 16 8 108 $ 14,908.00 5.2 Response to DOE comments 2 4 8 8 22 $ 3,338.00 5.3 Prepare Draft Bid Documents 4 8 40 40 8 8 108 $ 14,588.00 5.4 Calculate quantities and prepare cost opinions 2 4 8 8 _ 22 S 3338.00 5.5 Prepare specifications 4 8 16 8 8 44 $ 6,548.00 5.6 Prepare preliminary constriction schedule 8 8 $ 1,616.00. 5.7 Bid Pedal Services 2 4 8 8 4 4 30. $ 4,066.00 Task Total 18 8 44 0 0 120 96 0 36 0 0 0 0 20 342 $ 48,402.00 Task 6--Construction Phase Services 6.1 Management,Coordination and Administration 24 24 24 72 $ 12 000.00 6.2 Preconatruction Services _ 32 32 32 16 112 $ 12,928.00 6.3 Field Construction Services. 100 400 500 $ 60,000.00 6.4 Office Construction Services 80 280 40 400 $ 45.280.00 6.5 Submittal and RFI processing 60 80 40 16 24 200 $ 24,492.00 6,6 Change Management 20 30 32 8 8 98 j$ 11,812.00 24 0 0 24 0 80 302 432 408 24 0 0 88 0 1382 $ 166,612.00 Total Labor Hours and Fee 64 8 60 24 4 256 426 432. 482 24. 0 0 88 32 1,900 $ 240,008.00 Subconsultants Geotechnical-GeoDesign allowance$ 5,000.00 City pump supplier allowance $ 5,000.00 Construction Materials Testing Allowance $ 10,000.00 Total SubconsultaM Expense $ 20,090.00 Reimbursable Direct Non-Salary Costs Mileage at current IRS rate $ 2,000.00 Reproduction and Field Supplies $ 1,500.00 Total Reimbursable Expense $ 3,500.00 Total Estimated Budget $ 263,508.00 Budget Estimate 11f1212018 01 152 City of Tukwila City Council Transportation & Infrastructure Committee 90 TRANSPORTATION & INFRASTRUCTURE COMMITTEE Meeting Minutes November26,2018-5:30 p.m. -Hazelnut Conference Room, City Hall Councilmembers:Thomas McLeod, Chair, De'Sean Quinn, Zak Idan Staff: David Cline, Hari Ponnekanti, Cyndy Knighton, Scott Bates, Steve Carstens, Gail Labanara, Ryan Larson, Laurel Humphrey Guests: John Davies, KPG, Inc.;Abdirisak Ahmed,Abu Bakr Islamic Center CALL TO ORDER: Committee Chair McLeod called the meeting to order at 5:30 p.m. I. BUSINESS AGENDA A. Consultant Agreement: Boeing Access Road Bridge over Airport Way Seismic Retrofit Staff is seeking Council approval of an agreement with TranTech Engineering, LLC, in the amount of$315,112.00 for design of the Boeing Access Road Bridge over Airport Way Seismic Retrofit Project. TranTech was the highest rated of three firms that were interviewed. Construction costs will be fully grant funded if completed by December 2020 and once complete,the entire Boeing Access Road corridor will be seismically resistant. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3,2018 REGULAR CONSENT AGENDA. B. Grant Acceptance: Surface Water Fund- East Marginal Way South Stormwater Outfalls Staff is seeking Council approval to accept $1,106,205.00 in grant funding from the Washington State Department of Ecology for the East Marginal Way South Stormwater Outfalls project.The project will improve water quality in the Duwamish River by installing drainage connections from East Marginal Way South to the river. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3,2018 REGULAR CONSENT AGENDA. C. Contract Amendment: Surface Water Fund - East Marginal Way South Stormwater Outfalls Staff is seeking Council approval to amend Contract No. 14-010 with KPG, Inc. in the amount of$263,508.00 for final design and construction management of the East Marginal Way South Stormwater Outfalls project.The project has been on hold since 2016 following the loss of grant funding. Funding has been restored and the project can proceed. KPG completed design through 90% and this amendment will allow them to continue. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3, 2018 REGULAR CONSENT AGENDA. 153 154 COUNCIL AGENDA SYNOPSIS /<0-1.1-.4-Iv\ _ Initials ITEM No. -1- 12/03/18 JH Meettfrtg Date Prepared by Major's role Council review ti 61 4 . H . ITEM INFORMATION STAFF SPONSOR:JERRY E HIGHT ORIGINAI,AGENDA DATE: 12/3/18 AGENDA ITEM TITLE Contract for Reid Middleton Inc. structural plan review services CATEGORY [11 Dhcunion Motion E Resolution E Ordinance E Bid Award [1] Public Hearing E Other Mtg Date Mtg Date 12/3/18 Mtg Date Mtg Date illtg Date Mtg Date Mtg Date SPONSOR E]Counal [Mayor 1DCD [Finance EFlre [ITS EP&R DPolice OPIF E]Court Si)oNSoR'S Council is being ask to approve a contract to continue current structural plan review SUMMARY services with Reid Middleton Inc. with a not to exceed amount of$200,000.00 through the 2019/2020 budget. A new contract is needed because the current contract with Reid Middleton Inc. expires on 12/31/2018. REVIEWED BY [1] C.O.W. Mtg. CDN Comm Finance Comm. [j] Public Safety Comm. Li Trans &Infrastructure El Arts Comm. [1] Parks Comm. E] Planning Comm. DATE: 11/27/18 COMMITTEE CHAIR: KRULLER RECOMMENDATIONS: SPONSOR/ADMIN. Department of Community Development COMMI'FfEL Unanimous Approval; Forward to Regular Mtg. Consent Agenda 12/3/18 COST IMPACT / FUND SOURCE EXPENDII URE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $0 Fund Source: 2019/2020 BUDGET PROFESSIONAL SERVICES Comments: Pass-through MTG. DATE RECORD OF COUNCIL ACTION MTG. DATE ATTACHMENTS 12/03/18 Informational Memorandum dated 11/27/18 Contract for Reid Middleton Inc. structual plan review services Minutes from the Community Development & Neighborhoods meeting of 11/27/18 155 156 041LAjp A77- 4 , City of Tukwila Allan Ekberg, Mayor 0 Jack Pace, Director NFOR ATIONAL E ORANDU .19os TO: Community Development & Neighborhood Committee FROM: Jack Pace, Director of the Department of Community Development BY: Jerry E Hight, Building Official DATE: November 27, 2018 SUBJECT: Contract for Reid Middleton Inc. for structural plan review services ISSUE Should council approve a contract to continue current structural plan review services with Reid Middleton Inc. with a not to exceed amount of$200,000.00 through the 2019/2020 budget. A new contract is needed because the current contract with Reid Middleton Inc. expires on 12/31/2018. BACKGROUND Due to the increase in ongoing permit activity and larger projects such as Tukwila School district projects, Tukwila 'Village, Quail Park senior housing project, and Boeing, it will be necessary to continue to have an outside building inspection service with Reid Middleton Inc. DISCUSSION The current Building Division staff does not have the expertise to review structural engineering calculations or plans. The Building Division has previously contracted our structural plan reviews successfully with Reid Middleton Inc. FINANCIAL IMPACT $200,000.00 for professional service until the end of the 2019/2020 budget. As permits for construction increases so does the amount of fees collected and paid for outside structural plan review. RECOMMENDATION Staff recommends the contract for Reid Middleton Inc. structural plan review services be placed on the December 3, 2018 Full Council, Consent Agenda for approval. ATTACHMENTS Contract for Reid Middleton Inc. structural plan review services. 157 158 Contract Number: ltrit,14, City of Tukwila ,k,./t. ° 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES This Agreement is entered into by and between the City of Tukwila, Washington, a non-charter optional municipal code city hereinafter referred to as the City," and Reid Middleton Inc., hereinafter referred to as "the Contractor," whose principal office is located at 728 134th Street SW, Suite 200 Everett, WA 98204 WHEREAS, the City has determined the need to have certain services performed for its citizens but does not have the manpower or expertise to perform such services; and WHEREAS,the City desires to have the Contractor perform such services pursuant to certain terms and conditions; now, therefore, IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties hereto agree as follows: 1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. Co—pensatio and Method of Payment. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $200,000.00. 3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 4. Duration of Agree, ent. This Agreement shall be in full force and effect for a period commencing January 2, 2019, and ending December 31, 2020, unless sooner terminated under the provisions hereinafter specified. 5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the Contractor, or any employee of the Contractor. CA Revised December 2016 Page 1 of 4 159 6. Indemnification. The Contractor shall defend, indemnify and holdth Public Entity, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the Public Entity. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the Public Entity, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Insurance. The Contractor shall procure and maintain for the duration ofthe 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 ContractUr, their agents, representatives, employees or subcontractors. Contractor's maintenance of insurance, its scope ofcoverage and limits ao required herein shall not he construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available af law Vrjnequity. Ai Minimmmn/ Scope of Insurance. Contractor shall obtain insurance of the types and with the limits described below: 1[ Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1.000.000 per accident. Automobile liability insurance shall cover all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (|8(]) form CA 00 01 or e 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 and $2,000,000 products-completed operations aggregate limit. Commercial General Liability insurance shall beasleast at broad a$ ISO occurrence form CG DD 01 and ohm/| cover liability arising from premises, opeFat|ons, independent contractors, prod ucts-comp|eted operations, stop gap |iabi|ity, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project Benera|aggnegate|irOitusing |S[JformCG25O3D5OBor on equivalent endorsement. Thera shall be no exclusion for liability arising from exp|Osion, collapse or underground property damage. The City shall be named aoaO additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using |S[> Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing 8t least ao broad coverage. 3. Workers' [}onnpenoet|Vn coverage as required by the Industrial Insurance laws ofthe State of Washington. CA Revised December 2O1G Page 2of4 B. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 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. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. E. Su'contractors. The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. F. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. 8. Record Keeping and Reporting. A. The Contractor shall maintain accounts and records, including personnel, property, financial and programmatic records which sufficiently and properly reflect all direct and indirect costs of any nature expended and services performed in the performance of this Agreement and other such records as may be deemed necessary by the City to ensure the performance of this Agreement. B. These records shall be maintained for a period of seven (7) years after termination hereof unless permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter 40.14 and by the City. 9. Audits and Inspections. The records and documents with respect to all matters covered by this Agreement shall be subject at all times to inspection, review or audit by law during the performance of this Agreement. 10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty (30) days written notice of the City's intention to terminate the same. Failure to provide products on schedule may result in contract termination. If the Contractor's insurance coverage is canceled for any reason, the City shall have the right to terminate this Agreement immediately. 11. Discrimination Prohibited. The 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,the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. CA Revised December 2016 Page 3 of 4 161 12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the services contemplated by this Agreement without the written consent of the City. 13. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. 14. 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. 15. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk, City of Tukwila 6200 Southcenter Blvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 16. Applicable Law; Venue; ttorney's Fees. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. DATED this day of , 2018. CITY OF TUKWILA CONTRACTO B Allan Ekberg, Mayor David B. Swanson, Principlea I Reid Middleton ATTEST/AUTHENTICATED: 728 134th Street SW, Suite 200 Everett, WA 98204 425-741-3800 City Clerk, Christy O'Flaherty APPROVED AS TO FORM: Office of the City Attorney CA Revised December 2016 Page 4 of 4 162 E IBIT "A" CITY OF T WILA 2019-2020 Scope and Schedule of Services The objective of this Agreement is to provide structural code compliance plan review by Reid Middleton (Consultant) for proposed new and remodeled buildings within the City of Tukwila(the City) as specifically requested in writing by the Building Official or his designee. The consultant shall perfoiiii services and provide necessary equipment, materials and professionally trained, licensed, and experienced personnel to accomplish the plan review. On behalf of the Department of Community Development - Building Division, the consultant will perform structural plan review to establish compliance with the structural provisions of the International Building Code as amended by the State and as adopted by the City of Tukwila. During the plan review process, the Consultant may contact the permit applicant directly to request submission of additional information to the city. The Consultant will keep a written record of this communication in the project file. Upon completion of each plan review, the Consultant will furnish a summary plan review letter directly to the Building Official and a copy to the permit applicant outlining discrepancies in the plans, reports, and/or calculations (as applicable). The Consultant will perform follow-up plan reviews as required to confirm that plans have been corrected adequately to address comments in the original plan review. In these instances, the Consultant will furnish additional letters directly to the Building Official and a copy to the permit applicant summarizing the results of the review. When the Consultant is satisfied that the proposed structural work is in compliance with the structural provisions of the Building Code, the Consultant will issue a fmal letter stating that there are no further comments. The plan review services for each permit applicant will be treated as an individual project, the Consultant will track associated labor and material costs according to each project and invoice the City accordingly. The consultant will invoice the City prior to the 10th of each month. The City may need other structural engineering services throughout the term of the on-call agreement. For these instances, the Consultant will perform structural engineering services as mutually agreed to by both parties. The scope of work, fee, and schedule for the additional structural engineering services will be defined and negotiated at the time the additional work is requested. 163 The City, in entering into this agreement, does not guarantee that any services will be requested nor guarantee any specific dollar amount of work during the term of this Agreement. The City shall respond to the consultant's telephone or E-mail inquiries concerning interpretation of City Standards within three (3) working days. The Consultant shall complete the specified work generally within(15) calendar days of written notification by the City. (Large and/or complex projects may take longer to review but require concurrence by City of time extension). The Consultant shall perform work described in this Agreement in accordance with the latest edition and amendments to the Washington State Building Code as adopted and amended by the City of Tukwila. The City shall administer issuance of building permits and certificates of occupancy. The Consultant will assume no responsibility for proper on-site construction techniques,job site safety, or any construction contractor's failure to perform its work in accordance with approved plans, contract documents, and peiiuit conditions. Corrections or comments made during the review process do not relieve the project proponent or designer from compliance with requirements of codes, conditions of approval, or permit requirements. Nor is the designer relieved of responsibility for a complete design in accordance with the laws of the State of Washington. 1 64 Reid Middleton, Inc. Exhibit "B" Schedule of Charges Effective January 2019 through December 31,2020 City of Tukwila Plan Review I. Personnel Hourly Rate Principal $205.00-$260.00 Principal Engineer/Principal Planner/Principal Surveyor....................... $205.00-$250.00 Senior Engineer/Senior Planner/Senior Surveyor................................ $ 180.00-$205.00 Project Engineer/Project Designer/Project Surveyor/Project Planner.. $ 140.00-$ 175.00 Design Engmeer/Desig-ner II/Design Technician/Survey Crew Chief/ Technical Writer II/Graphic Designer II $ 115.00-$ 140.00 Designer I/Planner/CAD Technician II $ 105.00-$ 125.00 Project Administrator $ 100 00-$ 120.00 CAD Technician I/Survey Technician/Technician/Technical Writer I .$ 90.00-$ 110.00 Survey Crew 1 Person/RTK/Robotic/Scanning) $ 135.00 Survey Crew 2 Person/RTK/RobotidScanning) $ 185.00 Survey Crew 3 Person/RTK/Robotic/Scanning)............................_ $235.00 Expert Witness/Forensic Engineering 1 5 times usual hourly rate(4 hour minimum) Individuals not in the regular employ of Reid Middleton may occasionally be engaged to meet specific -3 roject requirements. Charges for such personnel will be comparable to charges for regular Reid Middleton personnel. A premium may be charged if project requirements make overtime work necessary. II. Equipment Rate Design Software/Computer Aided Drafting $ 12.00/hour III. Reimbursable Expenses Local Mileage-Automobile $ 0.545/mile Local Mileage- Survey Truck ...................................................................................$ 0.65/mile Expenses that are directly attributable to the project are invoiced at cost plus 15%. These expenses include,but are not limited to,subconsultant or subcontractor services,travel and subsistence, communications,couriers,postage,fees and permits,document reproduction,special instrumentation and field equipment rental,premiums for additional insurance where required,special supplies,and other costs directly applicable to the project. A new schedule of charges is issued and becomes effective July 1 each year. Charges for all work, including continuing projects initiated in prior years,will be based on the latest schedule of charges. IV. Client Advances Unless the parties agree otherwise in writing,charges for the following items shall be paid by the client directly,shall not be the responsibility of Reid Middleton,and shall be in addition to any fee stipulated in the agreement: government fees, including permit and review fees;soils testing fees and costs;charges for aerial photography;and charges for monuments. If Reid Middleton determines,in its discretion to advance any of these costs in the interest of the project,the amount of the advance,plus a fifteen percent administrative fee,shall be paid by the client upon presentation of an invoice therefore. HAFORMSEXHISITS\2018-A Tukwila 2019-2020.doc Reid iddleton 165 166 io Ir. )1,. City of Tukwila (,,, �° City Council Community Development & Neighborhoods Committee 90 COMMUNITY DEVELOPMENT&NEIGHBORHOODS COMMITTEE Meeting Minutes November27,2018-5:30 p.m. -Hazelnut Conference Room, City Hall Councilmembers: Kate Kruller, Chair; Kathy Hougardy, Zak Idan Staff: Jack Pace, Lynn Miranda, Mia Navarro, Laurel Humphrey CALL TO ORDER: Chair Kruller called the meeting to order at 5:30 p.m. I. PRESENTATIONS II. BUSINESS AGENDA A. Amendment to King County Veterans, Seniors and Human Services Levy Grant Agreement Staff is seeking Council approval to extend the agreement with the King County Department of Community and Human Services Division for a term through March 31,2019.The extension was requested by King County due to the timing of contracts being dispersed. The City is receiving $77,500 in levy proceeds to develop an Older Adult Recreation and Services Needs Assessment and to install automatic door opening devices into main restrooms and replace automatic door opening devices at two primary entrances at the Community Center. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3,2018 REGULAR CONSENT AGENDA. B. Contract: Structural Plan Review Services Staff is seeking Council approval of a contract with Reid Middleton, Inc. in an amount not to exceed $200,000.00 for the continued provision of structural plan review services through December 32,2020. Revenues from permit fees offset the cost of the contracted review services. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3,2018 REGULAR CONSENT AGENDA. C. Contract: Inspection Services Staff is seeking Council approval of a contract with 4Leaf, Inc. in an amount not to exceed $200,000.00 for the continued provision of building inspection services through December 31, 2020.The Building Division has been using the building inspection services to maintain a 24-hour inspection turnaround time. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3, 2018 REGULAR CONSENT AGENDA. 167 168 COUNCIL AGENDA SYNOPSIS .,.:,4411-.4 tiiss ----------------------------------buttaii ITEM No. ) Meeting Date Prepared by Mqyor'i review Council review 4. 1 . \ „...„.. , „, 296 ,-, ITEM INFORMATION STAFF SPONSOR:3ERRY HIGHT ORIGINAL AGENDA DA 1E: 12/3/18 AGENDA ITEM TITLE Contract for building inspection services with 4Leaf Inc. CATEGORY [] Discussion 2 Motion Li Resolution E Ordinance E Bid Award Award El Public Hearing El Other Alt,g.Date Mtg Date 12/3/18 Alt,g Date Mtg Date Mtg Date Mtg Date M ig Date SPONSOR E Council EMayor EHR NDCD OFinance Fire ij TS E1P&R ElPolice EPIV E Court SPONSOR'S Council is being ask to approve a contract to continue current building inspections services SUMMARY with 4Leaf Inc. with a not to exceed amount of$200,000.00 through the 2019/2020 budget. A new contract is needed because the current contract with 4Leaf Inc. expires on 12/31/2018. REVIEWED BY 0 C.O.W. Mtg. C CDN Comm El Finance Comm. 1:11 Public Safety Comm. Ei Trans &Infrastructure E Arts Comm. E Parks Comm. E Planning Comm. DATE: 11/27/18 commirrEE CHAIR: KRULLER RECOMMENDATIONS: SPONSOR/ADMIN. Department of Community Development COIMMI n EE Unanimous Approval; Forward to Regular Mtg. Consent 12/3/18 COST IMPACT / FUND SOURCE EXPI,NDriURE REQUIRI,D AMOUNT BUDGETED APPROPRIATION REQUIRED $O $ $ Fund Source: 2019/2020 BUDGET PROFESSIONAL SERVICES Comments: Funded by permit fees MTG. DATE RECORD OF COUNCIL ACTION MTG. DATE ATTACHMENTS 12/03/18 Informational Memorandum dated 11/27/18 Contract for 4Leaf Inc. building inspection services Minutes from the Community Development& Neighborhood meeting of 11/27/18 169 170 ILA ty •,. , , 11%P.c. --"•.. City of Tukwila Allan Ekberg, Mayor Jack Pace, Director 4 0 INFOR ATIONAL E ORANDU TO: Community Community Development & Neighborhood Committee FROM: Jack Pace, Director of the Department of Community Development BY: Jerry E Hight, Building Official DATE: November 27, 2018 SUBJECT: Contract for 4Leaf Inc. inspections services ISSUE Should council approve a contract to continue current building inspections services with 4Leaf Inc. with a not to exceed amount of$200,000.00 through the 2019-2020 budget. A new contract is needed because the current contract with 4Leaf Inc. expires on 12/31/2018. BACKGROUND Due to the increase in ongoing permit activity and larger projects such as Tukwila School district projects, Tukwila Village, Quail Park senior housing project, and Boeing, it will be necessary to continue to have an outside building inspection service with 4Leaf Inc. The Building Division has used the building inspections services of 4Leaf Inc. to maintain a 24-hour inspection turnaround time. DISCUSSION Currently we have many highly technical, complex commercial and industrial projects in view such as the three story 145-unit Quail Park senior housing community, Tukwila School district projects including a two- story addition to Foster High School, five story 125-unit Tukwila Village SHAG project (Building B), seven story 166-unit Sterling Southcenter, and numerous other upcoming projects. Many of these projects are once in a decade projects. These in addition to a continues flow of Boeing and Westfield Southcenter permits. Staff is working at maximum proficiency to accommodate the current workload. However, when all of the above projects are fully engaged, they will demand additional time for daily inspections, plan revisions, and staff will not be able to handle the workload. Building inspections services of 4Leaf Inc. are needed to insure the projects are in compliance with all codes and are safe for our citizens. FINANCIAL IMPACT $200,000.00 for professional service until the end of the 2019/2020 budget. As permits for construction increases so does the amount of fees collected and paid for outside inspection services. RECOMMENDATION Staff recommends the contract for 4Leaf Inc. building inspection services be placed on the December 3, 2018 Full Council, Consent Agenda for approval. ATTACHMENTS Contract for building inspections services with 4Leaf Inc. 171 172 Contract Number: v�x ��t � � ��x�� xu*xxnnxxv^ 82OOGouthcentar Boulevard, Tukwila VVA98188 CONTRACT FOR SERVICES This Agreement is entered into by and between the City of Tukwila, VVaoh|ngton, e non-charter optional municipal code city hereinafter referred to as "the City," and 4Lemf|nc.. hereinafter referred to as "the Contractor," whose principal nffino is located at21OG Fihemrn Qrive, P|eaamnton, CA 94588. WHEREAS, the City has determined the need to have certain services per-formed for its citizens but does not have the manpower or expertise to per-form such services; and WHEREAS,the City desires to have the Contractor per-form such services pursuant to certain terms and conditions; now, therefore, IN CQy0S/DERAT|CJyd OF the mutual benefits and conditions hereinafter oonta|ned, the parties hereto agree as follows: t Scope and Schedule of Services to be Performed bV Contractor. The Contractor shall par-form those oerv|ooa described on Exhibit A'attnchad hereto and incorporated herein by this reference as if fully set forth. /n performing such services, the Contractor shall at all times comply with all Federal, 8tota. and |000/etatuteo, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. Compensation and Method of PoVrnent. The City oho|| pay the Contractor for services rendered according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $200,000.00at a rate of$82.60 per hour. 3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the nloxinnunn |irn|ta set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget |n any way. 4. Duration of A_qreement. This Agreement shall be in full force and effect for a period commencing January 3. 3018, and ending December 31. 2020. unless sooner terminated under the provisions hereinafter specified. 5. Independent Contractor. Contractor and City agree that Contractor isan independent contractor with -� respect to the een/ioeo provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship Qf employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for 'withholding or otherwise deducting federal income tax or social security or contributing to the State Industrial Insurance ProQrann, or otherwise assuming the duties of on employer with respect to the Cnntractn[, or any employee of the Contractor. CA Revised December 2Ol6 Page l of G. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its off/cere, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses n[suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused bVthe sole negligence Qf the Public Entity. Should a court of competent jurisdiction determine that this Agreement is subject to RCVV4`24.115. then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the Public Entity, its officere, nffiC|a|a, ennp|nyees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's VVeiV8[ of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their @geMta, representatives, employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance. Contractor shall obtain insurance'Vfthe types and with the limits described below: 'i Automobile Liability insurance with a nninirnunn 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 UG[A form CA OU 01 or 8 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 |ooa than $1.000.000 each occurrence, $2.00O.0O0 general aggregate and $2,000,000 products-completed operations aggregate limit, Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG OO 01 and shall cover liability arising from prmnn|neS. Opovationa, independent contractors, prod uots'coolp|eted Openationn. stop gap |iebi}itx, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or on equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's CnDlnnanjo| General Liability insurance policy with respect to the work per-formed for the City using ISO Additional Insured endorsement CG ?O 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least es broad coverage. 3. Workers' Compensation coverage as required by the Industrial |naU[anno laws of the State of Washington. B. Other Insurance Provision. The Contractor's Automobile Liability and {}nnlnneroim| General Liability insurance po||n\8e 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 ba excess of the Contractor's insurance and shall.not contribute with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.[N. Best rating Of not less than /\: V||. O. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not neCeaSod|y limited to the additional insured endomenn8Ot, evidencing the inGU[8Ou8 requirements of the Contractor before commencement of the work. Upon request by the City, the Contractor shall furnish certified copies of all required insurance policies, including eOdoraennBnto, n8qUiKad in this Aope8nn8Ud and evidence of all subcontractors' coverage. E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall he made in accordance with reasonable and prudent business practices. F. P4mficm of Cancellation. The Contractor ohoU provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain |nmucenom. Failure on the part of the Contractor to maintain the insurance os required sb8|| constitute 8 material breach of contract, upon which the City may, after giving five business days' notice to the Contractor to correct the bnaach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums iAconnection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. 8. Record Keapingand Rmpmrtinq' A. The Contractor shall maintain accounts and records, including perSonne|, proporty, financial and programmatic records which sufficiently and properly reflect all direct and indirect costs of any nature expended and services performed in the performance of this Agreement and other such records as may be deemed necessary by the City to ensure the performance of this Agreement. B. These records shall be maintained for a period of seven (7) years after termination hereof unless permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter 4O.14 and by the City. 9. Audits and Inspections. The records and documents with respect toall matters covered by this Agreement shall be subject at all times to inspection, review or audit by law during the performance of this Agreement. 10. Termination. This Agreement may at any time beterminated by the City giving to the Contractor thirty /30) days written notice of the (�|ty'o intention to terminate the same. Failure to provide products on �chedu|ennayr8ou|t |DooDtroctta[nlinatinn. |ftheCnntractor'SineuranceooVerogeiSoanoeledforany reason, the City shall have the right tO terminate this Agreement immediately. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Ag[eement, will not discriminate on the'grounds uf race, |i i n. creed. co|or. national origin, age, veteran status, sex, sexual DriantoUon, gender identity. 0o/it@|otatus, political affiliation, the praaeono of any disability, or any other protected class status under state or'federal |om/, in the selection and retention of employees or procurement of materials or 12. /\smiqnrnent and Subcontract. The Contractor shall not assign or subcontract any portion of the — -'serviceacontmrnp|atedbythinAgreenlent without the written consent of the City. 13. Eotirm ��qremnment| Modification. This Agreemont, together with attachments or addenda, --- represents the entire and integrated Agreement between the City and the Contractor and supersedes all prior negotiations, representations, oF agreements written or oral. NO amendment ormodification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. 14.SevmrebUitVandSun/ivaL |fanyternl. conditionorpnoviainnofth|aAonaanuerthadaoanadvoidor unenforceable or limited in its application or effect, such event shall not affect any other a hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which bV their sense and context are reasonably intended to survive the completion, expiration orcancellation Of this Agreement, shall survive termination of this Agreement. 15. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk, Qb/ of TUkwi/a 02OO8oUtUoontenBlvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 16. App]icabYe Law; Venue; AttmrnmV'm Fees. This Agreement shall begoverned by and construed in accordance with the laws of the State of Washington. In the event any ouit, a[bitretion, 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'sfees and costs ofsuit. CITY OFIUKWlLA CONTRACTOR DATED this day of 12018. -' By Allan Ekberg, Mayor ' Printed Name and Title: Gene Barry,P.E. Vice P,�oej ATTEST/AUTHENTICATED: Address: 4LBAF, DNC. 2l2bRboeuDrive City Clerk, Cbduty(]^Fbzberty Pleasanton, CA 94588 (92 462'5959'0ffioo (925) 580'4O55—CoU ���BD�BD�STO�O��� ' Oƒfioeof the City Attorney CA Revised December 2016 Page 4nf4 EXHIBIT "A" CITY OF TUKWILA 2019-2020 Scope and Schedule of Services 4LEAF, INC. Thomas J. Ushing C.B.O. Gene Barry P.E., Vice President Building and Safety Manager 2126 Rheem Drive 1201 Pacific Avenue, Suite 600 Pleasanton, CA 94588 Tacoma WA, 98402 (925) 462-5959 - Office tush ing@4leafinc.com (925) 580-4055—Cell (253) 360-328-6487 A. PURPOSE The purpose of this contract is to provide building inspections services on an as needed/on-call basis to the City of Tukwila. The City's intent it to improve customer service by supplementing the City's existing resources to increase service options. B. SCOPE OF SERVICES The selected Consultant shall provide building and safety services as requested by the City. Such services shall including enforcement of the City's building laws and codes and all applicable State Code; review of construction drawings to assure compliance with City and State adopted laws and code; interfacing with permit applicants and City staff; and conducting inspections. Specific projects may include residential or non-residential projects. Any single job may require one or subsequent reviews of submitted plans. Type of proposed plan check work may include new • construction, remodel, additions,plumbing, mechanical and public nuisance abatement. 1. PLAN REVIEW SERVICES (N/A) 2. BUILDING INSPECTION SERVICES Consultant upon request of the City shall provide building inspection services during the course of construction to enforce compliance with the conditions of approval, provisions of the City's Building Laws and the Code requirements set forth on the approved plans for which a permit was issued. In the performance of such duties Consultant shall observe each project at the completion of the various stages of construction for compliance with the appropriate City and State code.Upon request of the City, building inspector may assist City staff with building code enforcement. Consultant assistance is limited to identifying potential building code enforcement issues in progress and helping to generate proper documentation. All actual enforcement actions to be undertaken by City staff. • 3. PLAN CHECK RELATED MEETINGS (N/A) 4. BUILDING CODE QUESTIONS (N/A) 177 • EXHIBIT "B" CITY OF TUKWILA 2019-2020 Compensation and Method of Payment 4LEAF, INC. Thomas J. Ushing C.B.O. Gene Barry P.E., Vice President Building and Safety Manager 2126 Rheem Drive 1201 Pacific Avenue, Suite 600 Pleasanton, CA 94588 Tacoma WA, 98402 (925) 462-5959 - Office tushing@4leafinc.com (925) 580-4055—Cell (253) 360-328-6487 Inspection Services Commercial Building Inspector(Building Inspector III)................................$82.50 hour Overtime ..... $1.5X hourly rate Consultant's Building Inspector will be billed out at the Commercial Building Inspector(Inspector II) rate of$82.50/hr. • Review by Engineer must be authorized in advance via email by City of Tukwila. • Overtime must be authorized by the City of Tukwila via email prior to being incurred. • Commercial building inspector rates apply for commercial building, plumbing and mechanical inspections, and inspections of multi-family residential(more than two dwelling units per building) • Residential building inspector rates apply for residential building, plumbing and mechanical inspections • Inspections services will be charged based on the actual inspection, not the staff assigned by the consultant.For example, if consultant sends a senior combination inspector to conduct a residential building inspection, consultant will charge the City the residential inspector rate. • Rates are inclusive of"tools of the trade" such as forms,telephones and consumables. •All invoicing to be done monthly. Invoices must be itemized and include contract number. • Staff Augmentation work (excluding plan review) is subject to 2-hour minimum charges unless stated otherwise. Services billed in 2-hour increments. •All billable expenses will be charged at cost plus 10% • Mileage will be billed at the current IRS rate All requests should be made directly to 4LEAF management. 4LEAF's Designated Project manager noted above. 1 78 City of Tukwila 1: 1 City Council Community Development & Neighborhoods Committee 90 COMMUNITY DEVELOPMENT&NEIGHBORHOODS COMMITTEE Meeting Minutes November27,2018-5:30 p.m. -Hazelnut Conference Room, City Hall Councilmembers: Kate Kruller, Chair; Kathy Hougardy, Zak Idan Staff: Jack Pace, Lynn Miranda, Mia Navarro, Laurel Humphrey CALL TO ORDER: Chair Kruller called the meeting to order at 5:30 p.m. I. PRESENTATIONS II. BUSINESS AGENDA A. Amendment to King County Veterans, Seniors and Human Services Levy Grant Agreement Staff is seeking Council approval to extend the agreement with the King County Department of Community and Human Services Division for a term through March 31,2019.The extension was requested by King County due to the timing of contracts being dispersed. The City is receiving $77,500 in levy proceeds to develop an Older Adult Recreation and Services Needs Assessment and to install automatic door opening devices into main restrooms and replace automatic door opening devices at two primary entrances at the Community Center. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3,2018 REGULAR CONSENT AGENDA. B. Contract: Structural Plan Review Services Staff is seeking Council approval of a contract with Reid Middleton, Inc. in an amount not to exceed $200,000.00 for the continued provision of structural plan review services through December 32,2020. Revenues from permit fees offset the cost of the contracted review services. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3,2018 REGULAR CONSENT AGENDA. C. Contract: Inspection Services Staff is seeking Council approval of a contract with 4Leaf, Inc. in an amount not to exceed $200,000.00 for the continued provision of building inspection services through December 31, 2020.The Building Division has been using the building inspection services to maintain a 24-hour inspection turnaround time. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3, 2018 REGULAR CONSENT AGENDA. 179 180 COUNCIL AGENDA SYNOPSIS /,07--- ---cp --------------------------------Initials ITEM NO. / l• Meeting Date Prepared by ( Mayor'i revie Connell review 041 l' a 12/3/18 SG C i IA 4.J . ITEM INFORMATION STAFF SPONSOR: STEPHANIE GARDNER-BROWN ORIGINAL AGEND\DATE: 12/3/18 AGENDA I ITAI TITLE Veterans, Seniors, and Human Services Levy Funding Agreement CATEGORY 0 Dzsad.wien I Motion El Resolution E] Ordinance E Bic 1_42vard E Public Hearing E Other MigDate Alts Date 12/3/18 Mtg Date Altg Date AN Date Mtg Date Mtg Date SPONSOR 0 Coundl EIMajor El HR ODCD Ehnance E]Fire E TS 0 Pe7R El Police OAF OCourt SPONSOR'S Seeking authorization extend the agreement for the Veterans, Seniors, and Human SUMMARY Services Levy (VSHSL) — New Senior Center Investments from the King County Department of Community and Human Services Division. The agreement will be extended to March 31, 2019 and enable completion of an Older Adult Recreation Program and Services Needs Assessment and complete upgrades to automatic door entries at the Tukwila Community Center RI,VIEWED BY E C.O.W. Mtg. 61 CDN Comm E Finance Comm. 0 Public Safety Comm. 0 Trans &Infrastructure Ell Arts Comm. Ej Parks Comm* 0 Planning Comm* DATE: 11/27/18 COMMITTEE CHAIR: KRULLER RECOMMENDATIONS: SroNsoR/ADmIN. Parks and Recreation Department CONINIIYI'LE Forward to Regular Meeting Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURI REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $ $ $ Fund Source: N/A Comments: No matching funds are associated with this grant/levy funding. MTG. DATE RECORD OF COUNCIL ACTION 12/3/18 MTG. DATE 1 ATTACHMENTS 12/3/18 Informational Memorandum dated 11/20/18 Original Contract and Amendment Minutes from the Community Development and Neighborhoods meeting of 11/27/18 181 182 ((-(3.1 tSiA---% 44' City of Tukwila 0 --i...„, .,, 1 A,T0,7 -41 Allan Ekberg, Mayor $.3 /905 INFOR ATIONAL E ORANDU TO: Community Development and Neighborhoods Committee FROM: Rick Still, Parks and Recreation Director BY: Stephanie Gardner— Brown, Parks and Recreation Analyst CC: Mayor Ekberg DATE: November 20, 2018 SUBJECT: Veterans, Seniors, and Human Services Levy Agreement Extension ISSUE Seeking authorization to extend the agreement with the King County Department of Community and Human Services Division -Veterans, Seniors, and Human Services Levy (VSHSL). BACKGROUND The VSHSL is a voter approved six-year property tax levy that envisions senior centers in King County as inclusive central hubs where diverse groups of older adults can form community and access a variety of senior programming and services. On May 29, 2018 staff was authorized, by Committee, to apply for VSHSL funding for two purposes: 1. Address needs and trends of Tukwila's older adult populations through the development of an Older Adult Recreation and Services Needs Assessment. The assessment will approach Tukwila's older population through an equity and social justice lens to ensure all of Tukwila's older adult population is reflected. The assessment will provide recommendations for future recreation programming and services needs for Tukwila's older adult population. 2. Perform minor capital improvements at the Tukwila Community Center to update or enhance accessibility by installing automatic door opening devices into main restrooms and replacing automatic door opening devices at two primary entrances into the facility. Staff learned in July that the City would be awarded full funding, in the amount of $77,500. Staff received the King County Community and Human Services contract in late September and Mayor Ekberg was authorized to sign the agreement at the October 15, 2018 regular City Council meeting. DISCUSSION Staff has moved forward with each of the projects described above. A Request for Proposals is currently being advertised and capital improvements at the Tukwila Community Center are scheduled. Due to the timing of contracts being dispersed by King County, a contract 183 INFORMATIONAL MEMO Page 2 amendment to extend the contract has been distributed to several agencies, including the City of Tukwila. Attached is the amendment to extend the contract to March 31, 2019. Staff will return to the Community Development and Neighborhoods Committee during the first quarter of 2019 to provide regular committee updates regarding the status of the agreement, including progress on the Older Adult Recreation and Services Needs Assessment. FINANCIAL IMPACT Matching funds were not required to receive levy funding and no direct City funds will be attributed to the two projects described. RECOMMENDATION The Committee is being asked to forward the attached contract amendment to the December 3, 2018 City Council Consent Agenda authorizing Mayor Ekberg to sign the contract amendment. ATTACHMENTS A. King County Community and Human Services Contract —6041770 B. King County Community and Human Services Contract Amendment W:12018 Info MemoslKing County Senior Levy Info Memo 11.20.18.doc 1 84 DocuSign Envelope ID:62BBD7BA-F155-4441-9F6E-EF5242CA5F34 Attachment A Department of Community and Human Services ' 4 Community Services Division King County 206-263-9097 TTY Relay: 711 KING COUNTY COMMUNITY AND HUMAN SERVICES CONTRACT— 2017/2018 Contractor City of Tukwila Project Title City of Tukwila Older Adult Investments - Senior Center Investments Contract Amount $ 77,500 Contract Period From: 07/01/2018 To 12/31/2018 DUNS No. (if applicable) 010207504 SAM No. (if applicable) 47Z60 THIS CONTRACT No. 6041770 is entered into by KING COUNTY (the "County"), and City of Tukwila (the "Contractor") whose address is 6200 Southcenter Blvd, Tukwila, WA 98188. FUNDING SOURCES FUNDING LEVELS EFFECTIVE DATES COUNTY $77,500 07/01/2018 - 12/31/2018 TOTAL $77,500 07/01/2018 - 12/31/2018 WHEREAS, the County has been advised that the foregoing are the current funding sources, funding levels and effective dates, and WHEREAS, the County desires to have certain services performed by the Contractor as described in this Contract, NOW THEREFORE, in consideration of payments, covenants, and agreements hereinafter mentioned, to be made and performed by the parties hereto, the parties mutually agree as follows: I. Incorporation of Exhibits The Contractor shall provide services and comply with the requirements set forth in the following attached exhibits, which are incorporated herein by reference: Certificates of Insurance/Endorsements Attached hereto as Exhibit I City of Tukwila Older Adult Investments - Senior Attached hereto as Exhibit II Center Investments II. Term and Termination A. This Contract shall commence on 07/01/2018, and shall terminate on 12/31/2018, unless extended or terminated earlier, pursuant to the terms and conditions of the Contract. B. This Contract may be terminated by the County or the Contractor without cause, in whole or in part, at any time during the term specified in Subsection II.A. above, by providing the other party 30 days advance written notice of the termination. The Contract may be suspended by the County without cause, in whole or in part, at any time during the term This form is available in alternate formats upon request for persons with disabilities. City of Tukwila Page 1 of 10 2017/2018 Contract-6041770 185 DocuSign Envelope ID:62BBD7BA-F155-4441-9F6E-EF5242CA5F34 specified in Subsection II.A. above, by providing the Contractor 30 days advance written notice of the suspension. C. The County may terminate or suspend this Contract, in whole or in part, upon seven days advance written notice in the event: (1) the Contractor materially breaches any duty, obligation, or service required pursuant to this Contract, or (2) the duties, obligations, or services required herein become impossible, illegal, or not feasible. If the Contract is terminated by the County pursuant to this Subsection II.C. (1), the Contractor shall be liable for damages, including any additional costs of procurement of similar services from another source. If the termination results from acts or omissions of the Contractor, including but not limited to misappropriation, nonperformance of required services, or fiscal mismanagement, the Contractor shall return to the County immediately any funds, misappropriated or unexpended, which have been paid to the Contractor by the County. D. If County or other expected or actual funding is withdrawn, reduced, or limited in any way prior to the termination date set forth above in Subsection ll.A., the County may, upon written notification to the Contractor, terminate or suspend this Contract in whole or in part. If the Contract is terminated or suspended as provided in this Section: (1) the County will be liable only for payment in accordance with the terms of this Contract for services rendered prior to the effective date of termination or suspension; and (2) the Contractor shall be released from any obligation to provide such further services pursuant to the Contract as are affected by the termination or suspension. Funding or obligation under this Contract beyond the current appropriation year is conditional upon appropriation by the County Council and/or other identified funding source(s) of sufficient funds to support the activities described in the Contract. Should such appropriation not be approved, this Contract will terminate at the close of the current appropriation year. The current funding sources associated with this Contract are specified on page 1. If the Contract is suspended as provided in this Section the County may provide written authorization to resume activities. E. Nothing herein shall limit, waive, or extinguish any right or remedy provided by this Contract or law that either party may have in the event that the obligations, terms, and conditions set forth in this Contract are breached by the other party. III. Compensation and Method of Payment A. The County shall reimburse the Contractor for satisfactory completion of the services and requirements specified in this Contract and its attached exhibit(s). B. The Contractor shall submit an invoice and all accompanying reports as specified in the attached exhibit(s), including its final invoice and all outstanding reports. The County shall initiate authorization for payment to the Contractor not more than 30 days after a complete and accurate invoice is received. C. The Contractor shall submit its final invoice and all outstanding reports as specified in this contract and its attached exhibit(s). If the Contractor's final invoice and reports are not submitted as specified in this contract and its attached exhibit(s), the County will be relieved of all liability for payment to the Contractor of the amounts set forth in said invoice or any subsequent invoice. City of Tukwila Page 2 of 10 2017/2018 Contract-6041770 1 86 DocuSign Envelope ID:62BBD7BA-F155-4441-9F6E-EF5242CA5F34 IV. Internal Control and Accounting System The Contractor shall establish and maintain a system of accounting and internal controls which complies with generally accepted accounting principles promulgated by the Financial Accounting Standards Board (FASB), the Governmental Accounting Standards Board (GASB), or both as is applicable to the Contractor's form of incorporation. V. Debarment and Suspension Certification Entities that are debarred, suspended, or proposed for debarment by the U.S. Government are excluded from receiving federal funds and contracting with the County. The Contractor, by signature to this Contract, certifies that the Contractor is not presently debarred, suspended, or proposed for debarment by any Federal department or agency. The Contractor also agrees that it will not enter into a subcontract with a contractor that is debarred, suspended, or proposed for debarment. The Contractor agrees to notify King County in the event it, or a subcontractor, is debarred, suspended, or proposed for debarment by any Federal department or agency. Debarment status may be verified at https://wvvw.sam.00v/. VI. Maintenance of Records/Evaluations and Inspections A. The Contractor shall maintain accounts and records, including personnel, property, financial, and programmatic records and other such records as may be deemed necessary by the County to ensure proper accounting for all Contract funds and compliance with this Contract. B. In accordance with the nondiscrimination and equal employment opportunity requirements set forth in Section XIV. below, the Contractor shall maintain the following: 1. Records of employment, employment advertisements, application forms, and other pertinent data, records and information related to employment, applications for employment or the administration or delivery of services or any other benefits under this Contract; and 2. Records, including written quotes, bids, estimates or proposals submitted to the Contractor by all businesses seeking to participate on this Contract, and any other information necessary to document the actual use of and payments to subcontractors and suppliers in this Contract, including employment records. The County may visit the site of the work and the Contractor's office to review the foregoing records. The Contractor shall provide every assistance requested by the County during such visits and make the foregoing records available to the County for inspection and copying upon request. The Contractor shall provide right of access to its facilities including those of any subcontractor assigned any portion of this Contract pursuant to Section XIII—to the County, the state, and/or federal agencies or official's at all reasonable times in order to monitor and evaluate the services provided under this Contract. The County will give advance notice to the Contractor in the case of fiscal audits to be conducted by the County. The Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations or statutes included or referenced in the contract documents. The Contractor shall inform the County in writing of the location, if different from the Contractor address listed on page one of this Contract, of the aforesaid books, records, documents, and other evidence and shall notify the County in writing of any changes in location within 10 working days of any such relocation. C. The records listed in A and B above shall be maintained for a period of six years after termination of this Contract. The records and documents with respect to all matters covered by this Contract shall be subject at all time to inspection, review, or audit by the County and/or federal/state officials so authorized by law during the performance of this City of Tukwila Page 3 of 10 2017/2018 Contract-6041770 187 DocuSign Envelope ID.62BBD7BA-F155-4441-9F6E-EF5242CA5F34 Contract and six years after termination hereof, unless a longer retention period is required by law. D. If applicable, medical records shall be maintained and preserved by the Contractor in accordance with state and federal medical records statutes, including but not limited to RCW 70.41.190, 70.02.160, and standard medical records practice. If the Contractor ceases operations under this Contract, the Contractor shall be responsible for the disposition and maintenance of such medical records. E. The Contractor agrees to cooperate with the County or its agent in the evaluation of the Contractor's performance under this Contract and to make available all information reasonably required by any such evaluation process. The results and records of said evaluations shall be maintained and disclosed in accordance with RCW Chapter 42.56. F. The Contractor agrees that all information, records, and data collected in connection with this Contract shall be protected from unauthorized disclosure in accordance with applicable state and federal law. VII. Compliance with the Health Insurance Portability and Accountability Act of 1996 (HIPAA) The Contractor shall not use protected health information created or shared under this Contract in any manner that would constitute a violation of HIPAA and any regulations enacted pursuant to its provisions. Contractor shall read and certify compliance with all HIPAA requirements at http://www.kinqcountv.goviDCHS/contracts VIII. Audits A. If the Contractor is a non-profit organization as defined in 2 CFR Part 200, and expends a total of$750,000 or more in federal financial assistance and has received federal financial assistance from the County during its fiscal year, then the Contractor shall meet the audit requirements as described in 2 CFR Part 200 Subpart F. B. A Contractor, for-profit or non-profit that is not subject to the requirements in SECTION VIII. A. and receives in excess of $100,000 in funds during its fiscal year from the County, shall provide fiscal year audited financial statements prepared by an independent Certified Public Accountant or Accounting Firm within nine months subsequent to the close of the Contractor's fiscal year (if applicable, see SECTION VIII. E.). C. Non-profit contractors who receive less than $100,000 from the County during their fiscal year shall provide 1) form 990 within 30 days of its being filed; and 2) a full set of annual financial statements. D. For-profit contractors who receive less than $100,000 from the County during their fiscal year shall provide 1) income tax return within 30 days of its being filed; and 2) a full set of annual financial statements. E. A Contractor that is not subject to the requirements in SECTION VIII. A. may, in extraordinary circumstances, request a waiver of audit requirements and, with the review and upon approval of the County, substitute for the above requirements other forms of financial reporting or fiscal representation certified by the Contractor's Board of Directors, provided the Contractor meets the following criteria: 1. That financial reporting and any associated management letter show no reportable conditions or internal control issues; and 2. There has been no turnover in key staff since the beginning of the period for which the financial reporting was completed. Audit documentation shall be sent electronically to: csdauditskinocountv.qov City of Tukwila Page 4 of 10 2017/2018 Contract-6041770 188 DocuSign Envelope ID:62BBD7BA-F155-4441-9F6E-EF5242CA5F34 IX. Corrective Action If the County determines that a breach of contract has occurred, that is, the Contractor has failed to comply with any terms or conditions of this Contract or the Contractor has failed to provide in any manner the work or services agreed to herein, and if the County deems said breach to warrant corrective action, the following sequential procedure will apply: A. The County will notify the Contractor in writing of the nature of the breach; The Contractor shall respond in writing within ten working days of its receipt of such notification, which response shall indicate the steps being taken to correct the specified deficiencies. The corrective action plan shall specify the proposed completion date for bringing the Contract into compliance, which date shall not be more 30 days from the date of the Contractor's response, unless the County, at its sole discretion, specifies in writing an extension in the number of days to complete the corrective actions; B. The County will notify the Contractor in writing of the County's determination as to the sufficiency of the Contractor's corrective action plan. The determination of sufficiency of the Contractor's corrective action plan shall be at the sole discretion of the County; C. In the event that the Contractor does not respond within the appropriate time with a corrective action plan, or the Contractor's corrective action plan is determined by the County to be insufficient, the County may commence termination or suspension of this Contract in whole or in part pursuant to Section II.C.; D. In addition, the County may withhold any payment owed the Contractor or prohibit the Contractor from incurring additional obligations of funds until the County is satisfied that corrective action has been taken or completed; and E. Nothing herein shall be deemed to affect or waive any rights the parties may have pursuant to Section ll., Subsections B, C, D, and E. X. Dispute Resolution The parties shall use their best, good-faith efforts to cooperatively resolve disputes and problems that arise in connection with this Contract. Both parties will make a good faith effort to continue without delay to carry out their respective responsibilities under this Contract while attempting to resolve the dispute under this section. Xl. Hold Harmless and Indemnification A. In providing services under this Contract, the Contractor is an independent Contractor, and neither it nor its officers, agents, or employees are employees of the County for any purpose. The Contractor shall be responsible for all federal and/or state tax, industrial insurance, and Social Security liability that may result from the performance of and compensation for these services and shall make no claim of career service or civil service rights which may accrue to a County employee under state or local law. The County assumes no responsibility for the payment of any compensation, wages, benefits, or taxes, by, or on behalf of the Contractor, its employees, and/or others by reason of this Contract. The Contractor shall protect, indemnify, defend and save harmless the County, its officers, agents, and employees from and against any and all claims, costs, and/or losses whatsoever occurring or resulting from (1) the Contractor's failure to pay any such compensation, wages, benefits, or taxes, and/or (2) the supplying to the Contractor of work, services, materials, or supplies by Contractor employees or other suppliers in connection with or support of the performance of this Contract. B. The Contractor further agrees that it is financially responsible for and will repay the County all indicated amounts following an audit exception which occurs due to the negligence, intentional act, and/or failure, for any reason, to comply with the terms of this City of Tukwila Page r5 of 10 2017/2018 Contract-6041770 189 DocuSign Envelope ID:62BBD7BA-F155-4441-9F6E-EF5242CA5F34 Contract by the Contractor, its officers, employees, agents, and/or representatives. This duty to repay the County shall not be diminished or extinguished by the prior termination of the Contract pursuant to the Term and Termination section. C. To the maximum extent permitted by law, the Contractor shall protect, defend, indemnify, and save harmless the County, its officers, employees, and agents from any and all costs, claims, judgments, and/or awards of damages, arising out of, or in any way resulting from, the negligent acts or omissions of the Contractor, its officers, employees, subcontractors and/or agents, in its performance and/or non-performance of its obligations under this Contract. The Contractor agrees that its obligations under this subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of its employees or agents. For this purpose, the Contractor, by mutual negotiation, hereby waives, as respects the County only, any immunity that would otherwise be available against such claims under the Industrial Insurance provisions of Title 51 RCW. In the event the County incurs any judgment, award, and/or cost arising therefrom including reasonable attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable from the Contractor. D. To the maximum extent permitted by law, the County shall protect, defend, indemnify, and save harmless the Contractor, its officers, employees, and agents from any and all costs, claims, judgments, and/or awards of damages, arising out of, or in any way resulting from, the negligent acts or omissions of the County, its officers, employees, and/or agents, in its performance and/or non-performance of its obligations under this Contract. The County agrees that its obligations under this subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of its employees or agents. For this purpose, the County, by mutual negotiation, hereby waives, as respects the Contractor only, any immunity that would otherwise be available against such claims under the Industrial Insurance provisions of Title 51 RCW. In the event the Contractor incurs any judgment, award, and/or cost arising therefrom including reasonable attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable from the County. E. Claims shall include, but not be limited to, assertions that use or transfer of software, book, document, report, film, tape, or sound reproduction or material of any kind, delivered hereunder, constitutes an infringement of any copyright, patent, trademark, trade name, and/or otherwise results in unfair trade practice. F. Nothing contained within this provision shall affect and/or alter the application of any other provision contained within this Contract. G. The indemnification, protection, defense and save harmless obligations contained herein shall survive the expiration, abandonment or termination of this Agreement. XII. Insurance Requirements By the date of execution of this Contract, the Contractor shall procure and maintain for the duration of this Contract, insurance as described in EXHIBIT I., against claims for injuries to persons or damages to property which may arise from, or in connection with, the performance of work hereunder by the Contractor, its agents, representatives, employees, and/or subcontractors. The costs of such insurance shall be paid by the Contractor or subcontractor. The Contractor may furnish separate certificates of insurance and policy endorsements for each subcontractor as evidence of compliance with the insurance requirements of this Contract. The Contractor is responsible for ensuring compliance with all of the insurance requirements stated herein. Failure by the Contractor, its agents, employees, officers, subcontractors, providers, and/or provider subcontractors to comply with the insurance requirements stated herein shall constitute a material breach of this Contract. Examples of coverage types and limit City of Tukwila Page 6 of 10 2017/2018 Contract-6041770 1 90 DocuSign Envelope ID:62BBD7BA-F155-4441-9F6E-EF5242CA5F34 requirements can be found by visiting http://www.kinocountv.gov/DCHS/contracts. Contractors shall read and provide required insurance documentation prior to the signing of this Contract. XIII. Assignment/Subcontracting A. The Contractor shall not assign or subcontract any portion of this Contract or transfer or assign any claim arising pursuant to this Contract without the written consent of the County. Said consent must be sought in writing by the Contractor not less than 15 days prior to the date of any proposed assignment. B. "Subcontract" shall mean any agreement between the Contractor and a subcontractor or between subcontractors that is based on this Contract, provided that the term "subcontract" does not include the purchase of (1) support services not related to the subject matter of this Contract, or (2) supplies. C. The Contractor shall include Sections IV, V, VI, VII, XI A, XI B, XI G, XIII, XIV, XV, XVI, XVII, XVIII, XXIV, XXV, and XXVI, in every subcontract or purchase agreement for services that relate to the subject matter of this Contract. D. The Contractor agrees to include the following language verbatim in every subcontract for services which relate to the subject matter of this Contract: "Subcontractor shall protect, defend, indemnify, and hold harmless King County, its officers, employees and agents from any and all costs, claims, judgments, and/or awards of damages arising out of, or in any way resulting from the negligent act or omissions of subcontractor, its officers, employees, and/or agents in connection with or in support of this Contract. Subcontractor expressly agrees and understands that King County is a third party beneficiary to this Contract and shall have the right to bring an action against subcontractor to enforce the provisions of this paragraph." XIV. Nondiscrimination and Payment of a Living Wage A. The Contractor shall comply with all applicable federal, state and local laws regarding discrimination, including those set forth in this Section. B. During performance of the Contract, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of the employee or applicant's sex, race, color, marital status, national origin, religious affiliation, disability, sexual orientation, gender identity or expression or age except by minimum age and retirement provisions, unless based upon a bona fide occupational qualification. The Contractor will make equal employment opportunity efforts to ensure that applicants and employees are treated, without regard to their sex, race, color, marital status, national origin, religious affiliation, disability, sexual orientation, gender identity or expression or age. Additional requirements are at http://www.kinpcounty.pov/DCHS/contracts. In accordance with King County Ordinance 17909, as a condition of award for contracts for services with an initial or amended value of$100,000 or more, the Contractor agrees that it shall pay and require all Subcontractors to pay a living wage as described in the ordinance, to employees for each hour the employee performs a Measurable Amount of Work on this Contract. The requirements of the ordinance, including payment schedules, are detailed at http://www.kinocounty.gov/operations/procurement/Resources/ordinance- 17909.aspx Violations of this requirement may result in disqualification of the Contractor from bidding on or being awarded a County contract for up to two years; contractual remedies including, but not limited to, liquidated damages and/or termination of the Contract; remedial action as set forth in public rule; and other civil remedies and sanctions allowed by law. City of Tukwila Page 7 of 10 2017/2018 Contract-6041770 191 DocuSign Envelope ID.62BBD7BA-F155-4441-9F6E-EF5242CA5F34 XV. Conflict of Interest A. The Contractor agrees to comply with applicable provisions of K.C.C. 3.04. Failure to comply with such requirements shall be a material breach of this contract, and may result in termination of this Contract pursuant to Section II and subject the Contractor to the remedies stated therein, or otherwise available to the County at law or in equity. B. The Contractor agrees, pursuant to KCC 3.04.060, that it will not willfully attempt to secure preferential treatment in its dealings with the County by offering any valuable consideration, thing of value or gift, whether in the form of services, loan, thing or promise, in any form to any county official or employee. The Contractor acknowledges that if it is found to have violated the prohibition found in this paragraph, its current contracts with the county will be cancelled and it shall not be able to bid on any county contract for a period of two years. C. The Contractor acknowledges that for one year after leaving County employment, a former County employee may not have a financial or beneficial interest in a contract or grant that was planned, authorized, or funded by a County action in which the former County employee participated during County employment. Contractor shall identify at the time of offer current or former County employees involved in the preparation of proposals or the anticipated performance of Work if awarded the Contract. Failure to identify current or former County employees involved in this transaction may result in the County's denying or terminating this Contract. After Contract award, the Contractor is responsible for notifying the County's Project Manager of current or former County employees who may become involved in the Contract any time during the term of the Contract. XVI. Equipment Purchase, Maintenance, and Ownership A. The Contractor agrees that any equipment purchased, in whole or in part, with Contract funds at a cost of $5,000 per item or more, when the purchase of such equipment is reimbursable as a Contract budget item, is upon its purchase or receipt the property of the County and/or federal/state government. The Contractor shall be responsible for all such property, including the proper care and maintenance of the equipment. B. The Contractor shall ensure that all such equipment will be returned to the County or federal/state government upon termination of this Contract unless otherwise agreed upon by the parties. XVII. Proprietary Rights The parties to this Contract hereby mutually agree that if any patentable or copyrightable material or article should result from the work described herein, all rights accruing from such material or article shall be the sole property of the County. The County agrees to and does hereby grant to the Contractor, irrevocable, nonexclusive, and royalty-free license to use, according to law, any material or article and use any method that may be developed as part of the work under this Contract. The foregoing products license shall not apply to existing training materials, consulting aids, checklists, and other materials and documents of the Contractor which are modified for use in the performance of this Contract. The foregoing provisions of this section shall not apply to existing training materials, consulting aids, checklists, and other materials and documents of the Contractor that are not modified for use in the performance of this Contract. City of Tukwila Page 8 of 10 2017/2018 Contract-6041770 1 92 DocuSign Envelope ID:62BBD7BA-F155-4441-9F6E-EF5242CA5F34 XVIII. Political Activity Prohibited None of the funds, materials, property, or services provided directly or indirectly under this Contract shall be used for any partisan political activity or to further the election or defeat of any candidate for public office. XIX. King County Recycled Product Procurement Policy In accordance with King County Code 18.20, the Contractor shall use recycled paper, and both sides of sheets of paper whenever practicable, when submitting proposals, reports, and invoices, if paper copies are required. XX. Future Support The County makes no commitment to support the services contracted for herein and assumes no obligation for future support of the activity contracted herein except as expressly set forth in this Contract. XXI. Entire Contract/Waiver of Default The parties agree that this Contract is the complete expression of the terms hereto and any oral or written representations or understandings not incorporated herein are excluded. Both parties recognize that time is of the essence in the performance of the provisions of this Contract. Waiver of any default shall not be deemed to be a waiver of any subsequent default. Waiver or breach of any provision of the Contract shall not be deemed to be a waiver of any other or subsequent breach and shall not be construed to be a modification of the terms of the Contract unless stated to be such through written approval by the County, which shall be attached to the original Contract. XXII. Contract Amendments Either party may request changes to this Contract. Proposed changes which are mutually agreed upon shall be incorporated by written amendments to this Contract. XXIII. Notices Whenever this Contract provides for notice to be provided by one party to another, such notice shall be in writing and directed to the chief executive office of the Contractor and the project representative of the County department specified on page one of this Contract. Any time within which a party must take some action shall be computed from the date that the notice is received by said party. XXIV.Services Provided in Accordance with Law and Rule and Regulation The Contractor and any subcontractor agree to abide by the laws of the state of Washington, rules and regulations promulgated thereunder, and regulations of the state and federal governments, as applicable, which control disposition of funds granted under this Contract, all of which are incorporated herein by reference. In the event that there is a conflict between any of the language contained in any exhibit or attachment to this Contract, the language in the Contract shall have control over the language contained in the exhibit or the attachment, unless the parties affirmatively agree in writing to the contrary. XXV. Applicable Law This Contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue for any action hereunder shall be in the Superior Court for King County, Washington. City of Tukwila Page 9 of 10 2017/2018 Contract-6041770 193 DocuSign Envelope ID:62BBD7BA-F155-4441-9F6E-EF5242CA5F34 XXVI.No Third Party Beneficiaries Except for the parties to whom this Contract is assigned in compliance with the terms of this Contract, there are no third party beneficiaries to this Contract, and this Contract shall not impart any rights enforceable by any person or entity that is not a party hereto. XXVII. Contractor Certification By signing this Contract, the Contractor certifies that in addition to agreeing to the terms and conditions provided herein, the Contractor certifies that it has read and understands the contracting requirements on the DCHS website at http://vvwvv.kingcountv.gov/DCHS/contracts and agrees to comply with all of the contract terms and conditions detailed on that site, including EEO/Nondiscrimination, HIPAA, Insurance, and Credentialing, as applicable. IN WITNESS WHEREOF, the parties hereby agree to the terms and conditions of this Contract: KING COUNTY CITY OF TUKWILA ,—DocuSigned by: e---DocuSigned by: ShAA-t, alit,krtisiyosLi FOR fickt,ro `KinrCOGAV Executive ttobitmcA454 10/17/2018 Allan Ekberg Date Name (Please type or print) 10/16/2018 Date Approved as to Form: OFFICE OF THE KING COUNTY PROSECUTING ATTORNEY City of Tukwila Page 10 of 10 2017/2018 Contract-6041770 1 94 DocuSign Envelope ID:62BBD7BA-F155-4441-9F6E-EF5242CA5F34 cities Insurance Authority P.O. Box 88030 Tukwila, WA 98138 20-Oct-17 Cert#: 11126 Plume: 206-575-6046 King County Dept. of Community&Human Services Attn: Randy Poplock Fox: 206-575-7426 401 Fifth Ave, Suite 510 Seattle, WA 98104 RE: City of Tukwila Minor Home Repair Program C17623 Evidence of Coverage The above captioned entity is a member of the Washington Cities Insurance Authority (WCIA), which is a self insured pool of over 160 public entities in the State of Washington. WCIA has at least $1 million per occurrence limit of liability coverage in its self insured layer that may be applicable in the event an incident occurs that is deemed to be attributed to the negligence of the member. WCIA was created by an interlocal agreement among public entities and liability is self funded by the membership. As there is no insurance policy involved and WCIA is not an insurance company, your organization cannot be named as an additional insured. Sincerely, Eric B. Larson Deputy Director cc: Peggy McCarthy Laurie Anderson, Stacy Hansen cleuer City of Tukwila Page 1 of 1 2017-2018 Contract 5978579-Exh 195 DocuSign Envelope ID:62BBD7BA-F155-4441-9F6E-EF5242CA5F34 EXHIBIT II TUKWILA SENIOR PROGRAM SENIOR CENTER PROGRAM WORK STATEMENT The Contractor shall increase participation and inclusion, update organizational infrastructure, complete minor capital improvements and facility repairs, and provide enhanced services including referrals for King County's Property tax Exemption for older persons in accordance with the terms and conditions described hereinafter. The total amount of reimbursement pursuant to this Exhibit shall not exceed $77,500 in County funds during the period July 1, 2018 through December 31, 2018. The contract period may be extended at the discretion of King County based on its evaluation of circumstances such as a capital project that cannot be completed by December 31, 2018 due to circumstances beyond the control of the Contractor. PROGRAM DESCRIPTION A. Outcomes The senior center increases short-term stability through one-time investment that: 1. Increases senior center participation and inclusion; 2. Updates Organizational Infrastructure; 3. Maintains the Center's facility through maintenance or minor capital projects; and/or; 4. Sustains or Enhances senior center programming without creating ongoing funding requirements. B. Indicators 1. Formulate and implement strategies to increase participation and inclusion of previously underserved groups. 2. Complete capital investment projects to enhance or maintain the facility as described in the Request for Qualifications (RFQ) application. 3. Market, educate participants, refer and have available applications for the King County Property Tax Exemption program. C. Eligibility This contract's funding must be used to provide capital and/or regional health and human services for persons who are 55 years old or older or their caregivers. King County encourages particular focus on older adults who live on low-incomes, who are people of color, who are geographically, physically, culturally, or linguistically isolated, or whose primary language is not English. No otherwise eligible person may be Tukwila Senior Program Page 1 of 5 2018 Contract#6041770-Exh II 1 96 DocuSign Envelope ID:62BBD7BA-F155-4441-9F6E-EF5242CA5F34 required to pay to receive services or access facilities funded by this contract, although contractors may provide the opportunity for persons to provide donations. D. Definitions 1. "Sustain or Enhance Programming" means investments that will extend operations of or enhance basic services such as Health Promotion, Wellness and Fitness; Education, Recreation, Socialization; Social Work Services and Outreach Activities. Social work services include assistance provided by, or under the supervision of a qualified social worker including one-on-one counseling, home visits, and group sessions to older adults or caregivers. 2. "Increase Participation and Inclusion" means obtaining the participation of new and more diverse older adults such as underserved, homeless, homebound, isolated, rural or marginalized older adult populations and caregivers or those with mobility issues. It may include a variety of strategies to locate, recruit older adults or assess the best strategies to accomplish increased participation and inclusion of older adults residing in their service area, but not currently participating in at the senior center. 3. "King County Property Tax Exemption Outreach" for King County senior citizens is defined as marketing, educating participants, making referrals to the King County Assessor's Office and having available applications for low income older adults to apply for a reduction in property taxes. 4. "Legal Counseling" is defined as activities delivered by volunteer attorneys, trained legal interns, or other trained volunteers to provide clients with individual or group education, information, or advice on legal issues. 5. "Minor Capital Investments" to Enhance or Maintain the Facility means repairs, physical improvements, maintenance, vehicle repairs, or equipment purchases not exceeding $49,999. A variety of projects and/or purchases may be proposed under this category. 6. "Partnerships with Small Nutrition Sites" means senior center's establishing a relationship with nutrition sites that do not meet the definition of senior center and to foster a relationship between the two agencies, enhance services available at the small nutrition site(s) such as expanded programming, increased days of operation and assistance to connect participants to the broader network of services available to older adults in King County. 7. "Schedule of Activities" is defined as a list that shows the names, dates and times of activities and programs offered specifically targeting and without charge to individuals age 55 and older. 8. "Senior Center Survey" is defined as a measurement tool designed to assess whether senior center participants received benefit and/or saw positive changes in their lives as a result of attending the senior center. Tukwila Senior Program Page 2 of 5 2018 Contract#6041770-Exh II 197 DocuSign Envelope ID:62BBD7BA-F155-4441-9F6E-EF5242CA5F34 9. "Small Nutrition Site" means an agency listed in Attachment 2, Aging and Disability Services Congregate Nutrition Sites, that does not provide qualifying services for seniors three days a week for a minimum of 15 hours a week. 10. "Transportation Services" are defined as activities to provide mobility to clients by means of providing transportation directly, collaborating with organizations that provide transportation, or assisting clients to access transportation when they cannot drive. 11. "Update Organizational Infrastructure" means developing, maintaining or repairing the organization's systems, staff capacity and information technology infrastructure that allows the senior center to function well and effectively and efficiently serve seniors. E. Program Requirements 1. Minimum Performance Requirements The Contractor shall meet the following minimum performance requirements during the term of this Exhibit and shall complete the reporting requirements set out in Section IV of this Exhibit: a. Increase senior center participation and inclusion: Contract with professional agency to design and manage a senior services needs assessment to provide goals and strategies that enhance and improve recreational and other services for older adults offered in Tukwila. The assessment will identify communications and outreach strategies to target ethnic groups with the goal of increasing participation and inclusion of diverse communities of older adults at the senior center; ii. A number of approaches may be used to maximize information gathered through the needs assessment such as translation of materials, collaborating with partners to reach out to diverse populations including senior housing facilities, hosting special events and meetings with translators, or providing transportation services to facilitate attendance; and, iii. The needs assessment will provide guidance for future programming to improve quality of life and overall health of older adults in Tukwila. b. Implement minor capital investments to enhance or maintain the facility including: Installation of two sensor-operated automatic doors in the community center; and, ii. Installation of automatic door openers in two restrooms to assist individuals experiencing mobility issues. Tukwila Senior Program Page 3 of 5 2018 Contract#6041770-Exh II 1 98 DocuSign Envelope ID:628BD7BA-F155-4441-9F6E-EF5242CA5F34 c. Provide King County Property Tax Exemption Outreach to older adults including the following services: Agency shall publicize and provide information to older adults participating at the senior center about the availability of the King County Senior Property Tax Exemption; ii. Agency shall have paper applications for the senior property tax exemption available to interested individuals; iii. Agency shall provide interested seniors with referral information on how to contact King County Assessor and apply for the senior property tax exemption; and, iv. Agency will include the number of individuals referred to the King County Assessor's office in their monthly report. III. COMPENSATION AND METHOD OF PAYMENT A. Billing Invoice Package 1. The Contractor shall submit a Billing Invoice Package (BIP) monthly that consists of an invoice statement, receipts and other reporting requirements as stated in Section IV., REPORTING REQUIREMENTS, of this Exhibit in a format and method approved by the County. The Billing Invoice Package is due within ten working days after the end of each month. 2. A hard copy of the invoice statement shall be submitted with original signatures. Accompanying reports as stated in Section IV. shall be submitted electronically. B. Method of Payment 1. The monthly payment for Contractor expenses incurred for Updating Organizational Infrastructure and implementing Capital Improvements and Minor Facility Repairs shall be made upon submission of documentation of actual cost of equipment, labor, and services. Reimbursement for these expenses shall not exceed: $20,000. 2. The monthly payment schedule for Increased Participation, Enhanced Programming and King County Property Tax Exemption Outreach shall be: July— November 2018 $9,583 December 2018 $9,585 Reimbursement for these services shall not exceed: $57,500. 3. Reimbursement for this contract shall not exceed: $77,500. Tukwila Senior Program Page 4 of 5 2018 Contract#6041770-Exh II 199 oocuSign Envelope ID:OeoeD78A-F155-444 '9p6E'EF5242CA5F34 4. The Contractor shall advise the County quarterly of any changes inrevenues from sources other than the County that are used toprovide services funded under this Exhibit. The Contractor agrees to renegotiate performance requirements if the County determines that such changes are substantial. 5. Payment to the Contractor may be withheld for any month in which the Contractor has not submitted the contractually required reports. |V. REPORTING AND EVALUATION REQUIREMENTS The Contractor shall submit the following reports electronically in a format and method approved by the County: A. Narrative Report, ingformat approved bv the County, identifying which nf the services specified in Section ||.[).1, Minimum Performance Requirements, the Contractor provided with each monthly invoice. The number 0findividuals referred to the King County Assessor's Office will be included in this report; B. Agencies that received funds for Minor Capital Investments will include in their monthly updates progress made towards completion of their capital projects andpurohaoee; C. Contractor shall report tV the County by December 1O. 2O18on the progress ofany capital projects and indicate whether the pr,ect(s) will be completed by December 31. 2O1R. An extension to the contract for the purpose of completing the project(s) can be considered at that time; D. A monthly schedule ofactivities and programsshall be submitted with the Narrative Report identifying nameg, dates and times'ofactivities and programs offered specifically targeting and without charge to individuals age 55 and older; E. The six-month Senior Center Participant Report, Attachment B, on unduplicated participants for the contract period July 1. 2O18 — December 31. 2O1D. |t will include cumulative data on referrals make to the King County Assessor's Office for Property Tax Exemptions; and, F. A six-month narrative report thotoho|| deooribetheopeoificreou|taofeachofthe services specified in Section II.D.1., Minimum Performance Requirements, and how each of those services increased the senior center's short-term stability. Tukwila Senior Program Page opvo zO1O'Contract#0o4177n'sxh 11 oocuGign Envelope ID: D 153 Attachment a Department of Community and Human Services AW Community Services [)k/isiOO (2O0\ 203Q1O5 TTYR�|�y� 711 King County ` ' - � CONTRACT AKAEy4QK8ENT OCH@ / CSD / Seniors Levy Contract No. 6041770 Project/Exhibit(s) I ' City Of Tukwila Older Adult Original Contract Date 07/01/2018 |nYegtnleMts - Senior Center Investments Contractor City of Tukwila Amendment No. 1 Address 0200 8outhoeOtar Blvd Amendment Start Date 1 1/O8/2O1O TukVxla, WA 98188 Amendment Requested By: Amendment Effects: Scope of Service Community Services Division X Time of Performance Compensation Scot Nin���l��/ �YlG\ `— � ��` � � § ^ �m,��Method of Payment ^ `---' ^~_-_~-c. ~�- ^ - PURPOSE The City of Tukwila Older Adult Investments-Senior Center Investments Program will be extended through March 31[ 2019. A. STANDARD CONTRACT CHANGES Change funding table oefollows: FUNDING SOURCES FUNDING LEVELS EFFECTIVE DATES COUNTY $77,500 07/01/2018 - 12/31/2018 TOTAL $77.500 07/01/2018 - 12/31/2018 B. EXHIBIT CHANGES |, WORK STATEMENT The Contractor shall increase participation and inc|us|on, update organizational infraatructure, complete minor capital improvements and facility rapaira, and provide enhanced services including referrals for King County's Property tax Exemption for older persons in accordance with the terms and conditions described hereinafter. The total amount of reimbursement pursuant to this Exhibit shall not exceed $77.500 in County funds during the period July j. 2018through K8a[Ch 91, 2019. The contract period may be extended at the discretion of City nfTukwila Page | nfa 2018Cpntroct Amendment 6041770 O1 ~-~ ' DocuSign Envelope ID: DF8BD46B-DBA7-4E84-9BCD-B208AC9BB153 King County based on its evaluation of circumstances such as a capital project that cannot be completed by December 31, 2018 due to circumstances beyond the control of the Contractor. IN WITNESS HEREOF, the parties hereto have caused this amendment to be executed and instituted on the date first above written. KING COUNTY City of Tukwila King County Executive Signature Stephanie Gardner Date NAME (Please type or print) Date 202 City of Tukwila Page 2 of 2 2018 Contract Amendment-6041770 DocuSign Envelope ID: DF8BD46B-DBA7-4E84-96CD-B208AC9BB153 Evidence of Coverage ~~ WASHINGTON SCHOOLS RISK MANAGEMENT POOLeneral Certificate - This Evidence of Coverage is issued as a matter of information only and confers no rights upon the evidence holder,This evidence does not amend, extend or alter the coverage afforded by the coverage agreement below and is subject to all the terms, exclusions and conditions of such coverage agreement. This isto certify that the coverage listed below has been issued to the named Covered Member for the period indicated. As a statutorily authorized and self-funded public entity interlocal cooperative among school and educational service districts, there is no insurance policy involved. Because WSRMP is not an insurance company,vve cannot grant"additional insured"status(VVAC2OQ'1OO'O20OS and DZOO7). - Coverage Afforded By: Covered Member: Washington Schools Risk Management Pool Tukwila School District PO Box 8Q7QO 4640 S144thGt Tukwila, VVAGQ1]D'27OO Tukwila,WA 98168 K8ennbor#:17406 Coverage Agreement#: CCJv 2018'2019 ' Coverage Period: September 1.2Q1@ through August 31'2O19 Effective Date of Evidence ofCoverage- September 1. 3Q10 Expiration Date of Evidence ofCoverage: August 31, 2019 Limits Available General Liability: $l,OOD,OO8-------------�^�-----_----- Umits Available Property: $1,000 Undts Available Auto Liability: �1,8D�,�OD-----------''--------------~-- Description nf(Jperatio h|cle: � Activities under the direct supervision of District personnel as respects coverage period September I,2OlQ through August]1. 2O?9. Evidence of Coverage Holder: Issue Date;August 1,2018 � To Whom |t May Concern Au't Aized Sigvtkre Cancellation:Should the above described coverage agreement or cancelled before the expiration date,*vsnMr will send sndays written notice to the evidence of coverage holder named above. �O� @ZO1�vya,hinutonSch�n|�n|skw1ana�wmen�pvo| ^-~~ DocuSign Envelope ID: DF8BD46B-DBA7-4E84-9BCD-B208AC9BB153 EXHIBIT II TUKWILA SENIOR PROGRAM SENIOR CENTER PROGRAM WORK STATEMENT The Contractor shall increase participation and inclusion, update organizational infrastructure, complete minor capital improvements and facility repairs, and provide enhanced services including referrals for King County's Property tax Exemption for older persons in accordance with the terms and conditions described hereinafter. The total amount of reimbursement pursuant to this Exhibit shall not exceed $77,500 in County funds during the period July 1, 2018 through December 31, 2018. The contract period may be extended at the discretion of King County based on its evaluation of circumstances such as a capital project that cannot be completed by December 31, 2018 due to circumstances beyond the control of the Contractor. IL PROGRAM DESCRIPTION A. Outcomes The senior center increases short-term stability through one-time investment that: 1. Increases senior center participation and inclusion; 2. Updates Organizational Infrastructure; 3. Maintains the Center's facility through maintenance or minor capital projects; and/or; 4. Sustains or Enhances senior center programming without creating ongoing funding requirements. B. Indicators 1. Formulate and implement strategies to increase participation and inclusion of previously underserved groups. 2. Complete capital investment projects to enhance or maintain the facility as described in the Request for Qualifications (RFQ) application. 3. Market, educate participants, refer and have available applications for the King County Property Tax Exemption program. C. Eligibility This contract's funding must be used to provide capital and/or regional health and human services for persons who are 55 years old or older or their caregivers. King County encourages particular focus on older adults who live on low-incomes, who are people of color, who are geographically, physically, culturally, or linguistically isolated, or whose primary language is not English. No otherwise eligible person may be Tukwila Senior Program Page 1 of 5 2018 Contract#6041770-Exh II 204 DocuSign Envelope ID: DF8BD46B-DBA7-4E84-9BCD-B208AC9BB153 required to pay to receive services or access facilities funded by this contract, although contractors may provide the opportunity for persons to provide donations. D. Definitions 1. "Sustain or Enhance Programming" means investments that will extend operations of or enhance basic services such as Health Promotion, Wellness and Fitness Education, Recreation, Socialization; Social Work Services and Outreach Activities. Social work services include assistance provided by, or under the supervision of a qualified social worker including one-on-one counseling, home visits, and group sessions to older adults or caregivers. 2. "Increase Participation and Inclusion" means obtaining the participation of new and more diverse older adults such as underserved, homeless, homebound, isolated, rural or marginalized older adult populations and caregivers or those with mobility issues. It may include a variety of strategies to locate, recruit older adults or assess the best strategies to accomplish increased participation and inclusion of older adults residing in their service area, but not currently participating in at the senior center. 3. "King County Property Tax Exemption Outreach" for King County senior citizens is defined as marketing, educating participants, making referrals to the King County Assessor's Office and having available applications for low income older adults to apply for a reduction in property taxes. 4. "Legal Counseling" is defined as activities delivered by volunteer attorneys, trained legal interns, or other trained volunteers to provide clients with individual or group education, information, or advice on legal issues. 5. "Minor Capital Investments" to Enhance or Maintain the Facility means repairs, physical improvements, maintenance, vehicle repairs, or equipment purchases not exceeding $49,999. A variety of projects and/or purchases may be proposed under this category. 6. "Partnerships with Small Nutrition Sites" means senior center's establishing a relationship with nutrition sites that do not meet the definition of senior center and to foster a relationship between the two agencies, enhance services available at the small nutrition site(s) such as expanded programming, increased days of operation and assistance to connect participants to the broader network of services available to older adults in King County. 7. "Schedule of Activities" is defined as a list that shows the names, dates and times of activities and programs offered specifically targeting and without charge to individuals age 55 and older. 8. "Senior Center Survey" is defined as a measurement tool designed to assess whether senior center participants received benefit and/or saw positive changes in their lives as a result of attending the senior center. Tukwila Senior Program Page 2 of 5 2018 Contract#6041770-Exh II 205 DocuSign Envelope ID: DF8BD46B-DBA7-4E84-9BCD-B208AC9BB153 9. "Small Nutrition Site" means an agency listed in Attachment 2, Aging and Disability Services Congregate Nutrition Sites, that does not provide qualifying services for seniors three days a week for a minimum of 15 hours a week. 10. "Transportation Services" are defined as activities to provide mobility to clients by means of providing transportation directly, collaborating with organizations that provide transportation, or assisting clients to access transportation when they cannot drive. 11. "Update Organizational Infrastructure" means developing, maintaining or repairing the organization's systems, staff capacity and information technology infrastructure that allows the senior center to function well and effectively and efficiently serve seniors. E. Program Requirements 1. Minimum Performance Requirements The Contractor shall meet the following minimum performance requirements during the term of this Exhibit and shall complete the reporting requirements set out in Section IV of this Exhibit: a. Increase senior center participation and inclusion: Contract with professional agency to design and manage a senior services needs assessment to provide goals and strategies that enhance and improve recreational and other services for older adults offered in Tukwila. The assessment will identify communications and outreach strategies to target ethnic groups with the goal of increasing participation and inclusion of diverse communities of older adults at the senior center; ii. A number of approaches may be used to maximize information gathered through the needs assessment such as translation of materials, collaborating with partners to reach out to diverse populations including senior housing facilities, hosting special events and meetings with translators, or providing transportation services to facilitate attendance; and, iii. The needs assessment will provide guidance for future programming to improve quality of life and overall health of older adults in Tukwila. b. Implement minor capital investments to enhance or maintain the facility including: Installation of two sensor-operated automatic doors in the community center; and, ii. Installation of automatic door openers in two restrooms to assist individuals experiencing mobility issues. Tukwila Senior Program Page 3 of 5 2018 Contract#6041770-Exh II 206 DocuSign Envelope ID: DF8BD46B-DBA7-4E84-9BCD-B208AC9BB153 c. Provide King County Property Tax Exemption Outreach to older adults including the following services: Agency shall publicize and provide information to older adults participating at the senior center about the availability of the King County Senior Property Tax Exemption; Agency shall have paper applications for the senior property tax exemption available to interested individuals; iii. Agency shall provide interested seniors with referral information on how to contact King County Assessor and apply for the senior property tax exemption; and, iv. Agency will include the number of individuals referred to the King County Assessor's office in their monthly report. III. COMPENSATION AND METHOD OF PAYMENT A. Billing Invoice Package 1. The Contractor shall submit a Billing Invoice Package (BIP) monthly that consists of an invoice statement, receipts and other reporting requirements as stated in Section IV., REPORTING REQUIREMENTS, of this Exhibit in a format and method approved by the County. The Billing Invoice Package is due within ten working days after the end of each month. 2. A hard copy of the invoice statement shall be submitted with original signatures. Accompanying reports as stated in Section IV. shall be submitted electronically. B. Method of Payment 1. The monthly payment for Contractor expenses incurred for Updating Organizational Infrastructure and implementing Capital Improvements and Minor Facility Repairs shall be made upon submission of documentation of actual cost of equipment, labor, and services. Reimbursement for these expenses shall not exceed: $20,000. 2. The monthly payment schedule for Increased Participation, Enhanced Programming and King County Property Tax Exemption Outreach shall be: July— November 2018 $9,583 December 2018 $9,585 Reimbursement for these services shall not exceed: $57,500. 3. Reimbursement for this contract shall not exceed: $77,500. Tukwila Senior Program Page 4 of 5 2018 Contract#6041770-Exh II 207 DocuSign Envelope ID. DF8BD46B-DBA7-4E84-9BCD-B208AC9BB153 4. The Contractor shall advise the County quarterly of any changes in revenues from sources other than the County that are used to provide services funded under this Exhibit. The Contractor agrees to renegotiate performance requirements if the County determines that such changes are substantial. 5. Payment to the Contractor may be withheld for any month in which the Contractor has not submitted the contractually required reports. IV. REPORTING AND EVALUATION REQUIREMENTS The Contractor shall submit the following reports electronically in a format and method approved by the County: A. Narrative Report, in a format approved by the County, identifying which of the services specified in Section II.D.1., Minimum Performance Requirements, the Contractor provided with each monthly invoice. The number of individuals referred to the King County Assessor's Office will be included in this report; B. Agencies that received funds for Minor Capital Investments will include in their monthly updates progress made towards completion of their capital projects and purchases; C. Contractor shall report to the County by December 10, 2018 on the progress of any capital projects and indicate whether the project(s) will be completed by December 31, 2018. An extension to the contract for the purpose of completing the project(s) can be considered at that time; D. A monthly schedule of activities and programs shall be submitted with the Narrative Report identifying names, dates and times of activities and programs offered specifically targeting and without charge to individuals age 55 and older; E. The six-month Senior Center Participant Report, Attachment B, on unduplicated participants for the contract period July 1, 2018 — December 31, 2018. It will include cumulative data on referrals make to the King County Assessor's Office for Property Tax Exemptions; and, F. A six-month narrative report that shall describe the specific results of each of the services specified in Section II.D.1., Minimum Performance Requirements, and how each of those services increased the senior center's short-term stability. Tukwila Senior Program Page 5 of 5 2018 Contract#6041770-Exh II 208 ALA -"Ape Cvl" r City of Tukwila City Council Community Development & Neighborhoods Committee 90 COMMUNITY DEVELOPMENT&NEIGHBORHOODS COMMITTEE Meeting Minutes November27,2018-5:30 p.m. -Hazelnut Conference Room, City Hall Councilmembers: Kate Kruller, Chair; Kathy Hougardy, Zak Idan Staff: Jack Pace, Lynn Miranda, Mia Navarro, Laurel Humphrey CALL TO ORDER: Chair Kruller called the meeting to order at 5:30 p.m. I. PRESENTATIONS II. BUSINESS AGENDA A. Amendment to King County Veterans, Seniors and Human Services Levy Grant Agreement Staff is seeking Council approval to extend the agreement with the King County Department of Community and Human Services Division for a term through March 31,2019.The extension was requested by King County due to the timing of contracts being dispersed. The City is receiving $77,500 in levy proceeds to develop an Older Adult Recreation and Services Needs Assessment and to install automatic door opening devices into main restrooms and replace automatic door opening devices at two primary entrances at the Community Center. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3,2018 REGULAR CONSENT AGENDA. B. Contract: Structural Plan Review Services Staff is seeking Council approval of a contract with Reid Middleton, Inc. in an amount not to exceed $200,000.00 for the continued provision of structural plan review services through December 32,2020. Revenues from permit fees offset the cost of the contracted review services. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3,2018 REGULAR CONSENT AGENDA. C. Contract: Inspection Services Staff is seeking Council approval of a contract with 4Leaf, Inc. in an amount not to exceed $200,000.00 for the continued provision of building inspection services through December 31, 2020.The Building Division has been using the building inspection services to maintain a 24-hour inspection turnaround time. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3, 2018 REGULAR CONSENT AGENDA. 209 210 COUNCIL AGENDA SYNOPSIS (--43411.44--- ,* 41P1,(-- Meeien,gDate l'repared by Mayon review Council review ITEM No. . • 1.', — ../ 11/26/18 mcb LA ' V) ...... 12/03/18 mcb )4'4 5.A. L/\ 2908 ITEM INFORMATION Si \1,1, SPONSOR: MOIRA BRADSHAW ORIGINAL AGLNI)\D\FE: 11/26/18 AGINDA I I 1,A1 TIlLE An ordinance renewing the moratorium on certain uses in the Tukwila International Boulevard (TIB) study area. C\II,GoRy W. De,,cu,Laon 1— Motion E ReJolithon I Ordinance [' Bid Award 0 Public Hearing E Other Meg Dale 11/26/18 .111g Dale Afig Date .1l I tg Date 12/03/18 :14g Dale Aug D ate 11/26/18 Allg Date SP ONSOR EC 0 un e`i/ r MiDor OUR NOCI) Erinan,e l'ire ETV EPe•R T Police EPIC ECourt SPONSOR'S On 7/17/17 the City Council adopted an emergency 6-month moratorium to prevent the Srvm\Ry development of certain uses in the TIB neighborhood. After public hearings, the moratorium has been renewed on 1/16/18 and on 7/2/18. Another renewal is proposed because the moratorium will expire before the completion of the TIB Neighborhood Plan and Zoning update. A public hearing will be held on 11/26/18 to take public testimony and consider adopting further findings and forward to Council 12/3/18 meeting for adoption. RI,VII WI 1) 1iY E c.o.w. Mtg. 2 CDN Comm El Finance Comm, ] Public Safety Comm. 0 Trans &Infrastructure 11 Arts Comm, El Parks Comm. — Planning Comm. DATE: 11/14/18 COMMITITE CHAIR: KRULLER RECOMMENDATIONS: SPoNsoR/ADmIN. Department of Community Development COM N111"1-hk COST IMPACT / FUND SOURCE EXPI-,N1)1 FURL RI QUM!,I) AMOUNT BUDGETED APPROPRIATION REQUIRED $ $0 $ Fund Source: Comments: MTG. DATE RECORD OF COUNCIL ACTION 7/17/17 Passed Ordinance 2543 enacting the 6 month moratorium 9/5/17 Held a public hearing 1/16/18 Passed Ordinance 2565 renewing the 6 month moratorium 7/2/18 Passed Ordinance 2579 renewing the 6 month moratorium MTG. DATE ATTACHMENTS 11/26/18 Informational Memorandum dated 11/7/18 Draft Ordinance renewing Moratorium, with Exhibits Minutes from the 11/1.4/18 CDN Committee meeting 12/3/18 Ordinance 21 1 212 v4 I 1:A pit Ar0 04 VIP/ o ‘!'st 2908 Washington Resolution No. AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF TUKVVILA, WASHINGTON, RENEWING A SIX-MONTH MORATORIUM WITHIN THE TUKVVILA INTERNATIONAL BOULEVARD STUDY AREA IN THE CITY OF TUKWILA ON THE DEVELOPMENT OF CERTAIN USES SUCH AS HOTELS, MOTELS, EXTENDED-STAY FACILITIES, OR AUTO-ORIENTED USES; SETTING A DATE FOR A PUBLIC HEARING ON THE MORATORIUM RENEWAL; PROVIDING FOR SEVERABILITY; AND ESTABLISHING AN EFFECTIVE DATE. WHEREAS, the City of Tukwila has adopted a Comprehensive Plan in compliance with the Growth Management Act; and WHEREAS, the City of Tukwila is currently updating its Zoning Code to comply with its adopted Comprehensive Plan; and WHEREAS, the Tukwila International Boulevard ("TIB") Study Area, shown on Exhibit A, is a neighborhood that orients towards TIB, and contains retailers of goods and services as well as higher density housing; and the Study Area is generally bounded by 42nd Avenue South on the east; South 160th Street on the south; International Boulevard, Military Road, and a stepped edge that follows the boundary of the multi-family zoning districts up to the Mixed Use Office District at approximately South 133rd Street on the north; and WHEREAS, within the existing Neighborhood Commercial Center (NCC) and Regional Commercial (RC) zoning districts there are certain uses that, in the future, may not be allowed or may only be allowed with conditions; and WHEREAS, the owners and operators of three crime-infested motels pleaded guilty to conspiracy to maintain drug involved premises; and when the three adjacent hotel, motel and extended stay facilities within the TIB Study Area were closed, the violent crime rate in the TIB Study Area was cut nearly in half; and the City of Tukwila acquired those government surplus properties and razed the operations to better serve the public health and safety in the TIB Study Area; and W.Word Processing\Ordinances1Moratonum renewed in TIB study area 11-27-18 MB:bjs Page 1 of 5 213 WHEREAS, the City of Tukwila finds that hotels, motels, and extended-stay hotels and motels (hereafter, collectively referred to as "extended-stay facilities") in the TIB Study Area generate higher than typical rates of crime; and WHEREAS, the City of Tukwila spent millions of dollars purchasing four motel sites and demolishing those developments; and WHEREAS, the Comprehensive Plan goals and policies for the TIB Study Area are to create a pedestrian-oriented, walkable destination, and auto-oriented services, uses and developments are not in keeping with those goals and policies; and WHEREAS, the City of Tukwila is in the process of updating its land use regulations to comply with the goals and policies of its adopted Comprehensive Plan for the TIB Study Area and has budgeted for a Work Program, shown on Exhibit B, to address the changes that will bring consistency between the City's Comprehensive Plan and Zoning Code; and WHEREAS, the City of Tukwila conducted a three-day workshop in February 2017 on the future improvements and land use regulations for the TIB Study Area and preliminarily determined hotels; motels; extended-stay facilities; and auto-oriented commercial uses, including, but not limited to, gas stations, car washes, vehicular repair or services, vehicular sales or rentals, vehicular storage, commercial parking, and drive-throughs, should be regulated differently than currently regulated; and WHEREAS, the City desires to ensure the public has many opportunities to provide input on this matter; and WHEREAS, on July 17, 2017, the Tukwila City Council adopted Ordinance No. 2543, which declared an emergency necessitating the immediate imposition of a 6- month moratorium prohibiting within the NCC and RC zoning districts of the TIB Study Area in the City of Tukwila the development, expansion, intensification or establishment of any new hotel, motel, extended-stay facility, and auto-oriented commercial uses including, but not limited to, gas stations, car washes, vehicular repair or services, vehicular sales or rentals, vehicular storage, commercial parking, and drive-throughs; and WHEREAS, on September 5, 2017, the Tukwila City Council conducted a public hearing and heard testimony regarding the City's moratorium; and WHEREAS, the moratorium on the development of certain types of new or expanded land uses was set to expire on January 16, 2018, and the neighborhood planning process was not yet completed; and WHEREAS, on January 8, 2018, the Tukwila City Council held a public hearing on an ordinance renewing the six-month moratorium on certain types of new or expanded land uses and on January 16, 2018 adopted Ordinance No. 2565; and W:Word Processing\Ordinances\Moratorium renewed in TIB study area 11-27-18 MB:bjs Page 2 of 5 214 WHEREAS, on June 25, 2018, the Tukwila City Council held a public hearing on an ordinance renewing the six-month moratorium on certain types of new or expanded land uses and on July 2, 2018 adopted Ordinance No. 2579; and WHEREAS, the moratorium on the development of certain types of new or expanded land uses is set to expire on January 10, 2019, and the neighborhood planning process is not yet completed; and WHEREAS, clarification has been added regarding business license renewals; and WHEREAS, a public hearing on this proposed ordinance was held on November 26, 2018; and WHEREAS, the City desires to preserve the status quo for the protection of the health, safety and welfare of City residents, as it relates to development in Tukwila, until these matters are more fully considered; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY ORDAINS AS FOLLOWS: Section 1. Findings. The recitals and findings set forth above are hereby adopted as the City Council's findings in support of the moratorium renewal imposed by this ordinance. Section 2. Moratorium Renewed. Pursuant to the provisions of Article 11, Section 11 of the Washington State Constitution, RCW 35A.63.220, and RCW 36.70A.390, the City of Tukwila hereby renews a moratorium prohibiting within the NCC and RC zoning districts of the Tukwila International Boulevard ("TIB") Study Area in the City of Tukwila the development, expansion, intensification or establishment of any new hotel; motel; extended-stay facility; or auto-oriented commercial uses including, but not limited to, gas stations, car washes, vehicular repair or services, vehicular sales or rentals, vehicular storage, commercial parking, and drive-throughs. No land use approval, building permit, construction permit, or other development permit or approval shall be issued for any of the uses listed above while this moratorium is in effect. Nothing in this moratorium shall prevent an existing business from renewing their business license. Any land use approval, development permit or other permits for any of these operations that are issued as a result of error or by use of vague or deceptive descriptions during the moratorium are null and void and without legal force or effect. Section 3. Definitions. As used in this ordinance, the following terms have the meanings set forth below: A. "Hotel" means a building or buildings or portion thereof, the units of which are used, rented, or hired out as sleeping accommodations only for the purposes of transitory housing. Hotel rooms shall have their own private toilet facilities and may or may not have their own kitchen facilities. Hotels shall not include dwelling units for W.Word Processing\Ordinances\Moratorium renewed in TIB study area 11-27-18 MB:bjs Page 3 of 5 215 permanent occupancy. A central kitchen, dining room and accessory shops and services catering to the general public can be provided. No room may be used by the same person or persons for a period exceeding 30 calendar days per year. Not included are institutions housing persons under legal restraint or requiring medical attention or care. B. "Motel" means a building or buildings or portion thereof, the units of which are used, rented, or hired out as sleeping accommodations only for the purposes of transitory housing. A motel includes tourist cabins, tourist court, motor lodge, auto court, cabin court, motor inn and similar names but does not include accommodations for travel trailers or recreation vehicles. Motel rooms shall have their own private toilet facilities and may or may not have their own kitchen facilities. Motels are distinguished from hotels primarily by reason of providing adjoining parking and direct independent access to each rental unit. Motels shall not include dwelling units for permanent occupancy. No room may be used by the same person or persons for a period exceeding 30 calendar days per year. Not included are institutions housing persons under legal restraint or requiring medical attention or care. C. "Extended-stay hotel or motel" means a building or buildings or portion thereof, the units of which contain independent provisions for living, eating and sanitation including, but not limited to, a kitchen sink and permanent cooking facilities, a bathroom and a sleeping area in each unit, and are specifically constructed, kept, used, maintained, advertised and held out to the public to be a place where temporary residence is offered for pay to persons for a minimum stay of more than 30 days and a maximum stay of six months per year. Extended-stay hotels or motels shall not include dwelling units for permanent occupancy. The specified units for extended-stay must conform to the required features, building code, and fire code provisions for dwelling units as set forth in the Tukwila Municipal Code. Nothing in this definition prevents an extended-stay unit from being used as a hotel or motel unit. Extended- stay hotels or motels shall be required to meet the hotel/motel parking requirements. Not included are institutions housing persons under legal restraint or requiring medical attention or care. D. "Auto-oriented commercial uses" means the use of a site for primarily the servicing, repair, rental, sales or storage of vehicles, or the servicing of people while in their vehicles such as restaurant drive-throughs. Typical uses include, but are not limited to, gas stations; battery, tire, engine body repair shops; vehicular sales or rentals lots; and commercial parking. Section 4. Effective Period for Moratorium Renewal. The moratorium renewed herein shall be in effect for a period of 6 months from the effective date specified within this ordinance and shall automatically expire at the conclusion of that 6-month period unless the same is extended as provided in RCW 35A.63.220 and RCW 36.70A.390, or unless terminated sooner by the City Council. W:Word Processing\Ordinances\Moratorium renewed in TIB study area 11-27-18 216 MB:bjs Page 4 of 5 Section 5. Public Hearing. Pursuant to RCW 35A.63.220 and RCW 36.70A.390, and following adequate public notice, a public hearing was held on November 26, 2018, to take public testimony regarding the City's moratorium. Section 6. Work Program. The Director of Community Development is hereby authorized and directed to address issues related to appropriate zoning regulations within the TIB Study Area of hotels, motels, extended-stay facilities, and auto-oriented commercial uses in the Tukwila Municipal Code. Section 7. 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 8. 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. Section 9. 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 January 9, 2019. 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 Verna Seal, Mayor Pro Tempore APPROVED AS TO FORM BY: Filed with the City Clerk: Passed by the City Council: Published: Effective Date: Rachel B. Turpin, City Attorney Ordinance Number: Exhibit A — Map of Tukwila International Boulevard (TIB) Study Area Exhibit B — Tukwila International Boulevard (TIB) Neighborhood Plan 2017 - 2019 Work Program W:Word Processing\Ordinances\Moratorium renewed in TIB study area 11-27-18 MB:bjs Page 5 of 5 217 218 Exhibit A Tukwila International Boulevard (TIB) study area ,‘ ,Awitt, V'', ""4 4, 4" MA17:44"4 ‘', Zoning Square Foot Acres Area Acres A, !, ',„ tN,,, '1'X,,t',1'.h;°T,,,,o, '„ti,",t",t ***4==t'`,411k„,;,,i4t,":,.41,',ft=r; 4' ';','," eiti,,,,,i,t;44,:".„riti''1:4';'''';';1 ' 41;;#;14„it '• „, ',',", '';',‘"','„r"1 ' 1; HDR 2,897,544 67 iii.)*„"'",:,,,„*:**1* le.. LDR 3,706,035 .1„.„,„, .„,k,4, „ ‘, ,, ,,,tL,f,;,40,1 r t Itkr, ,itt,;„ ,rt ;,iit, ri; u„,„ , =,, • t=,,,,,,, 4i,." 44‘,"4,4 i4','' ,' • r.'''ti.g.,',V1",-i;;,41,.1„,„,e4,r,rtgq,lit4="44t,',',"rt•7" ,;,,,,,,,,, ,,, 4, „=, ,,,,,);,ri 85 \ Tt 4'41% ,„,„ „,-,•':".„ ,,''.'„"','-'2% ',',Vfoitt,1;:t.trt,,,t„,,,,,„;,,,*,'14'Nk„'„'"""""'" ,"'-,,, "•trtrt:"'tt MDR 1,072,033 4 C4*,'4444 .,A 25 ,tny'll, INA:214', 'v.,,,. „,,,, to,,w,,„',*4r ' NCC 1 RC „ , 1,401,3 61 , ' : ' 32 ' 1'' ',',4'''--***.*"'""* - 4„4„4,, lk",•4'„,,,,,*>,,,e,.,: "„II%4,,0**„„ '„,"414,4''44',,3,020,421 , 69: '''"4'44 I'lL'''''''''41'4;';:?' '''li'11:11H , tt '; Total 12,097,394 IIIIIIIIME1140"7°' tI ,.t, *•-,,,,,, NW'=4,4= "444=1" ""n; ' 4 ,,,, ',',; '',t';4i ",,,,,„""tt'"'"44;"-II=4,- • , "t'l:,'',„,4,'",'„;;', W„4,' ii7 s';'";"„'„ 'r Attof V,rilt,,t,'Po:,"'"1,, I kr,-""V"; iVikiroow= , ' ,, "I`=, ,' „t r==t,,A„4, ",,,,,,"'„, .• ,t-,...* .P.4 • ttiwilt.."4" r.41 irk t 4 V',=,4; 4 4 ' ,4,0*,040„44,47,014',,,;,*, 1.1"4,1%t,„*.trtt%44„t,• 4.44,„4.&i,,44, . ''"'"4"444''Ir', , l« , „ 444'414**444'. •, 4Wri 4 ' 4',„ 4 „.„'«.4 IS.¢441,tt::41),* 4,0',*'#:,,•,,e„, 4 a.„-,- „A", „r -".":„", .4' ,A,1,0 iio\r•-i*,11"'"6'.,IA,' r;', ,,,:i4t*,,,,,,t'144!*,;,!'„,'4-',,° „,';',„' ,:i 4.,"',I*74 f - , 441,„,„,,, r..„, t,un,,,,,‘0,4,tr,„'„„","• • -44 4M144'.' : ' „ " ;II;"'.;',.‘"-'+1/4;,t(,,,,• ,f ,1,,t°,,,,,,,i,, ,, ,',,, 44„*"4,4-4* s airiUr,r;r,',4rd.','''' r ,",," ,,i•V;;','", ; ' '' f- " ; ',C s#;;; *',„,04V,tst ,,:f"',,,`',M,,, „,- n;lf,''4,1•\1,'„';,;;", ;,;',,," „ ,st'' , „ 1,4: 4ilt iil r 440.0, ',.. :‘,01'„0.404,, , .- $ , , 1 r:4!,4,,V,,,, t 01,10•k" "",%:'t;,;‘,,„ok,a, ,,,1,1,,, -N, 7 toh eIt* *10**'", , tt'*** "0,,,,,, •„„, , 1,„,,, ' l''''',"',1,4#4,,,47,;,rit,',,,t,T,4,,, '• "-N..",.,,,,*„;', ,,,,','*°,';'",i,A,„,', Sto •''","t',1C;"„',,. .,,,,,4*,'„i„','Ittl,,,,k,,' ",,',,,, ,•." ,,„",,,,,,,,,,;',4,,,h, , ;,-„,,4,,tu, , r,'iit,it4 444 A.. *44.44,isot A.„ ,„„„. „,„,,,i 0,,,,2,4-, ,:.•,‘,, ,, A ,.„,,,„-,,,,4,,, , .,,•.,.4*;,,,,,,,„!„,,,.,,,,,,,!,,,,,u'i,,,, ,,„* o''4,4",,-0',"kr,' '„I'l„ffr',„t.„„„‹,,'"1"),,,'''t,,,',,1'.,)4,,,of i'',',$°;.,4,'"`"44?'"N,,,,,v,', •ik-','"",*;',,:,,, "; '' "; ;,1 ";" ;',1*.',#‘4,r''''',01,: ,e;'''s,;•„!' t,t's,,,,,c ss' " ,,7;"'"'','„',"„t*, '"/1'"r;if 4.,44..,A4,k44,4",*„N„„„144,"1„44,„4"„AA,t4r r.lqq•Olv,„A4'14,4*44414, 04* 4,14")4," 44 : ': " ,, „„ At`l 4' 'A ' ,,i !„',.\tf,,"; =;4,,t ri,',,,'„r kfot*,,,,r4 Mir„iiii"1."s,!',"„'","„S",'',„;,"44'",'.,4"Its.,'‘,'„ ;„,, 1- ' ,c r" litkAr;;,:t4g!tt'i,,at'tit=10,„,tr• ,4„Iiito„ 's -1;,„, Awl,,,,„„'"'"4,',,",",d1,1,;',.:',',„ 'Ns,/,•"*"!,*'t,,,i1,4,k'4,,,;t:,,,k;''',440-'0, ;;,'„,,", 04ki ,..„„„,„,,,,,'4„„,„„,„i„:„„;"'"-' 1 "tr,,,44.1,st;"'" 3744447',„",4?‘",,,lb7,,,''', ""Ir 1.1,10.0,;,., „4 1," : „, 44"0,41444,4*24,44044444,?4,44; 4* ' 4 4 44"tvc4 voittliCnt,ti*4 1,,,..„, o,...,,, ,, 0 .0 ,7;P„„,, 7‘,„,„„"u'',-; ;,,, h ",, i";•t ,,,,‘,-.44,; „ ;:k';„;,',,,,, '4,,,,'4.4.4*4` I. Ar iI. ", ''1 A .I',444.0 04 I*4r 4444 4ii "4 4444 4;41,4":„„ 41.1,44 ii**4" r",1'),,,',i, "',I1 *1 ' 4.144 si', "4 :4 4444,14,444 .44444iii.44.,r 441,,I1,4,4,711,r 111"," ' "" ""141 4 '''''",',41 ""4".".",",...4t*,.....",'''14 1AtIt',4:•':k14t1"%""4"4414 441'4 ''' 4 44144' 4' ' '4"' ' ' 4.,(' 4','''''')"'!"'''',0 '''.,';'"''',4",E, 4'il:,To'r*,',41',',„7, i'll;4')'',R A, #'',°1':':";i1,4,"t:-• ,,''„5,":,,s'I'"',,,°,, "'0,,": '"' ' 1 e 'r,° irA4 4„' ,„,„ 4":"44"*„4`,444441:4'043.%*44444 44'44" 1`44:,0",,T,S4„, '14` ‘,„„*,,,,; , ,,,,,ti, ,•,,",,,, ,,,,,,4 .,of,„4,„,41 , , ;,,,,,,,,, 4;40,1 41,43,,,:t U,,S" ,s',,,,,,,,,;„:"."'„; „"". ","0",%;`,,,,,,!•:„Z .22 ,";',;;;;;;" , ut1";;',;' ''' t lu;;;;:1`4"'t,„1;1111:,,,,,,;" "1,'""' ‘'1'".„'''',,A,u,t,:,'',; „uu,;,,,,4:,;',u:' „Lu,,,,,„,„r; t'ortg,'t.01;144.ri'';0,''';‘,ft'st,'""74,tt;rt"tt-t,t*",„,„, .4 ,t"--""•-2''''' ". ' r 1""'''' ,"„4 ' '1,'R'Itillati' 41t 1 t;"•,,-1;41,04" it="„'t , ; ik*,,t,' 'o't 4414 r4-44"4" ro, -,a ,4 , ;•=t; r'=$ k it, - 14*=`,1), 41 ''' ' , r 1"•4 " ' ,n '„, 1 ' , ' ; - '; "It'"r 4 4 A4' 4 444..444 , '' 4"**4#' ' ' I ' 11 4 t.....,...;„.. .., It,., * „0,00,t,..,- if "'-4444 „1 ' '4 (4444" „,"" " ""j44 4„ "= '" kji ‘ ',‘ ';' ,x,,' " "'' "' ,, , '4 t'":17:T,'' *- H,' ,' ,,:, , 4,%"':‘,,,,,,'? „..11**, „.•,',Mt,''',',:44„,kJ* ,;)•;?..;,,,f,iniz;'‘„,t3a-,1'''1:1 'i: t:.,***,-, .***,, t 0 9 '-',1-' '1,„,' ' ,...,,•.N %,:'.,,,,,,;tiAzet,;#4?4,N$0,'4 4,,,,,,,,-5,.,;(„i,rot,,‘p-,- „444, ‘„k,",y1t$04.4;,"" r1:k,r,:',,,,,i'S'ile' ii,airl,',„%to, ,44,:o„' "'t, 4",,"4"telit #;;; '''tu; k'*ttok, ,,11;ii,-.; ,,,i --ir""'„,, ' ""‘',(4,4,',1 44;„1„4",,,,,t,S4'414'6,;,,, '• ,"„. , 11,,,it,„Ili. ii'i 4 i',.44,,* 44 44 0 ' „*4* ,,,,,4, ,4",t;",„,„,rt=t, ' ,,,,,,„;=,unb ", .,44,,,,,*,„ ,,-,,„,t, ''„.,,,",loim,,I*„110.,;**04) 75" ,o 1.d, ,41e.,„, „„,to,„ ,"",4 4,Vti't; ;, $161,"'Vti.,... '''‘tt , ‘, 0'' , , ,,o,, ' 24 '`"'' ,,44, a,, ,, I'444,I, , ,„,,•.,,,, -st; ;ti t":•15t.=7; - =,„;==t7=rtair.14;!!!!"=,=;mart,"4044-7,,,,„44'''#"„;''='1;' ,,,4' " 1"-t "'" 44't !',,, , 4 ,‘,r, '''' i "n„... • It, "'" 0'ti,„rii, " „;,.4 1 is_''' "t"' , - -4';‘, - ,". " fl,• r,„,'„'""""' "It illi otio, : „,r,;"«4i. ,«441,10'"114"whl 4,0**t.0,...,tr„,s.1,',„„1„,„„„t„,"„4,„.„,„*,,,,,,„t, 21 9 220 �vvn��� xxU~��.� � � u� Tukwila International Boulevard (T|G) Neighborhood Man 20l7-2D29 Work Program Work Completed ' 1st and Znd Quarter 3017 ° CNULegacyVVorkshopinTukwi|a—February ° [NU Final Report Presentation tn City Council Meeting May ° Refined household and employment Yr. 2031 forecasts for TIB neighborhood for traffic analysis on the street modification ° Selected a consultant for the SEPA analysis nf the proposed T}8Plan ° Contracted for additional transportation professional services on design standards for TIB neighborhood street standards Work Completed—3rd and 4th Quarter 2O17 ° Reviewed draft Land Use Chart and Zoning Map amendments with Planning Commission— August 24, 2017 ~ Briefed T|BACon above draft amendments—October 1O,2Dl7 ° Briefed Transportation and Infrastructure Committee (11/14/17) on traffic analysis and associated capital improvement costs and obtained direction for additional analysis ° Reviewed consultant's draft street circulation improvements ° Contracted for an update to the Tukwila International Boulevard Design Manual Work Program—Ist and 3nd Quarter 2Ol8 ° Contracted for additional engineering services analyzing TIB rechannelization impacts and cost ° Began creation and modification of alternative Zoning District boundaries and zoning standards based upon Planning Commission land use discussion, street designations and designs ° Drafted new street cross-sections for TIB streets and a new circulation network based on CNU engineering consultant recommendations and anticipated land uses ° Council extended moratorium on certain uses in theT|B study area. ° On Hn|d—pending work program/schedule from Public Works Department on: o Engineering options.and costs for TlQrechanne|ization and impacts to the community vision for TIB, Transportation Committee review, and community outreach and involvement o Interdepartmental collaboration on new street cross-sections and new TIB circulation network map Work Program—3rd and 4th Quarter 20I8 ° T|[and CDN reviewed T|B retrofit analysis ° Updated Council on current direction and schedule for implementing TIB zoning changes and possible TIB rechannelization options. Recommended further analysis of TIB rechannelization options. ° DRAFT T|B zoning code revisions circulated tn staff for internal review ° Contract for additional TIB rechannelization analysis and mitigation options. ° Revise and update the T|B Design Manual Page lof2 U�~"�~8~^� �� v-mmnUuxU~ u� Work Program ' 1st Quarter 20l9 ° Council decision on renewing moratorium on certain uses in the TIB study area ° TIC and CDN review of additional T|B rechanne|bodon analysis ° Council direction onT|Brechanne|izatiVn ° Draft Environmental Checklist (3EPA) ° Issue 5EPADetermination ° Outreach to property owner, resident and development community Work Program —2nd and 3rd Quarter 20I9 ° Planning Commission and City Council joint work session on proposed Zoning Code changes ° Planning Commission public hearing and deliberation onT|B zoning changes and map amendments ~ Transmittal of Planning Commission recommendation tV City Council ° C.O.W. Public Hearing, review, and discussion of Planning Commission recommendation Page 2ot2 COUNCIL AGENDA SYNOPSIS Initials ITEM No. / Meeting Date Prepared b Mo.yor's re ew Council review t.; 11126118 VC i/N 12/03/18 VC 5. B . ITEM INFORMATION STAFF SPONSOR:VICKY CARLSEN ORIGINAL AGENDA DATE: 11/26/18 AGENDA ITEM TITLE An ordinance to approve 2018 Year-End Budget Amendments CATEGORY F4 Dh-cussion Motion E Resolution i1 Ordinance E Bid Award E Public Hearing Other Mtg Date 11/26/18 Al tg Date Mt5 Date Mtg Date 12/3/18 Alt&Date Alig Date illtg Date SPONSOR E]Council [1]Mayor EHR EDCD I Finance [Fire ['ITS EP&R [Police DPW [Court SPONSOR'S The Council is being asked to approve the 2018 final year-end budget amendments SummARY REVIEWED BY II COW. Mtg. CDN Comm Finance Comm. E Public Safety Comm. El Trans &Infrastructure 0 Arts Comm. 0 Parks Comm. 0 Planning Comm. DATE: 11/20/18 COMMITTEE CHAIR: QUINN RECOMMENDATIONS: SPONSOR/ADMIN, Finance Department COMMITTEE Unanimous Approval; Forward to Committee of the Whole COST IMPACT / FUND SOURCE ExpENDITuRE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED Fund Source: Comments: MTG. DATE RECORD OF COUNCIL ACTION 11/26/18 Forward to next Regular Meeting MTG. DATE ATTACHMENTS 11/26/18 Informational Memorandum dated 11/14/18 Draft Ordinance 2018 Year-End Budget Amendment Detail Reconciliation of 2017 - 2018 Budget Summary to Ordinance Minutes from the Finance Committee meeting of 11/20/18 12/03/18 Ordinance 223 224 (<14- .s ems, ` , e, 9013 Washington Ordinance o. AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, AMENDING ORDINANCE NO. 2515, WHICH ADOPTED THE CITY OF TUKWILA'S BIENNIAL BUDGET FOR THE 2017-2018 BIENNIUM,, TO ADOPT AN AMENDED YEAR-END BUDGET; PROVIDING FOR SEVERABILITY; AND ESTABLISHING AN EFFECTIVE DATE. WHEREAS, on December 5, 2016, the City Council of the City of Tukwila passed Ordinance No. 2515, which adopted the 2017-2018 biennial budget of the City of Tukwila; and WHEREAS, the City has determined a need to amend the 2017-2018 Biennial Budget before fiscal year-end; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, ASHINGTON, HEREBY ORDAINS AS FOLLOWS: Section 1. Ordinance Amended. Tukwila Ordinance No. 2515 is hereby amended with the City Council's adoption of the document entitled "City of Tukwila 2017-2018 Year-End Budget Amendment," attached hereto and incorporated by this reference as if fully set forth herein, in accordance with RCW 35A.34.200. Section 2. Estimated Revenues and Appropriations. The totals of the estimated revenues and appropriations for each separate fund and the aggregate totals are as follows: FUND EXPENDITURES REVENUES 000 General $142,785,483 $142,785,483 103 Residential Street 20,954,418 20,954,418 104 Arterial Street 42,377,234 42,377,234 109 Drug Seizure 897,316 897,316 213 2016 UTGO Bond 3,000,390 3,000,390 301 Land Acquisition, Rec, and Park 2,280,408 2,280,408 W:Word Processing\Ordinances\Budget amendment-2017-2018 year-end 11-27-18 VC:bjs Page 1 of 2 225 FUND EXPENDITURES REVENUES 302 Urban Renewal 10,151,169 10,151,169 304 Fire Improvements 1,424,210 1,424,210 305 Public Safety Plan 63,655,920 63,655,920 306 City Facilities 34,163,000 34,163,000 501 Equipment Rental 15,296,676 15,296,676 Aggregate Budget Totals $343,093,573 $343,093,573 Section 3. Copies on File. A copy of this amending ordinance shall be transmitted by the City Clerk to the Division of Municipal Corporations of the Office of the State Auditor and to the Association of Washington Cities. 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. 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 and effect 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 Verna Seal, Mayor Pro Tempore APPROVED AS TO FORM BY: Filed with the City Clerk: Passed by the City Council: Published: Effective Date: Rachel B. Turpin, City Attorney Ordinance Number: Attachment: City of Tukwila 2017-2018 Year-End Budget Amendment W:Word Processing\Ordinances\Budget amendment-2017-2018 year-end 11-27-18 VC:bjs Page 2 of 2 226 City of Tukwila 2017-2018 Year-End Budget Amendment Reconciliation of 2017-2018 Budget Summary to Ordinance ORIGINAL AMENDED 2018 YEAR-END AMENDED BUDGET BUDGET 2017 AMENDMENT BUDGET 2018 Total Total Expenditure Total EXPENDITURES Expenditures Expenditures Amendments Expenditures 000 General $ 142,401,606 $ 142,679,203 $ 106,280 $142,785,483 101 Lodging Tax 2,400,875 2,400,875 - 2,400,875 103 Residential Street 15,665,431 15,665,431 5,288,987 20,954,418 104 Arterial Street 39,473,923 39,473,923 2,903,311 42,377,234 105 Contingency 5,756,048 5,894,563 - 5,894,563 109 Drug Seizure Fund 581,635 581,635 315,681 897,316 2XX LTGO Debt Service 12,272,528 - 12,272,528 213 UTGO-2017 2,681,000 2,681,000 319,390 3,000,390 206 LID Guaranty 670,151 670,151 - 670,151 233 2013 LID 2,280,408 2,280,408 - 2,280,408 301 Land Acquisition, Recreation & Park Dev. 4,098,123 4,098,123 4,289,633 8,387,756 302 Urban Renewal 8,171,906 7,921,906 2,229,263 10,151,169 303 General Government Improvements 735,349 735,349 - 735,349 304 Fire Improvements 727,831 727,831 696,379 1,424,210 305 Public Safety Plan 24,143,000 25,160,000 38,495,920 63,655,920 306 City Facilities 29,493,000 29,913,000 4,250,000 34,163,000 401 Water 18,126,561 18,126,561 - 18,126,561 402 Sewer 26,482,091 26,482,091 - 26,482,091 411 Foster Golf Course 3,805,274 3,805,274 - 3,805,274 412 Surface Water 20,672,828 20,672,828 20,672,828 501 Equipment Rental 12,878,676 12,878,676 2,418,000 15,296,676 502 Insurance Fund 13,998,014 13,998,014 - 13,998,014 503 Insurance- LEOFF 1 Fund 1,746,884 1,746,884 - 1,746,884 611 Firemen's Pension 1,311,619 1,311,619 - 1,311,619 Total $ 388,224,762 $ 392,177,875 $ 61,312,844 $453,490,719 Total Total Revenue Total REVENUES Revenues Revenues Amendments Revenues 000 General $ 142,401,606 $ 142,679,203 106,280 $142,785,483 101 Lodging Tax 2,400,875 2,400,875 - 2,400,875 103 Residential Street 15,665,431 15,665,431 5,288,987 20,954,418 104 Arterial Street 39,473,923 39,473,923 2,903,311 42,377,234 105 Contingency 5,756,048 5,894,563 - 5,894,563 109 Drug Seizure Fund 581,635 581,635 315,681 897,316 2XX LTGO Debt Service 12,272,528 - 12,272,528 213 UTGO -2017 2,681,000 2,681,000 319,390 3,000,390 206 LID Guaranty 670,151 670,151 - 670,151 233 2013 LID 2,280,408 2,280,408 - 2,280,408 301 Land Acquisition, Recreation& Park Dev. 4,098,123 + 4,098,123 4,289,633 8,387,756 302 Urban Renewal 8,171,906 7,921,906 2,229,263 10,151,169 303 General Government Improvements 735,349 735,349 - 735,349 304 Fire Improvements 727,831 727,831 696,379 1,424,210 305 Public Safety Plan 24,143,000 25,160,000 38,495,920 63,655,920 306 City Facilities 29,493,000 29,913,000 4,250,000 34,163,000 401 Water 18,126,561 18,126,561 - 18,126,561 402 Sewer 26,482,091 26,482,091 - 26,482,091 411 Foster Golf Course 3,805,274 3,805,274 - 3,805,274 412 Surface Water 20,672,828 20,672,828 - 20,672,828 501 Equipment Rental 12,878,676 12,878,676 2,418,000 15,296,676 502 Insurance Fund 13,998,014 13,998,014 - 13,998,014 503 Insurance- LEOFF 1 Fund 1,746,884 1,746,884 - 1,746,884 611 Firemen's Pension 1,311,619 1.,311,619 1,311,619 Total $ 388,224,762 $ 392,177,875 $ 61,312,844 $453,490,719 227 228 2018 Year End Budget Amendment Detail 2018 Increase (Decrease) Ref!Dept Spons! Explanation Acct Desc Beg Fund ! Expense Revenue End Fund Balance Balance i GENEFALFUND FIRE DEPARTMENT Category -Em|atin Service Levels or Plans - i 69.041 | ' | (Oopu ) --T----T--'- - - -- ����������--l�����_---� -----'--�----��----'- - - 'p*nn�wFund wasbudgeted � W dinDep�2�hshou ' hoveheen � ' [_-_-_'��� � � _'_-_'__ ._-____�_____--�-_____�-_-___` Cotegnry2-Revanuo �eohed ' - ' 4O�O0 ' 40.0U0 | ' ' ' --`-----r--'- --� '--� '------F--- -- | | /"ep=r'"="for=~=e''"~'bu=="v'=°= /""" ' '. ' °"v"" ` ""�"" ' ' ` . . � � � | | |Fire Department Total ' - | 1V9�41 | 4O�VV | �9� } 4� � ^ � . , . MAYOR&CITY ATTORNEY Category 4-PuWi ' - | 00U = � � � = = �� --`-----r'-'- --- | i | | |��y ^""�"=�"^ ==� '�"" "� /, "' |000.06� � 256vv" || ' ' 'pu�noaa ! ' 'Mnyor&C�YA�orneyTo�| ' � ' ' 25n�0O ' ' ' �5V | | | | � | | | ~VVV ' T PARKS&RECREATION Category 1 �oioU Service p� | � ' � sn�au i so�8n -- �-' �� � l- 7��7'- �������'-'--- |���f_ '------ '- ' '----- --- -- — /nano�n��nneemp|�ye*�om �ep��� 'uoPu�sNep� 1� ' | | --`-'-'-��'-- �������- -`����---- '---------�[��s-------T'--- --` i r_ |//a/m�neovnvvmpvvvv/mm wup�v'/ | ' ' � Parks 1� . | | \ | � ���_-_-_'_-_-_'_-_-_'_'_1-----'-', '------>---''--��------�------� Cu�gory2-Revenue Backed --�-��� ��0�ƒ_�--- -------�-------T'--' --|- � �- --- --' � 4 '-��� ��������- '---'-'�07 -------' -- ----V��' '----- ' - i- I >- � i '- .-���-����� ������� ����--'--- .����_--'� -------. '-'---T------�----- - / -'-1-'-- ��������-'---------'---'-----1-'------ '------------�---- --'—''-~ ` Rec |Eo�n .~... Grant OOO�7 ' 14�O0 ^ 1438O ' ' - - ' �-- � ' � �- ����� l-���'���-- ing7Cost l����f----� -------� -- o.uoo ' -- ' ' ' 'Le�n8m� dosco� ' | i | `-���- ���������-` �'-'� --''----'---�����T-----�o�'--'---'' i |"="'=i~"�"""'"/"�p`o °"'"="x"'' ,000.07. ` 'r Grant --� � F- '-��'--���-- ���''--------------- '���ƒ-----� -------/ --�'-------800 800 / '—' - | i . . .Parko&RenreabonTot | . . - | 8G�80 | 6��0 . . . . . . . TECHNOLOGY - &INNOVATION SERVICES Category 8-Initiatives&Carry Forward from 2n17 23�00 ' ' ' �3,VVm' ' L- l _l ! �---'-���- --'-' ���������������-'-- — -- � '| - -'- � ----- � 23,000 | |meaUnQ� � . . ! | |TeohnoloQy�en�neoTot | | � ' 23�OO ' - ' p�0oo ' ~ ! | | ,~~'- { � | | _ TR4N8FE7S, REkENLE&OTB£R Category ExistingGend Levels �a _ - � _�B�41}/ ' | _ _ V8�4 --l-'-'T'-'- l-'��---'` -------F - ---'`F------[ -- -� . . |F�emen�Pens�noon��rm�ndO11V��men� .00O . . �8�41), . | | |Penu�mFund �o budSe�d�Dep��Dbmehnu� . - - ho"ebonn ��aF�e � � ��� ��' ���_'_'_�_-_-_'_'� -_____-L- (273,000)1 - | 373,000 | | | � - -- �����������--��������i--`����'---- '------ -- — -- - ' | | |""" =y" | ' | ��'^�"" ! | { '��PGP and Te�a� |� 'OOO�8.0OO13, | | | | } |Tr no�ra. Revenue&OtherTot | i . - | p4�o41)� ' | �4�V^ � Total � ' | 1V8�VV | 10�280 | _ � . / . . 229 2018 Year End Budget Amendment Detail 2018 Increase (Decrease) Ref!Dept Sponsil Explanation Acct Desc Beg Fund ! Expense Revenue End Fund Balance i Balance RESIDENTIAL STREET FUND 1O3 Category 1 -Existing Service Levels or Plans 5,288,987 6,288,987 ifund balance 5,288,987 Total Residential Street Fund 103 5,288,987 ARTERIAL STREET FUND 104 Category I -Existing Service Levels or Plans 2,903,311 2,903,311 I JAdjust beginning fund balance to match 2017 ending 1104.XX 2,903,311 Jund balance Total Arterial Street 2,903,311 2,903,311 SEIZURE FUND 109 Category 1 -Ewimbn Service Levels P| | 315GD1 ' ' | ' ' 31�G81 ' L L --=-�---r'-'- ----- - -' � - f . ���� .����_-_- 315,681 | |fuodbelanca Total Seizure Fund 1Vg 31s�1 ' ' ' - ' ��� ' � | | | ! URBAN RENEWAL FUND 302 Category 1 -Existing Service Levels or Plans 2,229,263 2,229,263 �Acljust beginning fund balance to match 2017 ending i302.XX 2,229,263 Jund balance Total Urban Renewal Fund 302 2,229,263 2,229,263 LAND ACQUISITION FUND3O1 Category 1 Existing Service Levels P| | r *1B8G�o ' ' i 4�VV033 -------------------------------------------- I- ~ ' ' | - L - ' balance toding '--4---''�------'�------�'- --- ' 633 '�ndbe�nco ' | | } | i ������-`���-������-`� -----`-`-`-`---`����-`-----� ��������� �mtugnry4 Nhc | - | 3�0V�V0 / 1nO�VV | p�VV�VO -- ' � -f l-'-'T'---�����������������--'---'------- |����-'--� ------ -'- ~r----- '----- . . . | ~~~~~~ i | --`-'---'--- l�������----------'---`����----- ---- --r' -- -- -[ -' i | |/mnn�r«��/ | . ».««»�»» | . . . . . . . _-_'_-_-_]_' '3O���-'-- - - --- ' ----'- ' - -- ' - '---- 1 | i"~"""se"EE' """u= r"'"""y�/ | ' ' '"",0"" . Total otm Land Acquisition Fund 301 4,189,633 i 3,500,000 / 100,000 | 789633 { FIRE EQUIPMENT FUND 3O4 CategoCategory Existing Service Levels Plans ` '-^-- |-- _ 2V-6�-7 V � ---2_98_�7_8 --=-'--- '--� ^~,~~~`y � '~'~~-~-~-~-~-~-^-a-~-'^`'' ending ���� ~~~, '~ | | | | |fmndbolance ' ------- --'- -----'-'-'-'-'---'-'---------�-----'-- -------�-'--- -f----' -�'—'- - Public ' ' ' 4OO�00 ' 4V0�V0 ' ' -'-~-~-'-r'-'- sf fi - - 1 �- - -f ��������_ _-_-_ .����_-_- _____-/ __ 400,000 | | i 4 | � | ------'f'--- ------------------------------ Adjust � . � impact ojected .����-'-' '------[------T--' —'---' . . . . , . . . . . . Total Fire Equipment Fund 3V4 1 29G�78 | 4V0�DV | 4VV�VV | �9G�7V / � . ' . . 2018 Year End Budget Amendment Detail 2018 Increase (Decrease) Ref!Dept Sponsl Explanation Acct Desc Beg Fund Expense Revenue End Fund ! Balance Balance PUBLIC SAFETY PLAN FUND 3O5 Category Existing Service Levels P� | � r�sn�V�o | ------'T JAdjust beginning fund balance to'-' match '�5�X---'� - -i | '-- - f--'-- -�-- -' - ' 'fundbo�nce ' | __'_'_- _-_'_-_-_-_'_-_-_'_-_-_-_-_-_ _-_'_'__ .__ 'L-.-_ '__1__ �oteQory4-Pub|i � | ' | 1��6O�0O � VoVVUO � U�75V�0O __-_'_-_'_-_ - ^ �- + _ _+ _ ( ����- |���x-'-- -------. - . --- - . -- --- ' 000 �ppa�mn�o�ded��ePubK Safety ' | | """ | | | | J ' �_ '� - � | rn�`�v����i�no ����������---'--- |���X-'-' ------- ---- - - -' '-''---' . . �~~ . | | -~`^^~ | ------------- -' - F- f | �������RE������������----'------- |����---- -------. ----- . -- '---''- . . . . . . 000 | | | | | | ------- ' � � � -F T---- - |����-'-- '------ -� -----' - - -''-- �~~r^ "^p~ d==" o==°updated ro=^ ""°u"' . | ""�"" | | | [per SOJ&n/18 Total Public Safety Plan Fund 305 37,595,920 13�5V� �UO � 0/NO � 24�45�2O � CITY FACILITIES (PVV SHOPS) FUND 306 Category"4-PuNi - / 21�Vn�VV � u�sO�oV / (1VJ5onOn ' _ |_ � _ � _. ( | '-'-'---'-'---`����----` -------� --'-- | --�n�����F--- - . . . . . . . , of�����---------------`����----� -------'------`--277,5007 '- ---' � | | | --,-'---r---- ��������----------------����----� -------�-----'�'�-- --- '-' | i i/.u.m/� omm, | � | 265,000 | . . . " . . . - . --- ^ ---- ��������\'-�-------'---'- .����---'7 -------. ----- . --�--���. ' � | ! --- }---' | '-'- ---- | ----� -------[- ------| just expenditure budget to align with revised project 21,000,000 | ' ' ' from ' | Y | . i \ounee Total City Facilities (PVV Shops)Fund30$ - 21,000,000 4,250.000 (16J60,000) 2016UTGO BOND FUND 2i3 Category Existing Service Leve� �a 21 3gV ! 10V000 ' 1U0�0o ' 21o�9O - -�- - T - -r u-d�-et-f o-r UT-6 6-�-[Tu a--;wi�-d-----r i��Jt o- XX-'-' -----'--''�-' -1--00' --- 1--000��--' --'- | | |bnndobeingoo�� Need . . . . * . . - -�----f---- edi 1 ing--�-nd�- �����-2������--��- .����-'-- -----390l ' ----- | ----' -/ -- ---- | i |balance | Total Bond Funds 3xx 219,390 100,000 100,000 219,390 WATER FUND4D1 Cotego�,4'PuhU - ' 1�V0p0V ' - ' (1.2VO�OO) -' - - --- > .... -4 -' ---T--'- �������-------------'-l����---' '------'--f- -----�- . -''--- . . . � � � . . | | | | | | Total Water Fund 4V1 1,200,000 | ' | (1,200,000 m ' SEWER FUND 4O2 Category 4-Publi � | ' | VV0�VO ! of��]306_______________^�2�X____ --- --|- -nnoVon-�-- -'--�'- ' — � �. ____- -�_- _ _'_ ~-_.��"=_ _'_- � / � _ Total�eworFund4V% � � VVV�UU | ' | �VV�OO � . ` 231 2018 Year End Budget Amendment Detail 2018 Increase (Decrease) Explanation Acct Desc Beg Fund Expense Revenue End Fund Balance Balance SURFACE WATER FUND 412 Total Surface Water Fund 412 2,000,000 (2,000,000) EQUIPMENT RENTAL&k REPLACEMENT FUND 601 Category 4-Public Safety Plan 2 2,150000 i jAdjust transfer from Public Safety Plan fu- account for fire apparatus included in the Public Safety i Plan ----------------------------------------------------- TOTAL AMENDMENT TO 2018 BIENNIAL BUDGET $ 53.038,564 $ 45.17*.280 $ 8.27*'280 $ 16.138.564 COUNCIL AGENDA SYNOPSIS 446E4 4, Initial -------- ----------- ITEM No. 6411 Meettng Date Prepared by .Vlayor'i review Cot review _10 11/13/18 VC L/1 12/03/18 VC 5.C. Ln ITEM INFORMATION STAFF, SPONSOR:VICKY CARLSEN ORIGINAL,AGENDA DATE: 11/13/18 AGENDA ITEm TITLE Ordinance adopting the 2019 - 2020 Biennial Budget and a resolution adopting the 2019 - 2024 Capital Improvement Program CAILGORY DiJcu.nzon Motion i Resolution 1.1 Ordinance E Bid Award 2 Public Heanng 11 Other Mt Date 11/13/18 Mfg Date MtsDate 12/3/18u Mg Date 12/3/18 Mts Date Altg Date 11/13/16 Mtg Date SPONSOR El Council [Mayor EHR ODCD Oh/lance [1]Fire El Ts EIPR 0Po/ice DPW [Court SPONSOR'S City Council is being asked to approve an ordinance adopting the 2019 - 2020 Biennial SUMMARY Budget and a resolution adopting the 2019 - 2024 Capital Improvement Program. The ordinance and resolution are scheduled for Council consideration at the 11/13/18 Committee of the Whole and will then be scheduled for a future Regular Meeting at the direction of the Council President, after all budget deliberations have occurred. RIALIFAXT,D BY El CO.W. Mtg. CDN Comm r1 Finance Comm. 0 Public Safety Comm. E Trans &Infrastructure 0 Arts Comm. 0 Parks Comm, Planning Comm. DATE: 11/6/18 COMMITTEE CHAIR: QUINN RECOMMENDATIONS: spoNsoR/ADmIN. Finance/Public Works COMMITTER unanimous Approval; Forward to Committee of the Whole COST IMPACT / FUND SOURCE ExpENDITuRE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $442,865,403 $442,865,403 Fund Source: Comments: MTG. DATE RECORD OF COUNCIL ACTION 11/13/18 Continue Budget Review 11/26/18 Forward to Regular Meeting with edits MTG. DATE ATTACHMENTS 11/13/18 Informational Memorandum dated 10/31/18 (Updated after Finance Corn.) Draft Ordinance (See page 1 of Ordinance for changes brought to Finance Corn.) Draft Resolution Reconciliation of the 2019- 2020 Budget Summary to Ordinance Minutes from the Finance Committee meeting 11/6/18 12/3/18 Ordinance with edits with updated Info Memorandum 233 234 --'"•4..*1 ILA ty 4 ii414‘,k,? t City of Tukwila Allan Ekberg, Mayor 29os INFOR ATIONAL E ORANDU TO: City Council FROM: Laurel Humphrey, Council Analyst CC: Mayor Ekberg DATE: November 27, 2018 SUBJECT: City Council Amendments to the Mayor's Proposed 2019-2020 Biennial Budget DISCUSSION During the November 26, 2018 Committee of the Whole discussion on the proposed 2019-2020 Budget, the City Council gave direction to amend the proposed budget as follows: • Update the South 140th Street Intersection Improvements capital project to include $350,000 for two Rectangular Rapid Flashing Beacon (RRFB) crosswalks on Tukwila International Boulevard. The project will be accounted for in the Arterial Street Fund (Fund 104) and funding will come from ending fund balance. • Add $30,000 to the General Fund Parks Department for additional swings to the playground equipment at Cascade View Park. Funding will come from ending fund balance. • Add a capital project in the amount of$100,000 to expand the scope of a planned Tukwila International Boulevard rechannelization study to consider more alternatives. The project will be accounted for in the Arterial Street Fund (Fund 104) and will include a separate CIP page. Funding will come from ending fund balance. • Add $77,500 in both General Fund revenue and Recreation Department expenditure for development of an Older Adult Recreation and Services Needs Assessment and perform minor capital improvements at the Community Center. Funding will come from an award from the King County Veteran, Senior and Human Services Levy. The final budget will also incorporate the City Council's prior actions on the business license fee, including the card room exception, the gambling tax, and employee compensation per the Council's employee compensation policy. RECOMMENDATION Staff is seeking motions to formalize the Council's amendments to the 2019-2020 Budget. Following the vote, the Finance team will incorporate the Council's changes into the final printed budget document which will be delivered to the City Council at the January 7, 2019 Regular Meeting. ATTACHMENTS -Draft Ordinance adopting the 2019-2020 Budget as amended -Draft Resolution adopting the 2019-2024 Financial Planning Model and Capital Improvement Plan -Updated South 140th Street Intersection Improvements Project CIP Page -New Tukwila International Boulevard Channelization Study CIP Page 235 236 rq) ri I - LF1 — E3 NOTE: Underlined text denotes revisions made since the 11-13-18 Committee of the Whole meeting (and Public Hearing). AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON; ADOPTING THE BIENNIAL BUDGET OF THE CITY OF TUKWILA FOR THE 2019-2020 BIENNIUM; PROVIDING FOR SEVERABILITY; AND ESTABLISHING AN EFFECTIVE DATE. WHEREAS, the preliminary budget of the City of Tukwila for the 2019-2020 biennium was submitted to the City Council in a timely manner for their review; and WHEREAS, a Public Hearing on the proposed budget was advertised and held on November 13, 2018; and HEREAS, as budget oversight is one of its key legislative responsibilities, the City Council conducted a thorough process to deliberate the proposed 2019-2020 biennial budget; and HEREAS, this process included review by all standing Council Committees, special Budget Work Sessions, and a series of budget panels to consider additional modifications suggested by the Administration and the Council to ensure a balanced budget; and WHEREAS, the City Council desires to make modifications to the Mayor's proposed 2019-2020 budget in Fund 104, Bridges and Arterial Streets; and Fund 000, General Fund. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY ORDAINS AS FOLLOWS: Section 1. The City Council hereby amends the Mayor's proposal and adopts the document entitled "City of Tukwila 2019-2020 Biennial Budget," incorporated by this reference as if fully set forth herein, in accordance with RCW 35A.34.120. Section 2. Cost of living adjustments (COLAs) for non-represented employees shall be implemented per the City Council's Compensation Policy. W:Word Processing\Ordinances\Adopt 2019-2020 Biennial Budget 11-27-18 vc:bjs Page 1 of 3 237 Section 3. The 2019-2020 Biennial Budget incorporates the adjustments to the business license fee and the gambling tax as decided by the City Council on November 13, 2018; and Section 24. The totals of the estimated revenues and appropriations for each separate fund and the aggregate totals are as follows: Total Total Fund Expenditures Revenues 000 General $143,908,876 $ 143,908,876 105 Contingency 6,895,897 6,895,897 101 Hotel/Motel 2,951,302 2,951,302 103 City Street 12,539,621 12,539,621 104 Arterial Street 58,087,865 58,087,865 109 Drug Seizure Fund 336,507 336,507 2XX LTGO Debt Service Funds 9,957,242 9,957,242 213 Unlimited Tax G.O.Bonds 6,594,967 6,594,967 206 LID Guaranty 685,637 685,637 233 2013 LID 2,064,537 2,064,537 301 Land Acquisition, Recreation & Park Dev. 1,264,282 1,264,282 302 Facility Replacement 2,233,064 2,233,064 303 General Go\dernment Improvements 738,761 738,761 304 Fire Improvements 1,007,612 1,007,612 305 Public Safety Plan 82,136,549 82,136,549 306 City Facilities 9,414,000 9,414,000 401 Water 19,990,522 19,990,522 402 Sewer 28,998,430 28,998,430 411 Foster Golf Course 4,281,881 4,281,881 412 Surface Water 17,814,303 17,814,303 501 Equipment Rental 10,715,532 10,715,532 502 Insurance Fund 14,591,012 14,591,012 503 Insurance- LEOFF 1 Fund 1,060,079 1,060,079 611 Firemen's Pension 1,597,856 1,597,856 Total All Funds Combined $439,866,333 $ 439,866,333 Section 35. A complete copy of the final budget for 2019-2020, as adopted, together with a copy of this adopting ordinance, shall be kept on file in the City Clerk's Office, and a copy shall be transmitted by the City Clerk to the Division of Municipal Corporations of the Office of the State Auditor and to the Association of Washington Cities. W:Word Processing\Ordinances\Adopt2019-2020 Biennial Budget 11-27-18 238 vc:bjs Page 2 of 3 Section 46. 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 57. 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. Section 68. 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 Verna Seal, Mayor Pro Tempore APPROVED AS TO FORM BY: Filed with the City Clerk: Passed by the City Council: Published: Effective Date: Rachel B. Turpin, City Attorney Ordinance Number: W:Word Processing\Ordinances\Adopt 2019-2020 Biennial Budget 11-27-18 VC.bjs Page 3 of 3 239 240 , ..,,-....•7 29os Washington Resolution No. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, ADOPTING THE 2019- 2024 FINANCIAL PLANNING MODEL AND THE CAPITAL IMPROVEMENT PROGRAM FOR GENERAL GOVERNMENT AND THE CITY'S ENTERPRISE FUNDS. WHEREAS, when used in conjunction with the biennial City budget, the Capital Improvement Program (CIP) and the Financial Planning Model for the period of 2019- 2024 are resource documents to help plan directions the City will consider for the future; and WHEREAS, the Financial Planning Model and Capital Improvement Program are not permanent fixed plans, but are guidelines or tools to help reflect future goals and future resources at the time budgets are being planned; and WHEREAS, the commitment of funds and resources can only be made through the budget process; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, VVASHINGTON, HEREBY RESOLVES AS FOLLOWS: Section 1. The City Council hereby adopts the 2019-2024 Financial Planning Model and accompanying Capital Improvement Program, incorporated by this reference as if fully set forth herein. Section 2. A copy of the 2019-2024 Financial Planning Model and accompanying Capital Improvement Program shall be kept on file electronically by the City Clerk and accessible from the City's website in accordance with Washington State records retention schedule requirements and City policy, and shall be made available to the public upon request. Section 3. The assumptions, revenues and expenditures will be reviewed and updated biennially, or as necessary, by the City Council. W:\Word Processing\Resolutions\Financial Planning Model&CIP 10-29-18 VC•bjs Page 1 of 2 241 Section 4. The detail of Capital Improvement Program projects will be reflected in the published Financial Planning Model and Capital Improvement Program 2019-2024. 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 Verna Seal, Council President APPROVED AS TO FORM BY: Filed with the City Clerk: Passed by the City Council: Resolution Number: Rachel B. Turpin, City Attorney W:\Word Processing\Resolutions\Financial Planning Model&CIP 10-29-18 242 VC:bjs Page 2 of 2 CITY OF TUKILA CAPITAL PROJECT SUMMARY 2019 to 2024 PROJECT: S 140th St Intersection Improvements Project No. 91610405 Design and construct two new RRFB crossings near the S 141st Street/Tukwila Int'I Blvd intersection. DESCRIPTION: Design and construct a new traffic signal at the S 140th St/Tukwila International Blvd intersection. Pedestrian crossing volumes across Tukwila Intl Blvd warrant a signalized crossing.Installation of two JUSTIFICATION: Rectangular Rapid Flash Beacon crossings with ADA ramps will improve pedestrian safety.A full traffic signal at S 140th St will also increase pedestrian safety,improve vehicle turning opportunities,and southbound traffic speeds. STATUS: Two crosswalks are scheduled for 2019.Additional grant in 2020 will be applied for through the Federal Pedestrian/Bicycle Program for the S 140th St traffic signal. MAINT. IMPACT: Maintain new RRFB crossings and a new traffic signal. COMMENT: Grant applied for through Federal Pedestrian/Bicycle Program in 2016 and Transportation Improvement Board Sidewalk Program in 2018 were unsuccessful. FINANCIAL Through Estimated (in$000's) 2017 2018 2019 2020 2021 2022 2023 2024 BEYOND TOTAL EXPENSES Design 50 75 125 Land(RNV) 50 50 Const. Mgmt. 45 80 125 Construction 255 545 800 TOTAL EXPENSES 0 0 350 0 75 675 0 0 0 1,100 FUND SOURCES Awarded Grant 0 Proposed Grant 67 608 675 Mitigation Actual 0 Traffic Impact Fees 0 City Oper. Revenue 0 0 350 0 8 67 0 0 0 425 TOTAL SOURCES 0 0 350 0 75 675 0 0 0 1,100 ■rri ., l�t N fi I \) �" yam►• 13 �.I lf�* �� g� rk f i f1,3 I o 9 I to S 144 8t I cn' S 0. r%� ,,, Y '.. 1 488t p .. , i S1a8 st $ w 47s� "S% 1 ,� sifia se. . \�.hfJ j fy, ..2. I 6 4 ' • " .; min -....—..4010/0„%--- „,f,„,---40„Is „..,,,, I, _______mo ,,.....,... .._� S188 St ,,,, TLkWiIB'kvay 2019-2024 Capital Improvement Program 20 243 CITY OFTUKWILA CAPITAL PROJECT SUMMARY 2018 to 2024 PROJECT: Tukwila International Blvd Cbonne|izationStudy Project No. 81710404 DESCRIPTION: Study the tna|�oimpadaof various rechanne|izaiionopdnnotoouppo�the Tukwila|�emationa| Boulevard � ' neighborhood vision in the Comprehensive Plan. Any rechannelization of TIB will have impacts to the boulevard and the surrounding area.The study will look at JUSTIFICATION: what the impacts are,ways to mitigate any negative impacts, alternative options available to balance needs of competing interests,and analyze cost ranges for any changes and mitigations. STATUS: New project for 2O1S 2024C|P. RAA|N'C |MPACT: None. Preliminary study identified significant impacts to residential streets with conversion to only three travel lanes. COMMENT: This 2O1S study will build nn that preliminary study.This study is related Oo the implementation ofzonlng changes recommended 1n the 2O1TCNU report for the.Tukwila International Blvd area. FINANCIAL Through Estimated (in$D0O's) 2817 2018 2819 2020 2021 2022 2023 2024 BEYOND TOTAL EXPENSES Study 100 100 Land(R8W) O Connt. MgmL O Construction O TOTALEXPEN3ES 0 0 100 O O 0 0 Q U 100 FUND SOURCES Awarded Grant O Proposed Grant O Mitigation Actual O Traffic Impact Fees « City Oper. Revenue O 0 100 O O O U 0 O 100 TOTAL SOURCES 0 O 100 O U O 8 0 V 100 OF,:� ����»������� ° "��°~~� � 128 � St St 47 St 61 � | A._� �~ -_q160 St - 4 ar, (0( ihoe, 17,711 ,81, Mayor's Office-David Cline, City Administrator Allan Ekberg, Mayor The City of opportunity, the community of choice TO: Mayor Ekberg Councitmembers FROM: David Cline,City Administrator DATE: November 28,2018 SUBJECT: Report for December 3,2018 Regular Council Meeting The City Administrator Report is meant to provide the Council,staff and community an update on the activities of the City and on issues that concern Tukwila. Please let me know if you have any questions or need additional information about any of the following items. I. Intergovernmental Update • US Conference of Mayor's Center for Inclusive and Compassionate Cities Meeting: Mayor Ekberg attended the USCM Center for Inclusive and Compassionate Cities Meeting November 12-14 which included a tour of the Legacy Museum and the National Memorial for Peace and Justice. • Opportunity Zone Conference: On November 15 Economic Development staff attended a day-tong conference in Seattle hosted by the Washington State Department of Commerce focused on the new federal Opportunity Zone tax incentive. • Seattle Southside Chamber of Commerce Breakfast of Champions: On November 16 Mayor Ekberg and staff from the Economic Development division and Parks and Recreation Department attended the Seattle Southside Chamber of Commerce Breakfast of Champions at Billy Baroo's. • Seattle Metropolitan Chamber Tours Tukwila: Economic Development staff gave a tour of Tukwila to Ashton Allison,the new Director of Business Retention and Expansion at the Seattle Metropolitan Chamber of Commerce on November 16. King County recently designated the Seattle Chamber as the County's Associate Development Organization (ADO). As the County's ADO,the Seattle Chamber will be working with all cities in King County for business retention and expansion. • Strander Tour with Representative Fey: On November 19 City Administrator David Cline and Public Works Director Henry Hash provided a tour of Strander Boulevard to Washington State Representative Jake Fey who is the Vice Chair of the House Transportation Committee. II. Community Events • Annual Senior Thanksgiving Luncheon:The annual Senior Thanksgiving Luncheon was held on November 20. Over 160 older adults attended the event and over 35 people volunteered Tukwila City Han • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website:TukwilaWA.gov 245 City Administrator's Report November 28, 2018 Page 2 including Mayor Ekberg, Councilmembers Robertson, Quinn and Kruller, City Administrator David Cline and several other city staff members. Staff Updates Public Safety • Patrols on Black Friday: Officers conducted bicycle and foot emphasis patrols at Westfield mall on Black Friday. Project Updates • 42' Ave Phase III: Estimated Completion: December 2018 On 42nd Ave S, final paving is complete,the storm drainage structures have been raised and property signs, mailboxes, asphalt and aggregate driveways have been restored. The majority of the private service connections have been installed to properties along 42^d Ave S and crews are is coordinating with Seattle City Light (SCL) to make the final connections. Permanent striping and traffic buttons have been installed throughout the project. Shrubs and trees have been planted along 42nd Ave S, as well as landscaping at the Gilliam Creek area. • 53rd Ave S: Estimated Completion: March 2019 The contractor continues to work on the storm drains and install the private electrical services. Once the storm drains are completed Seattle City Light will begin installing electrical cabling in the newly constructed conduits.At the same time, the contractor will begin roadwork for installation of the curb and gutters. It is anticipated that the base lift of paving will be installed in the first quarter of 2019. • BAR Bridge Rehabilitation: Estimated Completion: February 2019 The contractor has completed the section of sidewalk over the railroad and continues to install the fencing as well as prepare the steel for the area outside of the railway for sidewalk installation. • New Crane on Tukwila International Boulevard: There will be another crane coming for Tukwila Village Building"A" located on Tukwila International Boulevard next to the King County Library. Boards and Commissions • Arts Commission: No vacancies. • Civil Service Commission: No vacancies. • COPCAB:Vacant Position: Student Representative. • Equity&Social Justice Commission: Vacant Position: Student Representative. • Human Services Advisory Board: Upcoming Vacancy: Position#3 Resident. • Landmark Commission: No vacancies. • Library Advisory Board:Vacant Positions: Position #7 Resident& Student Representative. • Lodging Tax Advisory Committee: No vacancies. • Park Commission: Vacant Positions: Position #4 Resident&Student Representative. • Planning Commission: Upcoming Vacancy: Position #5 Resident. Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website:TukwilaWA.gov 246 TUNW|LAPLJBUC SAFETY PLAN Monthly Update November 3O. ZOl8 Overall Plan Outreach � The second open house in JQID took place on Saturday, November 17 from lO:OO a.m. to IZ:OO p.m. at Valley View Sewer District. Financial Oversight Committee * The Committee reported to council on September 4. 2Ol8' Siting Advisory Committee � The Siting Advisory Committee voted to defer regular meetings as the major decisions have been made. They will meet on an as-needed basis. Acquisition Lease Updates � Staff secured leases with most of the remaining businesses on the Justice Center site and are working tn secure the final three, Two businesses chose to close earlier than the March 30, 3019 date, the TraV2|odge and Tukwila Nails. Disadvantaged Business Enterprise (DBE) Outreach � See attached report from Darling Narva, outreach consultant for the Fire Stations and Justice Center projects. ' Near-term Council Decisions and Key Dates • Fire Station, Weinstein Contract Amendment to Public Safety Committee and Council • Justice Center, BNB Contract Amendment to Public Safety Committee and Council Fire Stations Siting � With Council approval received, the team is in process of demolishing the single-family home on the Station 54site. Architecture and Programming • Architectural program has been reviewed and approved by the team. • Concurrent review and pricing ofthe Schematic Design by GCCK4 Contractor, Lydig, and estimating consultant has been'completed and was shared with Council inFebruary, Council gave approval to begin Design Development for Station 51. Design and Permitting • Design Development for Station 51 began mid-February; the team met meeting weekly. Design Development effort wrapped up in June, 2018 with Design Development pricing effort]n July and August. • Construction Documents phase for Station 51 is underway, anticipating being complete in December. • Schematic Design phase underway for Station 5Z. ~ Building permit for Station 51 was submitted in October. Anticipate receiving approved permit inDecember. ~ Permitting coordination meetings with City Staff are ongoing for Station 51 and Station 52. Station 5Z anticipated tob2 phased permitting. Pre-application for Station 5Z permit was submitted in November, ZOI8. Bidding and Construction ~ Pre-construction services starting for Station 51 and 52 are underway. • Lyclig completed the selection of mechanical and electrical subcontractors through the Electric Contractor/Construction Management (ECCIVI) and Mechanical Contractor Construction Management (MC[K4) selection process. Valley Electric and Johansen Mechanical Inc. were selected. With Council decision to not move forward with FS54, we cannot move forward with E[[K4. N4CCM method for mechanical subcontractor will provide for a consistent mechanical subcontractor for all three stations and will be able to provide critical expertise during the Design Development phase. This contract is managed by the GCCK4 under the pre-construction phase. • Bidding is scheduled to begin for 51 in January, 2019 with construction for 51 to begin late March, 2O1A. • Bidding and construction phases scheduled to begin for 5Z |n June, 2Ol9. Early site work is anticipated to begin in July. Justice Center Siting • The City has agreements with all affected businesses on the Justice Center site. • The City has agreements with all property owners and will take ownership ofall remaining properties on the Justice Center site by the end of the year. TheloOg'vacant building between Church by the Side of the Road and the Travelodge has now been demolished. The Trave|odgeis now empty, and the project team iS accelerating the demolition ofthis building. w The City received Public Use and Necessity from Superior Court on September 14; no party contested it due to the agreements made with all of the business owners. Architecture and Programming w OLRGrOu'/s Building Program Report was submitted December@. Program and Estimate was presented to Public Safety Committee in December and Council in January. Design and Permitting • DLR architects have completed the Design Development phase ofthe 'project. BNBuilders and Roen (the architect's estimating consultant) compared their estimates and the project is within the revised budget. The Design Development and budget was presented to the Council in October and remains within the adjusted budget. ~ The project team has initiated the permitting and land use entitlements process and submitted applications for SEPA, Design Review, Conditional Use Permit and Parking Determination in October. The SEPA determination iS expected |n November and the Conditional Use Permit and Design Review approvals are expected in December. ~ The project team will submit an application for construction permit (s|tevvQ[k/uti||ties) in November, with issuance expected in January. Bidding and Construction w 8NBu\|ders,the selected GC/CM, started pre-construction services following [ouod| approval of their contract on March 1B. ~ BNBuilders will continue to work with the team on design development, constrOctab|l|ty, cost estimating and scheduling throughout design and preconstruction. • Construction scheduled to begin )n April, 2Ol9. Public Works Fad|itv Siting w The City now has agreement with all property owners at the Public Works facility. w The'City has agreements with all of the businesses on the Public Works site with the exception ofone. m The Public Use and Necessity trial was held Friday, May 25 and the City was granted its request. Architecture and Programming � Team has solicited for Architectural services. Council approved a contract for programming and master planning services with SHKS in November 2018. Master planning and programming phase to begin in late 2018. Design and Permitting * Phases scheduled tn begin [}2 in 2019. Bidding and Construction 0 Phases scheduled to begin in {}4 20I9. Budget ~ Based on Council direction to move forward with Station 51, Station 52, Justice Center and Public Works Facility ($30K4)/team has updated the budgets. Schedule Qecennber20l0 • Public Works master planning and programming begins * Fire Station 5I subcontractor bid procurement begins • Fire Station 51 Construction documentation complete w Fire Station 51 building permit issued w Justice Center Conditional Use Permit and Design Review approvals January 2018 • Fire Station 51 subcontractor bidding • Justice Center subcontractor bidding w Justice Center Construction Pernnit [sitevvork/ut1||ties) issuance ~ Justice Center Construction Permit (main building) submittal • Commissioning Consultant Contract to Public Safety Committee and Council * Construction Inspections Consultant Contract to Public Safety Committee and Council February 2019 • Fire Station 51 Construction Contract Approval to Public Safety Committee • Fire Station 52 schematic design estimate to Committee • Fire Station 5Z design development begins w Public Works master plan present to Public Safety Committee March 2019 • Fire Station 5l Construction Contract Approval to Public Safety Council ~ Fire Station 52 schematic design estimate toCouncil • Fire Station 51 construction begins April 2019 ~ Justice Center Construction Permit (main building) issuance • Justice Center construction begins (bui|dingdennoUtkonandhazardousnoatera|s abatement) • Fire Station 52 design development cost estimating complete with GCCIVI involvement ~ Public Works programming complete w Public Works Phase | design begins N1ay3Ql9 w Fire Station 52 design development cost estimating to Public Safety Committee • Fire Station 52 construction documents begin ~ Public Works programming and estimates to Committee and Council June 2019 • Fire Station 52 design development estimate tn Committee and Council • Public Works phase l design begins m Fire Station 5Z phase l permit submitted w Fire Station 53 phase l bidding July 2019 ~ Fire Station 52 phase I permit received w Fire Station 52 phase 2 permit submitted • Fire Station 5Z phase lLvdig contract amendment to Committee and Council August2MI9 ~ Public Works Phase | design complete and presented to Public Safety Committee and Council ~ Fire Station 52 construction documents begin ~ Fire Station 5Z phase 2bidding Septennber20l9 • Fire Station 5Z phase Z permit received • Fire Station SZLvd|g contract.amendment to Committee and Council w Fire Station 52 phase 3construction begins _ T���� � ����U� ������ �U �N — _ -'— PUBLIC_ SAFETY_- PLAN Monthly DBE OUTREACH EFFORTS 11.30.18 Outreach Consultant met at5O] office, wfLvdig QBN8 * As of 9.27.18 Lyclig provided a DRAFT FS-51 Procurement Schedule with the breakdown of each bid package * 11.7.18 Champions of Inclusion Awards and Business After-Hours Reception—this event was for the Prime, local subcontractors and A/E firms and network in a casual and engaging setting. WSDOT, Sound Transit and Port of Seattle recognize the Prime contractors and/or A/E of small business utilization. Lyclig promoted the Fire Station 51/52 as part of the conversation as business partners talks about upcoming projects with their agencies. Roger Millar, Secretary of WSDOT& Leslie Jones, Sound Transit, Monty Anderson, Seattle Building Trades stopped and visitedw/8iU Michie and myself. * As of 10.4.18 BN13 provided a DRAFT Subcontracting Plan with the breakdown of each bid packages * 10.9.18 BNB had me represent them at the Regional Contracting Forum on the 1:1 session with the subcontractors. There were 1O subcontractors who wanted signed Vp for 1:1. By the end of the match making ot3pnn, | spoke wf3I potential subcontractors. p At NAIVIC and TABOR 100 (DBE organizations) I continue to create a buzz of the what is happening atthe City ofTukwila Construction Projects. Both organizations are waiting for Lydig 8i BNB 10 present the opportunity tu all paid members. * Pre-Apprenticeship Progronns—| have informed Lisa Bogardus (Assistant Executive Secretary) of Seattle Building & Construction Trades Council, AFL-CIO about the three projects that will be coming up in I019. | did mention to her that | would like tpsend her a flyer for all Union Pre- Apprenticeship Program and she gladly accepted to receive the flyer and will be doing the distribution to the members. | am continuing tofollow-up with the other Pre-Apprenticeship Program such as Seattle Vocational Tech; ANEVV/PACE, YouthBuii|d, PACT, Cement Masons & Ironworkers for upcoming graduation schedules. | have also start engaging wfCityofSeattle John 8esohe, heis the gentleman that's been communicating with SO]. 01(4 w 4J '' City of Tukwila- Facilities Plan MONTHLY Budget Report o i, o TOTAL PROJECT (REVISED Budgets as of July 2018) Life to Date Costs as of November her 20,2018(reconciled udacctg thrn Not,12 2018 GL) COUNCIL REPORTING.SLaLILI RI" Original Budget Magatiruraera Current Committed Life Renmi,r'•ConumW1,1l Remaining CostatCnm laiun JUSTICE CENTER x x 1 x x ( f I x x x r A/E Services(both Design&CA) $ 3,278,125 $ 221,875 $ 3,500,000 S 3,122,809 $ 1,273,521 i $ 1,849,288 $ 377,191 $ - _ Permits/Fees $ 700,000 $ - $ 700,000 $ 20,445 ' $ 20,445 $ - S 679,555 $ - Construction(Pre-Con,Coast&Tax) $ 38,738,678 $ (11,315) S 38,727,363 $ 398,571 $ 262,878 $ 135,693 5 38,328,792 $ - Construction Related Costs(incl Bond) $ 2,112,639 $ 170,000 $ 2,282,639 $ 471,636° $ 394,080° $ 77,556 S 1,811,003 $ - PM Services(incl Other Professional Svcs) $ 1,815,875 $ 296,721 $ 2,112,596 $ 1,964,610" $ 805,091 $ 1,159,519 $ 147,986 $ - Contingency(ma Construction&Project) 5 6,507,731 $ (1,646,239) $ 4,861,492 $ - "$ - $ - $ 4,861,492 5 - Contingency for Site Contamination(soils,hazmat) $ - $ 750,000 5 750,000 $ - $ - "S - $ 750,000 $ - Land Acquisition $ 14,133,295 S (81,042) $ 14,052,253 $ 13,707,038 $ 13,663,451 $ 43,587 $ 345,215 $ - Contingency for Land Acquisition $ 1,250,000 $ 300,000 $ 1,550,000 $ 606,400, $ 606,400 $ - 5 943,600 $ - ,TOTAL. S 68,536,343 S - $ 68,536,343 S 20,291,510 S 17,025,866 $ 3,265,644 S 48,244,833 $ - COI C11 REPORTING S(iLlf-1 R 1- C Original Budget Budget nunIers Current BudArr conmmrd Indxrr Lite to DON Cott, IRen,uin'x Committed Remaining llodxn I a m Con eun FIRE STATIONSl A/E Services(both Design&CA) $ 1,070,000 $ 69,701 $ 1,139,701 $ 1,076,192 5 532,935 5 543,257 $ 63,509 $ - Land Acquisition 5 - $ - $ - $ - S - $ - $ - $ - Permits/Fees $ 234,000 $ - $ 234,000 $ 34,557 S 34,557 $ - $ 199,443 5 - Construction(Pre-Con,Coast&Tax) $ 9,396,000 $ - $ 9,396,000 $ 150,000 5 - 5 150,000 5 9,246,000 $ - Construction Related Costs(incl Bond) $ 931,000 $ - 5 931,000 5 83,987 $ 77,683 ° 5 6,304 $ 847,013 $ - PM Services(incl Other Professional Svcs) $ 526,000 $ - 5 526,000 $ 343,949- $ 106,900 5 237,049 $ 182,051 $ - Contingency(incl Construction&Project) $ 1,116,000 $ (69,701) $ 1,046,299 $ - '$ - $ - $ 1,046,299 $ - TOTAL" - $ 13,273,000 S 1,688,685. $ 752,075 S 936,610 S 11,584,315 $ - C'(IC\'C'IL REPORTING.SC't1I iI..•IRi'- Originalltudger Badger Transfers Current Budget Committed lhudga I Lifi•to Dole Cons I Rennin)Cnnmdned Remaining Budget I Coat at Completion FIRE STATION 52 A/E Services(both Design&CA) S 1,415,000 $ - 5 1,415,000 5 1,318,067- $ 159,398, $ 1,158,669 S 96,933 5 - Land Acquisition 5 16,000 $ - $ 16,000 S 15,800 $ 15,993 $ (193) 5 200 $ - Permits/Fees $ 353,000 $ - $ 353,000 5 - $ - °$ - 5 353,000 5 - Construction(Pre-Con,Const&Tax) $ 13,298,000 5 456,500 $ 13,754,500 5 125,000 $ - j $ 125,000 $ 13,629,500 $ - Construction Related Costs(incl Bond) 5 1,398,000 $ - 5 1,398,000 S 29,963 $ 16,178 $ 13,785 $ 1,368,037 5 PM Services(incl Other Professional Svcs) $ 787,000 $ - 5 787,000 $ 531,557- $ 167,092 $ 364,465 $ 255,443 $ - Contingency(incl Construction&Project) 5 1,343,000 5 193,500 $ 1,536,500 $ - -5 - .S - $ 1,536,500 $ - TOTAL 650,000 $ 19,260,000 $ 2,020,387 $ 358,661 5 1,661,726 $ 17,239,613 5 - C'OL\"C'11.REPORTING.SC-':l/tIIRV- Original ltndger I1nq,m t6onJv, Current/udgct Committed Budgot I tile to Dare Coin I Remaiuj;Cnmminrd I Remaining llndgrt I C ogtor Completion FIRE STATION 54 A/E Services(both Design&CA) $ 150,000 $ (7,000) $ 143,000 $ 132,995 $ 131,495 $ 1,500 $ 10,005 $ - Land Acquisition 5 902,668 5 23,967 $ 926,635 $ 926,635 ' $ 926,535 5 100 5 (0) $ - Permits/Fees 5 20,000 $ - $ 20,000 $ 1,517' $ 1,517 $ - $ 18,483 $ - Construction(Pre-Con,Const&Tax) $ 230,000 $ - $ 230,000 $ 97,000 5 - $ 97,000 $ 133,000 $ - Construction Related Costs(incl Bond) S 50,000 $ 9,875 $ 59,875 $ .44,582[ 5 22,628 $ 21,954 5 15,293 $ - PM Services(incl Other Professional Svcs) $ 107,500 S - 5 107,500 5 105,873 S 81,882 5 23,991 $ 1,627 $ - Contingency(incl Construction&Project) $ 41,832 $ (26,842) $ 14,990 5 - -$ - .$ - 5 14,990 $ - - TOTAL l S 1,502,000 S - S 1,502,000 S 1,308,602 $ 1,164,057 J S 144,545 $ 193,398 S - Es PUBLI C' REP(IRTL\`G.SC`:1fAl.•IRY- original Budge, Budget Danl./eraCurrentRodger Committed Budget ( LJ•to Dare Costs Il Remg ui„ Committed l Remaining Budget I Cottat Complain, PUlrr.u'n7�Rss - A/E Services(bath Design&CA) $ 767,385 $ 15,000 S 782,385 S 383,882 $ 17,385 $ 366,497 S 398,503 $ - - - Land Acquisition $ 22,000,046 5 3,333,913 $ 25,333,959 $ 25,333,959 $ 25,331,708 S 2,251 $ - $ - =- Permits/Fees $ 110,000 $ (20,000) S 90,000 .$ - $ - $ - S 90,000 $ - Construction(Pre-Con,Const&Tax) 5 4,950,000 $ (1,842,500) $ 3,107,500 $ - $ - $ - S 3,107,500 S - Construction Related Costs(incl Bond) 5 529,036 $ (416,350) S 112,686 $ 64,864{ $ 48,411 S 16,452 $ 47,822 $ - PM Services(incl Other Professional Svcs) $ 668,426 $ (348,426) S 320,000 S 279,832 $ 119,953 5 159,879 $ 40,168 $ - 5\ Contingency(incl Construction&Project) $ 975,107 $ (721,637) 5 253,470 S - $ - S - $ 253,470 $ -- i :'`TOTAL S 30,000,000 S $ 30,000,000 $ 26,062,537 I S 25,517,457 $ 545,079 $ 3,937,463 S _V N TUKWILA PUBLIC SAFETY PLAN ,j'1 -Al 2 9O 2016 2017 2018 2019 2020 2021 FIRE STATION 51 A/E PROCUREMENT O PROGRAMMING DESIGN/PERMITTING BIDDING/CONSTRUCTION MOVE-IN/OCCUPANCY FIRE STATION 62 A/E PROCUREMENT PROGRAMMING DESIGN/PERMITTING BIDDING/CONSTRUCTION MOVE-IN/OCCUPANCY JUSTICE CENTER A/E PROCUREMENT GIB PROGRAMMING DESIGN/PERMITTING BIDDING/CONSTRUCTION MOVE-IN/OCCUPANCY PUBLIC WORKS A/E PROCUREMENT i MASTER SITE PLAN -- PROJECT effe DESIGN PHASE 1 i A/E PROCUREMENT OD PROGRAMMING MI BIDDING/CONSTRUCTION PHASE 1 i1411111ftl, f DESIGN/PERMITTING MOVE-IN/OCCUPANCY PHASE 1 BIDDING/CONSTRUCTION MOVE-IN/OCCUPANCY as Ni Cn U'1 256 Upcoming Meetings & Events December 2018 3rd (Monda)) 4th (Tuesday) 5th (Wednesday) 6th (Thursday) 7th (Friday) 8th (Saturday) Public Safety Cmte, Finance Cmte, S- Equity& Deadline Tukwila 5:30 PM 5:30 PM Social Justice (at noon) Historical Society (Hazelnut Confercmce (Hazelnut Commission, for entry forms Event Room) Conference 5 15 PM in the City's "Seattle Then& Room) *New Holiday Lights Now"presentation Location for Contest. 1:00-3:00 PM City Council this meeting (Tubvila Heritage& Regular Mtg., 1i0 Library Advisory only* Cultural Center, 700 PM Board, (Community 14475 59th Ave S.) (Council Chambers) Cancelled Center, Space is limited so Meeting Room please RSVP at B) 206-244-4478 lOth (Monday) 11 th (Tuesday) 12th (Wednesday) 13th (Thursday) 14th (Friday) 15th (Saturday) • Civil Service Community PaFIE Planning Commission, Development& Commission, Commission, 5.00 PM Neighborhoods Cancelled 6.30 PM (Human Resources Cmte., *SPECIAL Conference Room) 5:30 PM MEETING* (Hazelnut (Council • Transportation& Conference Chambers) Infrastructure Room) Cmte., 5:30 PM COPCAB, (Hazelnut --A- Tukwila 6:30 PM International Conference Room) (Duwamish Boulevard Conference Action Crnte, Room) • City Council 7:00 PM Committee of (Valley View the Whole Mtg., Sewer Dist., 7'00 PM 3460 S 148th) (Council Chambers) COW.Mtg.to be immediately followed by a Special Mtg. Donations being collected through December le for the City of Tukwila's "Spirit of Giving" Program. Visit www.tukwilawa.gov or e-mail TukParks(&,Tukwilawa.gov Thank you! >Arts Commission: 3rd Wed.,5:00 PM,Tukwila Community Center, Contact Tracy Gallaway at 206-767-2305. Civil Service Commission: 2nd Mon.,5:00 PM,Human Resources Con! Room Contact Michelle Godyn at 206-431-2187. >Community Development and Neighborhoods Committee: 2nd&4th Tues.,5:30 PM,Hazelnut Conf.Room. Contact Laurel Humphrey at 206-433-8993. COPCAB(Community Oriented Policing Citizens Adv.Board): 2nd Thurs.,6:3()PM,Duwamish Conference Room. Contact Chris Partition at 206-431-2197 Equity&Social Justice Commission: 1st Thurs.,5:15 PM,Hazelnut Conf Room. Contact Mia Navarro at 206-454-7564. a'Finance Committee: 1st&3rd Tues.,5:30 PM,Hazelnut Conf.Room. Contact Laurel Humphrey at 206-433-8993. (A)Ordinances updating Fire and Parks Impact Fees. (B)Status update on sale of Longacres parcel. (C)2018 Finance Committee Work Plan. >Library Advisory Board: 1st Tues.,5:30 PM,Community Center. Contact Stephanie Gardner at 206-767-2342. >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 Bit ens at 206-431-3670. >Public Safety Committee: 1st&3rd Mon.,530 PM,Hazelnut Conf.Room Contact Laurel Humphrey at 206-433-8993(A)A resolution adopting the 2018 CEMP(Comprehensive Emergency Management Plan). (B)Fire Department put chase of replacement extrication equipment. (C)An amendment to the contract with Weinstein Architects and Urban Designers for fire stations. (D)An amendment to the contract with BNBuilders for demolition of the Travelodge. (E)2018 Public Safety Committee Work Pan. ) Transportation and Infrastructure Committee: 2nd&4th Mon.,5:30 Psi,Hazelnut Conf.Room. Contact Laurel Humphrey at 206-433-8993. ) Tukwila Historical Society: 3rd Thurs.,7:00 PM,Tukwila Heritage&Cultural Center, 14475 59'Avenue S. Contact Louise Jones-Brown at 206-244-4478. 'Tukwila Intl.Blvd.Action Cmte: 2nd Tues.,7:00 PM,Valley View Sewer District. Contact Chief Linton at 206-433-1815. 257 Tentative Agenda Schedule MONTH MEETING 1- MEETING 2- MEETING 3- MEETING 4- REGULAR C.O.W. REGULAR C.Q.W. December 3 1Q 17 24 See agenda packet Special Issues: cover sheet for -An ordinance this week's agenda: modifying the December 3,2018 standards for private Regular Meeting. residential rental program inspectors. -An ordinance amending Ordinance No.2447,"Code of Ethics for Elected Officials,"to create the position of Ethics Officer. -A resolution adopting the City of Tukwila Neighborhood Traffic Calming Program, Special Meeting to follow Committee of the Whole, 258