HomeMy WebLinkAboutTrans 2014-10-13 COMPLETE AGENDA PACKETCity of Tukwila
Transportation Committee
• Allan Ekberg, Chair
• Dennis Robertson
• Kate Kruller
AGENDA
Distribution:
A. Ekberg
D. Robertson
K. Kruller
D. Quinn
Mayor Haggerton
D. Cline
L. Humphrey
B. Giberson
F. I riarte
R. Tischmak
G. Labanara
P. Brodin
R. Turpin
M. Hart
Clerk File Copy
2 Extra
Place pkt pdf on Z: \TC -UC
Agendas
e -mail cover to: A. Le,
C. O'Flaherty, D.
Almberg, B. Saxton,
S. Norris, M. Hart, L.
Humphrey
MONDAY, OCTOBER 13, 2014 — 5:15 PM
FOSTER CONFERENCE Room — 6300 BUILDING
(formerly known as Conference Room #1)
Next Scheduled Meeting: Monday, November 10, 2014
The City of Tukwila strives to accommodate individuals with disabilities.
Please contact the Public Works Department at 206 - 433 -0179 for assistance.
Item:
Recommended Ac on
Page
1.
PRESENTATION(S)
2.
BUSINESS AGENDA
a) Combined Intersection Improvement Project
a)
Forward to 10/20/14
Pg. 1
Consultant Selection and Agreement
Regular Consent Agenda
b) Annual Overlay & Repair Program
b)
Information only
Pg. 43
Pavement Maintenance Management Program Update
c) Annual Bridge Inspections and Repairs
c)
Information only
Pg. 53
Tukwila Bridge Program Update
3.
SCATBd
4.
MISCELLANEOUS
5.
ANNOUNCEMENTS
Future Agendas:
• Automated Traffic
Enforcement
Next Scheduled Meeting: Monday, November 10, 2014
The City of Tukwila strives to accommodate individuals with disabilities.
Please contact the Public Works Department at 206 - 433 -0179 for assistance.
TO:
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director
BY: Cyndy Knighton, Senior Program Manager
DATE: October 10, 2014
SUBJECT: Combined Intersection Improvement Projects
Project Nos. 99110405, 90310405, 99310410, 99510405, 90610405
Consultant Selection and Agreement
ISSUE
Authorize the Mayor to execute a consultant agreement with KPFF in the amount of $315,425 to provide
engineering design services for the Combined Intersection Improvement projects.
BACKGROUND
In December 2005, the Council passed Ordinance 2111 which implemented the city -wide Traffic Impact Fee
program. Impact fees have been collected from all developments generating new P.M. peak hour trips
throughout the City. Five intersection projects which are on the current impact fee list have been combined
into a package for design or feasibility analysis to make a more effective project for management as well as
provide a project with enough budget to attract quality firms to compete to do the work. Those intersections
are shown on the table below.
DISCUSSION
Three firms who submitted qualifications and were interviewed were all highly qualified. The selection team
had a difficult choice but ultimately selected KPFF for the project. The other two firms interviewed were
Joseph Couples Engineering and Blueline and the scoring is shown on the attached matrix.
FINANCIAL IMPACT
The combined budget for the five projects is $332,000. The Andover Park E /Industry Dr and Andover Park
E /Minkler intersections are only scoped through the 60% design level and additional funds will be required
to complete the design. More impact fees than the current budget have been collected to date for the
Macadam Rd /S 144th St and S 133rd St/SR 599 projects.
Intersection
Description
Budget
KPFF Fee
Andover Pk E /Industry Dr
New traffic signal
$100,000
$104,130
Andover Pk E /Minkler Blvd
New turn lanes and signal phasing
120,000
123,715
W Valley Hwy /S 156th St
Feasibility for east side, south of S 156th St
75,000
33,330
S 133rd St /SR 599 SB On /Off
Feasibility to improve capacity & safety
20,000
24,960
Macadam Rd & S 144th St
Feasibility to improve NB capacity
17,000
29,290
Total Budget
$332,000
$315,425
RECOMMENDATION
Council is being asked to approve the consultant agreement with KPFF in the amount of $315,425 to
provide engineering design services for the Combined Intersection Improvement Projects and consider this
item on the Consent Agenda at the October 20, 2014 Regular Meeting.
Attachments: Consultant Selection Scoring Summary
Consultant Agreement with Exhibits
CIP Sheets
W:IPW EngIPROJECTSIA- RW & RS Projects\Combined Intersection Improvement ProjectslINFORMATION MEMO - Consultant Selection - sb.docx
1
Combined Intersection Improvement
Projects
INTERVIEW SCORING
Reviewer:
Consolidated
Project Understand and
Approach
Project Manager -
Overall
Team - Overall
Ability to work with
City Staff
Grand Total
wi
'.=
E
5
0
U
Submitter (Alphabetical Order)
25
25
25
25
100
Suggested range of scoring equivalent to a letter
A=20-25
A=20-25
A=20-25
A=20-25
grade where an A is exceptional, a B is very good, a C
B=15-19
B=15-19
B=15-19
B=15-19
is acceptable, and a D is needs improvement..
C=10-14
D =5 -9
C=10-14
D =5 -9
C=10-14
D =5 -9
C=10-14
D =5 -9
19
22.5
20.5
20
82
Joseph Couples Engineering
22
18.5
21.5
22
84
KPFF
20.5
19.5
20
20
80
Blueline
0
-II
+wr
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
CONSULTANT AGREEMENT FOR
ENGINEERING DESIGN SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City ", and KPFF Consulting Engineers, hereinafter referred to as "the Consultant ",
in consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform engineering design
services in connection with the project titled Combined Intersection Improvement Projects.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2015, unless sooner
terminated under the provisions hereinafter specified. Work under this Agreement shall
commence upon written notice by the City to the Consultant to proceed. The Consultant shall
perform all services and provide all work product required pursuant to this Agreement no later
than December 31, 2015 unless an extension of such time is granted in writing by the City.
4. Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall
not exceed $315,425.00 without express written modification of the Agreement signed by
the City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion
of the work under this Agreement and its acceptance by the City.
D. Payment as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
3
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall be
endorsed to provide contractual liability coverage.
CA revised : 1 -2013
Page 2
4
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self - insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant' s
insurance and shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Consultant
before commencement of the work. Certificates of coverage and endorsements as
required by this section shall be delivered to the City within fifteen (15) days of execution
of this Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
CA revised : 1 -2013
Page 3
5
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this warrant,
the City shall have the right to annul this contract without liability, or in its discretion to
deduct from the contract price or consideration, or otherwise recover, the full amount of such
fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non - Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree
that venue shall be properly laid in King County, Washington. The prevailing party in any
such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive termination
of this Agreement.
CA revised : 1 -2013
Page 4
6
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
DATED this
CITY OF TUKWILA
Mayor, Jim Haggerton
day of , 20
CONSULTANT
By:
Printed Name:
Title:
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1 -2013
Page 5
7
EXHIBITA
CITY OF TUKW /LA
COMBINED INTERSECTION IMPROVEMENT PROJECTS
SCOPEOFSERVICES
PROJECT UNDERSTANDING
This project involves the preparation of plans, specifications, and cost estimates for the
improvement of the intersections listed below. The design will likely include signalization, turn
lanes, crosswalk upgrades, and relocations of storm drainage and utilities.
• Andover Park E. & Industry Drive
• Andover Park E. & Minkler Boulevard
Also included in this project is a feasibility analysis to determine what improvements should be
considered for the intersections listed below. These may include channelization, signalization,
lighting, crosswalks, and other capacity improvements.
• W. Valley Highway & S. 156th Street
• S. 133rd Street & SR 599 Southbound Ramps
• Macadam Road & S. 144th Street
It is anticipated that this work will be begin in the fall of 2014 and end in 2015. The work for
each intersection may be performed concurrently.
Applicable design standards and reference materials may include, but are not limited, to the
following:
WSDOT Publications:
• WSDOT Standard Specifications for Road, Bridge, and Municipal Construction (M41 -10)
2014
• Standard Plans for Road, Bridge, and Municipal Construction (M21 -01) 2014
• Local Agency Guidelines Manual
• Design Manual (M22 -01) 2014
• Plans Preparation Manual (M22 -31)
• General Special Provisions
City of Tukwila Publications:
• Tukwila Infrastructure Design and Construction Standards (2010)
The following is an outline of the scope of work to be performed under this contract. Total
estimated hours to perform the work are listed in Attachment B.
SCOPE OF WORK
TASK 1.0 ANDOVER PARKE. & INDUSTRY DR. — INTERSECTION IMPROVEMENT
8
Task 1.00 Project Management
This task covers the day -to -day activities by the Consultant to manage,
administer, and coordinate the work to meet the needs of the City. This task
is expected to include:
1.01 A kickoff meeting with the City Project Manager, City staff,
subconsultants and others as appropriate.
1.02 Four coordination meetings with City staff to address design
coordination, and resolution of review comments.
1.03 Four internal design team meetings.
1.04 All work products of the Consultant and subconsultants will be
subject to an in -house QA /QC review.
1.05 Preparation of invoices, progress reports, and updates to the project
delivery schedule.
1.06 Coordination of subconsultant agreements.
Deliverables:
• Monthly invoices and progress reports.
• Meeting minutes from coordination meetings with the City.
• The project coordination meetings with the City may cover discussion items from
multiple intersections within this project.
Task 110 Topographic & Boundary Survey
1.11 The Consultant will perform a field survey to collected topographic
information located approximately 300' north, south, east, and west
of the intersection and extend 20' beyond the Right -of -Way (ROW)
line. The survey will include curb lines, sidewalks, roadway edges,
drainage structures, utility locations, contours, and horizontal /vertical
control.
1.12 The Consultant will acquire title reports for parcels adjoining the
project area.
1.13 The Consultant will perform a field survey of the pothole locations.
Deliverables:
• Site survey that includes topographic, utility, and ROW information.
Task 120 Traffic Analysis
1.21 The Consultant will review the 2030 traffic volume forecasts from the
City of Tukwila travel model to assist on the design of turn pocket
9
lengths and turn lane configurations on Andover Park E. and Industry
Drive. We will work with City staff to determine how to accommodate
future bike lanes at the intersection.
Task 1.30 Conceptual Design
1.31 The Consultant will provide up to two (preliminary and final)
conceptual layouts of recommended improvements based on the
traffic analysis. The layouts may include future lane configurations,
curb lines, sidewalks, and ROW encroachments.
Deliverables:
• Preliminary and Final conceptual layouts of recommended intersection improvements.
Task 1.40 Civil 30% and 60% Roadway Design
The Consultant shall provide civil engineering services for the design of the
intersection improvements including plan, profile, and details. Submittals will
be provided at the 30% and 60% design levels. The 90% and 100% design
documents including plans, specifications, and cost estimate are anticipated
to be completed under a supplemental agreement to this contract. The plans
in this contract are expected to include the following sets of sheets:
1.41 Cover
1.42 Sheet Index and Legend
1.43 Roadway Sections
1.44 Site Preparation
1.45 Roadway Plan and Profile
1.46 Drainage Plan and Profile
1.47 Drainage Details
1.48 Channelization, Pavement Marking, and Signing
Assumptions
• Plan sheets will be combined into a single bid package with separate bid schedules for
Andover Park E at Industry Drive intersection and the Andover Park E at Minkler
Boulevard intersection for budget tracking purposes.
• The drawings will be prepared usingAutocad Civil 3D 2014
• Work will be done in accordance with the American Association of State Highway and
Transportation Officials (AASHTO), City of Tukwila, and WSDOT guidelines and
specifications.
10
• Temporary Erosion Control & Sediment Control Plans and Construction Staging,
Sequencing, and Traffic Control Plans will be included in the 90% and 100% design
plans under a supplemental agreement.
• The City will distribute plans for internal review and will consolidate all comments into
a single document to be transmitted to the Consultant.
• The City will provide all GIS based Aerial photos and other relevant mapping
information available for the project site.
Deliverables:
• 30% plan review submittal, including all anticipated plans and details listed above.
One 11x17 paper copy may be provided if requested by the City and one electronic
PDF file will be submitted.
• 60% plan review submittal, including all anticipated plans and details listed above.
One 11x17 paper copy may be provided if requested by the City and one electronic
PDF file will be submitted.
• Written response to review comments for each submittal.
Task 1.50 Hydraulic and Hydrologic Design
The Consultant shall perform the following tasks in support of the project
hydraulic and hydrologic design.
All stormwater management elements of the roadway shall be designed in
accordance with the requirements of King County Surface Water Design
Manual (2009).
Consultant shall conduct a site visit to field verify existing conditions, utility
as- builts, drainage sub -basin delineations and to generally confirm accuracy
of survey base mapping. A maximum of two site visits is anticipated.
1.51 The Consultant shall perform an analysis of new and replaced
impervious to determine the need for flow control. Relevant
information and figures that results from this analysis will be included
in the final drainage report.
1.52 The consultant shall prepare a Draft Hydraulic Report in conformance
with the King County standards. The report shall document project
background, existing drainage patterns, downstream analysis, design
criteria, geometry and performance of proposed drainage systems,
including preparation of basin delineation maps and figures,
conveyance design, backwater analysis, and design of water quality
facilities.
1.53 A Final Hydraulic Report will be prepared that addresses all
comments from the previous submittal and incorporates any design
changes that occur after the 60% plan submittal.
Assumptions
11
• A single combined Hydraulic Report with individual sections will be prepared for this
intersection and the Andover Park E at Minkler Boulevard intersection.
• Stormwater Pollution Prevention Plan will be prepared by the Contractor.
• The Final Hydraulic Report will be submitted after the 100% roadway design plans
have been submitted.
Deliverables
• Draft Hydraulic Report: Four paper copies and electronic PDF files.
• Final Hydraulic Report: Two paper copies and electronic PDF files.
• Drainage and TESC Plan will be submitted with the Final Hydraulic Report.
Task 1.60 Signal and Illumination Design
1.61 The Consultant will prepare construction plans for a traffic signal
installation at the Andover Park East /Industry Drive intersection. The
plans will be submitted to the City for review at the 60% design level.
The Consultant will collect available information relevant to the
design and conduct a field review of on -site conditions. A signal pole
detail sheet and signal pole foundation specifications will be
provided.
1.62 The Consultant will prepare illumination plans for the 60% design
level, and coordinate lighting system standards with the City.
Assumptions
• The 90% and 100% design documents including plans, specifications, and cost
estimate will be completed under a supplemental to this agreement.
• The City will distribute plans for internal review and will consolidate all comments into
a single document to be transmitted to the Consultant.
Deliverables
• 60% plan review submittal of traffic signals, pole foundations, and illumination. One
11x17 paper copy may be provided if requested by the City and one electronic PDF file
will be submitted.
• Written response to review comments for each submittal
Task 1.70 Utility Coordination and Relocation
The Consultant shall perform the following utility coordination tasks:
12
1.71 Utilize the field survey, as -built drawings, and information from utility
companies to identify potential conflicts (aerial and subsurface) with
proposed improvements.
1.72 Notify the affected utility companies of conflicts and attend one
meeting to discuss resolutions.
Assumptions
• Any potholing required to determine existing utility locations shall be performed by a
subconsultant under this contract. A maximum of 10 potholes is anticipated for this
task.
• The Consultant will collect and distribute as -built plans and comments from the
affected utility companies
Deliverables
• Utility relocation plans will be provided with the 60% design submittal.
Task 1.80 Cost Estimate
1.81 The Consultant shall identify standard and non - standard bid items
and calculate all quantities. This list will be used to assist the City in
preparation of a bid schedule. An engineer's estimate of construction
costs will be prepared for the 60% design.
Assumptions
• A final cost estimate and quantity calculations will be submitted with the 100% design
plans under a supplemental agreement.
Deliverables
• One paper copy of the cost estimate may be provided if requested by the City and on
electronic file in MS Excel format will be submitted at the 60% submittal.
OPTIONAL SERVICES
The following are optional services that may be requested as needed. No work shall
commence without prior written authorization from the City for the following tasks:
Task 1.90 Landscape Design
Task 1.90.1 Geotechnical Analysis
Task 1.90.2 Right -of -Way Acquisition
13
Task 1.90.3 Construction Support Services
TASK 2.0 ANDOVER PARKE. & MINKLER BLVD. — INTERSECT /ON IMPROVEMENT
Task 2.00 Project Management
This task covers the day -to -day activities by the Consultant to manage,
administer, and coordinate the work to meet the needs of the City. This task
is expected to include:
2.01 A kickoff meeting with the City Project Manager, City staff,
subconsultants and others as appropriate.
2.02 Four bi- weekly coordination meetings with City staff to address design
coordination, and resolution of review comments.
2.03 Four internal design team meetings.
2.04 All work products of the Consultant and subconsultants will be
subject to an in -house QA /QC review.
2.05 Preparation of invoices, progress reports, and updates to the project
delivery schedule.
2.06 Coordination of subconsultant agreements.
Deliverables:
• Monthly invoices and progress reports.
• Meeting minutes from coordination meetings with the City.
• The project coordination meetings with the City may cover discussion items from
multiple intersections within this project.
Task 2.10 Topographic & Boundary Survey
2.11 The Consultant will perform a field survey to collected topographic
information located approximately 300' north, south, east, and west
of the intersection and extend 20' beyond the Right -of -Way (ROW)
line. The survey will include curb lines, sidewalks, roadway edges,
drainage structures, utility locations, contours, and horizontal /vertical
control.
2.12 The Consultant will acquire title reports for parcels adjoining the
project area.
14
2.13 The Consultant will perform a field survey of the pothole locations.
Deliverables:
• Site survey that includes topographic, utility, and ROW information.
Task 2.20 Traffic Analysis
2.21 The Consultant will review the 2030 traffic volume forecasts from the
City of Tukwila travel model to assist on the design of turn pocket
lengths and turn lane configurations on Andover Park E. and Minkler
Boulevard. We will work with City staff to determine how to
accommodate future bike lanes at the intersection.
Task 2.30 Conceptual Design
2.31 The Consultant will provide up to two (preliminary and final)
conceptual layouts of recommended improvements based on the
traffic analysis. The layouts may include future lane configurations,
curb lines, sidewalks, and ROW encroachments.
Deliverables:
• Preliminary and Final conceptual layouts of recommended intersection improvements.
Task 2.40 Civil 30% and 60% Roadway Design
The Consultant shall provide civil engineering services for the design of the
intersection improvements including plan, profile, and details. Submittals will
be provided at the 30% and 60% design levels. The 90% and 100% design
documents including plans, specifications, and cost estimate are anticipated
to be completed under a supplemental agreement to this contract. The plans
in this contract are expected to include the following sets of sheets:
2.41 Cover
2.42 Sheet Index and Legend
2.43 Roadway Sections
2.44 Site Preparation
2.45 Roadway Plan and Profile
2.46 Drainage Plan and Profile
2.47 Drainage Details
2.48 Channelization, Pavement Marking, and Signing
Assumptions
15
• Plan sheets will be combined into a single bid package with separate bid schedules for
Andover Park E at Industry Drive intersection and the Andover Park E at Minkler
Boulevard intersection for budget tracking purposes.
• The drawings will be prepared usingAutocad Civil 3D 2014
• Work will be done in accordance with the American Association of State Highway and
Transportation Officials (AASHTO), City of Tukwila, and WSDOT guidelines and
specifications.
• Temporary Erosion Control & Sediment Control Plans and Construction Staging,
Sequencing, and Traffic Control Plans will be included in the 90% and 100% design
plans under a supplemental agreement.
• The City will distribute plans for internal review and will consolidate all comments into
a single document to be transmitted to the Consultant.
• The City will provide all GIS based Aerial photos and other relevant mapping
information available for the project site.
Deliverables:
• 30% plan review submittal, including all anticipated plans and details listed above.
One 11x17 paper copy may be provided if requested by the City and one electronic
PDF file will be submitted.
• 60% plan review submittal, including all anticipated plans and details listed above.
One 11x17 paper copy may be provided if requested by the City and one electronic
PDF file will be submitted.
• Written response to review comments for each submittal.
Task 2.50 Hydraulic and Hydrologic Design
The Consultant shall perform the following tasks in support of the project
hydraulic and hydrologic design.
All stormwater management elements of the roadway shall be designed in
accordance with the requirements of King County Surface Water Design
Manual (2009).
Consultant shall conduct a site visit to field verify existing conditions, utility
as- builts, drainage sub -basin delineations and to generally confirm accuracy
of survey base mapping. A maximum of two site visits is anticipated.
2.51 The Consultant shall perform an analysis of new and replaced
impervious to determine the need for flow control. Relevant
information and figures that results from this analysis will be included
in the final drainage report.
2.52 The consultant shall prepare a Draft Hydraulic Report in conformance
with the King County standards. The report shall document project
background, existing drainage patterns, downstream analysis, design
criteria, geometry and performance of proposed drainage systems,
including preparation of basin delineation maps and figures,
16
conveyance design, backwater analysis, and design of water quality
facilities.
2.53 A Final Hydraulic Report will be prepared that addresses all
comments from the previous submittal and incorporates any design
changes that occur after the 60% plan submittal.
Assumptions
• A single combined Hydraulic Report with individual sections will be prepared for this
intersection and the Andover Park E at Industry Drive intersection.
• Stormwater Pollution Prevention Plan will be prepared by the Contractor.
• The Final Hydraulic Report will be submitted after the 100% roadway design plans
have been submitted.
Deliverables
• Draft Hydraulic Report: Four paper copies and electronic PDF files.
• Final Hydraulic Report: Two paper copies and electronic PDF files.
• Drainage and TESC Plan will be submitted with the Final Hydraulic Report.
Task 2.60 Signal and Illumination Design
2.61 The Consultant will prepare construction plans for a traffic signal
installation at the Andover Park East /Minkler Blvd. intersection. The
plans will be submitted to the City for review at the 60% design levels.
The Consultant will collect available information relevant to the
design and conduct a field review of on -site conditions. A signal pole
detail sheet and signal pole foundation specifications will be
provided..
2.62 The Consultant will prepare illumination plans for the 60% and
coordinate lighting system standards with the City.
Assumptions
• The 90% and 100% design documents including plans, specifications, and cost
estimate will be completed under a supplemental to this agreement. The
supplemental may also include temporary traffic signal PS &E for one stage of
construction at the Andover Park East /Minkler Boulevard intersection. The design will
identify the location of temporary poles, span wires, and signal heads, if needed to
maintain signal operations during construction.
• The City will distribute plans for internal review and will consolidate all comments into
a single document to be transmitted to the Consultant.
Deliverables
17
• Plan submittal of traffic signals, pole foundations, and illumination at the 60% design
levels. One 11x17 paper copy may be provided if requested by the City and one
electronic PDF file will be submitted.
• Written response to review comments for each submittal
Task 2.70 Utility Coordination and Relocation
The Consultant shall perform the following utility coordination tasks:
2.71 Utilize the field survey, as -built drawings, and information from utility
companies to identify potential conflicts (aerial and subsurface) with
proposed improvements.
2.72 Notify the affected utility companies of conflicts and attend one
meeting to discuss resolutions.
Assumptions
• Any potholing required to determine existing utility locations shall be performed by a
subconsultant under this contract. A maximum of 10 potholes is anticipated for this
task.
• The Consultant will collect and distribute as -built plans and comments from the
affected utility companies
Deliverables
• Utility relocation plans will be provided with the 60% design submittal (see Task 1.30)
Task 2.80 Cost Estimate
2.81 The Consultant shall identify standard and non - standard bid items
and calculate all quantities. This list will be used to assist the City in
preparation of a bid schedule. An engineer's estimate of construction
costs will be prepared for the 60% design.
Assumptions
• A final cost estimate and quantity calculations will be submitted with the 100% design
plans under a supplemental agreement.
Deliverables
• One paper copy of the cost estimate may be provided if requested by the City and on
electronic file in MS Excel format will be submitted at the 60% submittal.
OPTIONAL SERVICES
The following are optional services that may be requested as needed. No work shall
commence without prior written authorization from the City for the following tasks:
18
Task 2.90 Landscape Design
Task 2.90.1 Geotechnical Analysis
Task 2.90.2 Right -of -Way Acquisition
Task 2.90.3 Construction Support Services
TASK 3.0 W. VALLEYHWY& 5.156 H ST. — FEASIBILITY STUDY
Task 3.00 Project Management
This task covers the day -to -day activities by the Consultant to manage,
administer, and coordinate the work to meet the needs of the City. This task
is expected to include:
3.01 Coordination meetings with the design team and /or City staff to
address design coordination, and resolution of review comments.
Meetings to be held on an as- needed basis with a maximum of two.
3.02 Design coordination meetings with WSDOT to discuss improvement
options. Meetings to be held on an as- needed basis with a maximum
of two.
3.03 All work products of the Consultant and subconsultants will be
subject to an in -house QA /QC review.
3.04 Preparation of invoices, progress reports, and updates to the project
delivery schedule.
Deliverables:
• Monthly invoices and progress reports.
• Meeting minutes from coordination meetings with the City.
• The project coordination meetings with the City may cover discussion items from
multiple intersections within this project.
Task 3.10 Right -of -Way and Utility Data Collection
3.10 The Consultant will acquire and review city GIS data, parcel maps,
and utility as -built plans and properly display them in the conceptual
layouts.
Task 3.20 Traffic Analysis
19
3.21 The Consultant will prepare a feasibility analysis of expanding West
Valley Highway to the east to accommodate improved pedestrian
facilities and potentially a new travel lane. We will review the 2030
travel model forecasts to confirm land configurations and turn pocket
lengths. We will also work with City staff on different sidewalk design
options.
3.22 The Consultant will prepare preliminary concepts (10% design) for
signal modifications that may be required at this location to
accommodate the expanded roadway.
Task 3.30 Civil Design
3.31 The Consultant will prepare preliminary plan view concepts of
improvements that may be required at this intersection such as
relocation of pavement edges, sidewalks, signal poles, and
channelization.
3.32 The Consultant will document ROW encroachments of conceptual
intersection improvements.
3.33 The Consultant will perform a preliminary analysis of the existing
utility and drainage facilities and determine the impacts and
relocations that may be required by the recommended intersection
improvements.
Assumptions
• The schematic drawings will be prepared using Autocad Civil 3D 2014
• The City will provide all relevant frontage improvement plans that are available for the
project area.
• The schematic drawings will be designed in accordance with the American Association
of State Highway and Transportation Officials (AASHTO), City of Tukwila, and WSDOT
guidelines and specifications.
• The City will distribute the technical memorandum for internal review and will
consolidate all comments into a single document to be transmitted to the Consultant.
• The project coordination meetings with the City may cover discussion items from
multiple intersections within this project.
Deliverables:
• A draft and final technical memorandum will be prepared that summarizes the results
of the feasibility study and will include conceptual layouts, schematic diagrams, and
results of the traffic LOS analysis. One paper copy may be provided if requested by the
City and one electronic PDF file will be submitted with both the draft and final
submittals.
Task 3.40 Cost Estimate
20
3.41 The Consultant will prepare a preliminary cost estimate of
improvements recommended in the technical memorandum.
Deliverables:
• The cost estimate will be submitted in hard copy and MS Excel format.
OPTIONAL SERVICES
The following are optional services that may be requested as needed. No work shall
commence without prior written authorization from the City for the following tasks:
Task 3.50 PS &E
Task 3.60 Landscape Design
Task 3.70 Geotechnical Analysis
Task 3.80 Right -of -Way Acquisition
Task 3.90 Construction Support Services
TASK 4.0 S. 133° Sr. & SR 599 SOUTHBOUND RAMPS — FEAS /B /L /TYSTUDY
Task 4.00 Project Management
This task covers the day -to -day activities by the Consultant to manage,
administer, and coordinate the work to meet the needs of the City. This task
is expected to include:
4.01 Coordination meetings with the design team and /or City staff to
address design coordination, and resolution of review comments.
Meetings to be held on an as- needed basis with a maximum of two.
4.02 Design coordination meetings with WSDOT to discuss improvement
options. Meetings to be held on an as- needed basis with a maximum
of two.
4.03 All work products of the Consultant and subconsultants will be
subject to an in -house QA /QC review.
4.04 Preparation of invoices, progress reports, and updates to the project
delivery schedule.
Deliverables:
• Monthly invoices and progress reports.
• Meeting minutes from coordination meetings with the City.
21
Task 4.10 Right -of -Way and Utility Data Collection
4.11 The Consultant will acquire and review city GIS data, parcel maps,
and utility as -built plans and properly display them in the conceptual
layouts.
Task 4.20 Traffic Analysis
4.21 The Consultant will lead an evaluation of potential intersection
improvements that can meet 2030 traffic demands. Up to four
intersection design concepts will be tested, which could include a
roundabout, two traffic signal options, and enhanced turn lanes.
Traffic LOS will be evaluated and a final recommendation will be
made in conjunction with City staff.
Task 4.30 Civil Design
4.31 The Consultant will prepare preliminary plan view concepts of
improvements that may be required at this intersection such as
relocation of pavement edges, sidewalks, signal poles, and
channelization.
4.32 The Consultant will document ROW encroachments of conceptual
intersection improvements.
4.33 The Consultant will perform a preliminary analysis of the existing
utility and drainage facilities and determine the impacts and
relocations that may be required by the recommended intersection
improvements.
Assumptions
• The schematic drawings will be prepared using Autocad Civil 3D 2014
• The City will provide all relevant frontage improvement plans that are available for the
project area.
• The schematic drawings will be designed in accordance with the American Association
of State Highway and Transportation Officials (AASHTO), City of Tukwila, and WSDOT
guidelines and specifications.
• The City will distribute the technical memorandum for internal review and will
consolidate all comments into a single document to be transmitted to the Consultant.
• The project coordination meetings with the City may cover discussion items from
multiple intersections within this project.
22
Deliverables:
• A draft and final technical memorandum will be prepared that summarizes the results
of the feasibility study and will include conceptual layouts, schematic diagrams, and
results of the traffic LOS analysis. One paper copy may be provided if requested by the
City and one electronic PDF file will be submitted with both the draft and final
submittals.
Task 4.40 Cost Estimate
4.41 The Consultant will prepare a preliminary cost estimate of
improvements recommended in the technical memorandum.
Deliverables:
• The cost estimate will be submitted in hard copy and MS Excel format.
OPTIONAL SERVICES
The following are optional services that may be requested as needed. No work shall
commence without prior written authorization from the City for the following tasks:
Task 4.50 PS &E
Task 4.60 Landscape Design
Task 4.70 Geotechnical Analysis
Task 4.80 Right -of -Way Acquisition
Task 4.90 Construction Support Services
TASK5.0 MACADAM RD. &S. 144TH ST. — FEAS/BIL/TYSTUDY
Task 5.00 Project Management
This task covers the day -to -day activities by the Consultant to manage,
administer, and coordinate the work to meet the needs of the City. This task
is expected to include:
5.01 Coordination meetings with the design team and /or City staff to
address design coordination, and resolution of review comments.
Meetings to be held on an as- needed basis with a maximum of two.
5.02 All work products of the Consultant and subconsultants will be
subject to an in -house QA /QC review.
23
5.03 Preparation of invoices, progress reports, and updates to the project
delivery schedule.
Deliverables:
• Monthly invoices and progress reports.
• Meeting minutes from coordination meetings with the City.
Task 5.10 Right -of -Way and Utility Data Collection
5.11 The Consultant will acquire and review city GIS data, parcel maps,
and utility as -built plans and properly display them in the conceptual
layouts.
Task520 Traffic Analysis
5.21 The Consultant will lead an evaluation of potential intersection
improvements that can meet 2030 traffic demands. Up to three
intersection design concepts will be tested, which could include
additional turn lanes or different traffic signal control options. Traffic
LOS will be evaluated and a final recommendation will be made in
conjunction with City staff.
Task 5.30 Civil Design
5.31 The Consultant will prepare preliminary plan view concepts of
improvements that may be required at this intersection such as
relocation of pavement edges, sidewalks, signal poles, and
channelization.
5.32 The Consultant will document ROW encroachments of conceptual
intersection improvements.
5.33 The Consultant will perform a preliminary analysis of the existing
utility and drainage facilities and determine the impacts and
relocations that may be required by the recommended intersection
improvements.
Assumptions
• The schematic drawings will be prepared using Autocad Civil 3D 2014
• The City will provide all relevant frontage improvement plans that are available for the
project area.
• The schematic drawings will be designed in accordance with the American Association
of State Highway and Transportation Officials (AASHTO), City of Tukwila, and WSDOT
guidelines and specifications.
• The City will distribute the technical memorandum for internal review and will
consolidate all comments into a single document to be transmitted to the Consultant.
24
• The project coordination meetings with the City may cover discussion items from
multiple intersections within this project.
Deliverables:
• A draft and final technical memorandum will be prepared that summarizes the results
of the feasibility study and will include conceptual layouts, schematic diagrams, and
results of the traffic LOS analysis. One paper copy may be provided if requested by the
City and one electronic PDF file will be submitted with both the draft and final
submittals.
Task 5.40 Cost Estimate
5.41 The Consultant will prepare a preliminary cost estimate of
improvements recommended in the technical memorandum.
Deliverables:
• The cost estimate will be submitted in hard copy and MS Excel format.
OPTIONAL SERVICES
The following are optional services that may be requested as needed. No work shall
commence without prior written authorization from the City for the following tasks:
Task 5.50 PS &E
Task 5.60 Landscape Design
Task 5.70 Geotechnical Analysis
Task 5.80 Right -of -Way Acquisition
Task 5.90 Construction Support Services
FEE
An itemized spreadsheet providing a detailed cost breakdown of tasks can be found in Attachment B.
Additional services will only be provided as needed with written direction from the City.
25
EXHIBIT B
Consultant Fee Estimate
Date: October 8, 2014
For: City of Tukwila
Project: Combined Intersection Improvements
Task 1.0 Andover Park E & Industry Dr.
KPFF: Hours Rate Cost
Principal 8 x $ 210.00 $ 1,680.00
Project Manager 116 x $ 165.00 $ 19,140.00
Design Engineer 170 x $ 115.00 $ 19,550.00
CAD Drafter 204 x $ 105.00 $ 21,420.00
Prof. Land Surveyor 18 x $ 125.00 $ 2,250.00
Project Surveyor 16 x $ 95.00 $ 1,520.00
Survey Crew 44 x $ 150.00 $ 6,600.00
Admin. 7 x $ 100.00 $ 700.00
$ 72,860.00
Reimbursables:
Utility Locates 1 x $ 700.00 $ 700.00
Title Reports 8 x $ 500.00 $ 4,000.00
Potholing 10 x $ 500.00 $ 5,000.00
Potholing Traffic Control 1 x $ 2,800.00 $ 2,800.00
Total Reimbursables: $ 12,500.00
KPFF SUBTOTAL $ 85,360.00
Subconsultants
Fehr & Peers $ 1 8,770.00
TASK 1.0 TOTAL: $ 104,130.00
Task 2.0 Andover Park E & Minkler Blvd.
KPFF: Hours Rate Cost
Principal 16 x $ 210.00 $ 3,360.00
Project Manager 146 x $ 165.00 $ 24,090.00
Design Engineer 224 x $ 115.00 $ 25,760.00
CAD Drafter 258 x $ 105.00 $ 27,090.00
Prof. Land Surveyor 22 x $ 125.00 $ 2,750.00
Project Surveyor 16 x $ 95.00 $ 1,520.00
Survey Crew 44 x $ 150.00 $ 6,600.00
Admin 7 x $ 100.00 $ 700.00
$ 91,870.00
Reimbursables:
Utility Locates 1 x $ 700.00 $ 700.00
Title Reports 5 x $ 500.00 $ 2,500.00
Potholing 10 x $ 500.00 $ 5,000.00
Potholing Traffic Control 1 x $ 2,800.00 $ 2,800.00
Total Reimbursables: $ 11,000.00
KPFF SUBTOTAL $ 102,870.00
Subconsultants
Fehr & Peers $ 20,845.00
TASK 2.0 TOTAL: $ 123,715.00
Tukwila Intersections_ Fee Estimate_2014- 10- 08.xls 10/8/2014
Z: \Future Projects \tukwila intersections 2014 \Scope & Fee \Submittal \03.Submittal (2014- 10 -08)\ 11:10 AM
26
Task 3.0 W. Valley Hwy & S. 156th St.
KPFF: Hours Rate Cost
Principal 2 x $ 210.00 $ 420.00
Project Manager 50 x $ 165.00 $ 8,250.00
Design Engineer 32 x $ 115.00 $ 3,680.00
CAD Drafter 20 x $ 105.00 $ 2,100.00
Prof. Land Surveyor 0 $ 125.00 $
Project Surveyor 0 x $ 95.00 $
Survey Crew 0 x $ 150.00 $
Admin 4 x $ 100.00 $ 400.00
$ 14,850.00
Reimbursables:
[NONE] $
Total Reimbursables: $ -
KPFF SUBTOTAL $ 14,850.00
Subconsultants
Fehr & Peers $ 18,480.00
TASK 3.0 TOTAL: $ 33,330.00
Task 4.0 S. 133rd St. & SR 599 Southbound Ramps
KPFF: Hours Rate Cost
Principal 2 x $ 210.00 $ 420.00
Project Manager 50 x $ 165.00 $ 8,250.00
Design Engineer 32 x $ 115.00 $ 3,680.00
CAD Drafter 20 x $ 105.00 $ 2,100.00
Prof. Land Surveyor 0 x $ 125.00 $
Project Surveyor 0 x $ 95.00 $
Survey Crew 0 x $ 150.00 $
Admin 4 x $ 100.00 $ 400.00
$ 14,850.00
Reimbursables:
[NONE] $
Total Reimbursables: $ -
KPFF SUBTOTAL $ 14,850.00
Subconsultants
Fehr & Peers $ 14,440.00
TASK 4.0 TOTAL: $ 29,290.00
Tukwila Intersections_ Fee Estimate_2014- 10- 08.xls 10/8/2014
Z: \Future Projects \tukwila intersections 2014 \Scope & Fee \Submittal \03.Submittal (2014- 10 -08)\ 11:10 AM
27
Task 5.0 Macadam Rd. & S. 144th St.
KPFF: Hours Rate Cost
Principal 2 x $ 210.00 $ 420.00
Project Manager 50 x $ 165.00 $ 8,250.00
Design Engineer 32 x $ 115.00 $ 3,680.00
CAD Drafter 20 x $ 105.00 $ 2,100.00
Prof. Land Surveyor 0 x $ 125.00 $
Project Surveyor 0 x $ 95.00 $
Survey Crew 0 x $ 150.00 $
Admin 4 x $ 100.00 $ 400.00
$ 14,850.00
Reimbursables:
[NONE] $
Total Reimbursables: $ -
KPFF SUBTOTAL $ 14,850.00
Subconsultants
Fehr & Peers $ 10,1 10.00
TASK 5.0 TOTAL: $ 24,960.00
GRAND TOTAL COST: $ 315,425.00
PREPARED BY:
Nathan Anderson, PE
KPFF Consulting Engineers
1601 Fifth Avenue
Suite 1600
Seattle, WA 98101
Tukwila Intersections_ Fee Estimate_2014- 10- 08.xls 10/8/2014
Z: \Future Projects \tukwila intersections 2014 \Scope & Fee \Submittal \03.Submittal (2014- 10 -08)\ 11:10 AM
28
TUKWILA COMBINED INTERSECTION IMPROVEMENT PROJECTS
KPFF:
Civil Engineering
Surveying
PIC
PM
DE
CAD
PLS
PS
CREW
Admin
$210.00
$165.00
$115.00
$105.00
$125.00
$95.00
$150.00
$100.00
Total Hours
Contract
Amount
SCOPE OF WORK
Task 1.0 Andover Park E & Industry Dr. - Intersection Improvement
1.00
Project Management
1.01
1.02
1.03
1.04
1.05
1.06
Kickoff Meeting
2
2
Coordination Meetings with City Staff
8
4
12
Internal Design Team Meetings
8
8
16
QA /QC Review
8
8
Project Management, Ad min, Invoicing and Progress Reports
8
4
12
Subconsultant Agreements
2
2
4
$ 8,280.00
1.10
Topographic &Boundary Survey
1.11
1.12
1.13
Topographic Mapping
2
8
8
16
40
74
Boundary and Right -of -Way
2
10
12
Potholing Locates
4
$ 11,870.00
1.20
Traffic Analysis
1.21
Traffic Analysis
1.30
Conceptual Design
1.31
Conceptual Layouts
8
8
12
28
$ 3,500.00
1.40
Civil 30707 6070 Roadway Design
1.41
1.42
1.43
1.44
1.45
1.46
1.47
1.48
Cover
1
1
4
6
Sheet Index and Legend
1
1
4
6
Roadway Sections
2
8
12
22
Site Preparation
2
8
16
26
Roadway Plan and Profile
12
32
54
98
Drainage Plan and Profile
12
24
32
68
Drainage Details
2
4
12
18
Channelization, Pavement Marking, and Signing
16
20
32
68
$ 36,620.00
1.50
Hydraulic and Hydrologic Design
1.51
1.52
1.53
Analyis of new and replaced impervious areas
4
4
Draft Hydraulic Report
4
12
4
1
21
Final Hydraulic Report
2
4
2
8
$ 4,020.00
.60
Signal and Illumination 6070 Design
1.61
1.62
Signal Design and Pole Foundation Design
Illumination Plan & Details
.70
Utility Coordination And Relocation
1.71
1.72
Utility Review and Assessment
4
4
Coordination with Utility Companies
10
12
12
34
$ 4,950.00
.80
Cost Estimate
1.81
Cost Estimate for 6070 Design
8
20
28
$ 3,620.00
.90
Landscape Design (OPTIONAL)
.90.1
Geotechnical Analysis (OPTIONAL)
.90.2
Right -Of -Way Acquisition (OPTIONAL)
.90.3
Construction Support Services (OPTIONAL)
SUBTOTAL
8
116
170
204
18
16
44
7
579
$72,860.00
10/8/2014
29
T UKWI LA COMBINED INTERSECTION IMPROVEMENT PROJECTS
KPFF:
Civil Engineering
Surveying
PIC
PM
DE
CAD
PLS
PS
CREW
Ad mi n
$210.00
$165.00
$115.00
$105.00
$125.00
$95.00
$150.00
$100.00
Total Hours
Contract
Amount
SCOPE OF WORK
Task 2.0 Andover Park E & Minkler Blvd. - Intersection Improvement
2.00
Project Management
2.01
2.02
2.03
2.04
2.05
2.06
Kickoff Meeting
2
2
Coordination Meetings with City Staff
8
4
12
Internal Design Team Meetings
8
8
16
QA /QC Review
16
16
Project Management, Ad min, Invoicing and Progress Reports
8
4
12
Subconsultant Agreements
2
2
4
$ 9,960.00
2.10
Topographic &Boundary Survey
2.11
2.12
2.13
Topographic Mapping
2
8
16
40
74
Boundary and Right- of-Way
2
14
16
Potholing Locates
4
4
$ 12,370.00
2.20
Traffic Analysis
2.21
Traffic Analysis
2.30
Conceptual Design
2.31
Conceptual Layouts
8
8
12
28
$ 3,500.00
2.40
Civil 30707 609 Roadway Design
2.41
2.42
2.43
2.44
2.45
2.46
2.47
2.48
Cover
4
6
Sheet Index and Legend
4
6
Roadway Sections
4
8
16
28
Site Preparation
4
12
20
36
Roadway Plan and Profile
16
40
76
132
Drainage Plan and Profile
24
40
40
104
Drainage Details
4
8
16
28
Channelization, Pavement Marking, and Signing
20
20
40
80
$ 49,840.00
2.50
Hydraulic and Hydrologic Design
2.51
2.52
2.53
Ana Iyls of new and replaced Impervious areas
4
4
Draft Hydraulic Report
4
18
4
27
Final Hydraulic Report
2
8
2
12
$ 5,170.00
2.60
Signal and Illumination 6070 Design
2.61
2.63
Signal Design and Pole Foundation Design
Illumination Plan & Details
2.70
Utility Coordination And Relocation
2.71
2.72
Utility Review and Assessment
8
8
Coordination with Utility Companies
10
16
16
42
$ 6,490.00
2.80
Cost Estimate
2.81
Cost Estimate for 609 Design
8 28
36
$ 4,540.00
2.90
Landscape Design (OPTIONAL)
2.90.1
Geotechnlca l Analysis (OPTIONAL)
2.90.2
Right -Of -Way Acquisition (OPTIONAL)
2.90.3
Construction Support Services (OPTIONAL)
SUBTOTAL
16
146
224
258
22
16
44
7
733
$91,870.00
10/8/2014
30
TUKWILA COMBINED INTERSECTION IMPROVEMENT PROJECTS
KPFF:
Civil Engineering
Surveying
PIC
PM
DE
CAD
PLS
PS
CREW
Admin
$210.00
$165.00
$115.00
$105.00
$125.00
$95.00
$150.00
$100.00
Total Hours
Contract
Amount
SCOPE OF WORK
Task 3.0 W. Valley Hwy & S. 156th St. - Feasibility Study
3.00
Project Management
3.01
3.02
3.03
3.04
Coordination Meetings
4
4
WSDOT Design Coordination
4
QA /QC Review
2
2
Project Management, Ad min, Invoicing and Progress Reports
16
4
20
$ 4,780.00
3.10
Right -Of -Way and Utility Data Collection
3.11
Data Collection
8
8
$ 920.00
3.20
Traffic Analysis
3.21
3.22
Traffic Analysis
Signal Modification
3.30
Civil Design
3.31
3.32
3.33
Develop Channelization and Roadway Layout
16
12
20
48
Document R/W needs
4
2
6
Document Utility & Drainage needs.
4
2
6
$ 7,900.00
3.40
Cost Estimate
3.41
Estimate Costs For Improvements
2
8
10
$ 1,250.00
SUBTOTAL
2
50
32
20
4
104
$14,850.00
Task 4.0 S. 133rd St. & SR 599 Southbound Ramps - Feasibility Study
4.00
Project Management
4.01
4.02
4.03
4.04
Coordination Meetings
4
4
WSDOT Design Coordination
4
QA /QC Review
2
2
Project Management, Ad min, Invoicing and Progress Reports
16
4
20
$ 4,780.00
4.10
Right -Of -Way and Utility Data Collection
4.11
Data Collection
8
8
$ 920.00
4.20
Traffic Analysis
4.21
Traffic Analysis
4.30
Civil Design
4.31
4.32
4.33
Develop Channelization and Roadway Concepts
16
12
20
48
Document R/W needs
4
2
6
Document Utility & Drainage needs.
4
2
6
$ 7,900.00
4.40
Cost Estimate
4.41
Concept Estimate
2
8
10
$ 1,250.00
SUBTOTAL
2
50
32
20
4
104
$14,850.00
Task 5.0 Macadam Rd. & S. 144th St. - Feasibility Study
5.00
Project Management
5.01
5.02
5.03
Coordination Meetings
8
8
QA /QC Review
2
2
Project Management, Ad min, Invoicing and Progress Reports
16
4
20
$ 4,780.00
5.10
Right -Of -Way and Utility Data Collection
5.11
Data Collection
8
8
$ 920.00
5.20
Traffic Analysis
5.21
Traffic Analysis
5.30
Civil Design
5.31
5.32
5.33
Develop Channelization and Roadway Concepts
16
12
20
48
Document R/W needs
4
2
6
Document Utility & Drainage needs.
4
2
6
$ 7,900.00
5.40
Cost Estimate
5.41
Concept Estimate
2
8
10
$ 1,250.00
SUBTOTAL
2
50
32
20
4
108
$14,850.00
Total
30 412 490 522
32 88 26 1600 $204,280.00
10/8/2014
31
Subconsultant Fee Estimate - Fehr & Peers
COST ESTIMATE
Date: October 8, 2014
For: City of Tukwila
Project: Combined Intersection Improvements
Task 1.0 Andover Park E & Industry Dr.
Fehr & Peers: Hours Rate Cost
Principal 16 x $ 220.00 = $ 3,520.00
Sr. Associate 11 x $ 205.00 = $ 2,255.00
Engineer 28 x $ 170.00 = $ 4,760.00
Drafter / Planner 51 x $ 135.00 = $ 6,885.00
Admin. 4 x $ 100.00 = $ 400.00
$ 17,820.00
Reimbursables
Traffic Analysis 1 x $ 200.00 = $ 200.00
Signal Design 1 x $ 750.00 = $ 750.00
Total Reimbursables: $ 950.00
SUBTOTAL $ 18,770.00
Task 2.0 Andover Park E & Minkler Blvd.
Fehr & Peers: Hours Rate Cost
Principal 16 x $ 220.00 = $ 3,520.00
Sr. Associate 11 x $ 205.00 = $ 2,255.00
Engineer 30 x $ 170.00 = $ 5,100.00
Drafter / Planner 62 x $ 135.00 = $ 8,370.00
Admin. 6 x $ 100.00 = $ 600.00
$ 19,845.00
Reimbursables
Traffic Analysis 1 x $ 200.00 = $ 200.00
Signal Design 1 x $ 800.00 = $ 800.00
Total Reimbursables: $ 1,000.00
SUBTOTAL $ 20,845.00
32
Task 3.0 W. Valley Hwy & S. 156th St.
Fehr & Peers: Hours Rate Cost
Principal 24 x $ 220.00 = $ 5,280.00
Sr. Associate 4 x $ 205.00 = $ 820.00
Engineer 24 x $ 170.00 = $ 4,080.00
Drafter / Planner 40 x $ 135.00 = $ 5,400.00
Admin. 24 x $ 100.00 = $ 2,400.00
$ 17,980.00
Reimbursables
Traffic Analysis 1 x $ 200.00 = $ 200.00
Signal Design 1 x $ 300.00 = $ 300.00
Total Reimbursables: $ 500.00
SUBTOTAL $ 18,480.00
Task 4.0 S. 133rd St. & SR 599 Southbound Ramps
Fehr & Peers: Hours Rate Cost
Principal 16 x $ 220.00 = $ 3,520.00
Sr. Associate 0 x $ 205.00 = $
Engineer 6 x $ 170.00 = $ 1,020.00
Drafter / Planner 60 x $ 135.00 = $ 8,100.00
Admin. 16 x $ 100.00 = $ 1,600.00
$ 14,240.00
Reimbursables
Traffic Analysis 1 x $ 200.00 = $ 200.00
Total Reimbursables: $ 200.00
SUBTOTAL $ 14,440.00
33
Task 5.0 Macadam Rd. & S. 144th St.
Fehr & Peers: Hours Rate Cost
Principal 12 x $ 220.00 = $ 2,640.00
Sr. Associate 0 x $ 205.00 = $
Engineer 0 x $ 170.00 = $
Drafter / Planner 42 x $ 135.00 = $ 5,670.00
Admin. 16 x $ 100.00 = $ 1,600.00
$ 9,910.00
Reimbursables
Traffic Analysis 1 x $ 200.00 = $ 200.00
Total Reimbursables: $ 200.00
SUBTOTAL $ 10,110.00
TOTAL FEHR & PEERS COST ESTIMATE: $ 82,645.00
34
T UKWI LA COMBINED INTERSECTION IMPROVEMENT PROJECTS
Fehr & Peers:
PRINCIPAL
SR ASSOCIATE
ENGINEER
CAD / Planner
Admin.
$220.00
$205.00
$170.00
$135.00
$100.00
Total Hours
Contract
Amount
SCOPE OF WORK
Task 1.0 Andover Park E & Industry Dr. - Intersection Improvement
1.00
Project Management
1.01
1.02
1.03
1.04
1.05
1.06
Kickoff Meeting
Bi- weekly Coordination Meetings with City Staff
Internal Design Team Meetings
QA /QC Review
Project Management, Admin, Invoicing and Progress Reports
Subconsultant Agreements
1.10
Topographic &Boundary Survey
1.11
1.12
Topographic Mapping
Boundary and Right -of -Way
1.20
Traffic Analysis
1.21
Traffic Analysis
12
20
2
34
$ 5,540.00
1.30
Conceptual Design
1.31
Conceptual Layouts
1.40
Civil 30 %& 60% Roadway Design
1.41
1.42
1.43
1.44
1.45
1.46
1.47
1.48
Cover
Sheet Index and Legend
Roadway Sections
Site Preparation
Roadway Plan and Profile
Drainage Plan and Profile
Drainage Details
Channelization, Pavement Marking, and Signing
1.50
Hydraulic and Hydrologic Design
1.51
1.52
1.53
Analyis of new and replaced impervious areas
Draft Hydraulic Report
Final Hydraulic Report
.60
Signal and Illumination 60% Design
1.61
1.62
Signal Design and Pole Foundation Design
2
9
20
21
2
54
Illumination Plan & Details
2
2
8
10
$ 12,280.00
.70
Utility Coordination And Relocation
1.71
1.72
Utility Review and Assessment
Coordination with Utility Companies
.80
Cost Estimate
1.81
Cost Estimate for 60% Design
.90
Landscape Design (OPTIONAL)
.90.1
Geotechnlca l Analysis (OPTIONAL)
.90.2
Right -Of -Way Acquisition (OPTIONAL)
.90.3
Construction Support Services (OPTIONAL)
SUBTOTAL
16
11
28
51
4
88
$17,820.00
10/8/2014
35
T UKWI LA COMBINED INTERSECTION IMPROVEMENT PROJECTS
Fehr & Peers:
PRINCIPAL
SR ASSOCIATE
ENGINEER
CAD / Planner
Admin.
$220.00
$205.00
$170.00
$135.00
$100.00
Total Hours
Contract
Amount
SCOPE OF WORK
Task 2.0 Andover Park E & Minkler Blvd. - Intersection Improvement
2.00
Project Management
2.01
2.02
2.03
2.04
2.05
2.06
Kickoff Meeting
Bi- weekly Coordination Meetings with City Staff
Internal Design Team Meetings
QA /QC Review
Project Management, Ad min, Invoicing and Progress Reports
Subconsultant Agreements
2.10
Topographic &Boundary Survey
2.11
2.12
Topographic Mapping
Boundary and Right -of -Way
2.20
Traffic Analysis
2.21
Traffic Analysis
12
28
4
44
$ 6,820.00
2.30
Conceptual Design
2.31
Conceptual Layouts
2.40
Civil 30 %& 60% Roadway Design
2.41
2.42
2.43
2.44
2.45
2.46
2.47
2.48
Cover
Sheet Index and Legend
Roadway Sections
Site Preparation
Roadway Plan and Profile
Drainage Plan and Profile
Drainage Details
Channelization, Pavement Marking, and Signing
2.50
Hydraulic and Hydrologic Design
2.51
2.52
2.53
Analyis of new and replaced impervious areas
Draft Hydraulic Report
Final Hydraulic Report
2.60
Signal and Illumination 60% Design
0.61
2.62
Signal Design and Pole Foundation Design
2
9
22
24
2
59
Illumination Plan & Details
2
2
8
10
22
$ 13,025.00
2.70
Utility Coordination And Relocation
2.71
2.72
Utility Review and Assessment
Coordination with Utility Companies
2.80
Cost Estimate
2.81
Cost Estimate for 60% Design
2.90
Landscape Design (OPTIONAL)
2.90.1
Geotechnlca l Analysis (OPTIONAL)
2.90.2
Right -Of -Way Acquisition (OPTIONAL)
2.90.3
Construction Support Services (OPTIONAL)
SUBTOTAL
16
11
30
62
6
125
$19,845.00
10/8/2014
36
TUKWILA COMBINED INTERSECTION IMPROVEMENT PROJECTS
Fehr & Peers:
PRINCIPAL
SR ASSOCIATE
ENGINEER
CAD /Planner
Admin.
$220.00
$205.03
$170.00
$135.00
$100.00
Total Hours
Contract
Amount
SCOPE OF WORK
Task 3.0 W. Valley Hwy & S. 156th St. - Feasiblity Study
3.00
Project Management
3.01
3.02
3.03
3.04
Coordination Meetings
WSDOT Design Coordination
QA /QC Review
Project Management, Ad min, Invoicing and Progress Reports
3.10
Right -Of -Way and Utility Data Collection
3.11
Data Collection
3.20
Traffic Analysis
3.21
3.22
Traffic Analysis
24
40
20
84
Signal Modification
4
24
4
32
$ 17,980.00
3.30
Civil Design
3.31
3.32
3.33
Develop Channelization and Roadway Layout
Document R/W needs
Document Utility & Drainage needs.
3.40
Cost Estimate
3.41
Estimate Costs For Improvements
SUBTOTAL
24
4
24
40
24
116
$17,980.00
Task 4.0 S. 133rd St. & SR 599 Southbound Ramps - Feasibility Study
4.00
Project Management
4.01
4.02
4.03
4.04
Coordination Meetings
WSDOT Design Coordination
QA /QC Review
Project Management, Ad min, Invoicing and Progress Reports
4.10
Right -Of -Way and Utility Data Collection
4.11
Data Collection
4.20
Traffic Analysis
4.21
Traffic Analysis
16
6
60
16
98
$ 14,240.00
4.30
Civil Design
4.31
4.32
4.33
Develop Channelization and Roadway Concepts
Document R/W needs
Document Utility & Drainage needs.
4.40
Cost Estimate
4.41
Concept Estimate
SUBTOTAL
16
6
60
16
98
$14,240.00
Task 5.0 Macadam Rd. & S. 144th St. - Feasibility Study
5.00
Project Management
5.01
5.02
5.03
Coordination Meetings
QA /QC Review
Project Management, Ad min, Invoicing and Progress Reports
5.10
Right -Of -Way and Utility Data Collection
5.11
Data Collection
5.20
Traffic Analysis
5.21
Traffic Analysis
12
42
16
70
$ 9,910.00
5.30
Civil Design
5.31
5.32
5.33
Develop Channelization and Roadway Concepts
Document R/W needs
Document Utility & Drainage needs.
5.40
Cost Estimate
5.41
Concept Estimate
SUBTOTAL
12 I 1 1 42 1 16 1 70
$9,910.00
Total
84 26 88 255 66 519 $79,795.00
10/8/2014
37
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2014 to 2019
PROJECT: Andover Park East/Industry Dr Intersection * Project No. 99110405 Zone 1
DESCRIPTION: Design and construct traffic signal with Andover Park East left turn lanes and crosswalks.
JUSTIFICATION: Signal control and left turn lanes will improve safety and provide needed capacity.
STATUS: Commercial Business District (CBD) sidewalk, widening, north to south left turn lanes, and railroad
signal completed in 1996.
MAINT. IMPACT: Annual signal re- lamping and routine operations.
COMMENT: Project is on Traffic impact fee list.
FINANCIAL Through Estimated
in $000's
2012 2013 2014
2015
2016
2017
2018
2019
BEYOND TOTAL
EXPENSES
Design
100
100
Land(R/W)
0
Const. Mgmt.
75
75
Construction
500
500
TOTAL EXPENSES
0
0
100
0
0
0
0
0
575
675
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Traffic Impact Fees
75
75
City Oper. Revenue
0
0
25
0
0
0
0
0
575
600
TOTAL SOURCES
0
0
100
0
0
0
0
0
575
675
2014 - 2019 Capital Improvement Program
23
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2014 to 2019
PROJECT: Andover Park E /Minkler Blvd Intersection * Project No. 90310405 Zone 1
DESCRIPTION: Design and construct left turn lanes on Andover Park East and reconstruct traffic signal.
JUSTIFICATION: Improve safety and provide needed capacity.
STATUS: Design Report will identify costs.
MAINT. IMPACT: Annual signal re- lamping and routine operations.
COMMENT: Project is on Traffic impact fee list. Mitigation is from Westfield Mall.
FINANCIAL Through Estimated
(in $000's
2012 2013 2014
2015
2016
2017
2018
2019
BEYOND TOTAL
EXPENSES
Design
120
20
140
Land(R/W)
0
Const. Mgmt.
75
75
Construction
527
527
TOTAL EXPENSES
0
0
120
0
0
0
0
0
622
742
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
20
20
Traffic Impact Fees
55
55
City Oper. Revenue
(20)
0
65
0
0
0
0
0
622
667
TOTAL SOURCES
0
0
120
0
0
0
0
0
622
742
Project Location
vao
S 161
r:
. S
Nam 4;atta,
Tnb„n0 Or'.
31.46..
2014 - 2019 Capital Improvement Program
24
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2014 to 2019
PROJECT: West Valley Hwy /S 156 St Intersection * Project No. 99310410 Zone 1
DESCRIPTION: Design and construct safety and capacity improvements at intersection; add northbound left turn lane
for HOV and transit.
JUSTIFICATION: Vehicle and pedestrian safety and capacity improvement needed.
STATUS: Will submit grant application to Puget Sound Regional Council when funding available.
MAINT. IMPACT: Primarily state; minimal change.
COMMENT: Project is on Traffic impact fee list. Developer contributions and proposed Federal PSRC grant of $440,000.
FINANCIAL Through Estimated
in $000's
2012 2013 2014
2015
2016
2017
2018
2019
BEYOND TOTAL
EXPENSES
Design
75
50
125
Land (RAN)
0
Const. Mgmt.
102
102
Construction
880
880
TOTAL EXPENSES
0
0
75
0
0
0
0
0
1,032
1,107
FUND SOURCES
Awarded Grant
0
Proposed Grant
440
440
Mitigation Actual
0
Traffic Impact Fees
75
75
City Oper. Revenue
0
0
0
0
0
0
0
0
592
592
TOTAL SOURCES
0
0
75
0
0
0
0
0
1,032
1,107
Project Location
7
� r
2014 - 2019 Capital Improvement Program
25
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2014 to 2019
PROJECT: S 133 St/SR599 Southbound Intersection * Project No. 99510405 Zone 3
DESCRIPTION: Design and construct intersection improvements including signalization, lighting, crosswalks, and drainage.
JUSTIFICATION: Traffic is increasing, improvements will provide increased safety and capacity.
STATUS: Traffic Study and design report will identify costs. WSDOT approvals are needed within limited access
as well as coordination with the Interurban signals.
MAINT. IMPACT: Annual signal lamping and routine operations.
COMMENT: Proposed Federal TEA -21 grant of $460,000. Project is on impact fee list.
FINANCIAL Through Estimated
in $000's
2012 2013 2014
2015
2016
2017
2018
2019
BEYOND TOTAL
EXPENSES
Design
20
60
80
Land (R/W)
0
Const. Mgmt.
60
60
Construction
510
510
TOTAL EXPENSES
0
0
20
0
0
0
0
0
630
650
FUND SOURCES
Awarded Grant
0
Proposed Grant
460
460
Mitigation Actual
0
Traffic Impact Fees
24
4
28
City Oper. Revenue
(24)
(4)
20
0
0
0
0
0
170
162
TOTAL SOURCES
0
0
20
0
0
0
0
0
630
650
w�muN w ro is o ��N�uwoiomu��m Wow mwiwm mlloocl
2014 - 2019 Capital Improvement Program
28
41
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2014 to 2019
PROJECT: Macadam Rd & S 144th St Intersection * Project No. 90610405 Zone 2
DESCRIPTION: Design and construct intersection improvements on Macadam Road (east of 1 -5).
In order to meet the Council adopted concurrency standard, this intersection needs additional capacity to
JUSTIFICATION: accommodate expected growth. Improvements to be studied include potential signalization or channelization
modifications.
STATUS:
MAINT. IMPACT: Minimal to moderate, depends on the final improvement selected..
COMMENT: Project is on the Traffic impact fee list for design.
FINANCIAL Through Estimated
in $000's
2012 2013 2014
2015
2016
2017
2018
2019
BEYOND TOTAL
EXPENSES
Design
17
90
107
Land (R/W)
90
90
Const. Mgmt.
60
60
Construction
370
370
TOTAL EXPENSES
0
0
17
0
0
0
0
0
610
627
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Traffic Impact Fees
23
8
31
City Oper. Revenue
(23)
(8)
17
0
0
0
0
0
610
596
TOTAL SOURCES
0
0
17
0
0
0
0
0
610
627
Project Location
2014 - 2019 Capital Improvement Program
29
42
TO:
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director
BY: David Sorensen, Project Manager
DATE: October 10, 2014
SUBJECT: Annual Overlay & Repair Program
Pavement Maintenance Management Program
Update Report
ISSUE
Present an update on the City's Pavement Maintenance Management Program. What funding level is
required to keep pace with the normal deterioration of roadway pavement?
BACKGROUND
Tukwila owns, operates, and maintains paved asphalt roadways, thus, making it necessary for Public
Works to monitor the condition of each roadway segment in the City. Tukwila uses a pavement
monitoring program called PMSPro developed by Pavement Engineers. The PMSPro program relies
upon regularly updated data for each street segment that describes the condition of the pavement in
terms of deterioration and distress signs such as cracking, rutting, surface wear, humps, bumps, and
sags. A map of rehabilitation strategies is shown on Exhibit 1 (Figure 10 of the Report). This
information is then used to prioritize maintenance activities, develop a rehabilitation schedule, and
plan multi -year budget strategies. Pavement Engineers has examined each street using visual
inspection and computerized data entry and measurement to provide an updated roadway condition
survey in 2014 for all of Tukwila's streets. The Pavement Condition Rating (PCR) for the entire city is
scored as shown on Exhibit 2 (Figure 11 of the Report). The higher the score, the better the condition
of the roadway. Portions of the draft report have been attached.
ANALYSIS
The overall condition of Tukwila's streets is good; however increased funding is needed to maintain
the Citywide Pavement Condition Rating at its current level or to improve it. At the current funding
level, the repair of city roadways has not kept pace with normal deterioration; i.e. deferred
maintenance is growing. Ideally Tukwila should be repairing its roadways at the same rate that they
deteriorate. Several questions need to be answered:
Question 1: What impact does the current funding level proposed in the 2015 -2016 Biennial Budget
have on the condition of the roadways? The current proposed budget provides an effective
construction budget of $2,300,000 for 2015 & 2016. This amount does not include contingencies, but
it does include construction costs for associated work such as curb ramps, traffic loops, and drainage
issues that do not extend pavement life. A modest annual escalation factor increases the proposed
budget in future years. Based on the current program report, this funding level does not keep pace
with expected pavement deterioration. The program analysis shows that approximately $1,300,000 is
needed annually (in paving costs alone) to keep pace with deterioration. Funding would need to be
increased to accomplish that level of new pavement in any one construction year.
43
W:1PW Eng1PROJECTS1A- RW & RS ProjectsWnnual Overlay & Repair Programs12015 Overlay & Repair Program \Program Update for TC \TC Info Memo 2014 PMS 10 -10 -14 - sb.docx
Response: The proposed budget will provide an average effective construction budget of
$1,150,000 per year. The roadways will deteriorate faster than they can be repaired and the
backlog of deferred maintenance (number of roadway sections needing repair) will continue to
grow.
Question 2: What annual funding level would be needed to maintain a non - deteriorating pavement
condition rating?
Response: The City would need an overlay construction budget of approximately $1,500,000
(not including a contingency).
RECOMMENDATION
Provide annual funding levels to match the rate of roadway deterioration in order to maintain a
consistent pavement condition rating. Updates on the Pavement Maintenance Management Program
should be presented to the Transportation Committee every 2 years to monitor progress and
appropriate funding levels.
Attachments: Page 18, Proposed 2015 CIP
Exhibit 1 Map of Rehabilitation Strategies
Exhibit 2 Map of Current Pavement Condition Ratings
Exhibits 3 6 Budget Comparison Charts
W:1PW Eng\PROJECTSIA- RW & RS Projects&Annual Overlay & Repair Programs12015 Overlay & Repair Program\Program Update for TCITC Info Memo 2014 PMS 10- 10 -14- sb.docx
44
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2015 to 2020
PROJECT: Annual Overlay and Repair Program Project No. 91310401
DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets.
JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also
minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects.
STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay.
MAINT. IMPACT: Reduces annual maintenance.
COMMENT: Ongoing project. Only one year actuals shown in first column.
FINANCIAL Through Estimated
in $000's
2013 2014 2015
2016
2017
2018
2019
2020
BEYOND TOTAL
EXPENSES
Design
48
100
125
125
150
150
175
175
175
1,223
Land(R/W)
0
Const. Mgmt.
175
175
175
200
200
225
225
230
1,605
Construction
1,125
1,250
1,260
1,300
1,320
1,325
1,330
1,340
10,250
TOTAL EXPENSES
48
1,400
1,550
1,560
1,650
1,670
1,725
1,730
1,745
13,078
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
48
1,400
1,550
1,560
1,650
1,670
1,725
1,730
1,745
13,078
TOTAL SOURCES
48
1,400
1,550
1,560
1,650
1,670
1,725
1,730
1,745
13,078
2015 - 2020 Capital Improvement Program
18
45
46
City of Tukwila
EXHIBIT J
Rehabilitation
FILL CRACKS
PATCH
SLURRY SEAL
TN OVLY
TK OVLY /LOCAL
TK OVLY /ART
RECONST /LOCAL
RECONST /ART
Pavement Engineers, Inc.
City of Tukwila
EXHIBIT
PCR Values
masterMap.PE_PCR
< 20 Failed
20 - 39 Very Poor
40 - 59 Poor
60 - 79 Fair
80 - 100 Good /Excellent
Pavement Engineers, Inc.
12
10
Budget
$1,000,000/Year Budget
, Millions
Nra Spent —Deferred
7XHIBIT
f fg7 'Fp; R. 17 /7: dP NIPMERff ' ,Arm AMAMI? MOM' air fe.
0
2014 2015 2016 2017 2018 2019 2020 2021
Year
Figure 5a. Budget vs Deferred Maintance
2022 2023 2024
Health of Street Network
$1,000,000/Year Budget
% Area
100
80
60
40
20
0
PCR Range
< 20 iip420-39 040-59 60-70 ■180-100
0001
hill el
2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 2024
Year
Figure 5b.
MISMIMMID
49
FXHIBMA,
$.
12
10
8
6
4
2
0
2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 2024
Year
Figure 6a. Budget vs Deferred Maintance
Budget
$1,300,000/Year Budget
ions
"Spent Deferred
0,00:volota,reuxerrx MIZET Z11.., . ort,
Health of Street Network
$1,300,000/Year Budget
% Area
100
80
60
40
20
0
2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 2024
Year
PCR Range
20-39 E140-59 M60-70 1E80-100
Figure 6b.
50
12
10
Budget
$1,500,000/Year Budget
illions
EXHBL
MD Spent ■Deferred
"WNW, 41,,SMONMEd.!VeREE MOW gaff BWIMPRREZ.
matu, morie.kei.ege ofreearava
0
2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 2024
Year
Figure 7a, Budget vs Deferred Maintance
Health of Street Network
$1,500,000/Year Budget
% Area
100
80
60
40
20
0
2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 2024
Year
PCR Range
20-39 040-59 60-70 I■80-100
Figure 7b.
51
FXHIBIT_
Accumlated Budget + Deferred Maintance
100
80
60
40
20
VA Total ($lmil) Total ($1.3mil) =Total ($1.5mi1)
2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 2024
Year
Figure B.
100
80
60
40
20
0
2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 2024
Average PCR
$1 mil/Year $1.3 mil/Year m$1.5 mil/Year
Figure 9.
52
TO:
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director
BY: Grant Griffin, Senior Program Manager
DATE: October 10, 2014
SUBJECT: 2014 Annual Bridge Inspection and Repairs
Project No. 91410402
Tukwila Bridge Program Update
ISSUE
The City of Tukwila funds an annual Bridge Inspection & Repair Program. The funds are used to
inspect and repair the City's bridges in order to ensure compliance with federal law, ensure that the
bridges continue to safely serve the traveling public, and ensure extended service life. Since this is an
ongoing effort, Public Works wants to provide an informational update to the Transportation
Committee on the state of Tukwila's bridges.
BACKGROUND
All bridges on public roads that are more than twenty feet long and carry motor vehicles are listed in
the National Bridge Inventory (NBI). All bridges in the NBI are subject to the National Bridge
Inspection Standards (NBIS) as listed in the Code of Federal Regulations 23 CFR, Part 650, Subpart
C. The NBIS is the document that defines how we manage our bridges nationwide in the United
States.
DISCUSSION
Tukwila is required to fulfill several obligations under the NBIS. These bridge requirements can be
summarized into three main categories; bridge inspection, load rating, and scour analysis. There are
subcategories to these categories that include specific and complex requirements for the certification
of bridge program personnel, listings of specific types of bridge inspections, and requirements for
record keeping and documentation. There are also ongoing maintenance requirements that ensure
bridge safety and longevity.
Ongoing inspection and maintenance economically preserves and protects the public investment and
also will limit costly and disruptive major construction projects. Tukwila's bridge program provides
funding to meet the requirements of federal law as well as fulfill the public's trust that our bridges are
safe and well maintained.
FINANCIAL IMPACT
The Annual Bridge Inspection and Repairs Program is currently funded at $270,000.00 per year. This
funding level is sufficient for inspections as well as additional analysis, design, and maintenance. This
amount has also proved sufficient for unplanned bridge repairs and appears reasonable for the future.
RECOMMENDATION
For information only.
Attachments: Page, 10, Proposed 2015 CIP
Tukwila Bridge Inventory
National Bridge Inspection Standards
W:1PW Eng1PROJECTSW- RW & RS Prajects\Bridge Inspection Programs\Bridge Inspections 2014 (91410402)11nfo Memo Bridge Program Update TC - sb.docx
53
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2015 to 2020
PROJECT: Annual Bridge Inspections and Repairs Project No. Varies
DESCRIPTION: Ongoing program of bi- annual inspections, repairs, painting and rehabilitation of the 22 City bridges.
Federally required program identifies safety or repair needs in the early stages to minimize hazards and
JUSTIFICATION: costs. The number of bridge inspections necessary each year can vary between 3 and 8 bridges.
Inspection frequencies vary from bridge to bridge and WSDOT provides some inspection services.
STATUS: Construction projects will be determined from inspection reports and noted deficiencies /problems.
MAINT. IMPACT: Reduces maintenance costs.
COMMENT:
Ongoing project, only one year actuals are shown in the first column. 42nd Ave S Truss Bridge had repairs
completed in 2014 along with matching funds for the I -5 /Klickitat Dr - Unstable Slope /Elevated Walkway.
FINANCIAL Through Estimated
(in $000's)
2013 2014 2015
2016
2017
2018
2019
2020
BEYOND TOTAL
EXPENSES
Design
65
40
40
40
40
45
45
45
45
405
Land (R/W)
0
Const. Mgmt.
30
30
30
30
40
40
40
40
280
Construction
27
200
200
200
200
250
250
250
250
1,827
TOTAL EXPENSES
92
270
270
270
270
335
335
335
335
2,512
FUND SOURCES
Awarded Grant
236
236
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
92
34
270
270
270
335
335
335
335
2,276
TOTAL SOURCES
92
270
270
270
270
335
335
335
335
2,512
Project Location:
Entire System
2015 - 2020 Capital Improvement Program
10
54
Bridge Name
Bridge Number
Roadway Carried
Feature Intersected
Year Built
Year Rebuilt
Sufficiency Rating
Last Inspn Date
Open /Closed /Posted Code
Scour Code
NBI Bridge
MACADAM ROAD
TUKWILA -01
MACADAM ROAD S.
S 133RD
1997
0
80.64
04/22/2013
A
N
Y
FRANK ZEPP BRIDGE
TUKWILA -02
S 180TH ST
GREEN RIVER
1968
1995
73.95
FO
04/09/2013
A
8
Y
LOIS T NEWTON
TUKWILA -03
STRANDER BLVD
GREEN RIVER
1973
0
83.94
04/15/2013
A
8
Y
SC BLVD, GREEN RIVER BR
TUKWILA -05
SOUTHCENTER BLVD
GREEN RIVER
1994
0
95.32
09/18/2012
A
8
Y
FOSTER 56 AVE SO
TUKWILA -06
56TH AVE SO
DUWAMISH RIVER
1985
0
60
04/22/2013
A
5
Y
51ST AVE SOUTH
TUKWILA -07
51ST AVE SOUTH
154TH ST
1996
0
80.09
04/16/2013
A
5
Y
GRADY WAY
TUKWILA -08
GRADY WAY
UPRR & BNRR
1986
0
67.49
FO
04/25/2013
A
N
Y
EAST MARGINAL WAY
TUKWILA -09
EAST MARGINAL WAY
DUWAMISH RIVER
1989
0
90.07
04/16/2013
A
8
Y
S BAR OVER AIRPORT WAY
TUKWILA -11
S BOEING ACCESS RD
AIRPORT WAY BAR RAMP
1952
0
57.98
SD
04/18/2013
A
N
Y
S BAR OVER BNRR
TUKWILA -12
S BOEING ACCESS RD
BNRR
1945
1966
22.45
SD
04/30/2013
A
N
Y
BEACON AVE SO
TUKWILA -13
BEACON AVE S
SO RYAN WY
1971
0
59.25
10/17/2013
P
N
Y
42ND AVENUE SOUTH BR
TUKWILA -14
42ND AVE SO
DUWAMISH RIVER
1949
0
66.89
FO
04/08/2013
A
U
Y
TUKWILA INTL BLVD
TUKWILA -15
TUKWILA INTL BLVD
DUWAMISH RIVER
2000
0
86.43
08/30/2012
A
8
Y
FORT DENT PARK BRIDGE
TUKWILA -21
STARFIRE WAY
GREEN RIVER
1975
0
47.23
FO
09/18/2012
A
5
Y
KLICKITAT BRIDGE
TUKWILA -24
KLICKITAT DRIVE
SB SOUTHCENTER PKWY
2012
0
92.31
FO
04/18/2013
A
N
Y
196TH -200TH STREET
4001
196th -200th Street
GREEN RIVER
1998
0
94.16
04/18/2013
A
8
Y
50. 118TH PED
TUKWILA -16
SO. 118TH PED
DUWAMISH RIVER
1965
0
04/17/2013
A
6
N
FOSTER GOLF COURSE PED
TUKWILA -17
FOSTER GOLF TRAIL
GREEN RIVER
1987
0
12/22/2009
A
U
N
GREEN RIVER PED & UTILIT
TUKWILA -18
GREEN RIVER TRAIL
GREEN RIVER
1983
0
04/18/2013
A
U
N
INTERURBAN TRAIL BRIDGE
TUKWILA -19
INTERURBAN TRAIL
GREEN RIVER
2006
0
12/22/2010
A
U
N
180TH PEDESTRIAN BRIDGE
TUKWILA -20
INTERURBAN TRAIL
S 180th ST
2001
0
09/18/2012
A
N
N
FORT DENT TRAIL BRIDGE
TUKWILA -22
FORT DENT TRAIL
GREEN RIVER
2002
0
09/18/2012
K
6
N
74436 Federal Register / Vol. 69, No. 239 / Tuesday, December 14, 2004 /Rules and Regulations
imposes on the States. These
requirements include the development
of procedures for follow -up on critical
findings.
In the NPRM published on September
9, 2003, the FHWA proposed a burden
increase of 67,000 hours for the
information collection, OMB control
number 2125 -0501, and invited
interested parties to send comments
regarding any aspect of these
information collection requirements.
Such comments could include, but were
not limited to: (1) Whether the
collection of information will be
necessary for the performance of the
functions of the FHWA, including
whether the information will have
practical utility; (2) the accuracy of the
estimated burden; (3) ways to enhance
the quality, utility, and clarity of the
collection of information; and (4) ways
to minimize the collection burden
without reducing the quality of the
information collected. The FHWA did
not receive any comments in response
to the proposed burden hour increase of
67,000 hours. The revision to the
information collection, OMB control
number 2125 -0501, based on this final
rule will increase the burden hours by
only 2,080 hours, a much smaller
amount than that originally proposed in
the NPRM.
National Environmental Policy Act
The agency has analyzed this action
for the purpose of the National
Environmental Policy Act of 1969 (42
U.S.C. 4321) and has determined that
this action will not have any effect on
the quality of the environment.
Executive Order 13211 (Energy Effects)
We have analyzed this rule under
Executive Order 13211, Actions
Concerning Regulations That
Significantly Affect Energy Supply,
Distribution, or Use. We have
determined that it is not a significant
energy action under that order, because
although it is a significant regulatory
action under Executive Order 12866 it is
not likely to have a significant adverse
effect on the supply, distribution, or use
of energy.
Regulation Identification Number
A regulation identification number
(RIN) is assigned to each regulatory
action listed in the Unified Agenda of
Federal Regulations. The Regulatory
Information Service Center publishes
the Unified Agenda in April and
October of each year. The RIN contained
in the heading of this document can be
used to cross - reference this action with
the Unified Agenda.
List of Subjects in 23 CFR Part 650
Bridges, Grant Programs —
transportation, Highways and roads,
Incorporation by reference, Reporting
and record keeping requirements.
Issued on: December 9, 2004.
Mary E. Peters,
Federal Highway Administrator.
• In consideration of the foregoing, the
FHWA is amending title 23, Code of
Federal Regulations, part 650, subpart C,
as follows:
PART 650— BRIDGES, STRUCTURES,
AND HYDRAULICS
• 1. The authority citation for part 650
continues to read as follows:
Authority: 23 U.S.C. 109 (a) and (h), 144,
151, 315, and 319; 33 U.S.C. 401, 491 et seq.,
511 et seq.; 23 CFR 1.32; 49 CFR 1.48(b), E.O.
11988 (3 CFR, 1977 Comp. p. 117);
Department of Transportation Order 5650.2
dated April 23, 1979 (44 FR 24678); sec. 161
of Public Law 97 -424, 96 Stat. 2097, 3135;
sec. 4(b) of Public Law 97 -134, 95 Stat. 1699;
and sec. 1057 of Public Law 102 -240, 105
Stat. 2002; and sec. 1311 of Pub. L. 105 -178,
as added by Pub. L. 105 -206, 112 Stat. 842
(1998).
• 2. Revise subpart C to read as follows:
Subpart C— National Bridge Inspection
Standards
Sec.
650.301
650.303
650.305
650.307
650.309
650.311
650.313
650.315
650.317
Purpose.
Applicability.
Definitions.
Bridge inspection organization.
Qualifications of personnel.
Inspection frequency.
Inspection procedures.
Inventory.
Reference manuals.
Subpart C— National Bridge Inspection
Standards
§ 650.301 Purpose.
This subpart sets the national
standards for the proper safety
inspection and evaluation of all
highway bridges in accordance with 23
U.S.C. 151.
§ 650.303 Applicability.
The National Bridge Inspection
Standards (NBIS) in this subpart apply
to all structures defined as highway
bridges located on all public roads.
§650.305 Definitions.
Terms used in this subpart are
defined as follows:
American Association of State
Highway and Transportation Officials
(AASHTO) Manual. "Manual for
Condition Evaluation of Bridges,"
second edition, published by the
American Association of State Highway
and Transportation Officials
(incorporated by reference, see
§ 650.317).
Bridge. A structure including supports
erected over a depression or an
obstruction, such as water, highway, or
railway, and having a track or
passageway for carrying traffic or other
moving loads, and having an opening
measured along the center of the
roadway of more than 20 feet between
undercopings of abutments or spring
lines of arches, or extreme ends of
openings for multiple boxes; it may also
include multiple pipes, where the clear
distance between openings is less than
half of the smaller contiguous opening.
Bridge inspection experience. Active
participation in bridge inspections in
accordance with the NBIS, in either a
field inspection, supervisory, or
management role. A combination of
bridge design, bridge maintenance,
bridge construction and bridge
inspection experience, with the
predominant amount in bridge
inspection, is acceptable.
Bridge inspection refresher training.
The National Highway Institute "Bridge
Inspection Refresher Training Course" 1
or other State, local, or federally
developed instruction aimed to improve
quality of inspections, introduce new
techniques, and maintain the
consistency of the inspection program.
Bridge Inspector's Reference Manual
(BIRM). A comprehensive FHWA
manual on programs, procedures and
techniques for inspecting and evaluating
a variety of in- service highway bridges.
This manual may be purchased from the
U.S. Government Printing Office,
Washington, DC 20402 and from
National Technical Information Service,
Springfield, Virginia 22161, and is
available at the following URL: http: //
www.fhwa.dot.gov/bridge/bripub.htm.
Complex bridge. Movable,
suspension, cable stayed, and other
bridges with unusual characteristics.
Comprehensive bridge inspection
training. Training that covers all aspects
of bridge inspection and enables
inspectors to relate conditions observed
on a bridge to established criteria (see
the Bridge Inspector's Reference Manual
for the recommended material to be
covered in a comprehensive training
course).
Critical finding. A structural or safety
related deficiency that requires
immediate follow -up inspection or
action.
Damage inspection. This is an
unscheduled inspection to assess
structural damage resulting from
environmental factors or human actions.
The National Highway Institute training may be
found at the following URL: http: //
www.nhi.fhwa.dot.gov./
56
Federal Register OV r117: -! Opt! 34: OUvftebz -! Efdfn cfs! 25 -! 31150Svfit! boe! Sfbyrbij pot ! 74437
Fracture critical member (FCM). A
steel member in tension, or with a
tension element, whose failure would
probably cause a portion of or the entire
bridge to collapse.
Fracture critical member inspection.
A hands -on inspection of a fracture
critical member or member components
that may include visual and other
nondestructive evaluation.
Hands -on. Inspection within arms
length of the component. Inspection
uses visual techniques that may be
supplemented by nondestructive
testing.
Highway. The term "highway" is
defined in 23 U.S.C. 101(a)(11).
In -depth inspection. A close -up,
inspection of one or more members
above or below the water level to
identify any deficiencies not readily
detectable using routine inspection
procedures; hands -on inspection may be
necessary at some locations.
Initial inspection. The first inspection
of a bridge as it becomes a part of the
bridge file to provide all Structure
Inventory and Appraisal (SI &A) data
and other relevant data and to
determine baseline structural
conditions.
Legal load. The maximum legal load
for each vehicle configuration permitted
by law for the State in which the bridge
is located.
Load rating. The determination of the
live load carrying capacity of a bridge
using bridge plans and supplemented by
information gathered from a field
inspection.
National Institute for Certification in
Engineering Technologies (NICET). The
NICET provides nationally applicable
voluntary certification programs
covering several broad engineering
technology fields and a number of
specialized subfields. For information
on the NICET program certification
contact: National Institute for
Certification in Engineering
Technologies, 1420 King Street,
Alexandria, VA 22314 -2794.
Operating rating. The maximum
permissible live load to which the
structure may be subjected for the load
configuration used in the rating.
Professional engineer (PE). An
individual, who has fulfilled education
and experience requirements and
passed rigorous exams that, under State
licensure laws, permits them to offer
engineering services directly to the
public. Engineering licensure laws vary
from State to State, but, in general, to
become a PE an individual must be a
graduate of an engineering program
accredited by the Accreditation Board
for Engineering and Technology, pass
the Fundamentals of Engineering exam,
gain four years of experience working
under a PE, and pass the Principles of
Practice of Engineering exam.
Program Manager. The individual in
charge of the program, that has been
assigned or delegated the duties and
responsibilities for bridge inspection,
reporting, and inventory. The program
manager provides overall leadership
and is available to inspection team
leaders to provide guidance.
Public road. The term "public road"
is defined in 23 U.S.C. 101(a)(27).
Quality assurance (QA). The use of
sampling and other measures to assure
the adequacy of quality control
procedures in order to verify or measure
the quality level of the entire bridge
inspection and load rating program.
Quality control (QC). Procedures that
are intended to maintain the quality of
a bridge inspection and load rating at or
above a specified level.
Routine inspection. Regularly
scheduled inspection consisting of
observations and /or measurements
needed to determine the physical and
functional condition of the bridge, to
identify any changes from initial or
previously recorded conditions, and to
ensure that the structure continues to
satisfy present service requirements.
Routine permit load. A live load,
which has a gross weight, axle weight or
distance between axles not conforming
with State statutes for legally configured
vehicles, authorized for unlimited trips
over an extended period of time to move
alongside other heavy vehicles on a
regular basis.
Scour. Erosion of streambed or bank
material due to flowing water; often
considered as being localized around
piers and abutments of bridges.
Scour critical bridge. A bridge with a
foundation element that has been
determined to be unstable for the
observed or evaluated scour condition.
Special inspection. An inspection
scheduled at the discretion of the bridge
owner, used to monitor a particular
known or suspected deficiency.
State transportation department. The
term "State transportation department"
is defined in 23 U.S.C. 101(a)(34).
Team leader. Individual in charge of
an inspection team responsible for
planning, preparing, and performing
field inspection of the bridge.
Underwater diver bridge inspection
training. Training that covers all aspects
of underwater bridge inspection and
enables inspectors to relate the
conditions of underwater bridge
elements to established criteria (see the
Bridge Inspector's Reference Manual
section on underwater inspection for the
recommended material to be covered in
an underwater diver bridge inspection
training course).
Underwater inspection. Inspection of
the underwater portion of a bridge
substructure and the surrounding
channel, which cannot be inspected
visually at low water by wading or
probing, generally requiring diving or
other appropriate techniques.
§356Z6? Griag €'inp €dhion'orilganilalion '
(a) Each State transportation
department must inspect, or cause to be
inspected, all highway bridges located
on public roads that are fully or
partially located within the State's
boundaries, except for bridges that are
owned by Federal agencies.
(b) Federal agencies must inspect, or
cause to be inspected, all highway
bridges located on public roads that are
fully or partially located within the
respective agency responsibility or
jurisdiction.
(c) Each State transportation
department or Federal agency must
include a bridge inspection organization
that is responsible for the following:
(1) Statewide or Federal agencywide
bridge inspection policies and
procedures, quality assurance and
quality control, and preparation and
maintenance of a bridge inventory.
(2) Bridge inspections, reports, load
ratings and other requirements of these
standards.
(d) Functions identified in paragraphs
(c)(1) and (2) of this section maybe
delegated, but such delegation does not
relieve the State transportation
department or Federal agency of any of
its responsibilities under this subpart.
(e) The State transportation
department or Federal agency bridge
inspection organization must have a
program manager with the qualifications
defined in § 650.309(a), who has been
delegated responsibility for paragraphs
(c)(1) and (2) of this section.
§ 650.309 Qualifications of personnel.
(a) A program manager must, at a
minimum:
(1) Be a registered professional
engineer, or have ten years bridge
inspection experience; and
(2) Successfully complete a Federal
Highway Administration (FHWA)
approved comprehensive bridge
inspection training course.
(b) There are five ways to qualify as
a team leader. A team leader must, at a
minimum:
(1) Have the qualifications specified
in aragraph (a) of this section; or
(22) Have five years bridge inspection
experience and have successfully
completed an FHWA approved
comprehensive bridge inspection
training course; or
57
74438 Federal Register / Vol. 69, No. 239 / Tuesday, December 14, 2004 /Rules and Regulations
(3) Be certified as a Level III or IV
Bridge Safety Inspector under the
National Society of Professional
Engineer's program for National
Certification in Engineering
Technologies (NICET) and have
successfully completed an FHWA
approved comprehensive bridge
inspection training course, or
(4) Have all of the following:
(i) A bachelor's degree in engineering
from a college or university accredited
by or determined as substantially
equivalent by the Accreditation Board
for Engineering and Technology;
(ii) Successfully passed the National
Council of Examiners for Engineering
and Surveying Fundamentals of
Engineering examination;
(iii) Two years of bridge inspection
experience; and
(iv) Successfully completed an FHWA
approved comprehensive bridge
inspection training course, or
(5) Have all of the following:
(i) An associate's degree in
engineering or engineering technology
from a college or university accredited
by or determined as substantially
equivalent by the Accreditation Board
for Engineering and Technology;
(ii) Four years of bridge inspection
experience; and
(iii) Successfully completed an FHWA
approved comprehensive bridge
inspection training course.
(c) The individual charged with the
overall responsibility for load rating
bridges must be a registered professional
engineer.
(d) An underwater bridge inspection
diver must complete an FHWA
approved comprehensive bridge
inspection training course or other
FHWA approved underwater diver
bridge inspection training course.
§ 650.311 Inspection frequency.
(a) Routine inspections. (1) Inspect
each bridge at regular intervals not to
exceed twenty -four months.
(2) Certain bridges require inspection
at less than twenty- four -month
intervals. Establish criteria to determine
the level and frequency to which these
bridges are inspected considering such
factors as age, traffic characteristics, and
known deficiencies.
(3) Certain bridges may be inspected
at greater than twenty -four month
intervals, not to exceed forty- eight-
months, with written FHWA approval.
This may be appropriate when past
inspection findings and analysis
justifies the increased inspection
interval.
(b) Underwater inspections. (1)
Inspect underwater structural elements
at regular intervals not to exceed sixty
months.
(2) Certain underwater structural
elements require inspection at less than
sixty -month intervals. Establish criteria
to determine the level and frequency to
which these members are inspected
considering such factors as construction
material, environment, age, scour
characteristics, condition rating from
past inspections and known
deficiencies.
(3) Certain underwater structural
elements may be inspected at greater
than sixty -month intervals, not to
exceed seventy -two months, with
written FHWA approval. This may be
appropriate when past inspection
findings and analysis justifies the
increased inspection interval.
(c) Fracture critical member (FCM)
inspections. (1) Inspect FCMs at
intervals not to exceed twenty -four
months.
(2) Certain FCMs require inspection at
less than twenty- four -month intervals.
Establish criteria to determine the level
and frequency to which these members
are inspected considering such factors
as age, traffic characteristics, and known
deficiencies.
(d) Damage, in- depth, and special
inspections. Establish criteria to
determine the level and frequency of
these inspections.
§650.313 Inspection procedures.
(a) Inspect each bridge in accordance
with the inspection procedures in the
AASHTO Manual (incorporated by
reference, see § 650.317).
(b) Provide at least one team leader,
who meets the minimum qualifications
stated in § 650.309, at the bridge at all
times during each initial, routine, in-
depth, fracture critical member and
underwater inspection.
(c) Rate each bridge as to its safe load -
carrying capacity in accordance with the
AASHTO Manual (incorporated by
reference, see § 650.317). Post or restrict
the bridge in accordance with the
AASHTO Manual or in accordance with
State law, when the maximum
unrestricted legal loads or State routine
permit loads exceed that allowed under
the operating rating or equivalent rating
factor.
(d) Prepare bridge files as described in
the AASHTO Manual (incorporated by
reference, see § 650.317). Maintain
reports on the results of bridge
inspections together with notations of
any action taken to address the findings
of such inspections. Maintain relevant
maintenance and inspection data to
allow assessment of current bridge
condition. Record the findings and
results of bridge inspections on standard
State or Federal agency forms.
(e) Identify bridges with FCMs,
bridges requiring underwater
inspection, and bridges that are scour
critical.
(1) Bridges with fracture critical
members. In the inspection records,
identify the location of FCMs and
describe the FCM inspection frequency
and procedures. Inspect FCMs
according to these procedures.
(2) Bridges requiring underwater
inspections. Identify the location of
underwater elements and include a
description of the underwater elements,
the inspection frequency and the
procedures in the inspection records for
each bridge requiring underwater
inspection. Inspect those elements
requiring underwater inspections
according to these procedures.
(3) Bridges that are scour critical.
Prepare a plan of action to monitor
known and potential deficiencies and to
address critical findings. Monitor
bridges that are scour critical in
accordance with the plan.
(f) Complex bridges. Identify
specialized inspection procedures, and
additional inspector training and
experience required to inspect complex
bridges. Inspect complex bridges
according to those procedures.
(g) Quality control and quality
assurance. Assure systematic quality
control (QC) and quality assurance (QA)
procedures are used to maintain a high
degree of accuracy and consistency in
the inspection program. Include
periodic field review of inspection
teams, periodic bridge inspection
refresher training for program managers
and team leaders, and independent
review of inspection reports and
computations.
(h) Follow -up on critical findings.
Establish a statewide or Federal agency
wide procedure to assure that critical
findings are addressed in a timely
manner. Periodically notify the FHWA
of the actions taken to resolve or
monitor critical findings.
§ 650.315 Inventory.
(a) Each State or Federal agency must
prepare and maintain an inventory of all
bridges subject to the NBIS. Certain
Structure Inventory and Appraisal
(SI &A) data must be collected and
retained by the State or Federal agency
for collection by the FHWA as
requested. A tabulation of this data is
contained in the SI &A sheet distributed
by the FHWA as part of the "Recording
and Coding Guide for the Structure
Inventory and Appraisal of the Nation's
Bridges," (December 1995) together with
subsequent interim changes or the most
recent version. Report the data using
FHWA established procedures as
58
Federal Register / Vol. 69, No. 239 / Tuesday, December 14, 2004 / Rules and Regulations 74439
outlined in the "Recording and Coding
Guide for the Structure Inventory and
Appraisal of the Nation's Bridges."
(b) For routine, in- depth, fracture
critical member, underwater, damage
and special inspections enter the SI &A
data into the State or Federal agency
inventory within 90 days of the date of
inspection for State or Federal agency
bridges and within 180 days of the date
of inspection for all other bridges.
(c) For existing bridge modifications
that alter previously recorded data and
for new bridges, enter the SI &A data
into the State or Federal agency
inventory within 90 days after the
completion of the work for State or
Federal agency bridges and within 180
days after the completion of the work
for all other bridges.
(d) For changes in load restriction or
closure status, enter the SI &A data into
the State or Federal agency inventory
within 90 days after the change in status
of the structure for State or Federal
agency bridges and within 180 days
after the change in status of the
structure for all other bridges.
§ 650.317 Reference manuals.
(a) The materials listed in this subpart
are incorporated by reference in the
corresponding sections noted. These
incorporations by reference were
approved by the Director of the Federal
Register in accordance with 5 U.S.C.
552(a) and 1 CFR part 51. These
materials are incorporated as they exist
on the date of the approval, and notice
of any change in these documents will
be published in the Federal Register.
The materials are available for purchase
at the address listed below, and are
available for inspection at the National
Archives and Records Administration
(NARA). These materials may also be
reviewed at the Department of
Transportation Library, 400 Seventh
Street, SW., Washington, DC, in Room
2200. For information on the availability
of these materials at NARA call (202)
741 -6030, or go to the following URL:
http://www.archives.gov/
federal_register /
code_of federal_regulations/
ibr_locations.html. In the event there is
a conflict between the standards in this
subpart and any of these materials, the
standards in this subpart will apply.
(b) The following materials are
available for purchase from the
American Association of State Highway
and Transportation Officials, Suite 249,
444 N. Capitol Street, NW., Washington,
DC 20001. The materials may also be
ordered via the AASHTO bookstore
located at the following URL: http: //
www.aashto.org/aashto/home.nsf/
FrontPage.
(1) The Manual for Condition
Evaluation of Bridges, 1994, second
edition, as amended by the 1995, 1996,
1998, and 2000 interim revisions,
AASHTO, incorporation by reference
approved for §§650.305 and 650.313.
(2) 2001 Interim Revision to the
Manual for Condition Evaluation of
Bridges, AASHTO, incorporation by
reference approved for §§650.305 and
650.313.
(3) 2003 Interim Revision to the
Manual for Condition Evaluation of
Bridges, AASHTO, incorporation by
reference approved for §§650.305 and
650.313.
[FR Doc. 04 -27355 Filed 12- 13 -04; 8:45 am]
BILLING CODE 4910 -22 -P
DEPARTMENT OF THE TREASURY
31 CFR Part 103
Financial Crimes Enforcement
Network; Interpretive Release 2004-1 -
Anti -Money Laundering Program
Requirements for Money Services
Businesses With Respect to Foreign
Agents or Foreign Counterparties
AGENCY: Financial Crimes Enforcement
Network (FinCEN), Treasury.
ACTION: Final rule; interpretive release.
SUMMARY: This Interpretive Release sets
forth an interpretation of the regulation
requiring Money Services Businesses
that are required to register with
FinCEN to establish and maintain anti -
money laundering programs.
Specifically, this Interpretive Release
clarifies that the anti -money laundering
program regulation requires such Money
Services Businesses to establish
adequate and appropriate policies,
procedures and controls commensurate
with the risk of money laundering and
the financing of terrorism posed by their
relationship with foreign agents or
foreign counterparties of the Money
Services Business.
DATES: Effective June 13, 2005.
FOR FURTHER INFORMATION CONTACT:
Office of Regulatory Policy and
Programs Division, 1- 800 - 800 -2877,
Office of Chief Counsel (703) 905 -3590
(not a toll free number).
SUPPLEMENTARY INFORMATION: Section
5318(h) of the Bank Secrecy Act, which
is codified in subchapter II of chapter 53
of title 31, United States Code, requires
every financial institution to establish
an anti -money laundering program. The
Bank Secrecy Act regulations define
financial institution to include money
service businesses. On April 29, 2002,
FinCEN issued interim final rules -31
CFR 103.125- concerning the application
of the anti -money laundering program
requirement to money services
businesses. 67 FR 21114.
List of Subjects in 31 CFR Part 103
Authority delegations (government
agencies), bank, banking, currency,
investigations, reporting and
recordkeeping requirements.
Department of the Treasury
31 CFR Chapter I
Authority and Issuance
• For the reasons set forth in the
preamble, part 103 of title 31 of the Code
of Federal Regulations is amended as
follows:
PART 103 — FINANCIAL
RECORDKEEPING AND REPORTING
OF CURRENCY AND FOREIGN
TRANSACTIONS
• 1. The authority citation for part 103
continues to read as follows:
Authority: 12 U.S.C. 1829b and 1951 -1959:
31 U.S.0 5311 -5314 and 5316 -5332; title III,
secs. 312, 313, 314, 319, 326, 352, Pub. L.
107 -56, 115 Stat. 307, 12 U.S.C. 1786(q).
• 2. Part 103 is amended by adding a
new appendix C to read as follows:
APPENDIX C TO PART 103 —
INTERPRETIVE RULES
Release No. 2004 -01
This Interpretive Guidance sets forth our
interpretation of the regulation requiring
Money Services Businesses that are required
to register with FinCEN to establish and
maintain anti -money laundering programs.
See 31 CFR 103.125. Specifically, this
Interpretive Guidance clarifies that the anti -
money laundering program regulation
requires Money Services Businesses to
establish adequate and appropriate policies,
procedures, and controls commensurate with
the risks of money laundering and the
financing of terrorism posed by their
relationship with foreign agents or foreign
counterparties of the Money Services
Business.1
Under existing Bank Secrecy Act
regulations, we have defined Money Services
Businesses to include five distinct types of
financial services providers and the U.S.
Postal Service: (1) Currency dealers or
exchangers; (2) check cashers; (3) issuers of
traveler's checks, money orders, or stored
1 This Interpretive Guidance focuses on the need
to control risks arising out of the relationship
between a Money Service Business and its foreign
counterparty or agent. Under existing FinCEN
regulations, only Money Service Business
principals are required to register with FinCEN, and
only Money Service Business principals establish
the counterparty or agency relationships. 31 CFR
103.41. Accordingly, this Interpretive Guidance
only applies to those Money Service Businesses
required to register with FinCEN, that is, only those
Money Service Businesses that may have a
relationship with a foreign agent or counterparty.
59