Loading...
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