Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
TIC 2017-02-28 COMPLETE AGENDA PACKET
City of Tukwila Transportation and Infrastructure Committee • Kate Kruller, Chair • Joe Duffie • De'Sean Quinn AGENDA Distribution: R. Turpin K. Kruller F. Siegler J. Duffle Clerk File Copy D. Quinn 2 Extra D. Robertson Mayor Ekberg Place pkt pdf on Z: \Trans & D. Cline Infra Agendas L. Humphrey e-mail cover to: A. Le, B. Giberson C. O'Flaherty, K. Kruller, D. R. Tischmak Robertson, D. Almberg, B. G. Labanara Saxton, S. Norris, P. Brodin L. Humphrey TUESDAY, FEBRUARY 28, 2017 — 5:30 PM FOSTER CONFERENCE ROOM — 6300 BUILDING Next Scheduled Meeting: Tuesday, March 14, 2017 SThe City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206- 433 -0179 for assistance. Item Recommended Action Rage 1. PRESENTATION(S) 2. BUSINESS AGENDA a) Transit Center /Andover Pk W Street and Water Projects a) Forward to 3/6/17 Regular Pg. 1 Contract Completion and Acceptance Consent Agenda b) 2017 Bridge Program — Bridge Repairs /Maintenance b) Forward to 3/6/17 Regular Pg. 5 On -Call Engineering Support Services Consent Agenda c) Baker Boulevard Non - Motorized Improvements c) Forward to 3/6/17 Regular Pg. 19 Supplemental Agreement No. 16 with KPFF Consent Agenda d) Police Use of Unmanned Aircraft Systems d) Information Only Pg. 31 3. SCATBd 4. MISCELLANEOUS 5. ANNOUNCEMENTS Future Agendas: Next Scheduled Meeting: Tuesday, March 14, 2017 SThe City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206- 433 -0179 for assistance. TO: FROM BY: CC: DATE: "t-tv of Tukwila Allan Ekberg, Mayor Public Works Department -Bob Giberson, Director Transportation and Infrastructure Committee Bob Gibereon, Public Works Director 4Y7 Peter Lau, Senior Program Manager Mayor Ekberg February 24.2O17 SUBJECT: Tukwila Urban Center Transit Center/Andover Park West Street and Water Proiects Project Nos. 9BG104O2,SO8104O4 and 9984D1O5, Contract No. 13-2O9 Contract Completion and Acceptance ISSUE Accept construction contract aacomplete and authorize release of retainage. BACKGROUND The Notice to Proceed for Contract Number 13-209 with Road Construction Northwest, Inc. of Renton, Washington was issued Un February 1O'2O14. This construction project buiKanewon*tn*edtnanaitoanter and provided corridor reconstruction and water main replacement on Andover Park West from Tukwila Parkway toStranderBoulevard. DISCUSSION The TUC Transit Center construction project was physically completed on April 3.2015. The extended time for closeout was due b} the Contractor's Request for Equitable Adjustment b} Contract Price for S637.6S1.67 and eventually agreed hoa$2OO.OUO.00 change order settlement. FINANCIAL IMPACT The construction budget for the TUC Transit Center and Andover Park Improvements was $6,943,136.00. Twenty change orders were executed in8n amount 0f$305.311.4O. including the $200,000.00 settlement change order. Unit price under-runs were mainly due to the collective under-utilization of some bid items on asphalt, concrete, utility trenching, structural soil, and explorative excavation force accounts. Retainage is being held by the City in the amount Of$3O9'078.12. Council is being asked to formally accept the Tukwila Urban Center Transit Center/Andover Park West Street and Water Projects vvithHoadConS[nudUOnN0rthvv8St.|nC.inth98nlOuntof$O,2GU'795.43ao complete, and authorize the release of retainage subject to standard claim and lien release procedures, and to consider this item on the Consent Agenda at the March 6, 2017 Regular Council Meeting. AuachmemNoticoofCompletion.Cummow13-2O WAPW Eng\PROJECTSW RWoRS ProjectsUransit Center (90610402)\Construction\#.700'Post Construction aCloseouNnio Memo Transit Center close out, 022417 gl.docx Expenses Construction Contract Amount (pre'hax) $5.960.574.00 Change Order Nos. 1i02O 365,311.40 Unit Price Under-runs /144,323.47\ WA State Sales Tax Total Contract Amount Council is being asked to formally accept the Tukwila Urban Center Transit Center/Andover Park West Street and Water Projects vvithHoadConS[nudUOnN0rthvv8St.|nC.inth98nlOuntof$O,2GU'795.43ao complete, and authorize the release of retainage subject to standard claim and lien release procedures, and to consider this item on the Consent Agenda at the March 6, 2017 Regular Council Meeting. AuachmemNoticoofCompletion.Cummow13-2O WAPW Eng\PROJECTSW RWoRS ProjectsUransit Center (90610402)\Construction\#.700'Post Construction aCloseouNnio Memo Transit Center close out, 022417 gl.docx Sn A r, LYJ Original x ❑ Revised # NOTICE OF COMPLETION OF PUBLIC WORDS CONTRACT Date: February 21, 2017 Contractor's UBI Number: 602286010 Name & Mailing Address of Public Agency Department Use Only City of u wl a Assigned to: 6200 Southcenter Boulevard Tukwila, WA 98188 Date Assigned: UBI Number: 179000208 Notice is herebv Liven relative to the completion of contract or vroiect described below Project Name Contract Number 113-209 Job Order Contracting V TUC Transit Center, Andover Park West St and Water Projects $ ❑ Yes No Description of Work Done /Include Jobsite Address(es) Construction of a new on- street transit center, corridor reconstruction and water main replacement, on Andover Park West from Tukwila Parkway to Strander Boulevard. Federally funded transportation project? ly1 Yes ❑ No (if yes, provide Contract Bond Statement below) Contractor's Name E -mail Address Affidavit ID* Road Construction Northwest, Inc. lanthony@rcnw.com 1695955 Contractor Address Telephone # 2500 East Valley Road, Suite C -3, Renton, WA 98057 425- 251 -1636 If Retainage is not withheld, please select one of the following and List Surety's Name & Bond Number. ❑ Retainage Bond ❑ Contract/Payment bond (valid for federally funded transportation projects) Name: I Bond Number: Date Contract Awarded Date Work Commenced Date Work Completed Date Work Accepted November 18, 2013 February 10, 2014 April 3, 2015 Were Subcontracters used on this project? If so, please complete Addendum A. WYes ❑ No Affidavit ID* - No L &I release will be granted until all affidavits are listed. Contract Amount $ 5,960,574.00 Additions ( +) $ 365,311.40 Reductions ( -) $ 144,323.47 Sub -Total $ 6,181,561.93 Amount of Sales Tax 9.5 (If various rates apply, please send a breakdown) $ 79233.50 TOTAL $ 6,260,795.43 Liquidated Damages $ 0.00 Amount Disbursed $ 5,951,717.31 Amount Retained $ 309,078.12 TOTAL $ 6,260,795.43 trvli . l/t rJr twu tuttff3 nufJt ur rf ttuf Comments: Y ,4A - Note: The Disbursing Officer mint submit this completed notice immediately after acceptance of the work done under this contract. NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates. Submitting Form: Please submit the completed form by email to all three agencies below. Contact Name: Diane Jaber Email Address: diane.iaber(�i.)tukwilawa.gov CDepartment of Revenue Public Works Section wa9hingtO State oe mmnent of Labor & Industries (360) 704 -5650 Contract Release PWC @dor.wa.gov (855) 545 -8163, option # 4 ContractRelease @LNI. WA.GOV REV 31 0020e (4/28/14) F215- 038 -000 04 -2014 Title: Fiscal Specialist Phone Number: (206) 433 -1871 X 1871 .� Employment Security >�� Department Registration, Inquiry, Standards & Coordination Unit (360) 902 -9450 publicworks@esd.wa.gov 2 Addendum A: Please List all Subcontractors and Sub-tiers Below This addendum can be submitted in other formats. Provide known affidavits at this time. No L&I release will be 2ranted until all affidavits are listed. Subcontractor's Name: UBI Number: (Required) Affidavid ID' 3 Kings Environmental, Inc. 601705284 514229 All American Waterproofing & Spray, Inc. 603337577 536815 American Survevinq & Engineering, LLC 603226051 575809 Castle Walls, LLC 602074096 572933 City Transfer, Inc. 173005384 572890 Deamor Associates, Inc. 600533061 567206 Evergreen Concrete Cutting, Inc. 601605667 556598 Finishing Touch Masonry/RST SO, LLC 602849928 563211 Lakeside Industries, Inc. 601106847 553982 Lloyd Enterprises, Inc. 171004642 549492 Miles Sand & Gravel Company 171004760 585863 & 585864 North American Terrazzo, Inc. 602573180 586739 Quilceda Paving & Construction, Inc. 602254384 563828 Reece Truckinq/Excavating, Inc. 602893954 573488 West Coast Wire Rope/Rigging, Inc. 601293533 571423 Salinas Construction, Inc. 600316188 610367 Western Crane, Inc. 911726358 600475 Skyline Landscape, LLC 603018209 629643 Best Parking Lot Cleaning, Inc. 601901928 582965 Bravo Environmental NW, Inc. 602946216 582937 Ralph's Concrete Pumping 578085430 583576 Stripe Rite, Inc. 601048084 580790 Transportation Systems, Inc. 602726209 579733 Salinas Sawing & Sealing, Inc. 601717158 582184 Insta-Fab Co, Inc. 601766692 692512 For tax assistance or to request this document in an alternate format, please call 1-800-647-7706. Teletype (TTY) users may use the ffashington Relay Service by calling 711. IREV 31 0020e Addendum (04/28/14) F215-038-000 04-2014 3 City of Tukwila Allen Ekberg, Mayor TO: Transportation and Infrastructure Committee FROM: Bob Giberson, Public Works Director By: Steve Carstens, P.E., Sr. Program Manager CC: Mayor Ekberg DATE: February 24, 2017 SUBJECT: 2017 Bridge Program — Bridge Repairs /Maintenance Project No. 91710402 On -Call Engineering Support Services ISSUE Approve an On -Call Engineering Support Services contract with TranTech Engineering, LLC (TranTech) for the 2017 Bridge Program. atoll] There are several issues effecting the Annual Bridge Program this year. The Federal Highway Administration (FHWA) has adopted new bridge load rating requirements that take effect within two years and necessitate updating our existing bridge inventory load ratings. The Bridge Replacement Advisory Committee (BRAC) has grant funding applications due in mid -April 2017 and the City has two structures that may be eligible for this funding. The S 119th St Pedestrian bridge also requires additional work to complete its maintenance. DISCUSSION Tukwila has selected TranTech to provide support services for the 2017 Bridge Program through an on -call services scope of work. TranTech was selected based on their extensive familiarity with the City's bridge program. This contract will allow the City to address the new FHWA requirements, BRAC grant applications, and complete maintenance on the S 119th St Pedestrian Bridge. FISCAL IMPACT TranTech has provided an estimated cost of $90,000.00 to perform the work as outlined in the attached scope of work. The remaining 2017 Bridge Program funds have been analyzed and the estimated project costs are within budget. TranTech Enaineerina On -Call Services Bridge Load Rating Updates S 119th St Pedestrian Bridge BRAC Funding Assistance Misc. Bridge Support Totals Proposed Contract 2017 Budget $ 41,000.00 19,000.00 15,000.00 15,000.00 90,000.00 270 000.00 RECOMMENDATION Council is being asked to approve the contract with TranTech Engineering, LLC for the 2017 Bridge Program in the amount of $90,000.00 and consider this item on the Consent Agenda at the March 6, 2017 Regular Meeting. Attachments: Page 19, 2017 CIP Trantech Contract with Scope and Cost Estimate W:APW Eng \PROJECTSVA- RW & RS ProjectsWridge Inspection Programs \Bridge Inspections 2017 (91610402)A02 - Trantech tasks \Info Memo Trantech 022417 gi sb.docx CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Annual Bridge Inspections and Repairs Project No. 9XK10402 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 year to year. Inspection frequencies vary from bridge to bridge and King County has provided some inspection services. STATUS: Construction projects will be determined from inspection reports and noted deficiencies/problems. MA|Nl|MPACT: Reduces maintenance costs. COMMENT: Ongoing project, only one year actuo|s are shown in the first column. FINANCIAL Through Estimated (in S000'-1 2011; MR 2o17 9n1u voio rovn 9n91 vorn nFvnmn mnru/ EXPENSES Design 79 40 40 45 45 45 55 55 55 459 Land (RAN) 0 Const. Mgmt. 30 30 40 40 40 50 50 50 330 Construction 118 200 200 250 250 250 300 300 300 2,168 TOTAL EXPENSES 197 270 270 335 335 335 405 405 405 2,957 FUND SOURCES Awarded Grant Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 197 270 270 335 335 335 405 405 405 2,957 TOTAL SOURCES 197 270 270 335 335 335 405 405 405 2,957 Entire System 2017 2022 Capital Improvement Program 19 6 x��tnv^�� Contract Number: ��x�� ^�x x��^�p�xxxm S2OOSouthoanter Boulevard, Tukwila VVA88188 CONSULTANT AGREEMENT FOR BRIDGE PROGRAM ENGINEERING SUPPORT SERVICES THIS ia entered into between the City w[ Tukwila, Washington, hercuuftr referred to as "the City", and TionTocbBo�inco,og` LLC, hereinafter referred \ous "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. l. Project Desianation. The [onyu|Luoi is retained by the City to perform Engineering services in connection with the pr Jcc<k�l�d8rid�c�oo�ruzoEo�in��rin� Support Project. 2. Scope of Services. The Consultant u4rues io perform the services, identified oo Exhibit '^A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. , This Agreement shall beio full force and effect for u period commencing upon execution and ending August 31, 2018, onlcoa sooner |crouiuuicd under the provisions hereinafter specified. lVmdk under this Ag[ceruoui shall commence upon written notice by the City to the Consultant toproceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement uolater than August 3l,2U)0 unless uu extension o{ such time isgranted io writing by the City. 4. Paymen . The Cnnso]iuui shall be paid by the City for completed work and for acrvioca rendered under this Agreement as follows: A. Payment for the work provided by the Consultant sbuU be made as provided on Exhibit ^^B" attached hereto, provided that the total amount of payment to the Consultant mbu|l not exceed $90,000.00 without express written modification of the Agreement signed by the City. H. The [oosu|iuoL may submit vouchers to the City noun per ozoodh 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 uud` upon approval thereof, payment shall be made to the Consultant inthe amount approved. C. Final puyrumut of any balance due the Cooeol(uut of the total contract price earned will be made promptly upon its aaccctuiuroeut and verification by the City after the completion of the work under this /\grcconeu| and its acceptance by the City. D. Puyznuoi as provided in this section aho\1 be full compensation for work performed, services rendered, and for all rno1criola, supplies, cquipnoco( and incidentals necessary to complete the work. E. The Cooao}tun1`s records and accounts pertaining in this Agrecnoco\ are to be kept available for inspection by representatives of the City and the m(u1c of Washington for u period of three (3) years ufLcz [iou| puyounoty. Copies obaU be made available upon rcguc*i. VA 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. Z-) 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 8 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 9 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 10 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: TranTech Engineering, LLC 12011 NE 1" Street, Suite 305 Bellevue, WA 980 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 day of , 20 CITY OF TUKWILA CONSULTANT C 0 By: Mayor, Allan Ekberg Printed Name: Grant D Griffin Title: Senior Engineer Attest/Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney CA revised: 1 -2013 Page 5 11 SCOPE OF WORK TRANTECH Engineering Bridge Program Engineering Support City of Tukwila, WA The City of Tukwila has identified several tasks necessary for the advancement oftheir Citywide Bridge Program in 2017. Ibcec ivaka include providing an in-depth hands-on inspection of the I I 9th Street Pedestrian Bridge and preparing a feasibility study for repair options. This tasks also includes working with Tukwila todetorcoiniu�4 repair and cou{io- Ioptions for that bridge as well as for the Green River Pedestrian and Utility Bridge. ()iber tasks include providing FHVV/\ required updates to existing load ratings on six structures, providing support for the development of bridge funding ooudido<c, and for providing ooisco|laucnum engineering support for tasks as identified by the City. All work shall hcinaccordance with WSD07FHWA procedures and requirements and with the requirements of the National Bdd����dou3t�du��8�)��»����. SCUEDULF The contract abuU ron/uio in effect for |K months, hov/cvuc tasks will be completed per the schedule listed under each specific ioak capcciu||y uhccc specific deadlines cou|u)L The management budget bs allocated accordingly. Throughout the conduct of these activities, there will be u close coordination between 'll{/\NIECll Engineering, LLC and the City o[ Tukwila ((]tv). TRANTECH will manage the activities to ensure timeliness of required submittals. The task items listed below will be performed by TRANTECH for the City. Task I —Tiniber Pedestrian Bridge FeasibilitY Study The two timber pedestrian bridges mentioned above are iu need o[maintenance. TRANTECH will provide an assessment of both bridges for use as the City decides what maintenance activities to include in a future maintenance contract. The I 191h Street Pedestrian has a failing paint system and is suffering from weather related deterioration that has caused localized rot. The Bridge has recently undergone timber girder repairs with more work slated for spring and summer 20l7.T{lANTECfl will provide u hands- on inspooboon[ihc lig m Street Pedestrian Bridge, u condition assessment, and ucapacity analysis. The analysis will be used to determine if there is sufficient capacity for continued Tukwila Bddue Program Engineering Support — SCOPE OF WORK TRANTECH ENGINEERING Paac l IN service or if additional rehabilitation is needed to attain a safe load carrying capacity. The analysis will also assess the feasibility of future repairs. The Green River Pedestrian and Utility Bridge was repaired and protected in a 2007 maintenance contract but its timber elements are currently in need of recoating. TRANTECH will use existing inspection information and will perform a routine inspection of the bridge to determine if any additional repairs are necessary prior to the recoating process. 1.1 In -depth Inspection The substructure of the 119`h Street Bridge has not had a recent underdeck and substructure inspection. TRANTECH will provide a hands -on inspection of the underside of the deck, floor system, and piers by use of rope assisted climbing. The condition of the elements will be evaluated and updated in the WSBIS Bridge Inspection Software. The resulting condition information will then be utilized in Task 1.2 to calculate the current capacity of the bridge. The in -depth condition assessment will also be reported in the resulting feasibility report listed below as the Task 1 deliverable. 1.2 Bridge Load Rating TRANTECH will provide a bridge load rating of the 119`h Street Pedestrian Bridge using the results of the in -depth inspection completed in Task 1.1. This as- repaired capacity will take into account the maintenance work done to date. This load rating will assess the current adequacy of the bridge for continued service as well as the feasibility for repairs that may add dead load such as deck overlay options yet to be determined. The initial scope of the load rating is assumed to be for a superstructure rating only. The scope of the load rating may be expanded to include the substructure if deemed necessary after the inspection and by additional scope and budged as approved by the City. TRANTECH will assess any new deterioration found on the Green River Pedestrian and Utility Bridge using analytical tools and information made available by our previous work done during the 2007 repair and coating contract. It is assumed that climbing of this bridge is not necessary based on the relatively recent rehabilitation contract. It is also assumed that the current load rating is still valid and that no update is necessary. A load rating update will be performed if deemed necessary and by additional scope and budged as approved by the City. In the case that any of either Bridge's critical elements have load carrying deficiency, viable strengthening means will be proposed as part of Task Section 1.3. 1.3 Repair and Strengthening Options TRANTECH will provide a report presenting the results of the inspection and structural analysis based on the activities described in Task Sections 1.1 and 1.2. This report will provide Tukwila with necessary decision making information about the feasibility of possible repair options. The report will also indicate if all element capacities are greater than the demand allowing the City to choose rehabilitation activities that will include only "element protection measures" for service life extension. As a non -NBI bridge, federal requirements do not apply. TRANTECH will work Tukwila Bridge Program Engineering Support -- SCOPE OF WORK Page 2 TRANTECH ENGINEERING 13 with the city to dctcrolboo the level of service that meets Inkv/ilu`a needs. As noted above, condition information will also be updated in the YY8|0l3 bridge inspection software for reference during future routine inspections. 1.4 Additional Services The initial scope of this task is to assess the feasibility of repair options for both bridge and N work with the City to determine the best repair and protective coating methods. Once 1bemo decisions are made, TRANTECH can prepare the documents necessary to for a PS&E bid package suitable for advertisement un well as additional professional services upon request. /\ punLiu| list of additional services is provided below. Tbcao additional ecrYicc* are not included in this scope of work, but TKANTECB can readily provide Lbcuc services with u aupp|coocu1a\ scope and fee. • Substructure Loud Rating oF the |] 9th Street Pedestrian Bridge • Load Rating Update for the Green River Pedestrian and Utility Bridge • Bid Assistance • Construction Engineering Support • Construction Management • Bridge Inspection Services Deliverables for Task / Timber Pedestrian Bridge F, euibilimStudv }\n electronic copy o[ the i1om Street Bridge Feasibility Sbxlv Report Two Paper copies of the I I 9th Street Bridge Feasibility Study Report Eight Tukwila owned bridges were identified usneeding Specialized Hauling Vehicle (SHV) updating. Two n[those bridges have had their load rating updates completed with six bridges remaining. The services io this task include utilization o[ the as-built and inventory inspection data to ncr[oou Load Factor Rating ([FR) per current WS[)()7 uudF8,@/A standards including checks. All rating activates will include ratings for Specialized Hauling Vehicles (SHV) and emergency vehicle ratings rating requirements per the FHWA memorandum titled "Load Rating for the FAST Act's Emergency Vehicles" dated November 3 2016. The following are the bridges identified for load rating as part of this task: * TUy{WIL/\5' 3ouiboeotcrBou1ovurd m TUK\YlLA 6; Foster 56mAvenue w Tl]8[WD~A 8; Grady Way w T0KWILAg;East Marginal Wu w TlTl{WlLA|5; Tukwila International Boulevard Tukwila BrN-c Pro-ram Bnaineering Support — SCOPE OyWORK TRANTECH ENGINEERING 14 • TUKWILA 21; Fort Dent Park There are provisions included in this Task to provide the emergency vehicle ratings for the two ZD tn bridges rated at the end of 2016. ZD The Load Rating Reports will consist of: • A Bridge Rating Summary Sheet reflecting the lowest rating factor, including 4-1 1:1 C� Z:' superstructure components. The summary sheet shall be stamped and signed by a professional engineer licensed in the State of Washington. • A brief report of any potential anomalies in the ratings and an explanation of the cause of any rating factor below 1.0. ZD • Hard copy of computer output files used for rating, and any other calculations or special analysis required. 0 A complete set of plans for the bridge. • A CD which contains the final versions of all input and output files, and other calculations created in performing the load rating. • All reports shall be bound in Accopress-type binders. A paper copy of generated reports will be prepared and submitted to the City, Quality Assurance Program is an integral part of our work plan. It includes the following: • Competent and experienced personnel will perform all calculations. The load rating will be thoroughly reviewed and checked by experienced personnel prior to submittal. Delirelwhle'; 'fi n Tsk J Load Ratim Updates Signed hard copies of all load rating reports for each bridge will be submitted to the City on or before December 31, 2017 as required by the FHWA's Memorandum on Load Rating of Specialized Hauling Vehicles dated November 15, 2013. Tash 2 Assumptions and Exclusions • TRANTECH will work from the as-built plans and the inventory inspection report to provide the most accurate condition for the load rating calculations. • Existing load rating analysis will be reviewed and utilized to the extent possible. Some existing load rating analysis may be of little or no use for the update process requiring a complete re-rating. Tukwila Bridge Program Engineering Support -- SCOPE OF WORK Z� Z-1 al TRANTECH ENGINEERING Page 4 IN * No substructure load rating is performed. An estimate of cost for performing Loud Rating services on the identified structures is pn:ueo1cd in Exhibit B. Task 3-11fldge Replacenwnt/ Rehabilitation FWodino Assistance A Federal Bridge Do����|�{��io�h����s��T�3�usi�a��sia^�� City io the development o[o bridge replacement/rehabilitation application package tob submitted to Bridge Replacement Advisory Committee (BRAC) for the 42 d Avenue South Truss in AUco(ox/o. Preliminary funding support analysis has been pocfbroocd over the last few years. TRANTECH will assist the City in assembling and, if necessary, updating the existing construction estimates and analysis. TRANTECH will provide a 1096 uciandc retrofit design for the Boeing /\ooeax Road over Airport Way Bridge ux directed by the City. An estimated cost for this work will also will also bc provided for submittal as uScisooic P[o�7aolpugoci for funding consideration. TRANTECH will provide overall assistance for the initial submittal package preparation per the Call for Projects rnquircmenisuoddcud1ioea./\|aoioclodcd,vvU|bccuudoocdaupportthroogh the spring and summer candidate review period and through the funding meeting iu the Fall of 2017. 'nask 4—MiScellmoeous Bridge Program Support TKANT[CU yho]| provide roisccUancooa cn�iuccdn� Support under the dircc|iouo[ the City o[Ti kn'i|u`x Pn4cci h�uux�cr. /\odcipu\cd vvurk vviU inc|udc tasks associated with the cnns{ruchon phase n[{ho8ocio�&cc�ssD|oudBddocRchubUitu1ionund the &�u|oc Maintenance on 3 Bridges 2015 projects, 1`ukvvi|u Bridge Prograoo1usks as idenhficdbythe City, and other projects as needed. Tukwila B6duu Pro-ram Bn8ucedng Suppou— SCOPBOFWO&K TRANTECH ENGINEERING 11m Exhibit B - Consultant Fee Determination City of Tukwila On-call Engineering Services Timber Ped Bridge Feasibility Study Load Rating Updates Funding Assistance Misc. Bridge Prog Support Grand Total n Egineering L.1- - --- $ 1 9,0TIf $ rrr rr $ 15,0 IIFA 18 Ci!y of Tukwila Allan Ekberg, Mayor TO: n and Infrastructure Committee FROM: BohGiberaon" Public Works Qireotor�o BY: Cymdy Knighton, Senior Program Manager CC: Mayor Ekberg [)ATE: February 24~2O17 SUBJECT: Baker Boulevard Non-Motorized Imlorovements Project No. 91610409, Contract No. 07-123 Supplemental Agreement No. 1G ISSUE Approve Supplemental Agreement No. 16 with KPFF for engineering design services for the Baker Boulevard Non-Motorized Improvement Project. BACKGROUND KPFF has completed the design of the TUC e Bridge Project (Ped Bridge) and the construction of the bridge io underway. Aa part Of the Ped Bridge Project, deSignoftheGneenRiverTnai|and new sidewalks on Christensen Road were completed. Due k)funding limitations, construction along the trail and the wide sidewalks on Christensen Road were removed from the construction bid documents. DISCUSSION Design of Baker Boulevard to include bike lanes and reduce the travel lanes to one in each direction (Baker Road Diet) was included in the initial design contract with KPFF,but the design was never advanced tothe 100% level as funding was reallocated to unexpected needs for the Ped Bridge design and permitting. At the time the Ped Bridge project vv8Sne8ringdeaignoomnp|etion'KingCounh/PerkaandRoonaed|onDiviSion approached Tukwila with $| million in County trail levee funds that could be used to design and construct the Baker Road Diet and the sidewalk improvements along Christensen Road. The interagency agreement between Tukwila and King County was approved by Council on December 5, 2016. A new project, Baher Boulevard Non-Motorized Improvements, was created in the 2817'2022C|PtV encompass the improvements into osingle project. SupplennentaAorg8nnmrtNo.1GtoKPFF's Contract 07-123 was negotiated os the most cost effective and expeditious way tohave the design completed on Baker Boulevard and incorporated with the design work already completed for the Green River Trail and Christensen Road. FINANCIAL IMPACT The additional costs for the Baker Boulevard design work and the packaging into a bid-ready document is $77,798.67 and is less than the $100,000 budgeted for design in the 2017 CIP. RECOMMENDATION Council is being asked to approve Supplemental Agreement No. 16 with KPFF for the Baker Boulevard Non-Motorized Improvement Project in[hoarnourdof$77,7B8.678DdconaiderthiaitennontheCVnSHmk Agenda 81 the March G'2O17 Regular meeting. Attachments: Page 15.2017C|P m=pp Supplemental Agreement No. 16 w:\p*eng\pnojoots\a-nw&mpnojents\buxe blvd non-motorized (n1s1n4ne)\imh memo xp*auppw1spen22417gl.doox 1e CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Baker Blvd Non - Motorized Improvements Project No. 91610409 Design and construct non - motorized improvements on Baker Blvd from Andover Park West to Christensen Rd, DESCRIPTION: including bike lanes with a proposed road diet. Project will also construct previously designed non - motorized improvement on Christensen Rd from Baker Blvd to the Green River trail. JUSTIFICATION: Improve non - motorized connections between the Tukwila Transit Center and Tukwila Station. STATUS: New project for the 2017 - 2022 CIP. MAINT. IMPACT: Minimal impact, project includes new sidewalk trail and pavement markings COMMENT: Project is a component of the TUC/TOD Pedestrian Improvements. Grant funding by the King County Dept of Natural Resources and Parks. FINANCIAL Through Estimated iin annn'.1 2n1r, 2n1R 2012 2n1R 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Project Locationazg i 5015 IN I Design T 100 5 � 'E I \; 100 Land(R /W) i 0 Const. Mgmt. 120 120 Construction 780 780 TOTAL EXPENSES 1 0 0 1,000 1 0 01 01 01 01 01 1,000 FUND SOURCES Awarded Grant 0 King County 1,000 1,000 Mitigation Actual 0 Traffic Impact Fees 0 City Oper. Revenue 0 0 0 0 0 0 0 0 0 0 TOTAL SOURCES 0 0 1,000 0 0 0 0 0 0 1,000 ;. Project Locationazg i 5015 IN I T 5 � 'E I \; i 2017 - 2022 Capital Improvement Program 15 20 Washington Department of Transportatil Supplemental Agreement Organization and Address KPFF Consulting Engineers Number 16 1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 Original Agreement Number 07 -123 (p) Phone: (206) 622 -5822 Project Number Execution Date Completion Date 05 -RW03 December 31, 2017 Project Title New Maximum Amount Payable Tukwila Urban Center, Ped /Bicycle Bridge PSE $ 2,153,200.32 Description of Work PS &E for the Baker Boulevard Road Diet & Christensen Road Improvements. The Local Agency of the City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. 07 -123 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: I Section 1, SCOPE OF WORK, is hereby changed to read: See attached scope of work. II Section IV, TIME FOR BEGINNING AND COMPLETION.. is amended to chanae the number of calendar days for completion of the work to read: Contract completion date remains as December 31, 2017. III Section V, PAYMENT, shall be amended as follows: This supplement increases the contract value by $77,798.67, increasing the previously authorized maximum amount payable to $2,153,200.32. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. David K. McMullen, RE By. KPFF Principal/Project Manager By. City of Tukwila Consultant Signature Approving Authority Signature DOT Form 140 -063 EF Date Revised 9/2005 21 Baker Blvd Road Diet & Christensen Road Improvements Plan, Specification and Cost Estimate (PSE) Scope of Work PROJECT DESCRIPTION & OBJECTIVES KPFF is currently under contract with the City of Tukwila (City) for the Plans, Specifications and Cost Estimate (PS&E) Phase of the Tukwila Urban Center Pedestrian/ Bicycle Bridge project. This supplement provides additional services related to: • Creating a new set of Plans, Specifications and Cost Estimate (PS&E) combining the following previously designed elements: 1. Sidewalk, landscaping and illumination improvements from the intersection of the Green River Trail (GRT) and Christensen Rd south toward and including the intersection of Baker Blvd and Christensen Rd. 2. Channelization, roadway signing and striping work of Baker Blvd from the intersection of Christensen Rd west toward the intersection of Andover Park W including signal, and ITS modifications at Andover Park E. SCOPE OF WORK The following is a scope of work for additional design services in support of this project's PSE Phase. Task No. 1.0 Project Management and Administration Task No. 1.10 - Project Management, Coordination & Invoicing Team members shall provide continuous internal project management and project team coordination. Team members shall prepare monthly invoices for work completed. KPFF shall compile the invoices into a single document to be submitted to the City. Task No. 1.20 —Tearn Meetings Team members shall meet internally to discuss project reorganization and design issues. Two meetings assumed. PA Page 2 Task No 2.0 Right -of -Way and Additional Survey Services: Task No. 2.10 Review Title Reports & Update Easements KPG shall provide a review of previous City construction projects to verify easements for sidewalks along Baker and Andover Park E. Easements shall be added to the base map. Files from the past projects showing easements shall be provided by the City. KPG shall update the existing base map to include new curb ramps for the east/west directions at the intersection of Baker Blvd and Andover Park E that are to be installed in conjunction with water main and sewer replacements under a separate project. CADD files for this shall be provided by the City. Note: With the exception of the new ramps, survey for Baker Blvd and Christensen has been completed, including existing illumination, signal poles, cabinets, and signal loops. No underground utilities have been located. Underground utility locates are not anticipated under this task. Deliverables 0 Updated Survey Project Base Map with sidewalk easements and updated curb ramps. Task No 3.0 Preparation of Contract Documents (PS&E) Task No. 3.10 - Repackaging Plans & Incorporating Signal Modifications KPFF and KPG shall assist the City in determining the Baker roadway striping, including design of protected bicycle facilities, as outlined in the King County Parks and Recreation and City of Tukwila, Mobility Connections Facilities Agreement for Baker Blvd and Christensen Road, approved 12/05/16. North- south curb ramps will be upgraded to current City standards Work includes modification of existing signal design at the intersection of Andover Park E and Baker Blvd, field review of existing signal equipment/ conduit/wiring, video detection installation, loop abandonment, APS push button installation, push button landing area compliance field verification, coordination with City for new installation of East/West curb ramps (associated with Andover Park E Water Main and Sewer replacement project), countdown pedestrian heads, electrical wiring pole adjustments, ITS raceway verification/design and signal controller upgrades. Work also includes the redesign of current plans based on reuse of existing electrical service cabinet at the intersection of Christensen Road and Green River Trail access point. This does not include relocation modifications to the existing controller service cabinets. 23 Page 3 KPFF and KPG shall repackage current design plans incorporating any aforementioned modifications into a complete set of Plans for submittal to the City. Task No. 3.20 - Update Quantities, Cost Estimate & Specifications KPFF and KPG shall update and/or calculate bid item quantities for the work shown in the Plans. An updated cost estimate shall be provided based upon these quantities and review of current bid tabulations provided by the City. A summary of quantities and a cost estimate shall be provided to the City for the Draft Final and Final/Bid PS&E packages (see Task 3.30). KPFF and KPG shall provide a complete Specifications package including Divisions 1 through 10 and front end proposal documents. The specifications shall be per the 2016 WSDOT Standard Specifications including any necessary City special provisions. The City shall provide a specification and proposal boilerplate for and any required forms associated with state and/or federal funding. Specifications shall be provided to the City for the Draft Final and Final/Bid PS&E packages (see Task 3.30). Task 3.30 - Submittal Preparation (Draft Final & Final/Bid) KPFF and KPG shall prepare and submit a Draft Final and Final/Bid PS&E package described above to the City. The Draft Final submittal shall be prepared and submitted to the City for review and comment. Comments received shall be discussed and responses to comments shall be generated for City review and agreement. The Draft Final PS&E package shall be modified as required based upon these comments and a Final/Bid submittal shall be generated The Final/Bid PS&E package shall be stamped, sealed and submitted to the City for inclusion in the bid package. Assumptions • No additional storm drainage report work is included. The Storm Drainage Report for the Tukwila Urban Center Bicycle/Bridge Project is assumed to be adequate for permitting approval for this construction package. • WSDOT MEF documentation for curb ramp layout is not included. • No additional permitting effort is included. • No additional right-of-way acquisition is included at this time. Additional acquisition may be necessary for ideal curb ramp layout at the intersection of Baker Blvd and Andover Park E. Deliverables • Plans and details to be included in Draft Final and Final/Bid level submittal set (3 hardcopies, I electronic). 24 0 • Cover Sheet & Index • Legend and abbreviations (1) sheet • Horizontal control (1) plan sheet • TESC (4) plan and detail sheets • Site prep (3) plan sheets • Typical section (3) sheets • Roadway plan/profile (3) sheets • Roadway details (3) sheets • Drainage and utility (2) plan sheets • Channelization and signing (3) plan sheets • Channelization and signing (1) detail sheet • Pedestrian detour (1) plan sheet • Signal/Illumination (6) plan and detail sheets • Urban design (5) plan and detail sheets • Planting design (3) plan and detail sheets • Irrigation (3) plan and detail sheets Quantities and Cost Estimate to be included in Draft Final and Final/Bid submittals (3 hardcopies, 1 electronic) Project Specifications to be included in Draft Final and Final/Bid submittal (Electronic copies for Draft Final and Final/Bid, 3 hardcopies for Final/Bid) 041 EXHIBIT E-1 KPFF Consulting Engineers CONSULTANT FEE DETERMINATION SUMMARY OF COST Tukwila Urban Center Package #1: Baker & Christensen Improvements Classification Principal / Tech. Specialist Project Manager Senior Engineer Design Engineer Prof. Land Surveyor Project Surveyor Survey Crew CADD Technician Coordinator / Admin Overhead (OH) Cost OH Rate x DSC of Fixed Fee (FF) FF Rate x DSC of Reimbursables Mileage Reprographics Subcontract (Blank) Subtotal Total Hours X Rate = Cost 8.00 X $64.43 = $515.44 96.00 X $58.20 = $5,587.20 0.00 X $45.00 = $0.00 152.00 X $38.08 = $5,788.16 0.00 X $42.00 = $0.00 0.00 X $32.00 = $0.00 0.00 X $65.00 = $0.00 89.00 X $33.00 = $2,937.00 12.00 X $27.30 = $327.60 DSC Subtotal $15,155.40 137.52% X $15,155.40 = $20,841.71 30.00% X $15,155.40 = $4,546.62 (## Miles x $0.565/mile) (## Sheets x $X.xx/sheet) (Sub Name & Task) (Allowance) Subconsultant Costs (See Exhibit G) $0.00 $37,254.95 IGRAND TOTAL: $77,798.6 0111 COST ESTIMATE: Tukwila Urban Center Package #1: Baker & Christensen Improvements February 21, 2017 1 KPFF Consulting Enqineers KPFF Tukwila Urban Center Package #1: Baker & Christensen Improvements Prindpol Y Project Senior Tech. Specialist manager Engineer S Design En Engineer Prof. Lord Surveyor U, Project Surveyor Survey C— 1AID -hro, , � Coordinate I-nrim MULTIPLIER: 7m7 SCOPE OF WORK $64,48 $58.20 $45.00 $38.08 $42.00 1 $32.00 1 $65.00 $33.00 1 $27.30 2.6752 I Project Management and Administration 1.10 �Ll 2. Management, Coordination _&_ Invoicing — --- - ----- ----- - Team Meetin gs -- --- 2 --- 3 a 6 4 $1,452 $1,128 Labor Subtotal:1 5 1 0 1 0 1 14 0 11 0 1 0 0 4 $0 2 Right-of-Way and Additional SurveyServices 2.10 Review Title Reports and update easements for Baker Blvd & Andover Pprk g Labor Subtotal: 0 1 0 1 0 0 0 0 a $0 ww 3 Preparation of Contract Documents (PS&E) 3.10 3.30 J R,pa,kagl g Current Plans with Signal Modifications Update Quantities, Cost Estimate & 6p,;off-ic--a-fkrms--- Submittal Preparation (Draft Final & Final/Bid) 44 32 -- 3 20 50 4 - 0 -- ----- 48 61 --l- 4 --- --1-- 4 24 4 $17,32.9 $9,702 ... ... $10,932 Labor Subtotal: 3 96 1 0 1 138 1 0 0 0 1 89 8 $37,964 747 $0 Labor Sum: Reimbursable Sum: 8 1 96 0 152 0 0 0 JKPFF 89 12 SUBTOTAL: $40,544 $0 $40,544 PAIR EXHIBIT G-1 KPG CONSULTANT FEE DETERMINATION SUMMARY OF COST Tukwila Urban Center Package #1: Baker & Christensen Improvements Classification Senior E/LA Project E/S LA/Eng Design Technician Survey Crew Office Admin. Overhead (OH) Cost OH Rate x DSC of Fixed Fee (FF) FF Rate x DSC of Reimbursables Mileage Reprographics Subcontract (Blank) Subtotal Total Hours X Rate = Cost 70.00 X $56.97 = $3,987.90 100.00 X $44.59 = $4,459.00 56.00 X $40.38 = $2,261.28 104.00 X $26.44 = $2,749.76 8.00 X $47.12 = $376.96 3.00 X $31.25 = $93.75 0.00 X = $0.00 0.00 X = $0.00 DSC Subtotal $13,928.65 136.21% X $13,928.65 = $18,972.70 30.00% X $13,928.65 = $4,178.60 (## Miles x $0.565/mile) (## Sheets x $Xxx/sheet) (Sub Name & Task) (Allowance) $175.00 ISubconsultant Total: $37,254.95 28 COST ESTIMATE: Tukwila Urban Center Package #1: Baker & Christensen Improvements February 21, 2017 KPG KPG Tukwila Urban Center Package #1: Baker 8, Christensen Improvements Senior E/LA I Proj�t E/S' LAJErg Design Survey i I Tenhnician Cre. i Offin. Admin. 000 1: 0.00 MULTIPLIER: Item f SCOPE OF WORK $56.97 $44.59 $40.38 $26.44 i $41,12 $31.25 $0.00 $0.00 2.6621 1 Project Management and Administration 1.10 Management, Coordination& Invoicing 1.20 Team Meetings 10 12 3 $1,766 $1,820 Labor Subtotal: l 22 0 0 0 0 3 0 0 $3,586 2 Right-of-Way and Additional SurveyServices Review Title Reports and update easements for Baker Blvd & Andover 8 8 $2,173 Labor Subtotal: 4 0 0 8 a a 0 0 $2,173 3 Preparation of Contract Documents (PS&E) 3.10 Repackaging Current Plans with Signal Modifications 3.20 Update Quantities, Cost Estimate & Specifications ------------ 3.30 :Submittal Preearation (Draft Final & Final/Bid) 32 8 4 80 40 80 16 1 4 4 is ------$24,280 $4,403 ------ ---- $2,638 Labor Subtotal: 44 100 56 96 a 0 0 0 $31,321 Labor Sum: 70 100 56 104 8 3 KPG MON 0 0 SUBTOTAL: $50 $37,080 -- $1 - 7 - 5 04*1 Mll Allan Ekberg, Mayor TO: Public Safety & Transportation and Infrastructure Committees FROM: Mike Villa, Chief of Police BY: Bruce Linton, Deputy Chief of Police CC: Mayor Ekberg DATE: January 24, 2016 SUBJECT: The Tukwila Police Use mfUnmanned Aircraft Systems ISSUE The Tukwila Police Department wishes to update the Public Safety Committee as to its new Policy related to Unmanned Aircraft Systems WAS). In addition, in order to purchase the equipment needed for the UAS pilot program, the Department needs committee permission due to it being an un-forecasted capital expense in excess of $5,000. BACKGROUND The Tukwila Police Department will be implementing aUAS pilot program to validate whether this technology can enhance the Department's ability k} save lives, protect property and document crime and collision scenes. |D order k]dO this, the Department has developed the attached presentation that covers the policy development, technology overview and how we will address privacy concerns. The Department intends iO report back iO committee iD six months time with iOfO[0@1i0n on the pilot program. In addition, according to City policy, the Department must receive approval from the Public Safety Committee in order to expend un-forecasted capital funds in excess of $5,000, even though itiS below the $4U.00O signing authority authorized tO the Mayor. The Department proposes to purchase the UAS and necessary peripherals via the drug seizure funds, ensuring no impact to the City's General Fund. TUKW|LA POLICE DEPARTMENT aUAS PROGRAM COST ESTIMATE ITEM DESCRIPTION COST w/Accessories UAV video, stills, autonomous, obstacle avoidance, live video feed, indoor $3,000 1 Inspire 2 sUAS UAV - High Resolution 20 MP Stills, 5K w/Accessories video, autonomous, obstacle avoidance, live HD video $7,000 PIX 4D Photogrammetry Create 3D Imaging from video or still Software images to include thermal $10,000 PIX 4D Creating a 3D workflow for reconstruction Photogrammetry of scenes based off of aerial and ground Training based photography $3,000 computer with increased processing Computer capacity for PIX 4D photogrammetry processing 01 INFORMATIONAL MEMO Page 2 d9 Mapping Package Autonomously mapping outdoor scenes $3,500 3dr Solo, Video SE Video mapping a scene/Targeted Surveillance, live HD feed $2,500 Mapping and Flight Basic flight and emergency procedures Training training as well as autonomous flight planning $5,000 RECOMMENDATION The Public Safety Committee is requested to approve the expenditure of seizure funds to support the planned Tukwila Police Department sUAS program. In addition, the Department wanted to be sure members of the Transportation Committee were aware of this pilot program. ATTACHMENTS Community Policing and Unmanned Aircraft Systems presentation Tukwila PD sUAS Policy (adopted from the IACP UAV model policy) WA State UAS program recommendations ACLU UAS policy recommendations Executive Summary, Community Policing & Unmanned Aircraft Systems: Guidelines to Enhance Community Trust 32 DSUSAN - PVV\UAS info memo for Public Safety and Transportation Infrastructure Comiftees.doc I 57, nJ ll�fll 0 Cl- 1.11 0 E 0) 0 m M) 33 34 Ln (D (D u Ln Ln (D (D u 34 I Lo LZIN V) moo A ui 0 Q� I .......... OL ui LL- 0 .......... D4� ui V) < U ::D E LL- 0 < ::E z V) < (D >- z z ui I.......... 0 Z U tv 41.1 Kul 0 LA- co o @) 0 Co CD c CL U uj z CL � E _0 . . < cy- 0 0 0 Cy- 4 0 0 uja LO CN ,� 0 � CL. ui . Kul 0 co o @) 0 Co uj z � E _0 < cy- 0 0 0 Cy- 4 0 uja LO CN 0 Kul CL o V) < 0-0 0 C (D E �o Q- 0 Q) U -C " Q- -0 u Q) > (D 4- 0 . . C) . ............... ............... 0 > D z.......... (.A 0, 0 0 Q) 0 0 -0 E D o > (D (D o -4— 0 4-- V) U o 0 0 4-- V) V) :D o V) I I I I I V) .......... V-) I j �; 38 QL 0 FD u (D 0 II OL A 0 E 0 u 0 u 0 OL A I I I I 0 I I M." UNI Fl o o Fl c o Is .42) D 4- c (D E (D w c 0 A A .......... V) V) 0 I ii x 1, Elie] Cyl EIN 43 44 4C- 0 MCC OL Q. C 0 D E co ...... ...... CE Col- T fm 4? T Col- a C)7 o u GL D a) I 0 0 Co 0 < 0 V) < 11, ................ D (A Lo a) (aD n A A A 44 «7 Ell ® CZ Ell 0 If n.... 70 75 0 ............ 0 70 < I D 22 0).+- C) 0- ......... 0 0." n .... ............ Ell m E. CL- rJ l� 1 1 EfA i 48 rsssss m I a) u c � 00 C:;-- U CL V) 2. L: A 0) C: 0 E V) A 110. ElM C: u 0 E D 0 0 CT 0 V) C cz o A A A A A m I a) u c � 00 C:;-- U CL V) 2. L: A 0) C: 0 E V) A 110. ElM 4-- V) D 0 E 0 c 0 -4- D El Q) U D LU CL 0 u Q) E 0 D 4- 31 4— 4— 0 E E 0 -4- 0 -C CL o E 4- V) -4- V) 0 E E 0 0 E E 0 U U () a 4— E Q- 0,5 >, CT > 4- Q) E E o 0 E -4- 0 0 -C u a of of WE 6111 .......................... n.... ............ . of 0 611 0 (D U > CL 11 0 D 0 cn ............... 0 c 0 0, Q) Q) Q) z . ...... .. o U U D D A A A .......................... n.... ............ . of 0 611 C/) (D C: C: = (1) (D E E C: 0-0 4-a C: =0 E CL a) Cl. E W z 00 D < W z w LU LU r) z 0 W LL U) Z LU L) :E -j LU M -j D 0- < Z D LL LL LL 0 0 D r) Z U) z0 00 2i J CL < U) Z < i D 0 z ry (D 0 Cr 0- U) D LL 0 U) U) -j Z -j Z 0 2i Cr ti 0 0 Cr 0- U) D LL 0 U) U) Z W U) (D D ry 0 0 Cr CL U) D LL 0 U) Cr (D 0 Cr 0- U) LL 0 U) U) Z Z 0 2 ui z U) Z_ W m 0 Cr CL 0 CL U) D 0 Z Z :Fc Z 0 C) LU C) F- 0 J_ LU F- 0 :E LU Cr F- z LLJ 7- CL 0 -i LLJ LLJ C) -i 0 CL 6% �l �l of f r f r Y J 1 Y 1 53 r , �^ J N 54 Tukwila Police Department Policy Manual SMALL UNMANNED AIRCRAFT SYSTEMS 706.1 PURPOSE This policy is intended to provide personnel who are assigned responsibilities associated with the deployment and use of small unmanned aircraft systems (sUAS) with instructions on when and how this technology and the information it provides may be used for law enforcement and public safety purposes in accordance with law 706.2 POLICY It is the policy of this department that duly trained and authorized agency personnel may deploy sUAS when such use is appropriate in the performance of their official duties, and where deployment and use, and the collection and use of any audio /video recordings or other data originating from or generated by the sUAS, comport with the policy provisions provided herein and applicable law. 706.3 DEFINITIONS Digital Multimedia Evidence (DME): Digital recording of images, sounds, and associated data. Model Aircraft: A remote controlled aircraft used by hobbyists that is built, produced, manufactured, and operated for the purposes of sport, recreation, and /or competition. Unmanned Aircraft (UA) or Unmanned Aerial Vehicle (UAV): An aircraft that is intended to navigate in the air without an on -board pilot. Also alternatively called Remotely Piloted Aircraft (RPA), Remotely Operated Vehicle (ROV), or Drone. Unmanned Aircraft System (UAS): A system that includes the necessary equipment, network, and personnel to control an unmanned aircraft. Small Unmanned Aircraft Systems (sUAS): UAS systems that utilize UAVs weighing less than 55 pounds and are consistent with Federal Aviation Administration (FAA) regulations governing model aircraft. UAS Flight Crewmember: A pilot, visual observer, payload operator or other person assigned duties for a UAS for the purpose of flight or training exercise. Unmanned Aircraft Pilot: A person exercising control over a UA/UAV /UAS during flight. 706.4 ADMINISTRATION All deployments of sUAS must be specifically authorized by the Chief of Police or his designee. This agency has adopted the use of sUAS to provide an aerial visual perspective in responding to emergency situations and exigent circumstances, and for the following objectives: Copyright Lexipol, LLC 2017/01/12, All Rights Reserved. ** *DRAFT * ** SMALL UNMANNED AIRCRAFT SYSTEMS - 55 Published with permission by Tukwila Police Department 1 Tukwila Police Department Policy Manual SMALL UNMANNED AIRCRAFT SYSTEMS 1. Situational Awareness: To assist decision makers (e.g., incident command staff; first responders; city, county, and state officials) in understanding the nature, scale, and scope of an incident —and for planning and coordinating an effective response. 2. Search and Rescue: To assist missing person investigations, AMBER Alerts, Silver Alerts, and other search and rescue missions. 3. Tactical Deployment: To support the tactical deployment of officers and equipment in emergency situations (e.g., incidents involving hostages and barricades, support for large -scale tactical operations, and other temporary perimeter security situations). 4. Visual Perspective: To provide an aerial visual perspective to assist officers in providing direction for crowd control, traffic incident management, special circumstances, and temporary perimeter security. 5. Scene Documentation: To document a crime scene, accident scene, or other major incident scene (e.g., disaster management, incident response, large -scale forensic scene investigation). 706.5 PROCEDURES FOR SUAS USE 1. The agency must obtain applicable authorizations, permits, or certificates required by the Federal Aviation Administration (FAA) prior to deploying or operating the sUAS, and these authorizations, permits, and certificates shall be maintained and current. 2. The sUAS will be operated only by personnel (pilots and crew members) who have been trained and certified in the operation of the system and are FAA Certified Remote Pilots. 3. The sUAS- certified personnel shall inspect and test sUAS equipment prior to each deployment to verify the proper functioning of all equipment and the airworthiness of the device. 4. The sUAS equipment is the responsibility of individual officers and will be used with reasonable care to ensure proper functioning. Equipment malfunctions shall be brought to the attention of the officer's supervisor as soon as possible so that an appropriate repair can be made or a replacement unit can be procured. 5. The sUAS equipment and all data, images, video, and metadata captured, recorded, or otherwise produced by the equipment is the sole property of the agency. 6. All flights will be documented on a form or database designed for that purpose, and all flight time shall be accurately recorded. In addition, each deployment of the sUAS shall include information regarding the reason for the flight; the time, date, and location of the flight; the name of the supervisor approving the deployment and the staff assigned; and a summary of the activities covered, actions taken, and outcomes from the deployment. 7. Except for those instances where officer safety or investigation could be jeopardized —and where reasonably possible and practical, agencies should consider notifying the public. 8. Where there are specific and articulable grounds to believe that the sUAS will collect evidence of criminal wrongdoing and /or if the sUAS will be used in a manner that may intrude upon Copyright Lexipol, LLC 2017/01/12, All Rights Reserved. ** *DRAFT * ** SMALL UNMANNED AIRCRAFT SYSTEMS - 56 Published with permission by Tukwila Police Department 2 Tukwila Police Department Policy Manual SMALL UNMANNED AIRCRAFT SYSTEMS reasonable expectations of privacy, the agency will obtain a search warrant prior to conducting the flight. 706.6 RESTRICTIONS ON USING THE SUAS 1. The sUAS shall be deployed and used only to support official law enforcement and public safety missions. 2. The sUAS shall not be operated in an unsafe manner or in violation of FAA rules. 3. The sUAS shall not be equipped with weapons of any kind. 706.7 DME RETENTION AND MANAGEMENT 1. All DME shall be handled in accordance with existing policy on data and record retention, where applicable. 2. All DME shall be securely downloaded at the completion of each mission. The sUAS- certified operators will record information for each file that shall include the date, time, location, and case reference numbers or other mission identifiers —and identify the sUAS personnel involved in mission. 3. Officers shall not edit, alter, erase, duplicate, copy, share, or otherwise distribute in any manner sUAS DME without prior written authorization and approval of the Chief of Police or his designee. 4. All access to sUAS DME must be specifically authorized by the Chief of Police or his or her designee, and all access is to be audited to ensure that only authorized users are accessing the data for legitimate and authorized purposes. 5. Files should be securely stored in accordance with agency policy and state records retention laws and retained no longer than necessary for purposes of training or for use in an investigation or prosecution. 706.8 SUAS SUPERVISION AND REPORTING 1. sUAS supervisory personnel shall manage all deployments and uses of sUAS to ensure that officers equipped with sUAS devices utilize them in accordance with policy and procedures defined herein. 2. An authorized sUAS supervisor or administrator will audit flight documentation at regular intervals. The results of the audit will be documented. Any changes to the flight time counter, if equipped, will be documented. 3. The Chief of Police or his or her designee shall document the agency's deployment and use of sUAS. Copyright Lexipol, LLC 2017/01/12, All Rights Reserved. ** *DRAFT * ** SMALL UNMANNED AIRCRAFT SYSTEMS - 57 Published with permission by Tukwila Police Department 3 Tukwila Police Department Policy Manual SMALL UNMANNED AIRCRAFT SYSTEMS 706.9 TRAINING 1. Police personnel who are assigned sUAS must complete an agency- approved training program to ensure proper use and operations. Additional training may be required at periodic intervals to ensure the continued effective use and operation and proper calibration and performance of the equipment and to incorporate changes, updates, or other revisions in policy and equipment. 2. All agency personnel with sUAS responsibilities, including command officers, shall also be trained in the local and federal laws and regulations, as well as policies and procedures governing the deployment and use of sUAS. Copyright Lexipol, LLC 2017/01/12, All Rights Reserved. ** *DRAFT * ** SMALL UNMANNED AIRCRAFT SYSTEMS - 58 Published with permission by Tukwila Police Department 4 Washington State Pdlic'y GU6dd6nes For Unmanned Airc,raft Systems The advent and widespread use of drones has raised many complex questions in Washington State, resulting in different legislative proposals to regulate the use of drones — unmanned aerial vehicles —by state agencies and programs. This document is designed to guide policy makers and stakeholders as they develop policy proposals. It reflects input from the Executive Branch, Office of the CIO, DOT, and a broad group of agencies. The guidelines are not listed in any particular order or priority. 1. Definition of "Drones " — should apply to unmanned aerial vehicles controlled by a remote operator. Sample definition: "An unmanned aircraft that is operated without the possibility of direct human intervention from within or on the aircraft." 2. Law Enforcement and Respect for Civil Rights. A. Fourth Amendment requirements must apply to the use of evidence derived from drone surveillance. This is grounded on probable cause and the need to obtain a warrant in advance of use for law enforcement purposes, if such evidence is to be introduced in a court of law. B. Drones should not be used to monitor activities protected by the First Amendment or lawful exercise of other Constitutional rights. C. Law enforcement personnel should balance use of drones against other means of gathering information in a particular investigative need, assessing whether such alternative means are less intrusive than the deployment of drones. 3. Purpose of Use —the purpose of use of a particular flight should be recorded and maintained by the applicable agency. A. Drones should only be used in connection with properly authorized investigations and activities, unless they are authorized for on -going use by documented Agency policy. B. Exceptions to stating a purpose of use in advance of actual use can be made for emergencies such as natural disasters, terrorism and "hot pursuit" of crimes. C. Data collected by drones must be subject to existing state and federal laws and regulations regarding the privacy of personal information. 4. Data Minimization —the video images and other data derived from surveillance applications should be minimized in terms of review and retention, consistent with state records retention requirements. Only data pertaining to the original purpose of the drone flight should be retained. Agencies should set retention schedules consistent with the fulfillment of the original purpose of the drone flight. 6VI 5. Federal Law A. FAA regulations regarding registration of drones, safety and no -drone zones must be followed. B. The state acknowledges existing "open view" doctrines, as set forth by the Supreme Court and other legal authorities. 6. Policy Management A. Drone guidelines and agency implementation should be reviewed annually to keep up with technology and respond to citizen concerns. Such review should take place within any agency that operates drones. B. Drone guidelines should be published in print and online by each agency. OCIO will retain the guidelines in a central location. C. The state should conduct public education and outreach regarding drone policies and operations by state agencies. D. The state should not share drone data with the federal agencies without judicial authorization or review. E. The state should not share drone data with local governments or between state agencies, unless such sharing is specified within the original purpose of the deployment Alex Allbeni 0, lief lll)itlivw�y Offh�:zt Office of Privacy and Data Protection State of Washington Desk .1160.407.r x.78 alex.alben watech.wa. ov 60 Published on American Civil Liberties Union (https: / /www.aclu.org) Domestic Drones [,, U.S. law enforcement is greatly expanding its use of surveillance drones, and private actors are also seeking to use the technology for personal and commercial use. Drones have many beneficial uses, including in search - and - rescue missions, scientific research, mapping, and more. But deployed without proper regulation, drones equipped with facial recognition software, infrared technology, and speakers capable of monitoring personal conversations would cause unprecedented invasions of our privacy rights. Interconnected drones could enable mass tracking of vehicles and people in wide areas. Tiny drones could go completely unnoticed while peering into the window of a home or place of worship. Surveillance drones [21 have been the subject of fierce debate among both legislators and the public, giving rise to an impressive amount of state legislation — proposed and enacted —to protect individuals' privacy. Uniform rules should be enacted to ensure that we can enjoy the benefits of this new technology without bringing us closer to a "surveillance society" in which our every move is monitored, tracked, recorded, and scrutinized by the government. The ACLU recommends the following safeguards: • Usage Limits: A drone should be deployed by law enforcement only with a warrant, in an emergency, or when there are specific and articulable grounds to believe that the drone will collect evidence relating to a specific criminal act. • Data Retention: Images should be retained only when there is reasonable suspicion that they contain evidence of a crime or are relevant to an ongoing investigation or trial. • Policy: Usage policy on drones should be decided by the public's representatives, not by police departments, and the policies should be clear, written, and open to the public. • Abuse Prevention and Accountability: Use of domestic drones should be subject to open audits and proper oversight to prevent misuse. • Weapons: Domestic drones should not be equipped with lethal or non - lethal weapons. © 2017 ACLU 61 Source URL: https-//www.aclu.org/ issues / privacy - technology /surveillance- technologies /domestic - drones Links [1] https-//www.aclu.org/ issues / privacy - technology / surveillance - technologies /domestic- drones [2] http- / /www.aclu.org /blog /tag /domestic - drones 62 63 64