Loading...
HomeMy WebLinkAbout10-022 - King County Road Services Division - Traffic and Road Maintenance in Event of Emergency or DisasterContract Nc>- lo-022_17(, Discretionary Work Request for King County Road Services FORM A City of: Tukwila Request Number: TK -020 Date: 02/13/2017 Problem Description: Perform bridge inspection services for 14 City of Tukwila bridges in 2017. Please note, 2 of the 14 bridges are jointly owned structures with adjacent jurisdictions. Nature of Request: Routine inspections for 9 bridges: TUK -0 1, TUK -07, TUK -08, TUK -1 1, TUK -'12, TUK. 13, TUK -16, TUK - 24, AND BRIDGE 4001. UBIT Inspections for 5 Bridges: TUK -03, TUK -02, TUK -06, TUK -09, AND TUK -14. Tukwila will provide traffic control as needed. NOTE: Tukwila -08 (Grady Way Bridge) is jointly owned by Tukwila and Renton. The inspections costs for this structure will be shared between the two cities. NOTE: Bridge 4001 (196th -200th bridge) is jointly owned by Tukwila and Kent. The inspections costs for this structure will be shared between the two cities. Location: Seven (7) Bridges are located over the Duwarnish /Green River in Tukwila, and seven(7) bridges are located over various roads and streets in Tukwila. Detailed location information can be found in the bridge inventory accessed through the WSDOT Bridge Works Software. Attachments: N/A City Priority: Medium Special scheduling requirements: Coordinate traffic control requests a minimum of one week in advance. UBIT as required. City Project Manager- Telephone Number: Steve Carstens, 206 -431 -2446 Authorized By: Robin Tischmak Date: 02/13/2017 FORM B ARMS Project #: EBS Project #: Work Order #: Form B Sent to City Date: 02/13/2017 Recommended Action: Provide bridge inspections for 14 city bridges that include 9 routine and 5 UBIT inspections per request. Provide inspection reports to WSDOT and the city after completion of the inspections. Proposed Schedule: April- November 2017 County Project Manager: Margaret Germeaux Cost Estimate: $22,475.00 Authorized By (City - $500): Date: 2/14/17 CITY Mayor, Allan Ekberg va"' q"'J PROJECT COST ESTIMATE/REQUEST AND CLOSURE FORM Return to Roads Finance: Attn: Marc Walsh MS: KSC-TR.0315 rRrOr �Ca,, 1121661 'Project Title: Bridge Inspection City of Tukwila Start Year: 2017 Start Date: 2/1/17 Emliram No Function No, Project Location: Various location In the City of Tukwila Is this a multi- Estimated year project. Yes Year of final KC Road Log Yes/No: completion: Service No. Number:_�] Estimated project expenditures by year: Permit Nod Type: Reimbursable org: 5626 Division No: Related CID Project No: 2016 $3,675.00 2018 -Project 2017 2019 PROJECT DESCRIPTION: TASK TASK DESCRIPTION: Inspection of 8 City owned bridges 55.02-08 Bridge Inspection $3,800.00 Routine Inspections on Tuk-1, 7, 8, 11, 12,13,16 and 24 90.00.34 Administration, Tech support, Report Prep, UBIT and driver $2,900.00 Provide inspection reports to WSDOT and the city after completion of the inspections. Fracture Critacal inspection on Beacon Hill Tukwila 13 1 Inspection of 1t2 owned structure No. 4001 with the city of Kent Equipment $110.00 Contingency $640.00 TOTAL: $7,450.00 AIRS CUST MER NUMBER: 73- BR: SR: l 1 ­—REQUIRED FIELDS IF PROJECT IS REIMBURSABLE ..... ESTIMATED: ACTUAL: Enter Customer BilliM Information below LABOR. $6,700.00 Customer Contact Name: Robin Tischmak, City Engineer $110.00 ER&R EQUIPMENT: Customer Billing Company Name: City of Tukwila VENDOR EQUIPMENT: UBIT Customer Billing Address No. 1: 6300 Soutficenter Blvd. Suite 100 FIR FLAGGING: Customer Billing Address No. 2: Tukwila, WA 98188-2644 $640.001 CONTRACT: Customer Contact Phone Number: 206-431-2456 $7,450.00 $0.00 TOTALS: I Roads Project Mgr: Margaret Germeaux Roads PM Phone No: 206477-3539 OPEN SIGNATURES: (REQUIRED) REQUESTOR NAME DATE AUTHORIZER NAME DATE FIELD PROCESSING: N-L DATE IFINANCE PROCESSING: NAME, DATE. CLOSURE D.Te CLOSURE SIGNATURES: REQUESTOR: NAME AUTHORZER: NAME FIELD PROCESSING: NAME FINANCE PROCESSING: NAM[:: (AE.UARED) CLOSURE DATE: DATE DATE DATE DATE ROADSCEFORM.XLS REV 8/7/2010 PROJECT COST ESTIMATE/REQUEST AND CLOSURE FORM Return to Roads Finance: Attn: Marc Walsh MS: KSC•TR•0315 vroec ram 1131308 Project Title: Bridge Inspection City of Tukwila - UBIT Start Year: 2017 Start Date: 2/1/17 Program No, Function No. Project Location: various location In the City of Tukwila Is this a multi- Estimated year Project No year of final 12131/2017 KC Road Log Y../N.: c—pld.n; Service No. Number: Planning and Estimated Promect expenditures by year: Permit N., Project Type: Reimbursable Ong: 5626 Division No: Related CIP Protect NO: 2016 2018 2017 2019 PROJECT DESCRIPTION: TASK TASK DESCRIPTION: UBIT In%pecton on Bridge Tuk-02, 03, 06, 09 and 14 (5) US inspections 55.02-08 < BHdgelnspecfion 4,500.00 Provide hspecton reports to WSDOT and the city after completion of the Inspections. 55.02.08 Administration, Tech support, Report Prep, FC Rept $3,280.00 Fracture Critical inspeciton on Tukwila 14 90.00.34 Vendor Equipment $6,325.00 Railroad Flagger Equipment $150.00 Contingency $770.W TOTAL: $15,025.00 AIRS CUSTOMER NUMBER: 73- BR: SR: 1 1 ­"'REOUIRED FIELDS IF PROJECT IS REIMBURSABLE—... ESTIMATED: ACTUAL: Enter Customer 19111ina Information below LABOR: $7,780.00 Customer Contact Name: Robin Tischmak, Senior Transportation Engineer $150.00 ER&R EQUIPMENT: 4i Customer Billing Company Name: City of Tukwila $6,325.00 VENDOR EQUIPMENT: UBIT Customer Billing Address No. 1: 6300 Southcenter Blvd. Suite 100 FIR FLAGGING: Customer Billing Address No. 2: Tukwila, WA 98188-2544 $770.001 CONTRACT: Customer Contact Phone Number: 206-433-0179 $15,025.00 �Mgr: — 4�1011111 TOTALS: Roads Project Margaret Germeaux Roads PM Phone No: 206-477-3539 OPEN SIGNATURES; REQUESTOR NAM. AU7HOFU2ER NAME FIELD PROCESSING NAME FNMCEPROCESSING: NAME (REQUIRED) CLOSURE DATE DA TF DATE DATE .......... 4,FINANCEPROCESSING: CLOSURE SIGNATURES: ­U1­R NAME '.:AUTHORIZER: NAME. FIELDPROCESS— NAME NAME IRE.UIRED) IJATE. DATE DATE'. DATE CLOSURE DATE ROADSCEFORM XLS REV 8/1T2010 08104300 TUKWILA -16 08001800 TUKWILA -11 APRIL S 119TH PEA BRIDGE S BAR OVER AIRPORT WAY TUKWILA 625 E7 TUKWILA 625 E5 14/15 04/16/15 24 24 04/04/17 08543600 TUKWILA -08 08674200 TUKWILA -01 GRADY WAY MACADAM ROAD TUKWILA 625 J4 TUKWILA 655 E2 /15 24 04/06/17 15 24 08634500 TUKWILA -07 08853600 TUKWILA -24 08712100 4001 51ST AVE SOUTH KLICKITAT BRIDGE 196TH -200TH STREET TUKWILA 655 F4 04/21/15 TUKWILA 655 F5 04/21/15 TUKWILA 685 F3 04/07/15 24 04/11/17 24 24 07996800 TUKWI BEACON AVE SO FC TUKWILA 625 F5 04/15/15 24 04/13/17 08110200 TUKWILA -09 08166200 TUKWILA -06 EAST MARGINAL WAY FOSTER 56 AVE SO TUKWILA 625 E6 TUKWILA 655 F2 04/23 24 04/18/17 24 08561400 TUKWILA -02 08544400 TUKWILA -03 FRANK ZEPP BRIDGE LOIS T NEWTON TUKWILA 685 H1 04/21/1 TUKWILA 655 H3 24 04/19/17 24 08109700 TUKWILA -14 42ND AVENUE SOUTH BR FC TUKWILA 625 F1 04/08/15 12 04/26/17 POSSIBLE AUGUST - OCTOBER 08002500 TUKWILA -12 S BAR OVER BNRR TUKWILA 625 Legend Non NBI = Red italics Fracture Critical = FC UBIT = Blue hightlight half owned - orange highlight 24 Half owned with Kent 4 I aritret ct No_ 10- 022 -1431 (u . - rJ Suppl®ment No_ 21' ( FORM A City of: Tukwila Request Number: TK -017 Date: 09/13/16 Problem Description: Perform inspection services for 6 Tukwila bridges in 2016. Nature of Request: UBIT inspections for 1 bridge: TUK -15. Routine inspections for 5 bridges: TUK -14, TUK - 18, TUK -20, TUK -21, and TUK -22. Tukwila will provide traffic control as necessary. Location: Six (6) bridges are located over the Duwamish /Green River in Tukwila, and one (1) is located over BN railroad tracks. Detailed location information is located in the Bridge Inventory accessed through the Bridge Works software. Attachments: N/A City Priority: Medium Special scheduling require'ments: Coordinate traffic control requests a minimum of one week in advance. UBIT as required. - City Project Manager - Telephone Number: Steve Carstens, 206 - 431 -2446 Authorized By: Robin Tischmak Date: 9/12/16 FORM B ARMS Project #: EBS Project #: Work Order #: Form B Sent to City Date: 09/13/2016 Recommended Action: UBIT inspections for 1 bridge: TUK -15 and routine inspections for 6 bridges: TUK -05, TUK -14, TUK -15, TUK -18, TUK -20, and TUK -22. Provide inspection reports to WSDOT and the city after completion of the inspections. Cost estimate details: labor - $3,240; equipment- $110; (UBIT- $3,985); and contract- $325. Proposed Schedule: 9/2016 - 12/2016 County Project Manager: Ross Pettit/ Margaret Holwegner Cost Estimate: $7,660.00 Authorized By (City > $500): Date: 9/12/16 Comments: By providing city traffic flaggers for the UBIT inspections, the original cost estimate is reduced by $2,500 (rs). Tukwila will provide traffic control. l � 02 04/6 //VA -e-5 W: \PW Eng \ PROJECTS \A- RW & RS Projects \Bridge Inspection Programs \Bridge Inspections 2016 (91610402 \2016 Bridge Inspections \Discretionary Work Request for KCTK- 17.docx PROJECT COST ESTIMATE /REQUEST AND CLOSURE FORM Return to Roads Finance: Attn: Marc Walsh MS: KSC -TR -0315 Project No. 1121661 Program No Function No Service No. Planning Unit Permit No: Project Title: ;Bridge Inspection City of Tukwila 1* Project Location: iVarious location in the City of Tukwila J KC Road Log Number: Project Type: Reimbursable Org: 5626 Division No: Related CIP Project No: :(e Start Year: Is this a multi- year project - Yes/No: 2016 Start Date: l 2/1/16 Yes Estimated year of final completion: PROJECT DESCRIPTION: Inspection of 5 City owned bridges Routine Inspections on Tuk -14, 18, 20, 21, & 22 Provide inspection reports to WSDOT and the city after completion of the inspections. TASK 55.02.08 90.00.34 TASK DESCRIPTION: Estimated project expenditures by year: 2016 $3,675.00 2018 r 2017 I 2019 Bridge Inspection $2,015.00 Administration, Tech support, Report Prep, UBIT and driver $1,225.00 Equipment Contingency TOTAL: $110.00 $325.00 $3,675.00 1 AIRS CUSTOMER NUMBER: 73- BR: SR: LABOR: ER &R EQUIPMENT: VENDOR EQUIPMENT: UBIT RR FLAGGING: CONTRACT: TOTALS: ESTIMATED: ACTUAL: $3,240.00 $110.00 $325.00 $3,675.00 $0.00 OPEN SIGNATURES: * * * ** *REQUIRED FIELDS IF PROJECT IS REIMBURSABLE * * * * ** Customer Contact Name: Enter Customer Billing Information below i I Robin Tischmak, City Engineer Customer Billing Company Name: City of Tukwila Customer Billing Address No. 1: '6300 Southcenter Blvd. Suite 100 Customer Billing Address No. 2: Tukwila, WA 98188 -2544 Customer Contact Phone Number: 206 -431 -2456 (REQUIRED) Roads Project Mgr: 'Margaret Holwegner (REQUIRED) Roads PM Phone No: 206-477-3539 (REQUIRED) CLOSURE DATE' REOUESTOR: NAME: 3(1 DATE: AUTHORIZER: NAME: i DATE: FIELD PROCESSING: NAME: DATE: FINANCE PROCESSING: NAME: DATE: CLOSURE SIGNATURES: REOUESTOR: NAME: AUTHORIZER: NAME: FIELD PROCESSING: NAME: FINANCE PROCESSING: NAME: (REQUIRED) CLOSURE DATE DATE: DATE: DATE: DATE: ROADSCEFORM.XLS REV 8/1/2010 Protect No. 112 Program No, Function No. Service No. Planning Unit Permit No: PROJECT COST ESTIMATE /REQUEST AND CLOSURE FORM Return to Roads Finance: Attn: Marc Walsh MS: KSC -TR -0315 Project Title: LBridge Inspection City of Tukwila - UBIT Project Location: iVarious location in the City of Tukwila f { KC Road Log t t Number: 1 Project Type: Reimbursable org: 5626 Division No: Related CIP Project No: Start Year: 2016 Start Date:! 2/1 /16 Is this a multi- year project - Ves/No: No Estimated year of final completion: 12/31/2016 PROJECT DESCRIPTION: TASK UBIT Inspection.on Bridge Tuk -15 Provide inspection reports to WSDOT and the city after completion of the inspections. 55.02.08 55.02.08 TASK DESCRIPTION: Estimated protect expenditures by year: 2016 $3,985.00 2017 i i 2019 Bridge Inspection $1,340.00 Administration, Tech support, Report Prep, FC Rept 90.00.34 $730.00 Vendor Equipment Railroad Flagger $1,650.00 Equipment $55.00 AIRS CUSTOMER NUMBER: 73- BR: SR: Contingency $210.00 TOTAL: $3,985.00 ** LABOR: ER &R EQUIPMENT: VENDOR EQUIPMENT: UBIT RR FLAGGING: CONTRACT: TOTALS: ESTIMATED: $2,070.00 $55.00 $1,650.00 ACTUAL: $210.00 $3,985.00 $0.00 OPEN SIGNATURES: (REQUIRED) CLOSURE DATE REQUESTOR: NAME: I DATE: i E AUTHORIZER: NAME: - { DATE: 1 FIELD PROCESSING: NAME: DATE: FINANCE PROCESSING: NAME: DATE: ** *REQUIRED FIELDS IF PROJECT IS REIMBURSABLE * * * * ** Enter Customer Billing Information below Customer Contact Name: 1 Robin Tischmak, Senior Transportation Engineer Customer Billing Company Name: City of Tukwila Customer Billing Address No. 1: 6300 Southcenter Blvd. Suite 100 Customer Billing Address No. 2: Tukwila, WA 98188 -2544 Customer Contact Phone Number: 206 - 433 -0179 (REQUIRED) (REQUIRED) Roads Project Mgr: Margaret Holwegner jRoads PM Phone No: 206 -477 -3539 CLOSURE SIGNATURES: REOUESTOR: NAME: AUTHORIZER: NAME: FIELD PROCESSING: NAME: FINANCE PROCESSING: NAME: (REQUIRED) CLOSURE DATE. DATE: DATE: DATE: DATE: ROADSCEFORM.XLS REV 8/1/2010 FORM A Contract No_ 1 0 -022 -1 6 (- Supp1emer it No_ 2 O City of: Tukwila Request Number: TK -016 Date: 08/23/2016 Problem Description: The South 119th St Pedestrian Bridge is constructed of timber glue laminated girders. These girders have localized rot and splits caused by exposure to the weather and moisture infiltration due to failure of the paint system. In addition, the bare timber plank bridge deck is weathered and has worn unevenly causing it to become slippery when wet and presents tripping hazards. Nature of Request: Remove and repair rot on the tops of the girders and laminate new wood where necessary. Clean and fill the open cracks with epoxy. Tukwila has a conceptual set of plans prepared by an Engineering Consultant and has met with King County Bridge Maintenance on site to discuss the repair. A plan was developed to remove and repair the girder top rot by a combination of the following methods: full width removal and timber replacement; and cleaning out localized rot pockets and filling with epoxy catalyzed putty. In addition, the deck will be cleaned, leveled, and covered with an epoxy to seal the timber and to provide a substrate to adhere non -slip aggregate. Location: North Tukwila in the Allentown area at S 119th St over the Duwamish River. Attachments: Scope of Work Engineering Design City Priority: Medium Special scheduling requirements: There are no current special scheduling requirements related to public use of the facility. However, it is necessary to complete the work and utilize favorable weather conditions for correction of the deficiencies on the structure. City Project Manager- Telephone Number: Steve Carstens, P.E., 206 - 431 -2446 Authorized By: Robin Tischmak Date: 08/23/2016 FORM B ARMS Project #: EBS Project #: Work Order #: Form B Sent to City Date: 08/23/2016 Recommended Action: Remove rotten materials and replace, and fill with epoxy and wood filler. Deep rot is unknown; process may change depending upon conditions. Cost estimate details: labor - $24,260, equipment - $5,240, materials - $9,820. Proposed Schedule: 9/6/16 - 9/16/16 County Project Manager: Ross Pettit Cost Estimate: $39,320.00 Authorized By (City - $500): Date: CITY OF TUKWILA Mayor, Allan Ekberg ,/ 57L0or z eie /614/Ay-,S 2016 PROJECT COST ESTIMATE SHEET - REIMBURSABLE /CITY /RDS CIP /OTHER COUNTY DEPT ADDRESS: So. 119 St. Ped Bridge #16 DESCRIPTION OF WORK: Remove rotten materials and replace, fill with epoxy & wood filler, Deep rot is unknown process may change depending on conditions WO# TASK # PROJECT # Case Report#: Map Page: Reg.Labor Hours LABOR Overtime Hours Labor Costs Extended Supervisor II Crew Chief Operator Truck Driver II Truck Driver III Carpenter II 40 $3,644.80 Carpenter I 160 $13,259.20 Utility Worker II 80 $5,355.20 Enviromental $2,000.00 Total Labor 280 $24,259.20 EQUIPMENT Equipment Hours Equipment Costs Extended Excavator ETH007 Front Loader - EFL Van EOP Pick Up - 1.5 Ton Flatbed EPU149 Pick Up - 1 Ton EPU167 Pick Up - 3/4 ton Pick Up - 1/2 ton EPU126,EPU165, Pick Up - 1/4 ton /SUV Trailer ETR143/145 Truck Freightliner M2 w /crane E0T381 Truck 10 Cu Yd E0T380 Vactor EOT 80 80 40 $2,080.00 $2,380.00 $778.00 Total Equipment 200 $5,238.00 VENDOR EQUIPMENT Vendor Equipment - # of Days Vendor Equipment Costs Extended Excavator TrackHoe- Evergreen- Komatsu PC120- 6-7-8 w/thumb PER DAY - Insert# of days used Total Vendor Equipment MATERIALS AND /OR SERVICES Qty of Materials Delivery Charge or Stand By Material Costs Extended CONCRETE Per Delivery - Cadman $99.60cy +$105SB/hr,min 9cy CONCRETE Per Delivery - Light Loads $112cy +$105SB/hr +min 1cy CONCRETE per CY - Stoneway 8120.35cy +min 3 /4cy 2 Ib. kits = $189 x 10 kits Misc. lumber Guardrail Materials - Coral Sales - Cost from Coral Sales Unit Pricing Worksheet Fence Material - Request Bid from Vendor & Insert in Material Costs Extended column Ferry tickets - Insert $ Estimate in Material Costs Extended column Saw Cut - Insert $ Estimate in Material Costs Extended column Toilet Rental - Insert $ Estimate in Material Costs Extended column Rock per tan 5/8" (average rates) Rock per ton 1 1/4" (average rates) HMA 1/2 INCH (average rates) Topsoil with Compost per CY (average rates) Waste per CY - Concrete & Asphalt (average rates) PU 10 - 2016 Cost Estimate Sheet ver 6 as of 3.14.16 (3).xlsx $1,890.00 $800.00 List Comments Below 8/23/2016 Labor Total: $24,259.20 Equipment Total: $5,238.00 Vendor Equipment Total: Material & Services Total: $9,820.00 Total Cost Estimate: $39,317.20 Reg.Labor Hours LABOR Overtime Hours Labor Costs Extended Supervisor II Crew Chief Operator Truck Driver II Truck Driver III Carpenter II 40 $3,644.80 Carpenter I 160 $13,259.20 Utility Worker II 80 $5,355.20 Enviromental $2,000.00 Total Labor 280 $24,259.20 EQUIPMENT Equipment Hours Equipment Costs Extended Excavator ETH007 Front Loader - EFL Van EOP Pick Up - 1.5 Ton Flatbed EPU149 Pick Up - 1 Ton EPU167 Pick Up - 3/4 ton Pick Up - 1/2 ton EPU126,EPU165, Pick Up - 1/4 ton /SUV Trailer ETR143/145 Truck Freightliner M2 w /crane E0T381 Truck 10 Cu Yd E0T380 Vactor EOT 80 80 40 $2,080.00 $2,380.00 $778.00 Total Equipment 200 $5,238.00 VENDOR EQUIPMENT Vendor Equipment - # of Days Vendor Equipment Costs Extended Excavator TrackHoe- Evergreen- Komatsu PC120- 6-7-8 w/thumb PER DAY - Insert# of days used Total Vendor Equipment MATERIALS AND /OR SERVICES Qty of Materials Delivery Charge or Stand By Material Costs Extended CONCRETE Per Delivery - Cadman $99.60cy +$105SB/hr,min 9cy CONCRETE Per Delivery - Light Loads $112cy +$105SB/hr +min 1cy CONCRETE per CY - Stoneway 8120.35cy +min 3 /4cy 2 Ib. kits = $189 x 10 kits Misc. lumber Guardrail Materials - Coral Sales - Cost from Coral Sales Unit Pricing Worksheet Fence Material - Request Bid from Vendor & Insert in Material Costs Extended column Ferry tickets - Insert $ Estimate in Material Costs Extended column Saw Cut - Insert $ Estimate in Material Costs Extended column Toilet Rental - Insert $ Estimate in Material Costs Extended column Rock per tan 5/8" (average rates) Rock per ton 1 1/4" (average rates) HMA 1/2 INCH (average rates) Topsoil with Compost per CY (average rates) Waste per CY - Concrete & Asphalt (average rates) PU 10 - 2016 Cost Estimate Sheet ver 6 as of 3.14.16 (3).xlsx $1,890.00 $800.00 List Comments Below 8/23/2016 i 233. -2" GLUED LAMINATED BEAM I FGFND EXISTING NEW rl !_I. GLUED LAMINATED BEAM I BLOCKING (TYP.) PIER 12T-13" DUWAMISH RIVER 9) EXISTING GLUED LAMINATED BEAM (2 TOTAL) EXISTING BOLTS PLAN 125 CLEAR SPAN D DUWAMISH RIVER Efft CAP BEAM (TYP.) ELEVATION LOOKING DOWNSTREAM VARIES FROM 2' -3 5/8' 2• -6 7/8" ON TO 3' -7 7/8" SUSPENDED ON CANTILEVER SPAN PORTION WATER MAIN VARIES 3' -8 7/8" REMOVE AND REPLACE EXISTING TOE BOARDS WITH PRESSURE TREATED 206. NAIL TO BLOCKINGS AND SET 1" ABOVE DECKING (TYP.) DETAIL A 3' I , I 53 GALVANIZED PLATE WASHERS R =1 1/2" 11 /16' HOLES FOR 5/8" BOLTS EXISTING PLATE WASHER (TYP.) I\ II ` EXISTING HANGER BOLTS (TYP.) DETAIL. A GLULAM BEAM F L GENERAL NOTES: 1. ALL MATERIAL AND WORKMANSHIP SHALL BE IN ACCORDANCE WITH THE REOUIREMENTS OF WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD. BRIDGE, AND MUNICIPAL CONSTRUCTION DATED 2014 AND AMENDMENTS, 2. THE TWO EXISTING GLULAMINATED BEAMS, HANGER BOLTS, PLATE WASHERS. EXPOSED FACES OF CAPS, BLOCKINGS AND NEW TOE BOARDS SHALL BE PAINTED AFTER PRESCRIBED REPAIRS IN PLANS. 3. REMOVE CRACKED OR PEELED PAINT, L005E CHALKY PAINT, DIRT, AND OTHER FOREIGN MATERIAL BY WIRE BRUSHING. SCRAPING. OR OTHER MEANS IMMEDIATELY BEFORE PAINTING. MOISTURE CONTENT OF THE GLULAM TIMBER SHALL BE LESS THAN 200 AT THE TIME OF THE FIRST APPLICATION, 4. REMOVE RUST FROM EXISTING HANGER BOLTS AND WASHER PLATES WITH LIGHT SWEEP BLAST BEFORE FIRST COAT OF PAINT 15 APPLIED WHILE PROTECTING THE GLULAM BEAMS. 5. ADD TURPENTINE AND LINSEED OIL, AS REOUIRED BY THE CHARACTER OF THE SURFACE. IN AN AMOUNT NOT TO EXCEED ONE —EIGHT OF THE PAINT. USE THREE APPLICATIONS OF PAINT. 6. AFTER FIRST APPLICATION HAS DRIED, PUDDY CRACKS, CHECKS. NAIL HOLES. OR OTHER DEPRESSIONS FLUSH WITH THE SURFACE VAIN A WATER REPELLANT PRESERVATIVE CONTAINING COPPER NAPHTHENATE IN A 20 SOLUTION. ALLOW TO DRY BEFORE SECOND APPLICATION OF PAINT. 7. POLYURATHANE ADHESIVE FOR /9000 SUBSTRATES SHALL BE USED FOR ALL REPAIRS. — 8. CONSTRUCTION LOADING SHALL NOT EXCEED 85 PSF OF BRIDGE DECK AREA. REMOVE ALL DECAYED AND SOFT WOOD TO SOLID SUBSTRATE. GLUE SNUG N0. 1 OR BETTER PRESSURE TREATED WOOD. SEAL ALL EDGES WITH TWO PART EPDXY FILLER. IF REMOVAL UNDER HANGER WASHERS IF NEEDED. DO NOT REMOVE MORE THAN A THIRD OF THE BEAM WIDTH AT A TIME. PLAN GLULAM BEAM J PUBLIC WORKS DEPT_ •ENGINEERING•STREETS •WATER•SEWER•PARKS•BUILDING• Dale Dawn Checked PI01 Eng P19 Dr Feld RN 01.0 0334 DAVID EVANS 1 ANDASSOCIATES INC. 1115 West Bay Drive N.W., Sole 301 Olympia, Washington 98502 Phone: 360.705.2185 SO. 119TH STREET PEDESTRIAN BRIDGE TUKWILA 16 BRIDGE REHABILITATION BRIDGE PLAN AND ELEVATION No. Dale Revisions PEO1 1 w 2 FIN No Ee43E01,12.11 e,rp S1330 AS SHOWN ogle MARCH 2015 REMOVE AU. DECAYED AND SOFT 1000 TO STUD SOBSTATE (TIP .) REMOVE DECAYED WDDO UNDER MANGER WASHERS 70 SOLID SUBSTRATE, PACK 221111 1W0 PART EPDXY TILER. 00 NOT REMOVE M0110 NAN ONE THIRD OF THE REAM WIDTH AT A TIME AFTER EPDXY IN PREVIOUS SECTOR HAS CURED. (TIP,) PUBLIC WORKS DEPT_ •ENOINEERINO•STREETS •WATER•SEWER•PARKS•DWLDINO• Of•t c=sectitact =um Ell MIN ='©1♦OE DAVID EVANS ANOASSOCIATESINe. 11151VM Bay OwN.W.. STIR 301 Oyn2M.YYadepar113502 PNme: 3133 7057185 SO. 119TH STREET PEDESTRIAN BRIDGE TUKWILA 16 BRIDGE REHABILITATION BRIDGE IMAGES PE02 Tao Ho 1W1, MAN Scb AS MOM / Dose NVIWXK1 , Contract No. 10- 022 -15 (5) Discretionary Work Request for King County Road Services FORM "A" City of: Tukwila Request Number: TK -018 Date: 07/22/2015 Supplement No_19 Problem Description: Modify /expand 3 curb cut openings for improved pedestrian safety at 3 existing crosswalks and install detectable warning surfaces to applicable area. Nature of Request: Modify /expand 3 curb cut openings for improved pedestrian safety at 3 existing crosswalks and install detectable warning surfaces to applicable area. This work was originally included in TK -015 but will now be a separate request. Location: 3 curb cut openings on East Marginal Way S at 86th P1 (NW corner), 87th P1 (SW corner) and 92nd P1 (SW corner). Attachments: City Priority: Medium Special scheduling requirements: City Project Manager - Telephone Number: Scott Bates 206 - 431 -2193 Authorized By: Robin Tischmak Date: 07/22/2015 FORM "B" ARMS Project #: EBS Project #: Work Order #: Form B Sent to City Date: 09/01/2015 Recommended Action. Provide traffic control by closing one lane during cutting. Cut 3 locations to provide a larger opening for pedestrian traffic. Install glue down domes. Cost estimate details: labor - $2120; equipment- $700; and materials/services - $880. Proposed Schedule: mid-July County Project Manager: Bleasdale /Pettit Cost Estimate: $3,700.00 Authorized By (City- $500): Robin Tischmak Authorized By (City if > $500): Date: 9/1/2015 Date: /0//(0// 5 / d /4/S ADA IMPROVEMENTS Contract No. 10-022-15 tr Discretionary Work Request for King County Road Services Supplement No. 18 FORM "A" City of:tukwila Request Number:TK-015 Date: 05/05/2015 • Problem Description:The City of Tukwila requests services for the design,removal and reconstruction ' of cement concrete curb ramps and curbing. Nature of Request:Design and construct two ADA compliant curb ramps including associated sidewalks, extruded curbing and one pedestrian push button pole foundation. Modify/expand 3 curb cut openings for improved pedestrian safety at 3 existing crosswalks and install detectable warning surfaces to applicable area. Location:Two ADA curb ramps on the NE and SE corners of the signalized intersection at Southcenter Parkway/I-5 off-ramp 13 curb cut openings on East Marginal Way S at 86th P1(NW corner), 87th Pl(SW corner)and 92nd Pl(SW corner). Attachments: City Priority:Medium Special scheduling requirements: City Project Manager-Telephone Number:Scott Bates 206-431-2193 Authorized By:Robin Tischmak Date:05/05/2015 FORM "B" ARMS Project#: EBS Project#: Work Order#: Form B Sent to City .Date:05/19/2015 Recommended Action:Design and construct two ADA curb ramps on the NE and SE corners of the signalized intersection at Southcenter Parkway/I-S off-ramp. Widen 3 curb cut openings on East Marginal WayS at 86th PI(NW corner); 87th PI(SW corner); and 92nd PI(SW corner). Cost estimate details: design-f esign-' $4,100;labor-$32,200; equipment- $8,400;and materials/services-$2,300. Proposed Schedule:mid-July County Project Manager:Bleasdale/Pettit „ Cost Estimate::$4,100.00 Authorized By (City-$500):Robin Tischmak Date:6/5/2015 Comments:This authorization applies only to the design portion of the project in the amount of $4,100.00. Authorization for construction funding will be approved by a separate process. Authorized By(City if>$500): ,= G a.._ Date: Ma, /j 7L a ('6r/L4 2015 Bridge Program Contract No. 10-022-1560 Supplement No. 17 Discretionary Work Request for King County Road Servicc3 FORM A City of: Tukwila Request Number: TK-012 SUPPLEMENT#1 Date: 04/21/2015 Problem Description: The concrete approach span on the west end of the 196th - 200th Street Bridge over the Green River is undergoing unanticipated movement due to subgrade settlement. The slab is unsupported for approximately five feet at the slab/abutment interface by design. The slab seat concrete is spalling and steel reinforcing dowels are yielding as the slab rotates about the fixed slab seat. In addition, the concrete sidewalks approaching the bridge are bucking due to the pressure being exerted on them by Nature of Request: Tukwila requests inspection and design assistance from King County Roads Services. This work also includes King County Bridge Maintenance assistance to remove existing timber falsework left from the bridge construction that is preventing inspection of the damaged west approach slab seat. Once an inspection has been completed, Tukwila requests design assistance to choose a repair option and prepare the necessary plans, specifications, and estimates. It has been determined that additional work and equipment rental is necessary to safely access the work area beneath the damaged approach slab.The work consists of installing scaffolding for safe access to perform the necessary repairs and making monthly payments for approximately one year. Fiscal Impact: $7,000.00 Location: 0.8 Miles west of SR181 Attachments: Estimate provided by King County Roads Division. City Priority: High City Project Manager-Telephone Number: Grant Griffin - (206) 431-2446 Authorized By: Robin Tischmak Date: 06/05/2014 CITY OF TUKWILA 4'1 I -X( / 4._ 14-443_45 Mayor Haggert•fj Form A Page 1 of 1 2015 Bridge Inspections Contract No 10-022- 15 (i,) Supplement No. 16 Discretionary Work Request for King County Road Services FORM A City of:Tukwila Request Number:TK-014 Date:02/12/2015 Problem Description: Perform routine bridge inspections for 15 Tukwila Bridges in 2015, including a bridge jointly owned by Tukwila and Kent. Bridge cleaning of a fracture critical truss. Nature of Request:The total list of bridges is as follows:TUKWILA-01 through 03,TUKWILA-06 through 09,TUKWILA-11 through 14,TUKWILA-16,TUKWILA-18,TUKWILA-24,and Bridge No 4001(joint ownership Tukwila & Kent).This work includes UBIT rental for special inspection access as necessary and for cleaning of TUKWILA-14. Additional cleaning of TUKWIAL-14 from the deck of the bridge as possible. Location: Eight bridges are located over the Duwamish/Green River in Tukwila,four bridges are located over Tukwila city streets, and two are located over BN & UP railroad tracks. Detailed location information is located in the Bridge Inventory accessed through the Bridge Works software. Attachments: City Priority: Medium Special scheduling requirements: UBIT as required. City Project Manager-Telephone Number:Grant Griffin, (206)431-2446 Authorized By: Robin Tischmak Date: 02/12/2015 CITY OF TUKWILA , t I Jim H.:: .rton, May,/ `s�d� gs6 f 6.(A14&S Discretionary Work Request for King County Road Services FORM A City of: Tukwila Request Number: TK -013 Date: 07/24/2014 Problem Description: Perform routine bridge inspections for 7 Tukwila Bridges in 2014. Nature of Request: The total list is of bridges is as follows: TUKWILA -05, TUKWILA -15, TUKWILA -17, TUKWILA -19, TUKWILA -20, TUKWILA- 21,and TUKWILA -22. Two bridges require special access with a Under Bridge Inspection Truck (UBIT): TUKWILA -5 and TUKWILA -21. Tukwila will provide traffic control as necessary. Contract No. 10 -022 -14(o) Supplement No. 15 2014 Bridge Inspections Location: Six bridges are located over the Duwamish /Green River in Tukwila. One pedestrian Bridge spans South 180th Street. Detailed location information is Iocacte in the Bridge Inventory accessed through the Bridge Works software. Attachments: City Priority: Medium Special scheduling requirements: UBIT as required. City Project. Manager- Telephone Number: Grant Griffin - (206) 431 -2446 Authorized By: Robin Tischmak Date: 07/24/2014 CITY OF TUKWILA / d 02 cI6m/ -S Pro tect No. Prooram No. Function No Service No. Planning Unit Permit No: Project Title: !Bridge Inspection City of Tukwila Project Location: Various location in the City of Tukwila Project Type: Reimbursable Org: 5626 Division No: KC Road Log Number: Related CIP Project No: PROJECT DESCRIPTION: TASK Inspection of 6 City owned bridges 55.02.08 TASK DESCRIPTION: Start Year: 2014 Start Date: 2/1/14 Is this a multi- year project - Ves/No: No Estimated year of final completion: 12/31/2014 2012: Estimated project expenditures by year: 2014: $9,600.00 2013: 2015: Bridge Inspection 53,182.00 UBIT Inspection on Bridge Tuk -05 and Tuk -21 55.02.08 Routine Inspections on Tuk -15, 17, 19, 20, 22 UBIT Inspection 92,700.00 Provide inspection reports to WSDOT and the city after completion of the inspections. 90.00.34 Administration, Tech support, Report Prep, UBIT and driver S3,000.00 Equipment 5100.00 Contingency $618.00 TOTAL: $9,600.00 AIRS CUSTOMER NUMBER: 73- BR: SR: * * "* *REQUIRED FIELDS IF PROJECT IS REIMBURSABLE" * "* 11 LABOR: ER &R EQUIPMENT: VENDOR EQUIPMENT: UBIT RR FLAGGING: CONTRACT: TOTALS: ESTIMATED: 96,182.00 ACTUAL: 9100.00 92,700.00 9618.00 $9,600.00 $0.00 Enter Customer Billing Information below Customer Contact Name: Robin Tischmak, Senior Transportation Engineer Customer Billing Company Name: City of Tukwila Customer Billing Address No. 1: 6300 Southcenter Blvd. Suite 100 Customer Billing Address No. 2: Tukwila, WA 98188 -2544 Customer Contact Phone Number: 206 - 433 -0179 (mom) *MIAOW) Roads Project Mgr: !Margaret Hotwegner Roads PM Phone No: 206 -477 -3539 OPEN SIGNATURES: (REOUIRED) CLOSURE DATE:. REOUESTOR: NAME DATE - AUTHORIZER: NAME: DATE. FIELO PROCESSING: NAME' DATE FINANCE PROCESSING: NAME' DATE' CLOSURE SIGNATURES: REOUESTOR: NAME. AUTHORIZER: NAME: FIELD PROCESSING: NAME: FINANCE PROCESSING: NAME: (REQUIRED) CLOSURE PATE; DATE DATE. DATE. DATE • • w Discretionary Work Request for King County Road Services FORMA City of: Tukwila Request Number: TK-012 Date: 06/05/2014 The concrete approach span on the west end of the 196th - 200th Street Problem Description: Bridge over the Green River is undergoing unanticipated movement due to subgrade settlement. The slab is unsupported for approximately five feet at the slab/abutment interface by design. The slab seat concrete is spalling and steel reinforcing dowels are yielding as the slab rotates about the fixed slab seat. In addition, the concrete sidewalks approaching the bridge are bucking due to the pressure being exerted on them by Tukwila requests inspection and design assistance from King County Roads Nature of Request: Services. This work also includes King County Bridge Maintenance assistance to remove existing timber falsework left from the bridge construction that is preventing inspection of the damaged west approach slab seat. Once an inspection has been completed, Tukwila requests design assistance to choose a repair option and prepare the necessary plans, specifications, and estimates. 0.8 Miles west of SR181 Location: Estimate provided by King County Roads Division. Attachments: High City Priority: Special scheduling requirements: Grant Griffin - (206) 431-2446 City Project Manager-Telephone Number: Robin Tischmak Date: 06/05/2014 Authorized By: Form A Page 1 of 1 City of Tukwila 196th-20Oth 5t Bridge Repair Designs Preliminary Scope and Fee Estimates for City of Tukwila 196th-200th St BridgeDamage Inspection and Repair Designs Project Name: 196th- 2DDth St Bridge Over Green River- City of Tukwila Project Manager: Grant Griffin (City of Tukwila), Jessy Jose (King County) by: Prepared Stephen Jiang & Jessy Jose Date: 6/9/14 A. Scope of Services Provide bridge inspection at bridge approach concrete slab pier supports, review and recommend feasibility and repair options, and prepare structural designs plans for construction. & Assumed the following tasks, 1. One field review of the existing slab support conditions after all left plywood forms are removed, 2. Review of past damage and settlement data and project soil and inspection reports and other document if they are available 3. Search of bridge approach slab and its connection to bridge pier diaphragm wall plan details (not available from the existing bridge plans) 4. Review repair feasibility and constructability and propose repair options 5. Perform structural designs and prepare plans for selected repair option 6. Provide engineering support during repair construction 7. Project coordination administration & B. Fee Estimates Design Br Eng. EIII Crew CADD CrewS Proposed Desilln Services Check the condition of the bridge approach slab support at pier wall after wood Task 1 Field inspection 4 4 forms and bracing between reinforced roadway embankment and pier are removed Review of existing bridge This includes existing bridge plan details, inspection reports, soil report, past & Task 2 as-built plans, data, 2 2 & bridge damage records if available reDort reviews Search of approach Search if as-built or designed plans for approach bridge slabs and its connection Task 3 bridge slab designed 8 to pier wall are available lans Crew demolishing the Crew will schedule a day to remove/cut the abandoned utility pipe, remove the form work and making Task 4 4 $ 6,000.00 key stones facia blocks and the loose form work. access to investiqate Feasibility & Review constructability, construction approaches, likely traffic impacts, and constructability review and Task 5 20 8 safety, and recommend option(s) for repairs. Include one meeting at city to repair option studies & discuss finding and recommendation Perform structural designs and prepare Prepare structural designs and plans for construction. Coordinate and request Task 6 16 4 12 plans specs for crew to estimate construction costs and schedule & construction Assist technical issues if needed during construction. Conduct final inspection for Task 7 Construction supports 8 4 acceptance Project issues, progress, budget report coordination and general & & Task 8 Project Management 20 administration .. Total hrs. 50 54 12 $ 6 000.00 0 CosVhr w/153.93% SRs $144 5119 $106 $94 Hourlv Pav and Burden Rates BRs are Der KC ROADS 2014 data Estim ated fee $7221 56451 $1273 50 $20,946 ESTIMATED SUM Notes 1. Design to be based on the most current AASHTO LRFD and Washington Department of Transportation Bridge Design Manual (BDM) 2. Assumed hand sketched plans and design notes and specifications for county crew construction. 3. City will handle permits, traffic, and other issues related to repair construction 4. Preliminary scope and fee estiamtes are shown. The scope and fee estimates may need adjustments after Task 1 Field inspection Page 1/1 Discretionary Work Request for King County Road Services FORM A City of: tukwi|a Request NurnbenTK'011 Date: 1O/03/7Ol3 Problem Description: The 42nd Avenue 5 Truss has excessive debris deposits on the panel points and lower chord. Debris is obscuring critical inspection locations on the fracture critical steel bridge and must be cleaned away in order to perform valid safety inspection. Nature of Request: Remove debris and flush panel points and lower chord. Clean all other locations where debris build up has occurred. The city of Tukwila will provide flagging. City personnel met with Ross Pettit and Mark Andersori to clarify the scope of work on October 2, 2013, Location: 42nd Avenue 5 Bridge (TUKWILA-14) Over the Duwamish River. Attachments: City Priority: Medium Special scheduling requirements: Perform the work during the 2013/2014 King Count Bridge Maintenance bridge washing seasori. Early in the schedule if possible. City Project Manager-Telephone Number: Grant Griffin (206) 431-2446 Authorized By: Robin Tischmak Date: 10/03/2013 CITY OF TUKWILA � /�� �/6-(71,//76,\ hfhp}YVOUF.kingCOUOtv.gOV/kCdOt/nD8dG/diGC[8ti0O8ny/dBk88ntrV.8GpX?Ol=TK-011 02/19/2014 Project. Tukwila - 14 Pro)ect Number: TBD Date: Feb February 14, 2014 Estimate Prepared By: Mark Anderson Clean a l l lower panel points at Tukwila - 14 S o b odge closure Bricige to remain open wath lane closures/ traffic revision Crew shall employ a two-step process for Assumptions cleaning as per KC Programmatic Perron 1) dry cleanin.g methods 2) followed mtn pressure washing on a Itugh flow, turbid water event) Assume work to be done on regular shift and expect slow progress du 04 rush hour traffic congestion (7.00am 9.00a rn. & after 300 pm) cope of Work: Clean all lower panel poInts at Tukwila - 14 . No brtdge closure. Bridge to remain open with lane c/osures/ traffic revision. Crew shall employ a 2 step process for cleaning as per KC Programmatic Permit. Traffic Contro Traffic Control at bridge provided by KC crews. A traffic advisory should be posted at the bridge at least 1 week prior to work. Arrow boards she be used during traffic control. Crew Chief 514 00 8067 1 108 00 Carpenter Stet 041 ' 5 80.51 $ 5881 152 ity Std 00 $ 73 11 1 83.74 Va.ct)cpreEr:a7o'frer i 524 ($0 5 24.40 $ 103 70 Engineering (E3) 514 , 5 117,77 1 144.5 Enyironmenta l(E3) stri 11777 Day 1 16 Set up traffic control and arrow boards. Use tractor and dry cleaning methods at the lower chord panel points. (1st) side of bridge (As per KC Programmatic Permit) 4 4 16 16 Set up traffic control and arrow boards. Use dry cleaning methods at the lower chord panel polnts. (2nd) side of the bridge ( As per KC Programmatic Permit) To be conducted during high level turbid water flow, proceed with pressure washing. Sd t. up traffic control and arrow boards. Use vactor and commercial high pressure sprayer 1 0 0 lean all lower panel points. Day 4 4 4 Walk through with City Engineer for final inspection of cleaning. Return equipment. TOTALHOURS , Total Standard 24 0 0 Total OT Hours 0 0 0 t Rate Equipmen- rew C Chief CarPen ' Engineering 5 ,.. Environmenta 5400 lqu .:„,ulai.eri cyrnuitipirg 2864868300190826 .9`"'" , $ 5.00 4.00 6.00 5.00 5.00 $ 5.00 Percent Driving 40%40.00 60% 60,,, 100% 10% Commercial High Pressure Washer 3500psi Estimate 1 5 67.20 201'60 120.00 KC high pressure washer 3000 psi Day 2 Materials Estimate Description Unit Quantity Unit 0655 Subtotal , / Comment/' 5 ,.. $ Equipment .,8,80 44 201.60 $ 120,00 Vactor Per /Day 720 00 $ 2,160.00 3 days @ $90/hr Arrow/ Reader Board Day 4 $ Commercial High Pressure Washer 3500psi Day 1 350 00 $ 350.00 Rental KC high pressure washer 3000 psi Day 2 Decant Fee LS 100 00 $ 100.00 Renton disposal PPE LS 1 80.00 $ 00,00 Tyveck suits, face shields, respiration masks Consumable Materials BMP's and Containment LS 1 $ 75 00 $ - 75.00 Tarps and plugs for deck drains ESTIMATE Planrdng i 10 - n tal Labor 5 10,149.46 5 ,.. $ Equipment .,8,80 44 201.60 $ 120,00 Materials .., $ 3,041.50 Contingency 1056 ,,,,,,198 $ 1 5° _ $ 20.16 , 12 00 ?' Total Crew $ 14,981.74 $ 22L76 $ Subtotal 2,765.00 TAX 10aC $ 276.50 Material Total Estimate $ 3,041.50 GRAND TOTAL 14,906.70 NOTE, This estimate is provided 82 2100 for budgeting only and is not considered a bid. While King County will make every attempt to stay within this estimate, it is expected that the City will pay for actual costs (direct labor, employee benefits, equipment rental, materials and supplies, utilities, permits, and administrative overhead costs) for the services provided by the County. (see Section 5.1 of interlocalAgreement) Administrative overhead costs for each work item shall be charged as a percentage of direct labor costs. ...",.,,t,,..,e4:'4igE'I''g„'''''''' ........":,..,,,,",.:,..ii.t#i4141' iitl..?,."..:4:';i):9'...iii.:: 4rf4,..:......,:::::„.,,,,,,,,,,,„,,,,,,:„.;,,;.,:,.;.:,40iNgli1..e,1:,akl.P14..' ..•,,......„ ,..........,...i.,!,,.1.;,,,.,,,,„,.„,,,q,,,,,,,,,,,:„.,..,,.... •,...„,,,,v,,,.....,„. .....„...,...,,,,,,- ...".''.'.:)''''. .. 14,906.70 NOTE, This estimate is provided 82 2100 for budgeting only and is not considered a bid. While King County will make every attempt to stay within this estimate, it is expected that the City will pay for actual costs (direct labor, employee benefits, equipment rental, materials and supplies, utilities, permits, and administrative overhead costs) for the services provided by the County. (see Section 5.1 of interlocalAgreement) Administrative overhead costs for each work item shall be charged as a percentage of direct labor costs. Discretionary Work Request for King County Road Services , te)- 3 (A) FORM A City of: Tukwila Request Number: TK-010 Date: 05/09/2013 5(4)f)( 0 0 44 ('JC) )L ,22 ■-7.) Problem Description: Roadway dirt debris is obscuring critical inspection locations on fracture critical steel bridge and must be cleaned away in order to perform valid safety inspection. he Nature of Request: Clean underside of Beacon Avenue South Bridge - TUKWILA-13. Wash flanges of two steel box girders, main longitudinal load carrying members, and of the transverse floor beams. Wash the longitudinal steel stringer connections at the floor beam. The city of Tukwila will provide flagging. City personnel met with Ross Pettit and Mark Anderson to clarify the scope of work on May 8, 2013. Location: Beacon Avenue South Bridge - TUKWILA-13 at Victor Street over South Ryan Way. Attachments: City Priority: High Special scheduling requirements: Before end of May if possible. City Project Manager-Telephone Number: Grant Griffin - (206) 431-2446 Authorized By: Robin Tischmak Date: 05/09/2013 Proposed Schedule: October 2013 County Project Manager: Ross Pettit Cost Estimate: $6,161.20 Authorized By (City if > $500): Date: 161,01/2 /6 /4'4-5 PROJECT COST ESTIMATE/REQUEST AND CLOSURE FORM Return to Roads Finance: Attn: Marc Walsh MS: KSC -TR -0315 Project No. Project Title: Bridge Washing "Asset Flag *: Start Year: Is this a multi- year project - Yes /No: 2013 '' Start Date: Estimated year of final completion: Program No. Function No. Project Location: Beacon Ave. Service No. KC Road Log City of Tukwila Number: Planning Unit 10 Estimated project expenditures by year: Permit No: Related CIP Project Type: Org: 1676 Division No: Project No: 2011: 2013: xxx PROJECT DESCRIPTION: T TASK TASK DESCRIPTION: 2012: 2014: Pressure wash bridge, inside prior to inspection TBD Bridge structure cleaning City to provide traffic control and assist with disposal TOTAL: $0.00 AIRS CUSTOMER NUMBER: 73- BR: SR 1 REQUIRED FIELDS IF PROJECT IS REIMBURSABLE****** 1 1. LABOR: ER &R EQUIPMENT: VENDOR EQUIPMENT: MATERIALS: CONTRACT: 10% CONTINGENCY: TOTALS: ESTIMATED: ACTUAL: Enter Customer Billing Information below Customer Contact Name: Grant Griffin $4,319.20 $832.00 Customer Billing Company Name: City of Tukwilla $450.00 Customer Billing Address No. 1: ,, Customer Billing Address No. 2: Customer Contact Phone Number: $560.00 $6,161.20 $0.00 (REQUIRED) (REQUIRED) _ Roads Project Mgr: Roads PM Phone No: OPEN SIGNATURES: (REQUIRED) CLOSURE DATE CLOSURE SIGNATURES: (REQUIRED) CLOSURE DATE: REOUESTOR: NAME: DATE =.: REQUESTOR: NAME: DATE: AUTHORIZER: NAME DATE fie'. AUTHORIZER: NAME: DATE: FIELD PROCESSING: NAME: DATE: FIELD PROCESSING: NAME: DATE: FINANCE PROCESSING: NAME: DATE: .;: FINANCE PROCESSING: NAME: DATE: ROADSCEFORM.XLS REV 8/1/2010 Discretionary Work Request for Kinq FORM A City of: Tukwila Request Number: TK -009 Date: 03/ 10-022.13(K) Council Approval 5/20/13 County Road Services 10-022.13(k) supplement no 11 2013 bridge repairs Problem Description: Settlement has occurred on the sidewalk approaches and the asphalaproaches to the bridge causing vertical differential. 12/2013 Nature of Request: Grind and overlay asphalt approaches to match the bridge deck elevation, repair the north concrete bridge abutment (cracked /broken), remove and replace sidewalk panels, and place a grout overlay on sidewalk panels to eliminate vertical differential. Location: Bridge crossing the Green River at the entrance to Fort Dent Park. Attachments: City Priority: Medium Special scheduling requirements: Repairs must be scheduled to avoid conflict with soccer events at Starfire Sports Complex. City Project Manager - Telephone Number: Robin Tischmak - 206 - 431 -2455 Authorized By: Robin Tischmak Date: 03/12/2013 FORM B ARMS Project #: EBS Project #: Work Order #: Form B Sent to City Date: 05/03/2013 Recommended Action: Saw cut existing sidewalk and remove with jackhammers (machine may not reach area). Prepare base, set forms and pour new concrete. Cover as needed with plywood for foot traffic. Remove forms, debris and reseed disturbed area. Grind or needle gun existing joint to expose acceptable material. Epoxy coat area to be patched; patch with high strength material. Grind bridge approaches and repave fora smoother transition. Proposed Schedule: May 2013 County Project Manager: Ross Pettit/Ken Thurman Cost Estimate: $40,355.00 Authorized By (City if > $500):,. Mayor ',Am/ Comments: Plans were previously prove ed to King County staff for review. Date: Discretionary Work Request for King County Road Services \ FORM A City of: tukwila Request Number: TK -008 Date: 03/12/2013 Problem Description: Perform inspection services for 12 Tukwila bridges in 2013. Nature of Request: UBIT inspections for 3 bridges: TUK -12, TUK -14, and TUK -02. Routine inspections for 9 bridges: TUK -09, TUK -06, TUK -03, TUK -01, TUK -16, TUK -11, TUK -13, TUK -07, and TUK -18. Tukwila will provide traffic control as necessary. Location: TUK -01, TUK -02, TUK -03, TUK -06, TUK -07, TUK -09, TUK -11, TUK -12, TUK -13, TUK - 14, TUK -16, and TUK -18. Attachments: City Priority: Medium Special scheduling requirements: City Project Manager - Telephone Number: Robin Tischmak - 206 - 431 -2455 Authorized By: Robin Tischmak Date: 03/12/2013 FORM B ARMS Project #: EBS Project #: Work Order #: Form B Sent to City Date: 05/01/2013 Recommended Action: Provide UBIT inspections for 3 bridges: TUK -12, TUK -14, and TUK -02 and routine inspections for 10 bridges: TUK -09, TUK -06, TUK -03, TUK -01, TUK -16, TUK -11, TUK -13, TUK -07, TUK -18, and TUK -24. Provide inspection reports to WSDOT and the city after completion of the inspections. Cost estimate details: labor - $2050; equipment- $50; UBIT- $6,000; and contract- $900. Tuk -24 was omitted from the request, but will be inspected per approval of the Form B. Proposed Schedule: April '13 and October '13 County Project Manager: Richard Hovde/Margaret Holwegner Cost Estimate: $28,500.00 Authorized By (City if > $500): c /4/ Date: c- Comments: By providing city traffic flaggers for the UBIT inspections, the original cost estimate is reduced by $4,800(rs). Tukwila will provide traffic control. /- 9 04- a2 Discretionary Work Request for King County Road Services 10-022.13(i) supplement no 9 2013 bridge inspection FORM A City of: Tukwila Request Number: TK -006 Date: 07/27/2012 Problem Description: New bridge constructed at Southcenter Parkway /Klickitat Drive in 2011. Water migrates between the bridge deck and asphalt pavement seat to stain and discolor tunnel wall. Nature of Request: Install a joint seal between the bridge deck and asphalt pavement seat including: 3 -inch deep by 1 -inch wide sawcut, install backer rods (Cera -Rod), and cover with joint seal. Traffic control will be provided by the City of Tukwila. Location: Southcenter Parkway /Klickitat Drive. New bride constructed in 2011 crossing over southbound lanes of Southcenter Parkway. Attachments: Scope of Work City Priority: High Special scheduling requirements; Spring /Summer of 2013 City Project Manager - Telephone Number: Robin Tischmak 206 - 431 -2455; Peter Lau 206 - 431 -245 Authorized By: Robin Tischmak Date: 07/27/2012 FORM B ARMS Project #: 1118639 EBS Project #: 1118639 Work Order #: Form B Sent to City Date: 10/17/2012 Recommended Action: Saw cut and install expansion joints per request.Cost estimate details: labor- $16,300; equipment- $490; and materials- $2,015. City will provide the necessary traffic - control. Proposed Schedule: 12/31/12 - 1/4/13 County Project Manager: Ross Pettit Cost Estimate: $18,805.00 iftir 14 1., Authorized By (City if > $500): ` 41 Ma " aggert. s Date: . �- J Comments: This bridge has not yet been included in the City's bridge database. 10-022.12(h) Discretionary Work Request for King County Road Services FORM A City of: tukwila Request Number: TK -005 (Supplement # 8) Date: 04/18/2012 Problem Description: Six Tukwila bridges are due for inspections in 2012. Nature of Request: Provide bridge inspection services for six Tukwila bridges. Location: TUK 5 - Southcenter Boulevard (over Green River); TUK 12 - Boeing Access Road (over RR s); TUK 15 - Tukwila International Blvd. (over Duwamish River); TUK 20 - Interurban Trail Bridge (over S 180 St); TUK 21 - Fort Dent Vehicle Bridge (over Green River); TUK 22 - Fort Dent Trail Bridge (over Green River). Description of Change: This contract compensates King Count for the actual cost of time and materials. The original cost estimate was $9,000.00. Actual costs total $9,885.22. This Supplement # 8 encumbers an additional $885.22. City Priority: Medium Special scheduling requirements: City Project Manager - Telephone Number: Robin Tischmak - 206 - 431 -2455 Authorized By: Robin Tischmak Date: 01/7/2013 FORM B ARMS Project #: EBS Project #: 1116343 Work Order #: Form B Sent to City Date: 07/17/2012 Recommended Action: Provide inspection for six city owned bridges; provide inspection reports to WSDOT and the city after completion of the inspections. The bridges to be inspected are Tuk -5, Tuk -12, Tuk- 20,Tuk -21, Tuk -22 and a UBIT inspection forTuk -15. Original cost estimate details: Tabor- $2050; equipment- $50; UBIT- $6,000; and contract- $900. This Supplement # 8 in the amount of $885.22. Proposed Schedule: Summer 2012 County Project Manager: Margaret Holwegner/Richard Hovde Cost Estimate: $885.22 Authorized By (City - $500):Bob Giberson Comments: Approved by Date: 1/7/2013 Date: t (t( //- Discretionary Work Request for King County Road Services 10-o Supplemental Agreement/Authorization Sup FORM A b. 1 City of: Tukwila Request Number: TK -004 Date: 07/30/2012 9 1(1 64 z t04. CA b STS. t3cx) 01-1 Original Problem Description: Tukwila bridge number TUK -15 (Tukwila International Blvd. over the Duwamish River) has been tagged with graffiti. Reason for Supplement: The original request only included work on the northwest exposed bridge girder. The southeast exposed bridge girder has also been tagged with graffiti and it would be economically prudent to provide the proper cleaning and painting repairs all at the same time. This supplement would add the necessary maintenance work to clean and paint the southeast exposed bridge girder. Location: Tukwila International Blvd. TUK -15 bridge over the Duwamish River Attachments: City Priority: High Special scheduling requirements: City Project Manager Telephone Number: Robin Tischmak 206 431 -2455 Authorized By: Robin Tischmak Date: 07/30/2012 FORM B ARMS Project M40963 EBS Project 1115449 Work Order Form B Sent to City Original Date: 11/28/2011 Recommended Action: Build and install steel graffiti guards per design plans provided by the City, clean, and paint the exterior southeast bridge girder. City will obtain permits and will provide necessary traffic control. Proposed Schedule: July /August 2012 County Project Manager: Richard Hovde/Ross Pettit Cost Estimate: $34,000.00 Authorized By: a-- Date: b l gllal ay Haggei Discretionary Work Request for King County Road Services FORM A 9 IZ00Z. 1000, 110 10-022(f) City of: tukwila Request Number: TK -005 Date: 04/18/2012 Problem Description: Six Tukwila bridges are due for inspections in 2012. Nature of Request: Provide bridge inspection services for six Tukwila bridges. Location: TUK 5 Southcenter Boulevard (over Green River); TUK 12 Boeing Access Road (over RR's); TUK 15 Tukwila International Blvd. (over Duwamish River); TUK 20 Interurban Trail Bridge (over S 180 St); TUK 21 Fort Dent Vehicle Bridge (over Green River); TUK 22 Fort Dent Trail Bridge (over Green River). Attachments: City Priority: Medium Special scheduling requirements: City Project Manager- Telephone Number: Robin Tischmak 206 431 -2455 Authorized By: Robin Tischmak Date: 04/18/2012 FORM B ARMS Project EBS Project 1116343 Work Order Form B Sent to City Date: 07/17/2012 Recommended Action: Provide inspection for six city owned bridges; provide inspection reports to WSDOT and the city after completion of the inspections. The bridges to be inspected are Tuk -5, Tuk -12, Tuk- 20,Tuk -21, Tuk -22 and a UBIT inspection for Tuk -15. Cost estimate details: labor $2050; equipment- $50; UBIT- $6,000; and contract- $900. Proposed Schedule: Summer 2012 County Project Manager: Margaret Holwegner/Richard Hovde Cost Estimate: $9,000.00 Authorized By (City $500):Bob Giberson Date: 7/27/2012 Comments: Approved by Bob Giberson on 7/27/12 via Robin Tischmak. AD c 4- (.jl1 l2L 10-022(e) Council Approval 2/6/12 Discretionary Work Request for King County Road Services FORMA City of: tukwila Request Number: TK -003 Date: 10/27/2011 Problem Description: Tukwila bridge number TUK 12. Undermining of the west approach to the Boeing Access Road Bridge over railroads. A void has developed that needs to be filled. The approach is non structural and not intended to "bridge" a void. Potential safety problem. Nature of Request: King County has provided bridge inspection services. Tukwila and its consultants have designed a proposed repair. This request is for King County to provide the necessary construction services, in accordance with the prepared plans, to fill the void that has developed. (Plans have been provided to KC bridge group.) Tukwila will provide traffic control. Location: Boeing Access Road west approach to the bridge over Burlington Northern and Union Pacific Railroads. TUK 12 a o I J J:" Attachments: Budget 5-V(L City Priority: High �1111040Z.3�°. tto Special scheduling requirements: Traffic volumes are very high. Weekend work may be necessary in order to close portions of the roadway to keep traffic off the roadway as the fill material sets up. City Project Manager Telephone Number: Robin Tischmak 206 431 -2455 Authorized By: Robin Tischmak Date: 10/27/2011 FORM B ARMS Project M40961 EBS Project Work Order Form B Sent to City Date: 11/10/2011 Recommended Action: Fill void under west approach slab per design plans provided by the City. City will provide necessary traffic control and necessary notification. Proposed Schedule: November /December 2011 County Project Manager: Richard Hovde/Ross Pettit Cost Estimate: $67,000.00 Authorized By (City $500): Date: Approved by: Comments: Approved by Bob Gibberson per 11 /10 /11 email(rs). MAY6 r c/� 10-022(d) Council Approval N/A Discretionary Work Request for King County Road Services FORM A t-�O LA City of: tukwila Request Number: TK -004 Date: 10/27/2011 Problem Description: Tukwila bridge number TUK 15 (Tukwila International Blvd. over the Duwamish River) has been tagged with graffiti. Nature of Request: This request is for King County to provide construction services for removing graffiti, re- painting the northwest exterior girder, and manufacturing and installing devices to deter access by graffiti artists. Tukwila and its consultants have prepared construction plans and provided them to the King County bridge division. Location: Tukwila International Blvd. TUK 15 bridge over the Duwamish River Attachments: City Priority: Medium 11 0`( V-Z 3') coo Special scheduling requirements: 0y.9�5.-�x5.�. 4S_Oo City Project Manager- Telephone Number: Robin Tischmak 206 431 -2455 Authorized By: Robin Tischmak Date: 10/27/2011 FORM B ARMS Project M40963 EBS Project Work Order Form B Sent to City Date: 11/28/2011 Recommended Action: Build and install steel graffiti guards per design plans provided by the City. City will obtain permits and will provide necessary traffic control. Note: painting will be delayed until warmer weather. Proposed Schedule: December 2011 /January 2012 County Project Manager: Richard Hovde/Ross Pettit Cost Estimate: $38,450.00 Authorized By (City $500): Date: Approved by: Comments: /�f��a fi'��6�/✓Az -S Mayor G� 10-022(c) Council Approval N/A Discretionary Work Request for King County Road Services FORMA 5��� 3 City of: tukwila Request Number: TK -002 Date: 03/22/2011 Problem Description: 2011 Tukwila bridge inspections for 14 bridges. Includes the final year that WSDOT will assist in funding high cost (UBIT) inspections. There are 6 UBIT inspections and 8 routine inspections scheduled. Nature of Request: Provide inspections for the following bridges: UBIT: TUK -1; TUK -3; TUK -6; TUK -9; TUK -12; TUK -14. Routine: TUK 2; TUK -7; TUK -8; TUK -11; TUK -13; TUK -16; TUK -17; TUK -18. Location: TUK -1 Macadam Rd; TUK -2 S 180th St; TUK -3 Strander Blvd; TUK -6 56th Ave S; TUK -7 51st Ave S; TUK -8 S Grady Way; TUK -9 E Marginal Way; TUK -11 Boeing Access Rd (Airport Way); TUK -12 Boeing Access Rd. (RR's); TUK -13 Beacon Ave; TUK -14 42nd Ave S; TUK -16 S 118th Ped Br; TUK -17 Foster Golf, TUK -18 Green River Ped (S 180th St) d_ok p Attachments: Bud g et Icqe Z Cxj(, 1 \o City Priority: Medium 1 ou Special scheduling requirements: UBIT inspections must be completed before June 30, 2011 in order to bill any costs for State/Fed funds. City Project Manager- Telephone Number: Robin Tischmak 206 -431 -2455 Authorized By: Robin Tischmak Date: 03/22/2011 ARMS Project C45820 EBS Project Work Order Form B Sent to City Date: 03/29/2011 Recommended Action: Inspect Bridges: Tukwila -01 thru 03, Tukwila -06 thru 14, Tukwila -16 thru 18. This includes UBIT inspections of six bridges and confined space inspection of concrete box girder Tuk -7. Prepare routine reports and any work orders. Provide detailed inspection reports to City and WSDOT. Estimate includes cost for traffic control and BNSF flagmen. City will provide all traffic control and flaggers for UBIT inspections. Proposed Schedule: April 'I I and October 11 County Project Manager: Margaret Holwegner Cost Estimate: $16,560.00 i S la C� a' bq I c l 0(4L4, Authorized By (City $500):Robin Tischmak Date: 3/29/2011 Approved by: Comments: City to provide flagging for UBIT inspections. nMtyo Form A Page I of I /x.. Discretionary Work Request for King County Road Services FORM A City of: tukwila Request Number. Date: 1/11/2011 Problem Description: Seven (7) Tukwila bridges are due for routine inspections in 2010. Nature of Request: King County provided Tukwila bridge inspections for the calendar year 2009, Seven (7) inspections are due in 2010 and Tukwila is requesting that King County provide the necessary inspection services. Location: Various locations: TUK-5 Southcenter Boulevard; TUK- 12 Boeing Access Road; TUK- 15 Tukwila International Blvd.; Fort Dent Vehicle Bridge; Fort Dent Trail Bridge; Interurban Trail Bridge over S 180th St; Interurban Trail Bridge over Green River. Attachments: City Priority: Ongoing Work Special scheduling requirements: City Project Manager-Telephone Number: 206-431-2455 Authorized By: Rey Sugui Date: 1/11/2011 , q( http://your.kingcounty.gov/kedot/roads/discretionary/dataentry.aspx?new=new 01/11/2011 REQUEST AND APPROVAL FOR SERVICES CITY OF TUKWILA Request Number: Date: ��\ L$ Nature of Request: SG VE 0 ( -1 ) ROUT -1 1J E. f/� Location: Vpv,rLj 6 Lk'S � & 10 %J S Requester Name: Rot3oJ -7-Ts o,14 14 a A K Address: Ooo <�'>ou-( Rce-oTL BLVD, Lx 1 0 t TiA kwl I A) t(JA Telephone: 24) 4 2-4 5S Authorization for Request of Services: City Authorized Signature Date FORM B Date: Recommended Action: Cost Estimate: -A 1 I -jco' Proposed Schedule: Authorization to Proceed: Project/Work Order Number: Director, Road Services Division Date City Authorized Signature Date (if cost estimate over $500) 0 Date Completed: INTERLOCAL AGREEMENT BETWEEN KING COUNTY AND THE CITY OF TUKWILA FOR PROVISION OF SERVICES BY THE KING COUNTY ROAD SERVICES DIVISION 10 -022 Council Approval 12/7/09 THIS AGREEMENT is made and entered into by and between King County, hereinafter called the "County," and the City of Tukwila, hereinafter called the "City." RECITALS A. The City owns public roads and traffic devices which require maintenance and/or other improvements. B. The City wishes the County Road Services Division to provide or perform certain services for the City. C. The parties can achieve cost savings and benefits in the public's interest by having the County complete those services for the City at the City's expense. D. This Agreement establishes the City's role and responsibilities as the recipient of such services and the County's role and responsibilities as the provider of such services. E. The parties are authorized by RCW Chapter 39.34 to enter into an interlocal cooperation agreement of this nature. NOW, THEREFORE, the parties agree as follows: TERMS AND CONDITIONS: 1. Services 1.1 The County Road Services Division will, upon the City's request, provide the City with Traffic Maintenance, Road Maintenance, Construction Management and Engineering, Environmental services and other road related services. Examples of the types of Traffic and Road Maintenance services to be provided are contained in Exhibit 1 of this Agreement. The services provided to the City shall be any service that the City requests to the extent that the County Road Services Division is able to provide such service. 1.2 The County shall only perform services as requested by the City through the procedure described in Section 2 below. 1.3 The County shall act as a contractor of services only and will not purport to represent the City professionally other than in providing the services requested. 1 1.4 The County shall be the lead agency for the completion of work items requested by the City. The County shall provide services in the type, nature, and magnitude requested by the City. 1.5 In the event either party decides to make changes to the work items requested that alters the original scope of work, written notification from the City authorizing such changes shall be required preceding any such work. 2. Procedure for Reauestin2 Services 2.1 The City shall request services furnished by the County through the procedure identified in Exhibit 2 of this Agreement. 2.2 The County shall provide the City with a cost estimate for individual service requests. 3. County and City Coordination 3.1 The City and County shall notify each other in writing of their respective operations liaison(s) responsible for administering day -to -day operational activities related to the provision of services under this Agreement. 3.2 The County and City liaisons shall meet as needed to review performance or to resolve problems or disputes. Any problems or disputes which cannot be resolved by the City and County liaisons shall be referred to the authorized City representative and the Road Services Division Director. 4. Personnel and Equipment 4.1 The County is acting hereunder as an independent contractor so that: a. control of personnel standards of performance, discipline, and all other aspects of work shall be governed entirely by the County; b. except as described in 4.3 below, all persons rendering service hereunder shall be for all purposes employees of the County. 4.2 The County shall furnish all personnel, resources, and materials deemed by the County to be necessary to provide the services herein described and subsequently requested and authorized by the City. 4.3 In the event the County uses a contractor to perform one or more of the services requested by the City, the appropriate supervision and inspection of the contractor's work will be performed by the County. 2 5. Compensation 5.1 Costs. The City will pay the County for actual costs (direct labor, employee benefits, equipment rental, materials and supplies, utilities, permits, and administrative overhead costs) for the services provided by the County as set forth herein. Administrative overhead costs for each work item shall be charged as a percentage of direct labor costs. 5.2 Billing. The County shall bill the City monthly for the costs of services provided. The monthly bill will reflect actual costs plus the administrative overhead set forth in Section 5.1 above. Payments are due within 30 days of the City's receipt of said invoice. 5.3 Extraordinary Costs. Whenever the City desires to modify a requested service, it shall notify the County in writing of that desire, and the County shall, before providing the modified service, advise the City in writing as to whether the modification would result in any increased or extraordinary costs and the amount thereof. If, after receiving such notification, the City authorizes the modification of service in writing then it shall be responsible for any increased or extraordinary costs in the amount specified by the County. If the City decides not to authorize the modification of service, it shall notify the county in writing, and advise the county whether service shall continue as originally requested or the city cancels the request. If the City cancels the request, the City shall be responsible for all cost incurred by the County prior to and in connection with the cancellation. 6. City Responsibilities 6.1 The City hereby gives authority to the County to perform services within the City limits for the purposes of carrying out this Agreement. 6.2 The City is responsible for obtaining any permits or other authorizations that may be necessary for the County to carry out the work under this Agreement. 6.3 Nothing in this Section shall alter the status of the County and the Road Services Division as an independent contractor of the City, and the County's actions shall not be deemed to be those of the City when exercising the authority granted in this Section 6. 7. County Responsibilities 7.1 The County shall furnish and supply all necessary labor, supervision, machinery, equipment, materials, and supplies to perform the services requested by the City. 7.2 The County shall make every effort to recognize pertinent City deadlines for completion of services, and shall notify the City of any hardship or other inability to perform the services requested, including postponement of work due to 3 8. Duration 9. Indemnification 13. Invalid Provisions 14. Other Provisions circumstances requiring the County to prioritize its resources toward emergency related work outside of the City limits. 8.1 This Agreement is effective upon signature by both parties, and shall remain in effect for the remainder of the calendar year in which it is signed and throughout the following calendar year. 8.2 Thereafter, this Agreement shall renew automatically from year to year effective January 1 to December 31 of each calendar year, unless either party notifies the other in writing to terminate or make substantial changes to this Agreement by April 1 of the preceding calendar year. Washington State law shall govern the respective liabilities of the parties to this Agreement for any loss due to property damage or injury to persons arising out of activities conducted pursuant to it. 10. Insurance The County certifies that it is fully self insured. 11. Audits and Invections The records and documents pertaining to all matters covered by this Agreement shall be retained and be subject to inspection, review, or audit by the County or the City during the term of this Agreement and for three (3) years after termination. 12. Entire Agreement and Amendments This Agreement contains the entire written agreement of the parties hereto and supersedes any and all prior oral or written representations or understandings. This Agreement may be amended at any time by mutual, written agreement between the parties. If any provision of this Agreement shall be held invalid, the remainder of the Agreement shall not be affected if such remainder would then continue to serve the purposes and objectives of the parties. 14.1 Nothing contained herein is intended to, nor shall be construed to, create any 4 rights in any party not a signatory to this Agreement, or to form the basis for any liability on the part of the City and the County, or their officials, employees, agents or representatives, to any party not a signatory to this Agreement. 14.2 Waiver of any breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach and shall not be construed to be a modification of the terms of this Agreement. 14.3 The headings in this Agreement are for convenience only and do not in any way limit or amplify the provisions of this Agreement. 14.4 This Agreement contains the entire agreement of the parties and any representations or understandings, whether oral or written, not incorporated herein are excluded. IN WITNESS WHEREOF, the parties have executed this Agreement effective as of the date last written below. KING COUNTY ITY OF TUKWILA King County Executive Mayor Date Date' )ve s t orm Approved as to Form Count ep osecuting C' o y ney Exhibit 1 1. Traffic Services: The following are examples of traffic services provided by the County. Actual services provided will be those requested by the City, and the County shall provide such services in the magnitude, nature, and manner requested by the City. The City shall set its own service level standards and policies for all roadway features. The County is merely a contractor for the purpose of implementing City roadway service standards and policies. 1.1 Sign Maintenance: Replacing faded sign faces and rotten posts, straightening leaning posts, cleating uncleated posts, relocating signs for visibility or pedestrian safety, maintenance of vandalized signs or signs damaged by vehicle accidents, inspection of signs to check for reflectivity, cutting or trimming bushes or limbs blocking visibility, removal of signs when appropriate, installation of new signs upon City request. 1.2 Signal Maintenance: Replacing and cleaning light systems for signal and flasher displays and signs, installation and repair of vehicle detector loops, checking and adjusting signal timing, examining traffic signal operation to assure it is operating as intended, inspecting hardware for wear or deficiencies, testing and repairing of electronic control devices and components, repair or replacement of signal and flasher displays and supports or wiring external to controller cabinets, modification of controller cabinets, testing of new and modified cabinets and control devices, traffic counter testing and repair, preventative maintenance. 1.3 Sign Fabrication: Design and fabricate signs of any size as needed by the City. 1.4 Crosswalks: Refurbishing with thermoplastics and temporary tape and removal when appropriate. 1.5 Stop Bars: Refurbishing with thermoplastics and temporary tape and removal when appropriate. 1.6 Arrows /Legends: Remarking worn arrows and removing when appropriate. 1.7 Curb Painting: Maintenance of curbing, islands, and parking stalls. 1.8 Raised Pavement Markers: Removal and replacement of raised pavement markers or rumble bars. 1.9 Striping: Painting linear road stripes on pavement, such as centerlines, edge lines, radius and channelization, removal of lines, stripes, or symbols. 1.10 Street Lights: Replacement of light bulbs in existing street lights not maintained by power companies, repair and replacement of street light heads, poles, or wiring. 6 1.11 Utility Locating: Locating underground traffic facilities for utilities or other digging operations. 1.12 Flasher /Crosswalk Preventative Maintenance: Examining to assure equipment is operating as intended and inspecting hardware for wear or deficiencies. 2. Roadway Maintenance: The following are examples of roadway maintenance services provided by the County. Actual services provided will be those requested by the City, and the County shall provide such services in the magnitude, nature, and manner requested by the City. The City shall set its own service level standards and policies for all roadway features. The County is merely a contractor for the purpose of implementing City roadway service standards and policies. 2.1 Traveled Roadway Surface: Patching, crack pouring, pre -level work, pavement replacement, grading, dust control. 2.2 Shoulders: Restoration construction, paving, curb and gutter repair, spraying, extending pavement edge. 2.3 Drainage: Installation of drainage pipe, curb, catch basins, culvert headers /trash racks; hand ditching, drainage pipe repair, catch basin and manhole cleaning, blade ditching /shoulder pulling, drainage systems cleaning, pipe marking, drainage preparation, catch basin repair, culvert header /trash rack replacement and repair, bucket ditching, catch basin replacement, erosion control, catch basin/manhole cover replacement, silt removal, Ditchmaster ditch cleaning. 2.4 Structures: Installation of rock, gabion and rip -rap walls, guardrails, fencing, median barrier walls; rock wall repair or replacement, guidepost installation, guardrail repair, retaining wall repair, median barrier replacement, guardrail post removal, fencing repair, bridge repair. 2.5 Traffic and Pedestrian Facilities: Concrete sidewalk installation, sidewalk/walkway repair, hazardous material cleanup, street sweeping, street flushing, snow and ice control, maintaining traffic control barricades. 2.6 Roadside: Landscape restoration, slope /shoulder mowing, litter pickup, hand brushing, danger tree removal, landscape maintenance, slide removal, ornamental tree maintenance, tree trimming, hand mowing, roadside spraying, tansy ragwort spraying, washout repair. Exhibit 2 Services Reauest Process 1. City liaison completes a "Request and Approval for Services" (Form A attached). 2. City Mayor, or designee, signs under the heading "Authorization for Request of Services" on the Form B. 3. The Form A is transmitted to the County liaison. 4. The County liaison delegates the request to the appropriate Section for review. 5. A County Section representative will complete Form A of the "Request and Approval for Services." Form B will include the recommended action, cost estimate, and proposed schedule. If the Road Services Division is unable to provide the requested service, a notation will be made on the Form B, and the foiiii will be returned to the City in a timely manner. 6. The County's cost estimate will include all applicable costs for the service requested as described in Section 5.1 of the Agreement. 7. If the cost estimate is $500 or less, the County may proceed with the requested service as authorized by the city representative on Form A. If the cost estimate is over $500, Form B is transmitted to the City liaison for authorization. The signed Form B is then transmitted back to the County. 8. The County shall complete the requested work upon receipt of the signed Form B. If the County is unable to compete the work in accordance with the proposed schedule, it shall notify the city immediately. 9. The County and City liaisons maintain a file of all service requests. 10. The County liaison maintains a tracking system of all the service requests and provides the City with an updated report at least quarterly. 8 Request Number: Date: Nature of Request: Location: Requester Name: Address: Telephone: Authorization for Request of Services: City Authorized Signature Date FORM B Date: Project /Work Order Number: Recommended Action: Cost Estimate: Proposed Schedule: Authorization to Proceed: Director, Road Services Division City Authorized Signature (if cost estimate over $500) REQUEST AND APPROVAL FOR SERVICES CITY OF TUKWILA FORM A 9 Date Date Date Completed: