Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
TIC 2017-05-09 COMPLETE AGENDA PACKET
City of Tukwila Transportation and Infrastructure Committee • Kate Kruller, Chair • Joe Duffie • De'Sean Quinn AGENDA Distribution: R. Turpin K. Kruller Deputy Clerk J. Duffie Clerk File Copy D. Quinn 2 Extra D. Robertson 2. 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, R. Tischmak D. Robertson, D. Almberg, G. Labanara B. Saxton, S. Norris, P. Brodin L. Humphrey TUESDAY, MAY 9, 2017 — 5:30 PM FOSTER CONFERENCE ROOM — 6300 BUILDING Next Scheduled Meeting: Tuesday, May 23, 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 Page ' 1. PRESENTATION(S) 2. BUSINESS AGENDA a) CBD Sanitary Sewer Rehabilitation — 2016 APE Sewer Repair a) Forward to 5/15/17 Pg. 1 Bid Award Regular Consent b) 42nd Ave S Ph III & Gilliam Creek Culvert Replacement b) Forward to 5/15/17 Pg. 5 Supplemental Agreement No. 7 with CH2MHill Regular Consent c) 42nd Ave S Ph III & Gilliam Creek Culvert Replacement c) Forward to 5/15/17 Pg. 15 CM Contract with AECOM Technical Services, Inc. Regular Consent d) 2017 Overlay and Repair Program d) Forward to 5/15/17 Pg. 35 Resolution Rejecting All Bids Regular Consent e) Chinook Wind e) Forward to 5/22/17 Pg. 39 Ordinance for Condemnation of Real Property C.O.W and 6/5/17 Regular f) 2017 Annual Small Small Drainage Program f) Committee Approval Pg. 49 Grant Applications 3. SCATBd 4. MISCELLANEOUS 5. ANNOUNCEMENTS Future Agendas: Next Scheduled Meeting: Tuesday, May 23, 2017 SThe City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206- 433 -0179 for assistance. ���t of Tukwila Public Works Department -8ob Giberson, Director Transportation and Infrastructure Co 'ttee Bob Gibersom, Public Works Director Mike Cusick, Senior Program Manager Mayor Ekberg May 5, 2017 Altan Ekberg, Mayor SUBJECT: CBD Sanitary Sewer Rehabilitation - 2016 Andover Park East Sewer Rel2ai Project No. 91140203 Bid Award ISSUE Award contract to Gary Harper Construction, Inc. for the Commercial Business 0nthot (CB[) Sanitary Sewer Rehabilitation - 2016 Andover Park East Sewer Repair Project. |D2018, the Council approved th8CBD Sanitary Sewer Rehabilitation Project to address the deterioration of the asbestos sewer pipe in the CBU. The 2O10Andover Park East Sewer Repair Project will address the sewer pipe in Andover Park East, south of Costco Dr., that could not be relined due iOdeterioration of the pipe. ANALYSIS The 2016 Andover Park East Sewer Repair Project was advertised forbid on�h|8��1O'�17�d four bids were [eC8�edVOAoh|20.2U17.AU bids were reviewed and t8bU|8��d�and two errors were diSC0VeR3d in the hid submittals that did not affect the bid [8DhiDg. Gary Harper Construction, Inc. submitted the apparent low bid 0f$413'985.5O for the 2O18 Andover Park East Sewer Repair P HCt. (�8rVHarper (�OOSi[UCtiOD.Inc. has previously pCdbrDBdVvOd<for the (�itVthat VV@Sfound iOb8 - G8USf8C10[y. The Engineer's Estimate for the project was $413,770.50. Bid Amount Estimate Gary Harper Construction, Inc. $410,935-50 $413,77O.50 Contingency 20% 82,787.10 0.00 RECOMMENDATION Budget Council is being asked to award the construction of the CBD Sanitary Sewer Rehabilitation - 2016 Andover Park East Sewer Repair Project tOG8[yH8[p8[COOSLRJCtiOO.|Dc.iOthe amount of $413.935.5O and consider this item OD the Consent Agenda 8t the May 15.2O17 Regular Meeting. Attachments: Page 81, 2017 QP Bid Tabulation WAP*sng\Pnosors\A-mwproj°*s\000 Sewer Rehabilitation (9,,^02o3)\/"m Memo u,m APE Sewer Repair Bid Award v50n,rgl sm`do= CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: CBD Sanitary Sewer Rehabilitation Project No. 91140203 DESCRIPTION: The asbestos concrete pipe in the CBD (commercial business district) is approximately 45 years old and becoming soft. Slip lining the pipe will reinforce the strength with little impact to roadways and minimal excavation. JUSTIFICATION: If the pipe collapses, the street will have to be excavated and the cost of the repairs will be significant. In the last five years we have had four major pipe failures on Andover Park West and Andover Park East. STATUS: In 2014 and 2015, over 10,500 feet of asbestos sanitary sewer pipe were relined. In 2016 through 2018, 20,000 feet of asbestos sewer is scheduled to be relined. MAINT. IMPACT: Reduced maintenance and repair costs. COMMENT: A Public Works Trust Fund loan was successfully obtained in 2012 for $750k. FINANCIAL Through Estimated (in $000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 323 37 45 45 45 495 Land (R /W) 1 1 Const. Mgmt. 112 85 120 120 120 557 Construction 736 1,540 1,100 1,100 1,049 5,525 TOTAL EXPENSES 1,172 1,662 1,265 1 1,265 1 1,214 1 0 0 0 0 6,578 FUND SOURCES Awarded Grant 0 PW Trust Fund 750 750 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 422 1,662 1,265 1,265 1,214 0 0 0 0 5,828 TOTAL SOURCES 1,172 1,662 1,265 1,265 1,214 0 0 0 0 6,578 2017 - 2022 Capital Improvement Program 81 2 2017 CBD SANITARY SEWER REHABILANDOVER PARK EAST SEWER REPAIR SOUTH OF COSTCO DRIVE BID TABULATION APRIL 20, 2017 Engineer's Opinion of Costs Gary Harper Construction Kal -Vel Construction Road Construction Northwest,lnc. Northwest Cascade, Inc Item No. Item Description Quantity Units Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount 1 MOBIZATION /DEMOBLIZATION 1 LS $ 49,100.00 $ 49,100.00 $ 28,500.00 $ 28,500.00 $ 52,000.00 $ 52,000.00 $ 45,000.00 $ 45,000.00 $ 52,675.00 $ 52,675.00 2 TRAFFIC CONTROL - FLAGGER LABOR (MINIMUM BID OF $38.36 PER HOUR) 40 HR $ 72.00 $ 2,880.00 $ 68.00 $ 2,720.00 $ 40.00 $ 1,600.00 $ 85.00 $ 3,400.00 $ 65.00 $ 2,600.00 3 TRAFFIC CONTROL - SIGNS, DEVICES, AND MARKINGS 1 LS $ 6,000.00 $ 6,000.00 $ 15,875.00 $ 15,875.00 $ 30,000.00 $ 30,000.00 $ 9,500.00 $ 9,500.00 $ 26,515.00 $ 26,515.00 4 TEMPORARY EROSION CONTROL 1 LS $ 5,000.00 $ 5,000.00 $ 3,400.00 $ 3,400.00 $ 20,000.00 $ 20,000.00 $ 5,000.00 $ 5,000.00 $ 7,300.00 $ 7,300.00 5 SHORING AND TRENCH SAFFETY SYSTEMS 435 LF $ 5.00 $ 2,175.00 $ 24.00 $ 10,440.00 $ 1.00 $ 435.00 $ 0.05 $ 21.75 $ 2.00 $ 870.00 6 DEWATERING 1 LS $ 15,000.00 $ 15,000.00 $ 12,500.00 $ 12,500.00 $ 15,000.00 $ 15,000.00 $ 17,500.00 $ 17,500.00 $ 27,450.00 $ 27,450.00 7 POTHOLE EXSITING UTILITIES 8 EA $ 600.00 $ 4,800.00 $ 1,400.00 $ 11,200.00 $ 600.00 $ 4,800.00 $ 900.00 $ 7,200.00 $ 725.00 $ 5,800.00 8 PROVIDE, INSTALL, AND MANAGE TEMPORARY WASTEWATER BYPASSED 1 LS $ 10,000.00 $ 10,000.00 $ 40,600.00 $ 40,600.00 $ 35,000.00 $ 35,000.00 $ 20,500.00 $ 20,500.00 $ 39,350.00 $ 39,350.00 9 12 -INCH PVC GRAVITY SEWER PIPE 435 LF $ 340.00 $ 147,900.00 $ 206.00 $ 89,610.00 $ 225.00 $ 97,875.00 $ 575.00 $ 250,125.00 $ 262.00 $ 113,970.00 10 CONNECT TO EXSITING SEWER MAIN 7 EA $ 300.00 $ 2,100.00 $ 1,200.00 $ 8,400.00 $ 4,300.00 $ 30,100.00 $ 1,200.00 $ 8,400.00 $ 1,150.00 $ 8,050.00 11 REESTABLISH MH PENETRATIONS 3 EA $ 500.00 $ 1,500.00 $ 1,500.00 $ 4,500.00 $ 1,000.00 $ 3,000.00 $ 1,500.00 $ 4,500.00 $ 1,000.00 $ 3,000.00 12 RECONNECT EXISTING LATERALS 1 EA $ 1,500.00 $ 1,500.00 $ 2,000.00 $ 2,000.00 $ 4,100.00 $ 4,100.00 $ 4,500.00 $ 4,500.00 $ 3,315.00 $ 3,315.00 13 CRUSHED SURFACING TOP COURSE BACKFILL 1,400 TONS $ 35.00 $ 49,000.00 $ 44.00 $ 61,600.00 $ 4.00 $ 5,600.00 $ 0.25 $ 350.00 $ 38.00 $ 53,200.00 14 FOUNDATION MATERIAL 80 TONS $ 40.00 $ 3,200.00 $ 55.00 $ 4,400.00 $ 30.00 $ 2,400.00 $ 50.00 $ 4,000.00 $ 45.00 $ 3,600.00 15 HMA PATCHING 230 TONS $ 200.00 $ 46,000.00 $ 212.00 $ 48,760.00 $ 175.00 $ 40,250.00 $ 175.00 $ 40,250.00 $ 295.00 $ 67,850.00 16 POST- CONSTRUCTION SEWER MAIN CLEANING AND VIDEO INSPECTION 1 LS $ 2,000.00 $ 2,000.00 $ 3,800.00 $ 3,800.00 $ 3,000.00 $ 3,000.00 $ 5,000.00 $ 5,000.00 $ 5,400.00 $ 5,400.00 17 RESTORATION 1 LS $ 8,000.00 $ 8,000.00 $ 8,000.00 $ 8,000.00 $ 15,000.00 $ 15,000.00 $ 4,500.00 $ 4,500.00 $ 14,261.71 $ 14,261.71 18 FORCE ACCOUNT 1 LS $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 Engineer's Estimate Gary Harper Kar -Vel Road Construction NW Northwest Cascade Subtotal 10.0% Sales Tax Total $ 376,155.00 $ 37,615.50 $ 376,305.00 $ 37,630.50 $ 380,160.00 $ 38,016.00 $ 449,746.75 $ 44,974.68 $ 455,206.71 $ 45,520.67 $ 413,770.50 $ 413,935.50 $ 418,176.00 $ 494,721.43 $ 500,727.38 THERE WAS A $0.50 ROUNDING ERROR IN THE ENGINEERS ESTIMATE OF $413,771.00 w There is an error in the total bid of the proposal of $1,910.38 FROM THE TAB. T{]: FROM BY: CC: DATE: City of Tukwila Public Works Department -Bob Giberson, Director Transportation and Infrastructure C Bob Gibermom, Public Works [NrecYor Peter Lau, Senior Program Manager May 5~2017 SUBJECT: 42 nd Avenue South Phase III & Gilliam Creek Culvert Replacement Proiects Project Nos-99410303&993412Q8 Supplemental Agreement No. 7 with CH2M HILL Engineers, Inc. ISSUE Aoo[OVe Supplemental Agreement NO. 7k) Consultant Contract N0. 12-010 with CH2M HILL Engineers, Inc. (CH2M) for construction management support services. BACKGROUND Contract No. 12-01O with CH2K4 provided design engineering services for the 42» Avenue South Phase III and Gilliam Creek Culvert Replacement Projects. COUOCi|8VV8ndedtheCODGLrUCU0nCOOL[8Ct k} Active Construction, Inc. OO May 1.2O17. Supplemental Agreement No. 7 with CH2M'the Designer OD Record (D[)F\). will provide construction management (CM) support during the construction phase 8|ODQ with AEC[)M l-UChDiC8| Services, Inc. /AEC{}K8\. DISCUSSION To properly manage this construction project, UlRChvviUD88dC&4GUpp0rtfK}DldlHDORdUhDgUl8 construction phase. Through Supplemental Agreement No. 7.CH2M staff will provide responses k}the contractor's requests for information and submittal reviews. Tukwila CK8 staff and AECC)K8 will provide the majority of the C|M work and field inspections. FISCAL IMPACT CH2M`s Supplemental Agreement No. 7 was carefully reviewed and iG reasonable for the scope Of CM Expense CM Bud-get (}H2K8 Hill Supplement No. 7 $ 50,267'26 AECOM CM Contract 977,154.00 42»u Avenue South Phase ||| $1.072,000.00 Gilliam Creek Culvert Replacement 0.00 150,000.00 Total $1,027,421.26 $1,222.000-00 Council kS being asked iO approve Supplemental Agreement No. 7iO Contract No. 12-01O with CH2&0 iD the amount Of$5O,287.28 for the 42»« Avenue South Phase III and Gilliam Creek Culvert Replacement Projects 8DdCDDGid8rthiSite0OOthSCOOSeOtAgBDd88ttheM8V15'2O17R8gU|8[ Attachments: Pages u and 1nn.oV1rC|P CH2M Hill's Supplemental Agreement No. 7 WAPW EngTRCJECTS\A- RW & RS Projects\42nd Ave o Phase m(99410303 94-RS03)\Construction\#.100 -oontract Documents\CH2M HiMInfo Memo CH2M CM Sup #7 050517 GI.Docx 5 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: 42nd Ave South Phase III Project No. 99410303 DESCRIPTION: Design and construct street improvements, drainage, sidewalks, bike facilities, and driveway adjustments. JUSTIFICATION: Provide pedestrian and vehicle safety, drainage, and neighborhood revitalization. STATUS: Phase III (SIC Blvd (154th) - S 160 St), Design began in 2012, construction in 2017. Project No. 99410303 Phase IV (S 139 St - S 131 PI) in beyond. Project No. 99410301 Phase 190 -RW15 (S /C Blvd (154) - 144 St) $3,796 & Phase II 94 -RS02 (144 -139) $1,850, both completed. MAINT. IMPACT: Reduce pavement, shoulder, and drainage work. COMMENT: Only Phase III is shown in active years. Project includes Surface Water's Gilliam Creek 42nd Ave S Culvert project for $1.3m and is part of the Walk & Roll Plan. Seattle City Light's funding is a 60/40 underground split. FINANCIAL Through Estimated (in $000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Phase IV Design 1,000 125 1,125 Land (R /W) 100 100 Const. Mgmt. 750 322 560 1,632 Construction 2,534 1,086 3,800 7,420 Undergrounding 2,467 1,057 3,524 TOTAL EXPENSES1 1,000 1 1251 5,851 1 2,465 1 01 01 01 01 4,360 1 13,801 FUND SOURCES Seattle City Light 1,077 462 1,539 Surface Water 144 4 148 Other Utilities 1 150 136 287 Bond 4,600 1,800 6,400 City Oper. Revenue 855 121 24 67 0 0 0 0 4,360 5,427 TOTAL SOURCES 1 1,000 1 125 5,851 1 2,465 1 0 0 0 0 4,360 1 13,801 2017 - 2022 Capital Improvement Program 2 6 FINANCIAL Through Estimated (in $000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Gilliam Creek 42 Ave S Surface Water Culvert Project No. 99410303 99341208 Design and replace the 36 -inch surface water culvert under 42 Ave S /Gilliam Creek. Combining this project DESCRIPTION: with the Residential Street Project 42nd Ave S Phase III. 144 The existing concrete pipe sections are separating and cracked which could erode the 42 Ave S fill and JUSTIFICATION: lead to loss of roadway. STATUS: Project is currently under design with construction scheduled to begin in 2017. MAINT. IMPACT: Expected to decrease maintenance. State Fish & Wildlife hydraulic project approved (HPA) permit will be required. Replacement will require COMMENT: a fish passable structure. FINANCIAL Through Estimated (in $000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 144 31 175 Land (R /W) 0 Const. Mgmt. 135 15 150 Construction 8 900 100 1,008 TOTAL EXPENSES 152 31 1 1,035 1 115 1 0 0 0 0 0 1,333 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 152 31 1,035 115 0 0 0 0 0 1,333 TOTAL SOURCES 152 31 1 1,035 1 115 1 0 0 0 0 0 1,333 2017 - 2022 Capital Improvement Program 100 7 City of Tukwila Agreement Number: 12 -010 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES Amendment #7 Between the City of Tukwila and CH2M Hill Engineers, Inc. That portion of Contract No. 12 -010 between the City of Tukwila and CI-12M Hill Engineers, Inc. is hereby amended as follows: Section 2: Scope of Services shall be supplemented with the following: The Consultant agrees to perform construction phase support services, as identified on Exhibit A -1 attached hereto, including the provision of all labor, materials, equipment and supplies. Section 3: Time for Performance shall be modified as follows: Work under this contract shall commence upon the giving of written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product pursuant to this Agreement by June 30, 2018, unless an extension of such time is granted in writing by the City. Section 4: Payment, A. shall be supplemented with the following: A. Payment for the work provided by the Consultant shall be made as provided in Exhibit B, attached hereto, provided that the total amount of payment to the Consultant for this work shall not exceed $50,267.26 without express written modification of the Agreement signed by the City. The new contract total shall not exceed $1,433,627.88 without express written modification of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. Dated this day of , 20 CITY OF TUKWILA CI-12M Hill Engineers, Inc. X7 Allan Ekberg, Mayor Printed Name: -4 /74w ATTEST /AUTHENTICATED APPROVED AS TO FORM cciliewu Christy O'Flaherty, MMC, City Clerk Office of the City Attorney CA Revised December 2016 Page 1 Of 1 8 Exhibit A -1 40th — 42 "d Ave S. Phase III City of Tukwila Amendment 7 Scope of Work The scope of work is amended as follows: General Assumptions Work described in the original contract and subsequent amendments 1 through 6 has been completed. This includes the preparation of Bid documents and services during bidding. This amendment is for services during the construction phase. The contract date shall extend to June 30, 2018 TASK 1 1. Project Management Additional project management is required for the preparation of progress reports and invoicing. The additional duration for purposes of project management is assumed to be 12 months. This assumes that we will on bill bi- monthly during the winter construction shutdown. Deliverables: • Monthly progress reports and invoices (12) TASK 13 13. Services During Construction (New) The City is responsible for the day to day management of the construction contractor. CONSULTANT will provide the following support to the City during construction. 13.1 Services During Construction The CONSULTANT will support the CITY throughout the construction by providing design clarification, reviewing Contractor submittals, and providing responses to the Contractor's requests for information. This task effort is limited to the hours shown in the attached fee determination sheet. The CONSULTANT will provide written responses to the Contractor's request for interpretation or clarification of the contract documents. 9 When requested by the City, the CONSULTANT will coordinate visits to the site by selected design team members to review progress and quality of the work. The visits shall observe the general progress of the work compared to the contract documents at the time of the visit and review any specific items of work brought to the attention of the design team members by the City's Construction Manager. The CONSULTANT will assist the CITY with the issuance of changes to the contract for construction. The CITY will obtain from the Contractor a proposed shop drawing and submittal schedule, which shall identify the shop drawings, samples and submittals required by the contract for construction, along with the anticipated dates for submission. The CONSULTANT will coordinate with the design team for the reviews of the Contractor's shop drawings, samples, and other submittals. The CONSULTANT's review of shop drawings, samples and submittals shall be for general conformance with the design concept and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The CONSULTANT will review the Contractor's requests for information or clarification of the contract documents for construction. The CONSULTANT will coordinate such review with the design team and with the CITY. The CONSULTANT will coordinate and issue responses to the requests. The CONSULTANT will assist the CITY in reviewing and responding to the Contractor's requests for substitution of materials and equipment. The CONSULTANT will review such requests and will advise the CITY as to the acceptability of such substitutions. Assumptions: • All work will be done on an on -call basis as requested by the City • This task effort is limited to the hours shown in the attached fee determination sheet. • Submittal reviews will be limited to special /non- standard items as requested by the City. • When requested by the City, CH2M will incorporate necessary plan revisions into the contract documents. Deliverables: • Submittal review responses • Responses to contractor Requests for Information (RFI's) • Incorporate revisions to contract documents. 10 Exhibit B - DRAFT Consultant Fee Summary City of Tukwila 40th - 42nd Avenue South Phase III Amendment #7 DRAFT FOR REVIEW 4/26/2017 Budget Summary By Task Task Description Labor Hours Total Labor Total Reimbursable Overall Totals Task 1 - Project Management 89 $11,319 $216 $11,535 Task 13 - Services During Bidding and Construction 237 $38,692 $40 $38,732 AMENDMENT #7 TOTALS 326 $50,011 $256 $50,267 11 Exhibit B - Draft Consultant Fee Determination City of Tukwila 40th - 42nd Avenue South Phase III - Amendment #7 DRAFT for Review CH2M H LL INC Title Project Manager Sr. Engineer Engineer Sr. Technician Technician Office TOTAL TOTAL Employee Name(s) Eric Haupt Raymond Chung Minh -Tri Khu Lisa Johnson, Tom Chancelor Justin Wilson Sylvia Karageorge, Joseph Donegan HOURS DOLLARS Bill Rate $192.77 $192.77 $160.57 $138.61 $76.03 $93.83 Task Task Name LOE LOE LOE LOE LOE LOE Total TOtaI LOE Dollars 'l: i Lt. ` 6i 4, ce=sse_ Overall Protect Management i , 30 0 k‘..•_- .. .. 0 ����� 1� 0 �������, 0 59 ' \\:.. ____ 89 '1 ffi1,' $11,319 Monthly Progress Report and Invoices (12) 30 59 89 $11,319 'wt. "e .— ,,=-:'...,'''"''''''''... Services 13ring Construction ������ N 61 58 58 30 30 0 \ 237 , a $38,692 Site Visits /Meetings 12 6 6 24 $4,433 Submittal Reviews 10 10 10 30 $5,461 RFI Responses 15 30 30 75 $13,492 Plan Revisions 24 12 12 30 30 108 $15,306 Exhibit B - DRAFT Consultant Fee Summary City of Tukwila 40th - 42nd Avenue South Phase III Direct Labor Classification Quantity X Rate = Cost Hours x Rate = Cost Project Manager Total Expenses 91.0 $192.77 $17,542.07 Sr. Engineer 58.0 $192.77 $11,180.66 Engineer 58.0 $160.57 $9,313.06 Sr. Technician 30.0 $138.61 $4,158.30 Technician 30.0 $76.03 $2,280.90 Office 59.0 $93.83 $5,535.97 326.0 $50,010.96 Expenses Category Quantity X Rate = Cost Travel - Mileage 180.0 $0.535 $96.30 Travel - Parking 6.0 $20.00 $120.00 Postage & Freight $40.00 Total Expenses $256.30 13 Exhibit B - DRAFT Consultant Fee Summary City of Tukwila 40th - 42nd Avenue South Phase III April 26, 2017 Reimbursables 14 Task 13 - Reimbursable Item Task 1 - Project Services Totals Management During Construction Postage & Freight $40.00 $40.00 Travel - Mileage $96.30 $96.30 Travel - Parking $120.00 $120.00 Totals $216.30 $40.00 $256.30 14 TO: FROM: BY: CC: DATE: C L. . ity of Tukwila Allan Ekberg, Mayor Public Works Department - Bob Giberson, Director Transportation and Infrastructure CommiAtee DA Bob Giberson, Public Works Director-,P,./ Peter Lau, Senior Program Manager Mayor Ekberg May 5, 2017 SUBJECT: 42nd Avenue South Phase III & Gilliam Creek Culvert Replacement Proiects Project Nos. 99410303 & 99341208 Construction Management Contract with AECOM Technical Services, Inc. ISSUE Authorize the Mayor to execute a contract with AECOM Technical Services, Inc. (AECOM) for construction management (CM) services for the 42nd Avenue South Phase III and Gilliam Creek Culvert Replacement Projects. BACKGROUND The 42nd Avenue South Phase III and Gilliam Creek Culvert Replacement Projects construction contract was awarded by Council on May 1, 2017 in the amount of $6,827,798.84. The City solicited for CM services from three consultant firms; AECOM, CH2M HILL Engineers, and Jacobs Engineering Group, and interviewed all three firms. AECOM was rated the highest by the cumulative scores of the selection panel. DISCUSSION & FISCAL IMPACT The AECOM contract will include construction engineering, inspection, documentation compliance support, as well as material testing. The fee of $977,154.00 is reasonable for the scope of work provided by AECOM for this complex project. CM Expense Budget AECOM Contract CM & Inspection $977,154.00 CH2M Hill Supplement No. 7 50,267.26 42nd Avenue South Phase 111 $1,072,000.00 Gilliam Creek Culvert Replacement 0.00 150,000.00 Total $1,027,421.26 $1,222,000.00 I a *0101 m I TA 14 -ki I !Li V i Me Council is being asked to approve the construction management contract with AECOM Technical Services, Inc. in the amount of $977,154.00 for the 42nd Avenue South Phase III and Gilliam Creek Culvert Replacement Projects and consider this item on the Consent Agenda at the May 15, 2017 Regular Meeting. Attachments: Pages 2 & 100, 2017 CIP CM Consultant Selection Scoring Sheet CM Consultant Agreement with AECOM WAPW Eng\PROJECTS\A- RW & RS Projects\42nd Ave S Phase 111 (99410303 94-RS03)\Construction\Consultant Seleafion\(005) CM Consultant SelectiomInfo Memo AECOM CM 050517 GI.Docx 15 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: 42nd Ave South Phase III Project No. 99410303 DESCRIPTION: Design and construct street improvements, drainage, sidewalks, bike facilities, and driveway adjustments. JUSTIFICATION: Provide pedestrian and vehicle safety, drainage, and neighborhood revitalization. STATUS: Phase III (SIC Blvd (154th) - S 160 St), Design began in 2012, construction in 2017. Project No. 99410303 Phase IV (S 139 St - S 131 PI) in beyond. Project No. 99410301 Phase 190 -RW15 (S /C Blvd (154) - 144 St) $3,796 & Phase II 94 -RS02 (144 -139) $1,850, both completed. MAINT. IMPACT: Reduce pavement, shoulder, and drainage work. COMMENT: Only Phase III is shown in active years. Project includes Surface Water's Gilliam Creek 42nd Ave S Culvert project for $1.3m and is part of the Walk & Roll Plan. Seattle City Light's funding is a 60/40 underground split. FINANCIAL Through Estimated (in $000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Phase IV Design 1,000 125 1,125 Land (R /W) 100 100 Const. Mgmt. 750 322 560 1,632 Construction 2,534 1,086 3,800 7,420 Undergrounding 2,467 1,057 3,524 TOTAL EXPENSES1 1,000 1 1251 5,851 1 2,465 1 01 01 01 01 4,360 1 13,801 FUND SOURCES Seattle City Light 1,077 462 1,539 Surface Water 144 4 148 Other Utilities 1 150 136 287 Bond 4,600 1,800 6,400 City Oper. Revenue 855 121 24 67 0 0 0 0 4,360 5,427 TOTAL SOURCES 1 1,000 1 125 5,851 1 2,465 1 0 0 0 0 4,360 1 13,801 2017 - 2022 Capital Improvement Program 2 16 FINANCIAL Through Estimated (in $000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Gilliam Creek 42 Ave S Surface Water Culvert Project No. 99410303 99341208 Design and replace the 36 -inch surface water culvert under 42 Ave S /Gilliam Creek. Combining this project DESCRIPTION: with the Residential Street Project 42nd Ave S Phase III. 144 The existing concrete pipe sections are separating and cracked which could erode the 42 Ave S fill and JUSTIFICATION: lead to loss of roadway. STATUS: Project is currently under design with construction scheduled to begin in 2017. MAINT. IMPACT: Expected to decrease maintenance. State Fish & Wildlife hydraulic project approved (HPA) permit will be required. Replacement will require COMMENT: a fish passable structure. FINANCIAL Through Estimated (in $000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 144 31 175 Land (R /W) 0 Const. Mgmt. 135 15 150 Construction 8 900 100 1,008 TOTAL EXPENSES 152 31 1 1,035 1 115 1 0 0 0 0 0 1,333 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 152 31 1,035 115 0 0 0 0 0 1,333 TOTAL SOURCES 152 31 1 1,035 1 115 1 0 0 0 0 0 1,333 2017 - 2022 Capital Improvement Program 100 17 Construction Management (CM) Service Interviews: AECOM Technical Services, CH2M HILL Engineers and Jacobs Engineering Group were interviewed by the City, to compete for the selection of CM Consultant for the 40th - 42nd Avenue South Phase 3 Project. Two evaluation criteria were used in the interview process: 1. Qualifications of the proposed CM team, and available support from the Consultant firm - 60 points. 2. Demonstration of the Consultant's understanding for the construction project - 40 points. Below are the ranking scores rated by the 3 Interview Panelists, based on the performances of these 3 firms: Cyndy Knighton I Mike Ronda I Peter Lau CM Consultant Candidates Ranking Summation Finalized Ranking AECOM Technical Services 2 1 4 CH2M HILL Engineers 3 3 3 9 3 Jacobs Engineering Group 1 2 2 5 2 As a result, AECOM Technical Services was selected as the CM Consultant for the 40th - 42nd Avenue South Phase 3 Project. City of Tukwila Contract Number: • 6200 Southcenter Boulevard, Tukwila WA 98188 CONSULTANT AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City ", and AECOM Technical Services, Inc., hereinafter referred to as "the Consultant ", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform construction management services in connection with the project titled 42 nc, Avenue South Phase III Project. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2018, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $977,154.00 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 19 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 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. CA revised: 1 -2013 page 2 20 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. 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. CA revised :1 -2013 Page 3 21 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. 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: AECOM Technical Services, Inc. 1111 Third Avenue Suite 1600 Seattle, WA 98101 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. CA revised: 1 -2013 Page 4 22 DATED this day of , 20 CITY OF TUKWILA Allan Ekberg, Mayor Attest/Authenticated: City Clerk, Christy O'Flaherty CONSULTANT By: Printed Ntie: Title: Approved as to Form: Office of the City Attorney 7 CA revised : 1 -2013 Page 5 23 40th — 42ND Avenue South — Phase III City of Tukwila Exhibit A -1 SCOPE OF SERVICES Construction Management and Contract Administration Services for the 40th — 42nd Avenue South — Phase III City of Tukwila AECOM Technical Services, Inc. ( "Consultant ") proposes to provide to the City of Tukwila, Washington ( "Client ") construction management services for the 40th — 42nd Avenue South — Phase III, Construction of approximately 2,250 linear feet of street improvements within the right -of -way of 42nd Avenue South — S. 160th Street to Southcenter Boulevard, including but not limited to clearing and grubbing, grading, drainage, paving with HMA, installing curb, gutter and sidewalks, undergrounding of overhead power and communications, sanitary sewer, water main, retaining walls, landscaping, signing, striping, illumination, installation of a fish passible culvert and other work necessary to complete the Work as specified and shown in the Contract Documents, (hereinafter called "Project "). These services will include inspection, construction management, and contract administration assistance during the construction of the project as detailed in the following: INTRODUCTION The following scope of services is based upon the assumptions outlined herein. Associated costs are detailed in EXHIBIT E -1. Assumptions: • The proposed project team will include a part -time resident engineer and full time construction inspector. An allowance for materials testing are included in this scope. • A standard working week for project staff is 40 hrs. Should the Client direct fewer hours, the Consultant will not guarantee to perform all of the scope items. The labor hours proposed by the Consultant are an estimate only and are subject to change based on the actual construction schedule and working hours of the Contractor. • Services will performed accordance wlt t the Guidelines ) , awi .the WSDOT Construction Manual, City gf IIu kw Illa ... standards, and as ....regw lred I,22:... dhow uwwpw w:d....,IlIlailw and �° iuw. ,,i�ww w ��.� Fwd ............... • An assumption for geotechnical engineering support has been included in this scope. These as- requested services are limited to recommendations pertaining to constructability, construction issue resolution, and review of contractor submittals for compliance with the contract documents. • Design by Others: It is understood and agreed that the Consultant did not prepare the Contract Documents for the project, and the Client will provide the Consultant the support of the Engineer -of- Record during the course of the Consultant's work. I. DETAILED SCOPE OF WORK Subtask 1 — Administration /Quality Control Consistent with the hours shown in EXHIBIT „II:II'1... -4, the Consultant shall provide overall project management and contract administration associated with the service agreement between the Consultant and the Client. This e ort will include, wut u~ wind; IL E.!Li..1LE.d.�.�'.id...:I.2, the following elements: 1.1 Prepare of Consultant invoicing and progress reporting to the Client. 1.2 Perform internal administration of the Consultant's Task Order. 1.3 Prepare any supplements to the Consultant's Task Order. Page 1 of 6 Updated: 5/3/2017.&4A244-7 44-7 24 40th — 42ND Avenue South — Phase III City of Tukwila 1.4 AAttend I] l e pre- construction conference. 1.5 Make periodic field visits and conduct project reviews for the quality of services provided by AECOM and consistency with AECOM's project quality plan. Subtask 2 — Document Control Consistent with the hours shown in EXHIBIT „II3:I' ... -4, the Consultant shall provide document control services including „, Il2ut uu not IIE.n..�.E„ded I„ o, the following elements: 2.1 Process; track and archive construction records including: Inspectors Daily Reports (IDR's); Requests for Information (RFI's); Submittals; Requests for Approval of Materials (RAM's); Statements of Working Days. Consultant shall maintain submittal and RFI logs to track when documents are received and returned to the contractor. 2.2 Compile and review inspector pay quantity and force account records, and prepare monthly contractor progress pay estimates. 2.3 Review and archive project record documentation associated with prevailing wage reporting, including Requests to Sublet, Intents to Pay Prevailing Wage, Certified Payroll, Affidavits of Wages Paid, and Contractor employee wage interviews. 2.4 Review and archive Certificates of Materials Origin tracking and reconcile against the Projects Record of Materials prepared by others. 2.5 AAttend, and provide minutes for the preconstruction conference; and up to 32 weekly contractor construction progress meetings. 2.6 Maintain a material testing log that tracks the test date, type of material test, test result, specification requirement and action taken if a failed result is received from the material testing consultant. 2.7 Maintain a list of approved change orders and potential change orders. Potential change orders will have a force account estimate of the extra work related to that item(s), until an approved change order is executed. 2.8 Assist with documentation file sharing on cloud storage system or with City of Tukwila Sharepoint site. Subtask 3 — Field Inspection The Consultant shall provide construction inspection services for up to 165 full -time days over a 33 week period (not including the utility suspension period) during the construction phase, consistent with the ours shown In Is effort will include:, 1D.! u d..... l not ... ..ILLU.�..�.ld.e.d.....:d..,. the following elements: 3.1 Prepare daily construction reports recording the contractor's operations performed for each day the Consultant is on site; measure the quantities of materials installed, log equipment and staff present, weather conditions, and any observed problems or construction issues. 3.2 Prepare Daily Payment Notes, Statements of Working Days, and Force Account Records (if necessary). 3.3 Respond to contractor questions which may arise as to the quality and acceptability of furnished materials or work performed per the requirements of the construction contract documents.. 3.4 Respond to general questions raised by adjacent property owners, businesses, or general public. Complaints or detailed questions shall be referred to the Client. 3.5 Prepare field records and documents in accordance with Projects Record of Materials. 3.6 Coordinate with Resident Engineer and Client for changes and updates to the ROM. Page 2 of 6 Updated: 5/3/2017.&4A244-7 44-7 25 40th — 42ND Avenue South — Phase III City of Tukwila 3.7 For each day the Consultant is on site, provide photographs of traffic control set -up and work activities during the course of construction. Photographs will be in digital format and cataloged by date. 3.8 Facilitate the Contractor's coordination of existing utilities within the project boundaries. 3.9 Review the Record of Materials (ROM) against the material testing results provided by the Project's material testing consultant, and advise the Contractor accordingly. 3.10 Visually monitor the Contractor's compliance with Hydraulic Project Approval (HPA), water quality permits and the requirements of the TESC and SPCC Plans. 3.11 Attend up to 33 weekly construction meetings. 3.12 The Construction Inspector shall review monthly pay estimates with the Contractor and provide recommendations to the Resident Engineer and Client. 3.13 Review the Contractor's construction record drawings on a weekly basis. Upon project completion, verify Contractor provided markups accuracy and forward to the Client. The Consultant Inspector will track and record field changes on drawings and use this information to verify the Contractor's construction record drawings. 3.14 Participate in the Project's final inspection and assist in developing a list of any remaining deficiencies. 3.15 Attend pre- construction conference. 3.16 For the days present on site, the construction inspector shall observe day -to -day construction activities. By providing inspection oversight, the Consultant shall assume no responsibility for proper construction techniques or job site safety but will report to the Contractor and Client any known public safety concerns immediately. The presence of the Consultant's personnel at the construction site is for the purpose of providing to the Client a greater degree of confidence that the completed work will generally conform to the Contract Documents and that the integrity of the design concept as reflected in the Contract Documents has been implemented and preserved by the Construction Contractor. 3.17 The Consultant will endeavor to protect all parties against defects and deficiencies in the work of the Contractor, but cannot guarantee the Contractor's performance and shall not be responsible for construction means, methods, measurements, techniques, sequences of procedures, or for safety precautions and programs in connection with the work performed by the Construction Contractor and any subcontractors. Subtask 4 — Construction Management Provide construction management services, consistent with the hours shown in EXHIBIT B. This effort will include, Du!d un not IIE „R.i..O.ed I;o,, the following elements: 4.2 Supervise the Consultant's field personnel assigned to the project. 4.3 Liaison between the Contractor's management and the Client's management personnel, acting as the direct point of contract for both parties. 4.4 Organize and chair the Pre - construction conference 4.5 Review and approve daily construction reports prepared by the construction inspector. 4.6 Respond to contractor questions which may arise as to the quality and acceptability of furnished materials, work performed, and to general questions raised by adjacent property owners or general public. 4.7 Respond to Contractor RFI's, and defer to the Engineer of Record for a response when appropriate. 4.8 Review Contractor submittals, and defer to the Engineer of Record for a review when appropriate. Page 3 of 6 Updated: 5/3/2017.&4A244-7 44-7 26 40th — 42ND Avenue South — Phase III City of Tukwila 4.9 Review ROM and material testing results and advise the Contractor accordingly. 4.10 Review the Contractor's baseline project schedule, and then monitor that schedule throughout the course of the project for compliance with the provisions of the Contract. Monitoring shall include review of periodic schedule updates submitted by the Contractor. 4.11 Chair up to 33 weekly construction meetings. 4.12 Prepare official correspondence to the Contractor and issue upon the Client's approval. 4.13 Issue field directives and stop work notices to the Contractor upon direction of the Client's approval. 4.14 Issue Correction Notices when appropriate. 4.15 Review monthly pay estimates with the Contractor and provide recommendation to the Client for release of payment. 4.16 Supervise contract close -out activities including as -built drawings, final payment, and completion notices. Consultant shall provide the Client, at contract close -out, construction records to the all applicable funding agencies. 4.17 The Consultant shall assume no responsibility for proper construction techniques or job site safety but will report to the Contractor and Client any observed public safety concerns immediately. The presence of the Consultant's personnel at the construction site is for the purpose of providing to the Client a greater degree of confidence that the completed work will generally conform to the Contract Documents and that the integrity of the design concept as reflected in the Contract Documents has been implemented and preserved by the construction Contractor. 4.18 The Consultant will endeavor to protect all parties against defects and deficiencies in the work of the Contractor, but cannot guarantee the Contractors' performance and shall not be responsible for construction means, methods, measurements, techniques, sequences of procedures, or for safety precautions and programs in connection with the work performed by the construction contractor and any subcontractors. Subtask 5 — Public Outreach / Client Meetings The Consultant's construction inspector shall provide assistance with project outreach consistent with the hours included in EXHIBIT B. Outreach assistance includes the following: The Consultant shall, under direction of the Client, assist with delivering informational flyers for the upcoming construction activities, road closures, temporary traffic controls, and other pertinent information. The Consultant shall also assist the Client in responding to questions and issues raised by private citizens and local businesses relative to the Project and provide monthly updates to the city for use on city webpage updates. Subtask 6 — Change Order Resolution The Consultant shall prepare change orders and associated change order backup documentation consistent with the hours provided in EXHIBIT B. This includes change order plans and specifications, independent engineer's cost estimates, negotiations, and justification memos. Subtask 7 — Electronic Record Drawings The Consultant shall provide electronic as -built mark ups on the CAD files (CAD files provided by others) utilizing as -built plans provided by the contractor. Along with the electronic files, the Consultant shall provide mylar hard copies of the electronic as- builts. The Consultant is not responsible for any changes to the plans or stamping of any plan revisions that may occur as the work progresses. If this is required, this shall be done by others. Page 4 of 6 Updated: 5/3/2017.&4A244-7 44-7 27 40th — 42ND Avenue South — Phase III City of Tukwila Subtask 8 — Claims /Disputes Support No services are provided under this section. Subtask 800 — Materials Testing The Consultant will retain a materials testing subconsultant to perform soil and concrete testing which includes, IlDut not IllnOed d : gradations, in -place density, Proctor compaction tests, concrete air entrainment, concrete test cylinders, and asphalt composition. These services are budgeted as an allowance and the actual costs of the testing effort may vary. The Consultant shall advise the Client regarding the status of the materials testing budget to allow funds to be added or removed as necessary. III. Consultant Deliverables; including but not limited to: Inspector Daily Reports Construction Photographs iii. Weekly Meeting Minutes and Agendas iv. Submittal, RFI, and Material Testing Logs V. Change Order and Potential Change Order Log vi. Declaration of Substantial Completion vii. Monthly Contractor Pay Requests with field note record and quantity documentation viii. Punch -lists and tracking documentation ix. hySu aI Qon ; ;lul dl uu LatteF awid Recommendation of Final Acceptance Letter X. All Project Records received from the Contractor described under Subtask 2 xi. Electronic CAD Record Drawing Files and Mylars IV. Responsibilities of the Client Provide CM oversight and approval authority for all construction activities. Manage the Designer -on- Record team as part of the Project Designer's on -call design support and architectural submittal review. iii. Process all contract documents through the City's approval process (e.g. CM services invoices, construction contract, monthly pay estimates, change order execution, cost reduction proposals, time extensions, etc.). iv. Provide preferred forms and formats, and filing structure to the Consultant. V. Oversee the Consultant on conducting schedule evaluation, monitoring, and evaluate Time Impact Analysis for changes. vi. Provide and assist the Consultant in utility coordination with third -party utilities under project specific or franchise agreements. vii. Review the Pre - Construction Conference agenda and all hand -out materials, before the Consultant conducts the Pre - Construction Conference. viii. Coordinate and schedule any public meetings required before, during and after construction. ix. Provide operations & maintenance interface with other City Staff for ongoing project issues. Page 5 of 6 Updated: 5/3/2017.&4A244-7 7 28 40th - 42ND Avenue South - Phase III City of Tukwila V. Assumptions a. Staffing levels are anticipated in accordance with the attached budget estimate (Exhibit B). b. The level of effort required will not exceed the approved budget without prior approval by City. The approved budget is based upon a 165 Working Day construction contract with zero (0) Unworkable Days. Work is anticipated to begin construction in June 2017. Should further services be required, or should construction run longer than this time period, and if costs exceed the approved budget, the City will negotiate a supplement to this Agreement. c. The City will provide field office, intemet aeeess, p ntin g and seanning Gapabi�and arl<in for field personnel. d. Consultant has the authority to shift budget between work tasks provided the overall project budget remains unchanged. e. Project closeout will be completed within 30 calendar days following issuance of ®substantial completion. Should further services be required, or should closeout run longer than this time period, and if costs exceed the approved budget, the City will negotiate a supplement to this Agreement. .4. Items and Services City will provide: i. All construction survey is provided by the Contractor,, exceef...t. p„ „ 1,. „u .f. „ 8 II2Y the City foir the ConaulR&nt.to ll2lacv „ilcle flu6„cl vei lficatuon Field verification su_rvy costs are not included in the budget. If costs exceed the approved budget, the City will negotiate a supplement to this Agreement. ii. The City will provide the Record of Materials (ROM) assembled by WSDOT „N„ �, i Iles the City a 2ggli ass the COIiSLflltant to Il2.�! Iggt1 ei the If:10M foir this t011ISto UCtl0il ...o f. If __ _preconstruction costs exceed the approved budget .... prO� to because of additional time required for ROM assembly, the City will negotiate a supplement to this agreement. I q,, Design by Others: It is understood and agreed that the Consultant did not prepare the Contract Documents for the project, and the City will provide the Consultant the support of the Engineer -of- Record during the course of the Consultant's work. The City is responsible for managing the Design Team. gh Vehicle usage will be billed at an hourly rate for those working on the project requiring usage of vehicle as estimated in EXHIBIT B. Page 6 of 6 Updated: 5/3/2017.&4A244-7 7 29 Exhibit B City of Tukwila BUDGET FOR SERVICES 4oth-4ond Avenue South - Phase III Construction Inspection and Administration Services Task 1: Project Manugomeot/Qua|hyConvo| EmploVee Classification Hours Rate Cost (DSC) TymnBurdwoU Senior Construction Manager 128 $ 80.20 $ 11.034 Patty Coughlin Administrator 25 $ 29.03 153 $ 11,775 Overhead (OH Coo — Including Salary Addbivna : OH Rate xD8Cof 14810% x $ 11.77475 $ 17,550 Fee Rate xDSC,d 30.00% x $ 11.774.75 $ 3.532 Labor Subtotal -PnojemManmQement/Quo|ityComro| a 32,863 Task 2: Document Control Employee Classification Hours� Rate Cost (DSC) Alex Juan Office Engineer 1,168 * 33.86 Overhead (OH Cost — Including Salary Addidvns): OH Rate xDGC of 119.67% x $ 39.315.00 $ 47.048 Foe: Fee Rate xD8Soi 30.00% x $ 88.315.00 $ 11.795 Labor Subtotal -nocumumComvo| $ 98,158 Task u: Field Inspection Employee Classification Hours Rate Cost (DSC) Jeff Vaughn Construction Manager 1.650 $ 58.09 $ 95.848 Alex Juan Inspector 4 $ 33.60 2.053 $ 108.414 Overhead (OH Cost — Including Salary Addihves): OH Rate xDSCo( 119.07% x $ 109.413.50 $ 130.935 Foe: Fee Rate xDGCnf 30.00% x o 109.413.50 $ 32.824 Labor Suhuma| - Heid|napection $ 273,173 Task 4: Construction Management Employee Classification Hours� Rate Cost lDSC) TymnBardweU Senior Construction Manager 512 $ 8620 $ 44.134 ShnaibAkmm Construction Manager 2,170 $ 61.91 $ 134,345 2.682 $ 178.479 Overhead (OH Cost — Including Salary Additiwea): 0H Rate xDGCof 149.10% x $ 44.134�00 $ 65.804 DH Rate xDSCo( 119.67% x $ 134.34470 $ 160,770 $ 226,574 Foe: Fee Rate xDSCnf 30.00% x $ 178.4700 $ 53.544 LaborSuhucuoi - Conytructipn|NoneBement $ 458.596 W City of Tukwila BUDGET FOR SERVICES 4nu`'4ond Avenue South - Phase III Construction Inspection and Administration Services Task 5: Public Outreach Employee Classification Hours Rate Cost (DSC) ShnoibAkmm Construction Manager 40 $ 61.91 $ 2.470 Alex Juan Office Engineer 40 $ 33.80 Labor Subtotal ' Electronic Ao-Builte 80 5,698 $ 3,823 Overhead (OH Cost — |ndmdingGalaryAddhives: 804.045 2U18 Labor Escalation (Estimate 2.5"& increase for 2O18 labor rates) $ 9.032 0H Rate xDSS'd 119.07% x $ 3.822.00 913,877 $ 4,575 Fee: Cost Materials Testing &Consulting, Inc. Fee Rate xDSCof 30.00% x $ 3.822.80 $ 1.147 LuhorSubtota| -Pub|icOunreoch Cost Vehicles ($6/hr for field work, tasks 3.4.5.&0) 5.055 $ 6.00 o 9.544 Task e Change Orders $ 1.850 Expenses (MiooSupplies) Employee Classification Hours Rate Cost (DSC) 8hoaibAkmm Resident Engineer Direct Costs Total 80 $ 01.91 $ 4.953 Alex Juan Office Engineer 977,154 1 $ 33.06 240 $ 10.33e OH Rate xDSCof 119.67% x $ 10.338.40 $ 12.372 Fee: Fee Rate xDSCn( 30.00% x $ 10.330.40 $ 8.102 LaborSuhtoto| - ChongnOrdeva o 25.812 Task n Electronic Aa'Bui|ta Employee Classification Hours Rate Cost (DSC) TBD CAD Operator 80 $ 30.00 80 $ 2,400 Overhead (OH Cost — Including Salary Addi1iven): OH Rate xDSCnf 149.10% x $ 2.400.08 $ 3.578 Labor Subtotal ' Electronic Ao-Builte $ 5,698 Labor SubTotal $ 804.045 2U18 Labor Escalation (Estimate 2.5"& increase for 2O18 labor rates) $ 9.032 LobarTotal $ 913,877 Task 800: Materials Testinq Cost Materials Testing &Consulting, Inc. Task 900: Other Direct Costs Hours Rate Cost Vehicles ($6/hr for field work, tasks 3.4.5.&0) 5.055 $ 6.00 $ 30.327 Printer/Scanner (estimate $150/mn for 13months) $ 1.850 Expenses (MiooSupplies) Direct Costs Total $ 63,277 lGrand Total $ 977,154 31 32 EXHIBIT B City of Tukwila BUDGET FOR SERVICES Time Summary Preconstruction Post Construction Post Construction May June July August September October November December January February March April May June July August Weeks from NTP 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Working Days from NTP 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 105 Suspension Period (Nvemberl8 March 14) 110 115 120 125 130 135 140 145 150 155 160 165 Ty Bardwell - PM /RE Patty Coughline, Administrator Jeff Vaughn, Inspector Shoaib Akram, Assist RE Alex Juan, OE /Inspection 8 8 8 16 16 8 8 8 16 16 16 16 16 16 16 16 16 16 16 16 16 16 16 16 16 16 16 16 8 8 8 8 8 8 8 8 4 4 4 4 4 4 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 6 2 1 1 1 1 1 1 1 1 1 1 1 1 1 4 20 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 30 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 20 20 40 40 40 40 40 40 40 40 20 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 30 40 40 40 40 32 32 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 20 20 8 8 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 30 40 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 TBD, CAD Operator 40 40 TBD, Inspection Support 0 0 0 0 0 0 0 0 0 0 0 0 0 0 subtotal 34 ON FROM: BY: CC: DATE: City of Tukwila Attan Ekberg, Mayor Public Works Department - Bob Giberson, Director Transportation and Infrastructure Committe Bob Giberson, Public Works Director Dave Sorensen, Project Manager Mayor Ekberg May 5, 2017 SUBJECT: 2017 Overlay and Repair Program Project No. 91610401 Resolution Rejecting All Bids ISSUE Approve a Resolution rejecting all bids for the 2017 Overlay and Repair Program. The 2017 Overlay and Repair Program includes funding for an overlay on 331d Ave S /34th Ave S as part of the Cascade View Safe Routes to School Phase II project for $285,000. The remaining overlay budget and Parks Dept. funding for overlay and repair of the Fort Dent Park parking lot were combined to advertise the 2017 Overlay & Repair Program that included six street segments and the Fort Dent parking lot. The project was advertised for bids on April 5 & 12, 2017 and four bids were opened on April 19, 2017. ANALYSIS /FISCAL IMPACT Bid Results Eng Estimate Budget 2017 Overlay and Repair Program $864,274.00 $662,705.00 $765,000.00 Fort Dent Park Parking Lot Repairs 108,575.00 88,250.00 100,000.00 Total 972 849.00 $750,955.00 865 000.00 After the bids were tabulated, one minor error was found and corrected in the bid from Lakeside Industries. The error presented no change to the bidder placement outcome. The bids received were significantly higher than the Engineer's Estimate and an analysis of the project design and bid prices was conducted. Several factors likely contributed to the high bids including: multiple paving projects advertised at the same time and the overall large quantity of construction projects on the market this year. Similar high bid results (shown below) were received by WSDOT and other Local Agency projects bidding at the same time. Everett: Low bid, $384,000 over Engineer's Estimate (4/18) WSDOT: Low bid, $637,000 over Engineer's Estimate (4/19) Eugene: Low bid, $145,000 over Engineer's Estimate (4/18) WSDOT: Low bid, $291,000 over Engineer's Estimate (4/19) With sufficient construction time still available for 2017, staff intends to re -bid a smaller 2017 Overlay & Repair Program with updated cost estimates that are within the available budget. RECOMMENDATION Council is being asked to approve the Resolution rejecting all bids for the 2017 Overlay and Repair Program Project and consider this item on the Consent Agenda at the May 15, 2017 Regular Meeting. Attachments: Draft Resolution Bid Tabulation WAPW Eng \PROJECTS\A - RW & RS ProjectslAnnual Overlay & Repair Programs\2017 Overlay & Repair Program\Design\Ad and Award\Award\Reject Bids Docs to TIDInfo Memo Resolution Reject Bids 2017 0 &R 050517 gi.docx 35 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, REJECTING ALL BIDS SUBMITTED FOR THE 2017 OVERLAY AND REPAIR PROGRAM PROJECT. WHEREAS, sealed bids were solicited for the 2017 Overlay and Repair Program Project; and WHEREAS, four bids were received and publicly opened and read aloud on April 19, 2017; and WHEREAS, a budget was set for the construction of the 2017 Overlay and Repair Program Project; and WHEREAS, the low bid received was over the budgeted amount for construction of the 2017 Overlay and Repair Program Project; and WHEREAS, the City reserved the right to reject all bids in its call for bids, and RCW 35.23.352 provides for the rejection of any or all bids by resolution of the City Council; and WHEREAS, the City wishes to reject all bids due to budget limitations; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: All bids received on April 19, 2017, for the 2017 Overlay and Repair Program Project are hereby rejected due to budget limitations. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of 2017. ATTEST/AUTHENTICATED: Christy O'Flaherty, MMC, City Clerk Dennis Robertson, Council President Filed with the City Clerk: Passed by the City Council: Resolution Number: WAWord Processing\Resolutions\Reject bids for 2017 Overlay and Repair Program Project 4-25-17 DS:bjs Page 1 of 2 W 1:000 00 1 S 1.000 001 CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS 2017 Overlay Program BID TABULATION Apr.: 19. 2017 ENGINEER'S ESTIMATE Lakeside Miles No. I Spec Rom Quantity Unit Unit Cost Total Coat Unit Price Total Coat TataI Cost Unit Pries Total Cost Watson Unit Pruso Total Coed $ ROADWAY (SCHEDULE A) Total Schedule A Min 13ne: 02.94 ..1n Ct r -_m 5 4i'- 000.52 $ 92 -„7�? 5 - -- 1-vue 0v S 3 €,00 .0 $ 1- y..d.0y Man Ran.-tat o: r.. C Mta 5 6.O.e0. „r : $ 6,000 00 0 6.0,T 00.5 6,000 00 5 e-v.,, 5 5, r, Ru ` - 56CC Plan - - - - , 5 2.0.3.5-2- $ -- E5,..i = $ 65x.°0 0 2,000.00 Mob k z a c i u n MEI P 5400 Te71por rat+6 Ganrra. LS i 0 56.000 0° , 3 56,303 i 5 55 000.00. $ 56.0.0 00 e� fl - Ax $ 3x3.6 5k- : 5 35- , ,, 5' , 72.000. DO ; S ? 2 � =k- : $ 0,.,20=.=00 $ S 1 +0,900 5s 1 $ 709.1 -"0 0 EMI LS : 5 60.000 00 : $ 50.000 00 $ moo s0 $ 125 5 9 os ° 5 105.0 u 3 5 00.40 35 i $ t5 - 0.00 EMI ,80401 Core. Srdewoso 65I,, oo, 0,. Had 5 50.00 I S :=1,000.00 5 €0 00: 5 13200 06 $ 65 0" ' $ 14 ,3'2 35 S 5 .5 5 12.96 #3 S X 00 ' $ 7..0x.'1, Cement Coro Curb Remo e Pr l00a S 3a 52 $ 13 6 --" 5 200=5 8�a - 5 -�$ 9705= 6 2.02 PMa<:0ve o 53V 5-r t Ob0tn51 S 70 „ `S 7.500 -DO $ - 03 $ 1$00 n, . -q5- S .� 0;' S 136 �r0 [0 104 0 $ 7 $ 1.500 7 32 $ 95 000 5 77 00 '.. $ 104750 �'=0 $ 103 3 MTN Roadway Expa631000. H5,:< - -- - _ MEEMEEMMOINIMMINEWEIMMEEMMEZEM „E:S 5 7 °" � y €,005.x0 $ ?0 2.03 _ -• 1 x F° .0 - E ` H 1 t ) 4 4 -- r-4130d525450-,9T5522--00 1.040 TON S 3c, 00 5 31.203 3 0; $ 60 ®_ $ 52,400 00 ,253.00 5 2a. "v0 : 5 26. --0.55 5 47.39 5 48 5 -.00 5 Os.P $ 55 5-- 0 -} 12 5 4 .Pavement Repair Excav -air? 0- t 3 233 CY $ 55 00 0 26.700 60 $ 50.00 : $ 2 u 733 5' 5 , 5.00 $ 17250 00 $ 150 001 5 34. r, 5 1 €4.30 € 5 25 52000 13 5 -04 HMA CI 1 =2 PG 515 41 TON 5 90.50 5 215.5 300 $ `90.00 5 241.000 0=0 5 ?- °+0.00 $ 241 t x7•3 s _ 5 5 .4. $ 2211 Sag 0° S 103 =b1 $ 24B 239 .3 18 504 •HMA for Pa -1o�t as � C, 1:2` �G 64` °22 - $ 7 -70 9u - S 45 15 776='1. 5 5 00 5 33 T3k n o6s.o __ S _ _ Ox 5 1 20 ' 5 7. . 95-° 5 ? 0 5 04 Plsr 5 24*: 05- Pavement 5 5 2 . 0 5.150 90 5 23 03 : 5 37,440 00 $ s0 00 $ 45 553 i=0 $ 2, =0 , $ 3s 609 30 5 5.50 ; 5 ? 3 6 5..0 17 5.04 «,90V5aex Seat no 1 FA $ 2009 Ov 1 $ UN 00 5 454 00 $ 2..; -0,0 $ 2 00 5 2;i °-Y ` -0 : S --: 5 $5 _003 00 : S 18 7.12 A.djk2 Water 53'6 ?8 ( EA 5 45 "u 00 5 8.10050 $ 47 $ 5.450=.00 $ 35° a I $ 5.3- . 00 5 700 x0 i S 2 5. $ 450.09 $ 0.100 00 ?9 t 841 .Ero <r1W416: Pc0,f m,- Contra: 1 FA 5 6500 00 . $ 6.500 DO 0R I 5 6 0.50.x3: $ 6.500.00 5 5 50...0. 5 6 5,1:00 5 6 =5?' °: 5 8.50010 5 20 0 91 _iNet P otoot...n ' - _ . 5. ? 000 = 5 2 10- .00 $ 169. 00 -... 5 2$20 00 S SO 00 $ 9 e50.v0 arlarliffilMINEMBEEMINEMEMINEMMIMEMEll $ 5 550.2.: 111.1111111•1231111211•111EME111111•11110111111019111311=11311=111013 S .,50,,.00 $ 7 - : $ 27 3£=..5-0 $ 70,,.:,0. S 1,4":.00 $ 4; 4 "a : $ ? a 6 x.30 $ 53..59:5 1 500.55 IBM SIDEWALK (SCHEDULE A) $ 23 5.14 -Cem=ent °zrtc Sideveak 24 5 14 Cement Carte. Curb Ramp STORM SEWER (SCHEDULE A) 25 7 -05 'Adl0=1 Catch Bay 7 -26 Roetarl -:.d3r Van 27 7.05 SI €.-r, Dan SANITARY SEWER ( SCHEDULEA) 240 6 SY "$ 650`'5 15.600 00 $ 66°.00$ 144:0'x4- 5 75 "?{ $ 15,00 20 $ 75 :=15 10`.0.0:, EA 1 $ 2.000 001$ 12 000 00 $ 2700 00 $ 16 200 00 $ 2,500 00 i 5 15,000 -0 S € 05 = 00 5 15500.00 5500 5 2.00000 $ 625 20 1 $ 10,503 $ 350 00 1 5 $ 13200.00 $ 12000 00 28 1 7 -55 1141; 02t Mardrie T R A FFIC CONTROL (SCHEDULE A) ._ j EA I S 5.44-0 00 I $ 7259 00 $ 625 00 I5 7 SOO 00 $ - - -500 00 t $ _... 6 000..00 $ 910 03 $ 10,920.00 0 600.0; I S 7.200 0o P ker T Raised Pavement Marker T7.0 2 S $ 165 40 5 $ 400.00 $ $ 1: 060 - S 300 O5' $ 6:000 E11111116Elliall111111=111 E I 11111311111111M1 $ ROADSIDE DE VELOPMENT (SCHEDULE A) 5-51 Ed::.0 R9at0m °r 35 5 -02 Propony Rest FRANCHISE UTILITY ITEMS (SCHEDULE A) 36 6 -19 Adjust Franchise LION MarimIe-Vauil 37 I 0 -19 Adjust Gas Valve LF FA EA $ 10 00 $ 490.00 1 -00 $ 406000 $ 5 0=0 00 $ 16.850.00 5 4 S 15.400 .0.1 $ 3.00 $ 3 $ 6,000 00 $ 121 S 700'00 5 $600 750 6 505.00 1 $ 0- 6.040.00 1 $ 1.500.00 $ 12,000 S 470 ROADWAY (SCHEDULE B) SCHEDULE A SUBTOTALS $ 552,705.00 Total Schedule B $ 864274.00 $ 355 1.450 00 ( $ 700.00 5 1,116,186 00 $ 2,000 1,830 00 $ 958,242.00 $ 552,078.00 38 1 -04 Una ,1ecled Site Cho IIKIKEIRollion of U683-Comets IKEIMMICEEMor IMMO SPCC Plan MoOkzabon Cement Corm.. S2awa6 Ramous' kxi 9 FA 15 1.500.00 ' $ 1.500 00 5 1,500.00 5 1 050.07 0 1505:;0 5 1.550.55 5 1 505:00 0 1,5;x9.00 S 1.52 -0 00 : $ $ 1,000.05 $ 1:000.009 5 1'09.00 0 1006.0: 0 S _ 250.00 5 500.0:2 ' 5 500.00 S 425 0. ; 5 425.07 5 1:.000 05 5 28.0 =30.00 5 20 600.03 $ 12 000.00:0 12.000.50 EIMIMEMB =11111111111111 5 5.000.00 EIIIIMBEIMENNIIIIIMIEIMMEILIIIIIIMEMEMMIIIIIMMEIMMIIMM 5 30.063 0x 1111MIEMIIIIIIIEMEMIENIIIMMIIIIIIESMOKIIIIIIMEI 5 1,005 OD S 1x5090 -- . s Sit; 00 S 920 5 69.;,0 5 480 00 1.500.0 00 S 5`5 00 $ 14,00:00 Cement Coro. Curt R emoval Md. Had 204338330 Four0a?Ion Eaauat n lro . 53 joint/Crack Soak := Cement dorms. Tra5o Curb and G-M14r 53 ent'u Traffic Cu=b 127. 5 2067805 S 1.50..:x0 5 49.530 20 SIDEWALK (SCHEDULE B) 55 Ca:1mM Coro Sid=_volk SY $ 65 00 1.550.00 75 000 $ .250 00 5 75 00 $ 2 250 00 75 00 $ 2 250 00 5 55 OD 1.650 00 56 Cement Carte 530 Ramp EA 2 000 00 2000. 2 900 00 x.900 00 $ 2,500 00 $ 2 500 00 $ 2 600 00 $ 2 600 00 $ 2 000 00 5 2 000 00 STORM SEWER (SCHEDULE 5) 57 I 7 -05 1Adjus1 Catch Bann TRAFFIC CONTROL (SCHEDULEB) I EA 15 S 450 00 1 s 900 00 15 625 00 1 $ 1,250 00 1 5 500 00 1 5 1,000 00 1 $ 910 00 1 S 1 B20-001 5 75010 1 S 1 500 00 1 58 1 5 :22 'Paul Late. 4 Inch 221 1 LF 5 1 001 5 2 2 50 1 5 550 001 0 20015 440001$ 2 50 1 5 550 00 1 5 30015 seaoo ROADSIDE DEVELOPMENT(SCHEDULEB) 59 1 8 -02 (Property Rostoabon 1 1 1 FA 15 ?= r:: °-0 1 s t00000Is 1000001$ 1 coo Do1s s coo 001$ 1,000 00 15 1 000 00 1 5 1 000 DO I S SCHEDULE B SUBTOTALS $ 56250.00 TOTAL CONSTRUCTION COST (SCHEDULE A +B S 750.955.00 ENGINEER'S ESTIMATE $ 105,57500 5 115,865:00 S 1233,051,00 5 115,115,00 5 1.076 357,00 5 135.41500 5 559,393 00 tt 5 5 5 5 S S 5 5 5 5 5 5 5 S 5 5 5 s 5 5 5 5 5 5 5 5 5 S 5 5 5 12 -000 00 6.000,00 1,150.00 134,840.00 112.020.00 53.00 24.00 6.000 00 7840 65,00 48.80 10580 97 -60 142.40 204 17.30 .0 00.00 454.00 6.500.00 86.00 45.60 574 00 5 5 5 5 5 5 5 5 5 5 S 5 5 5 5 5 5 5 5 5 5 5 12.020.000 6,030.00 600.00 56,000.04 90,000 00 50,00 10.00 3 500.00 55.00 3090 30.00 90.00 90,00 100.00 2.00= 5.00 2.000 =.00 450.00 6.500.0000 80.00 26.00 700.00 dePot 5 5 - 5 750.33 5 121,407.28 5 5 5 5 S S $ 5 S 5 5 5 s 5 5 3 5 0 66 00 5 665.00 5 2,360.00 5 2.000 00 5 617.00 5 360,00 24.80 5 647 00 5 413,00 5 84000 5 13460 5 960 5 1.12 5 5 3.86 5 5 6 ©00.00 5 5 5 5 5 s 5 5 5 s 5 5 5 5 5 5 5 5 5 5 5 5 5 94000 494,00 1.500 00 1,00060 355,00 14 600 00 10 600.00 58 00 2800 93.40 71.00 7340 10240 500 00 1.000 00 86.00 49,60 42 40 1550 5 5 5 5 5 5 5 5 5 5 5 5 5 5 5 5 5 - 5 5 64`.00 5 5 2.20 0 5 1,000.00 5 450.00 5 50 00 5 600.00 165 00 400.00 300.00 1000 100 5 5 5 5 5 5 26,369.53 11.51 9,62 6,103.28 16.36 33.17 23.19 3.3,55 5.13 24.06 064 1637 129.54 26 08 1 0,71 115.67 5 12,000.00 5 6,000,0' 5 439.67 5 13,43272 $ 85.65047 5 41.49 5 14.38 s (103 28) 5 62.04 5 31.83 5 25.61 S 75.25 S 92.47 5 118.34 5 1.40 5 6 93 5 2,000 00 5 354 46 5 650000 5 59 92 3 25.89 5 458 33 - k666536 5 12,000 00 5 6,000.00 S 500.00 $ 86,00000 5 86,000,00 5 ■000 5 3000 5 16.000.00 5 85.00 5 §000 5 50,00 5 90,00 5 100,00 5 150.00 5 2 -00 5 23,00 5 2:000.00 5 470.00 $ 6.500.00 $ 50.00 5 40.00 $ 470 00 Mkomfoo mean. 0 2 0 5 12,000 00 $ 6,000 00 5 500.00 5 85,000,00 5 86,000.00 $ 60.00 5 30 -00 5 16.000.00 $ 85.00 5 90 00 6000 5 90,00 5 100 00 5 150.00 5 2.00 S 23 00 5 2,000.00 5 470.00 5 6,500.00 50.00 5 40.00 5 470 00 5 12.000 -06 5 6- 000 -00 5 1,940.33 5 377,65456 5 138,389.53 5 64 -51 S 33.62 5 122,10328 5 94.76 S 98.17 S 71.99 $ 136 35 S 10273 $ 166 -46 5 268 5 27,67 5 2000.05 S 513.54 5 6.500.0'9 5 112.08 5 61.31 5 689,67 8.94 5 57 06 5 60.00 5 60.00 5 74.94 336.15 5 2,023 85 $ 2,700 00 $ 2,700..00 5 2,69615 43827 5 825,00 5 625.00 5 79573 5 350.00 $ 350.00 5 19,00 0 19.00 5 39 04 17873 5 14,24 $ 154.65 5 145.24 5 260,77 5 92.85 5 0.89 0 0.14 $ 1056 49234 2267.76 579.23 41,95 8.71 0.96 5 625.00 5 625 00 5 801.66 5 500.00 5 500.00 $ 558.24 5 1,000.00 5 1,000.00 5 1.100.7 7 5 97.00 5 97.00 5 227.65 5 1000 5 10.00 5 10.49 5 1.25 5 1.25 5 1.26 4.00 $ 0.77 5 3.09 5 5.00 5 5 6 000.00 5 6,000.00 334.25 S 605.71 S 750 00 1228.18 5 365.82 5 47000 5 5 70000 5 500 00 5 1,000.00 100,00 9,000 00 8.000 -00 500 30 00 30.00 990.00 500.00 1,00000 80.00 2800 $ 5 S 5 5 $ 5 5 5 S 5 5 5 5 5 5 450 00 5 15 5 1.000.00 5 175.36 7:73305 5,295 75 1681 11,51 31.67 27 48 5-2,39 1436 26 08 1646 16.62 570 5 5 5 5 5 5 5 5 5 5 5 5 5 S 5 5 S 5 5 5 187.54 5 076 5 1.500 00 1.00000 179.64 6,866.95 5,304 25 4119 16.49 61 73 43.52 27.61 88 04 500.00 1 000.00 59.92 3314 25.78 9.80 5 s 5 5 0 5 5 5 5 5 5 5 $ s s 5 5 5 5 5 45946 5 1,500.00 1.000 00 250.00 10,000.00 12,500 00 60 -00 30.00 85.00 9000 60,00 100 00, 5000.6 1 00000 5o 00 60 00 4000 12.50 5 5.00 5 4.63 5 6,000.00 5 6,000.00 5 750 00 5 47000 5 5 5 5 S 5 5 5 5 5 5 5 5 5 5 5 5 5 5 5 5 1,500.00 1000.00 250.00 10,000.00 12,500.00 60.00 30.00 85.00 90.00 60 00 100.00 500 00 1,000 00 50.00 60 00 40 00 1250 5 1,274.29 $ 62218 5 5 5 5 - 5 1.50000 5 1 000 00 S 53036 $ 22,333 -05 5 15,895.75 5 74.81 5 39.51 $ 12507 5 98 48 5 125.39 5 116 76 S 500 00 5 1 000 00 $ 11208 $ 6606 5 59.02 5 21 -20 5 - 5 6255.00 5 534.54 296 0 62500 5 5 1.050.00 5 1.000.00 5 2500 5 38 Public Works Department -Dnh Giberson, Director TO: Transportation and Infrast Committee FROM: Bob Giberson, Public Works Director - /, ,, BY: Ryan Larson, Senior Program Manager CC: Mayor Ekberg DATE: May 5, 2017 SUBJECT: Chinook Wind Project No. 91441202 Ordinance for Condemnation of Real Property ISSUE Approve Ordinance to acquire property through condemnation for the Chinook Wind Project. BACKGROUND The City completed the construction of the Duwamish Gardens habitat site in January 2017. The DUvv8OliSh Gardens site totals 2.10 acres and was developed 8G8 fish habitat site with minor passive park features. Habitat features iDC|Vd8 8 backwater channel that will a||OVV jUV8Di|8 G8|DlODidS an area to rest and feed off the main river channel and native vegetation. [)Uvv8n0ish Gardens also features trails, interpretive signs, and viewing and sitting areas. King County acquired the 5.83 acres Chinook Wind site in August 2015 for future development into a habitat mitigation site with minor park elements similar to Duwamish Gardens. The completed Chinook Wind site is anticipated to eventually be transferred to Tukwila t0own and maintain. The Chinook Wind site is approximately 25Q feet dOwDriverOfDUw80ish Gardens. The undeveloped [k/edPOOi property between the two sites iS owned bv Amalfi Investments A\Dl8lfi\8G part Of8larger developed p8rCB| that currently operates as 8 freight transfer facility. Staff has VVO[k8d with Amalfi to try to acquire this undeveloped portion of the property with the intent of linking the two sites and provide a continuous habitat area and passive park along the 0UVVaDliGh River between East Marginal Way South and Tukwila International Blvd. A Purchase and Sale Agreement /PSA\ was executed between the City and Amalfi iD November 2015. The PSA called for the City to acquire the undeveloped portion of the Amalfi property in exchange for a portion of the Duwamish Gardens site along with $7,200.00 to make up for the appraised value difference between the properties to be 8XCh8OgBd. In June Of 2016, ADl8Ki notified the City that they were no longer interested in purchasing the portion of the City's Duwamish Gardens property specified in the PSA. but were GLi|| iO[H[8St8d in selling 8 portion of their [iV8rfFOnt property tOthe [|iiy' but at 8 price significantly higher than the appraised value. ANALYSIS The City has been working with Amalfi since 2013tO acquire additional property between OUvvGDliSh Gardens and Chinook Wind. The undeveloped [iverfn3rt property owned hv Amalfi was appraised 81 $07.UOO. which was determined using 8D appraiser hired bv the City and approved by Amalfi. This was the price agreed upon iD the executed 2O15 PSA.|O8 letter dated July 15.2O1O. Amalfi offered tOsell the property tO the City for $125'308. This revised price was not based upon 8 formal appraisal, but rather 0D the property owner's subjective assessment reached after comparing sale prices for other non-similarly situated properties. WAPW Eng\PROJECTS\A- DR ProjectsZhinookwind (91441202)\InwMemo Chinook Wind Acquisition Ordinance 050517 gl sm.docx W VAIFORITATIONAL MEMO Page 2 Staff responded 0D August 18.201O that the City could not pay almost twice the appraised value for the land, but countered with a settlement of $100,000 (subject to City Council approval) in lieu of the anticipated added costs for condemnation. Amalfi rejected thiSCODdidOD8|0K8[ With King County's acquisition of the Chinook Wind site, acquisition of the riverfront property becomes essential to link Duwamish Gardens and Chinook Wind and provide continuous park and habitat access between the two sites. The City had included this property in the Duwamish Gardens construction project based on the 2015 PSA, but was forced to remove it following the termination of the PSA. King County is starting the design process for the Chinook Wind site this year and must know whether this additional property will b8 included. Acquisition Of the additional property and construction 8t8later date would not b8 feasible due tO access issue. The acquisition and restoration of this property is consistent with the WRIA 9 goal of providing RddidOO8| habitat within the DUvv8[niGh T[8DGiUOD Zone LOaid in 8G|DlOO [8COVe[y. It is also CODGiGL8rk with Tukwila's Comprehensive Plan goals, which calls for restoring and enhancing natural environmental resources and providing a network of green spaces that are connected to each other. The acquisition details are shown in the following table with approximate property square footage: Parcel No. ROW Required (SF) 1023049059 'Amalfi Investments LLC 13,125 sf The attached draft Ordinance provides the authority k} acquire the needed hV8rfn3[t property. ASwith previous projects Ul81h8Ve[OqUi[8d8dditiOD8|p[OpertV'Ul8Cib/h8SdUD88vRRthiDgVithiDitSpOvv8r to work cooperatively with the property owners. However, since negotiations with Amalfi have been unsuccessful, condemnation Ofthe property will b8 required if the City wants LO construct 8combined habitat and park site. A letter to the property OVVD8[ has been mailed DObf»iDQ them of this potential condemnation and Council's schedule for ordinance approval. FISCAL IMPACT A final purchase price has not been determined, but budget is available through the Chinook Wind RECOMMENDATION Council is being asked to approve the Ordinance authorizing and providing for the possible condemnation, appropriation, and payment Of just compensation for the [iverfn3[d land that will link DuVv8DliGh Gardens and Chinook Winds and consider this item 81 the May 22.2U17 Committee Ofthe Whole meeting and subsequent June 5.2O17 Regular Meeting. Attachments: Page 1O1.am17C|P Ordinance with Legal Descriptions and Map WAPW Eng\PROJECT&A- DR Projects\Chinook*ind (91441202)\Info Memo Chinook Wind Acquisition Ordinance 05051rwsm.docx 40 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Chinook Wind Project No. 91441202 DESCRIPTION: Purchase and restore site as a salmon estuary and passive park. The WRIA 9 Salmon Recovery Plan recommends creating 20 -acres of off - channel habitat within the JUSTIFICATION: Duwamish Transition Zone and lists this section of the river as critical habitat for salmon recovery within the Green / Duwamish Watershed. Property purchased and site cleared by King County in 2015 using King Conservation Futures and STATUS: King County Mitigation Bank. Site scheduled to be turned over to Tukwila. MAINT. IMPACT: Passive park will require additional maintenance. Site may be developed by King County. Proposed grant funding for construction is from the KC Mitigation COMMENT: Bank, State Salmon Funding Recovery Board, State ALIA, and King County Flood Control District. FINANCIAL Through Estimated (in $000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 6 700 706 Land(R /W) 27 27 Monitoring 15 15 15 10 10 10 10 85 Const. Mgmt. 500 500 Construction 5,000 5,000 TOTAL EXPENSES 1 33 1 0 715 1 15 5,515 1 10 10 1 10 10 1 6,318 FUND SOURCES Awarded Grant 0 Proposed Grant 600 5,450 6,050 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 33 0 115 15 65 10 10 10 10 268 TOTAL SOURCES 33 0 715 15 5,515 10 10 10 10 6,318 2017 - 2022 Capital Improvement Program 101 41 DRAFT AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, AUTHORIZING AND PROVIDING FOR THE ACQUISITION OF INTERESTS IN LAND FOR THE PURPOSE OF COMPLETING THE LINKAGE FOR THE DUWAMISH GARDENS AND CHINOOK WIND PROJECTS; PROVIDING FOR CONDEMNATION, APPROPRIATION, TAKING OF LAND AND PROPERTY RIGHTS NECESSARY THEREFOR; PROVIDING FOR PAYMENT THEREOF AND DIRECTING THE INITIATION OF APPROPRIATE PROCEEDINGS IN THE MANNER PROVIDED BY LAW AND FOR SAID CONDEMNATION; PROVIDING FOR SEVERABILITY; AND ESTABLISHING AN EFFECTIVE DATE. WHEREAS, wild Chinook salmon runs were listed as "threatened" under the federal Endangered Species Act (ESA) in 1999; and WHEREAS, the Green /Duwamish and Central Puget Sound Watershed Salmon Habitat Plan was developed as a science -based approach to salmon recovery and was approved by 17 local governments, including Tukwila; and WHEREAS, the Habitat Plan outlines actions that should be implemented to help recover Chinook salmon including the construction of habitat projects within the Duwamish Transition Zone; and WHEREAS, the Tukwila Comprehensive Plan Goal 5.9 calls for "Restored, enhanced and protected natural environmental resources along the river, including trees, wildlife habitat, and features with value for long -term public, scientific and educational uses;" and WHEREAS, the Tukwila Comprehensive Plan Goal 6.2 calls for "A Network of Green Spaces — Recreational amenities, historical sites, rivers, wetlands, creeks, and other natural resources that are connected to each other and neighboring networks of lands. This network defines Tukwila as a Northwest City, and includes visually significant bands of vegetation that contrast with the build environment;" and W: Word Processing \Ordinances\Acquisition for Chinook Wind Project 4 -3 -17 RL:bjs Page 1 of 4 42 WHEREAS, the City of Tukwila has completed the construction of the Duwamish Gardens habitat project that included the construction of habitat features consistent with the recommendations of the Habitat Plan, as well as passive park features that included trails, viewpoints, and interpretive elements; and WHEREAS, the City of Tukwila has an approved Capital Improvement Project titled "Chinook Wind" that calls for acquisition and construction of riparian and off channel fish habitat and passive park elements; and WHEREAS, on October 19, 2015, the City Council approved a Purchase and Sale Agreement (PSA) with Amalfi Investments, LLC, which included the City's acquisition of real property necessary to link the Chinook Wind and Duwamish Gardens sites in exchange for the City transferring other real property to Amalfi; and WHEREAS, the PSA outlined the parties' obligations, the appraised value of the property, and settlement costs of the property being exchanged; and WHEREAS, on November 9, 2015, Amalfi Investments and the City executed the PSA; and WHEREAS, the City expended seven months and over $75,000 to fulfill its obligations under the PSA, including conducting environmental and cultural assessments, property survey, and boundary line adjustment legal descriptions-, and WHEREAS, in June 2016, Amalfi Investments notified the City they were no longer interested in exchanging properties with the City but were amenable to selling a portion of their property to the City at a price above the previously agreed upon appraised value-, and WHEREAS, after several months of negotiation, the City and Amalfi Investments were unable to agree on just compensation for the property; and WHEREAS, the City Council has found that the public health, safety, necessity, and convenience demand that the linkage between the Duwamish Gardens and Chinook Wind projects be undertaken at this time, and that in order to carry out the project it is necessary at this time for the City to acquire interests and rights to the property described herein; and WHEREAS, the City Council finds and declares it necessary and in the best interest of the public that interests in the land and property rights hereinafter described be condemned, appropriated, and taken for public use, subject to the making or paying of just compensation to the owners thereof in the manner provided by law; and WHEREAS, the City is authorized by RCW 35A.64.200 and Chapter 8.12 RCW to initiate eminent domain proceedings for the condemnation of the property; W: Word Processing\Ordinances\Acquisition for Chinook Wind Project 4-3-17 RL:bjs Page 2 of 4 43 NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY ORDAINS AS FOLLOWS: Section 1. The portion of land and property rights within the City of Tukwila, King County, Washington, commonly known as 11231 East Marginal Way, Tukwila, Washington 98168, and further described in the attached Exhibit A and Exhibit B, are necessary for construction of the Chinook Wind Project ("the Project") described above, subject to making or paying just compensation to the owners thereof in the manner provided by law. Section 2. The City of Tukwila specifically finds construction of the Project to be a public use, specifically the construction of additional riparian habitat along the Duwamish River and the physical connection of the Chinook Wind and Duwamish Gardens sites and providing for non-motorized pedestrian connection. The City Council specifically finds construction of the Project to be necessary, and in the best interests of the citizens. Section 3. The cost and expense of acquiring said property rights shall be paid from the general funds of the City of Tukwila and from other monies applicable thereto that the City may have available or may obtain. The Director of the Public Works Department or his designee is hereby authorized to negotiate with and make offers to the owners of said land or property for the purposes of making or paying just compensation, and to approve the payment of just compensation as negotiated with said owners or as ordered by the Court. Section 4. In the absence of negotiated purchases with the affected property owners, the City Attorney is hereby authorized and directed to undertake proceedings provided by law to condemn, appropriate, and take the property necessary to carry out the provisions of this ordinance. The City Attorney is further authorized to approve and enter into any and all such agreements, stipulations, and orders necessary to carry out the provisions of this ordinance, including for the payment of just compensation as agreed to with the property owners, or as ordered by the Court. Section 5. Corrections by City Clerk or Code Reviser. Upon approval of the City Attorney, the City Clerk and the code reviser are authorized to make necessary corrections to this ordinance, including the correction of clerical errors; references to other local, state or federal laws, codes, rules, or regulations; or ordinance numbering and section/subsection numbering. Section 6. Severability. If any section, subsection, paragraph, sentence, clause or phrase of this ordinance or its application to any person or situation should be held to be invalid or unconstitutional for any reason by a court of competent jurisdiction, such invalidity or unconstitutionality shall not affect the validity or constitutionality of the remaining portions of this ordinance or its application to any other person or situation. W: Word Processing\Ordinances\Acquisition for Chinook Wind Project 4-3-17 RL:bjs Page 3 of 4 44 Section 7. Effective Date. This ordinance or a summary thereof shall be published in the official newspaper of the City, and shall take effect and be in full force five days after passage and publication as provided by law. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of 12017. ATTEST /AUTHENTICATED: Christy O'Flaherty, MMC, City Clerk APPROVED AS TO FORM BY: Rachel B. Turpin, City Attorney Attachments: Exhibit A — Legal Description Exhibit B — Map Allan Ekberg, Mayor Filed with the City Clerk: Passed by the City Council: Published: Effective Date: Ordinance Number: W: Word Processing\OrdinancesWcquisition for Chinook Wind Project 4-3-17 RL:bjs Page 4 of 4 45 Exhibit A — Legal Description THAT PORTION OF GOVERNMENT LOT 1, SECTION 10, TOWNSHIP 23 NORTH, RANGE 4 EAST, W. M. IN KING COUNTY, WASHINGTON, LYING WESTERLY OF EAST MARGINAL WAY SOUTH, DESCRIBED AS FOLLOWS: COMMENCING AT THE NORTHWEST CORNER OF SAID GOVERNMENT LOT 1, SECTION 10, TOWNSHIP 23 NORTH, RANGE 4 EAST; THENCE SOUTH 01 044'33" WEST ALONG THE WEST LINE OF SAID GOVERNMENT LOT 1 A DISTANCE OF 740.69 FEET TO THE POINT OF BEGINNING; THENCE NORTH 810 27'27" EAST A DISTANCE OF 235.31 FEET; THENCE NORTH 18 059'50" WEST A DISTANCE OF 55.88 FEET; THENCE NORTH 84 020'10" WEST A DISTANCE OF 24.07 FEET; THENCE SOUTH 78 003'34" WEST A DISTANCE OF 52.98 FEET; THENCE SOUTH 82 043'36" WEST A DISTANCE OF 82.77 FEET; THENCE SOUTH 72 034'44" WEST A DISTANCE OF 41.39 FEET; THENCE SOUTH 74 010'39" WEST A DISTANCE OF 57.64 FEET TO THE WEST LINE OF SAID GOVERNMENT LOT 1; THENCE NORTH 01 044'33" EAST ALONG THE WEST LINE OF SAID GOVERNMENT LOT 1 A DISTANCE OF 65.09 FEET TO THE POINT OF BEGGINNING; CONTAINING AN AREA OF 13,125 SQUARE FEET (0.30 ACRES), MORE OR LESS SUBJECT TO AND TOGETHER WITH EXISTING EASEMENTS; EN 1pd .Aw LOLddO \(Z060E906 Exhibit B FqProposed Acquisition Area _ _ _ S. 112th St. \ Parcel number: 1023049059 Address: 11231 E MARGINAL WAY S Gok6e\ '0\\1\les Duwamish River ER Co"Ity- of Tukwila Allan Ekberg, Mayor Public Works Department -Bo6 Giberson, Director TD: Transportation and Infrast Committee FROM: Bob Giberson,PmbNc Works Director/�� BY: Ryan Larson, Senior Program Manager CC: Mayor Ekberg DATE: May 5, 2017 SUBJECT: Project No. 91741201 Grant Applications ISSUE Authorization to submit grant applications for the 2017 Annual Small Drainage Program. The hJOg COUDtv Flood CUD\nO| District has $4.00 OOiUiOD 8V8i|8b|g in grant funding for projects ih8t reduce the impacts Of flooding 0r the potential for flooding. Applications are due May 10'2017for funding iD2018. The 2017 Annual Small Drainage Program includes two projects along the Green River. One project will install a ladder, railing, and other safety improvements k}the Gilliam Creek OUd8|i The other project will increase the height of8retaining wall OO the south side of the South 180th St Green River Bridge to provide additional freeboard height for flood protection. The estimated construction costs for both projects is $154,750. ANALYSIS The City has designed seven small drainage projects for potential construction iD2O17. The total estimated construction costs for the projects is $656,300, yet the total budget is only $515,000. In addition, approximately $22O'0OOiG needed for surface water improvements oD the Cascade View Safe Routes L0 School Phase || project CUrFBDdVb8iDg8dv8rtiS8d. Prior tO advertising the 2U17 Small Drainage Program, staff will reduce the number Of planned projects SO that the overall estimated project C0Gtd0RSDOteXCeedLh88v@i|8b|8bUdget.||iSp[VpOS8dth8tthe two projects Onth8G[e8DRivgrb8de|8VedUDd|2O188Ddth8Lg[8OtfVDdSb86OUgh1tOCVVe[S0nOeO[ all project costs. FISCAL IMPACT The King County Flood Control District grant does not require matching funds, but additional surface water funds may be proposed to increase the likelihood of funding. Matching funds, if proposed, are available iDthe 2018 Annual Small Drainage budget. RECOMMENDATION Committee approval to submit grant applications tO the King County Flood Control District for construction funding for the 2018 Small Drainage Program. Attachment: Page Q0.2O17QP w:\PwsngpROJEomwonPro**s\Annual Small Drainage ,rogramsom,SDP (91741201)\Grants\lmwem"Grant Application 0505,rsmuoc, E9 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Annual Small Drainage Program Project No. 9XX41201 DESCRIPTION: Select, design, and construct small drainage projects throughout the City. Provide drainage corrections for existing /ongoing drainage problems throughout the City, including culvert JUSTIFICATION: replacements, drain extensions, and pavement upgrades. STATUS: Projects for this annual program are taken from Small Drainage Project List. MAINT. IMPACT: Reduces maintenance. 74 Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar COMMENT: 80 80 years. FINANCIAL Through Estimated (in 9000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 74 80 80 80 80 80 80 80 80 714 Streamgages/Monitor 10 10 35 35 36 36 36 36 40 274 Const. Mgmt. 62 80 80 80 80 80 80 80 80 702 Construction 255 515 515 515 514 514 514 513 513 4,368 TOTAL EXPENSES 401 685 710 710 710 710 710 709 713 6,058 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 401 685 710 710 710 710 710 709 713 6,058 TOTAL SOURCES 401 685 710 710 710 710 710 709 713 6,058 Project ect`' Location. Entire System w 2-3 2017 - 2022 Capital Improvement Program 96 50