Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
TIC 2017-05-23 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 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 23, 2017 — 5:30 PM FOSTER CONFERENCE ROOM — 6300 BUILDING Next Scheduled Meeting: Tuesday, June 13, 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) Boeing Access Road over BNRR Bridge Rehabilitation a) Forward to 6/5/17 Regular Pg. 1 Bid Award Consent b) 42nd Ave S Phase III (Southcenter Blvd to S 1601h St) b) Forward to 6/5/17 Regular Pg. 7 Interlocal Agreement with Valley View Sewer District Consent c) 42nd Ave S Phase III (Southcenter Blvd to S 1601h St) c) Forward to 6/5/17 Regular Pg. 25 Interlocal Agreement with King County Water District #125 Consent d) TDM Program and Hopelink Partnership Update d) Information Only Pg. 43 e) Resolution for Six -Year Transportation Improvement e) Forward to 6/12/17 C.O.W Pg. 55 Program (2018 -2023) and 6/19/17 Regular f) CBD Sanitary Sewer Rehab — 2016 APE Sewer Repair f) Forward to 6/5/17 Regular Pg. 99 Construction Management Contract with AKANA Consent g) Universal Garbage Collection g) Committee Direction Pg. 113 3. SCATBd 4. MISCELLANEOUS 5. ANNOUNCEMENTS Future Agendas: Next Scheduled Meeting: Tuesday, June 13, 2017 SThe City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206- 433 -0179 for assistance. TO: FROM BY: CC: DATE: Citv of Tukwila Public Works Department - Bob Giberson, Director INFORMATIONAL MEMORANDUM Transportation and Infrastructure Commit�e Bob Giberson, Public Works Director Steve Carstens, Senior Program Manager Mayor Ekberg May 19, 2017 SUBJECT: Boeing Access Rd over BNRR Bridge Rehabilitation Project Project No. 99410408 Bid Award Allan Ekberg, Mayor ISSUE Award the construction bid to PCL Construction Services, Inc. (PCL) for the Boeing Access Rd over BNRR Bridge Rehabilitation Project. BACKGROUND A call for bids was advertised on February 15 and February 22, 2017 and two addenda were issued addressing clarifications in the bid documents. Five bids were opened on March 15, 2017 and the apparent lowest bid was from PCL Construction Services. DISCUSSION The construction bids were reviewed and only one minor irregularity was found. There were no errors in the bid submitted by PCL. There was one bid protest received by the City and the protest was reviewed and has been denied by City staff. WSDOT concurrence is required to award the bid for a federally funded project, including a review of Disadvantaged Business Enterprise (DBE) requirements. WSDOT originally determined the bidder did not meet the DBE requirements, but subsequent discussions and clarifying information allowed WSDOT to provide concurrence to award the bid to PCL Construction. PCL has been doing business since 1991 (in Washington) and has experience with projects of similar size and scope. PCL does not have any exceptions and has not been debarred from working on federally funded projects. FISCAL IMPACT Bid & RR Eng Estimate Budget PCL Construction $ 6,189,244.00 $ 7,131,009.00 $ 9,745,000.00 Contingency (25 %) 1,584,668.00 Railroad Costs 149,428.00 Total $ 7,923,340.00 $ 7,131,009.00 $9,745,100.00 RECOMMENDATION Council is being asked to award the bid to PCL Construction Services, Inc. in the amount of $6,189,244.00 for the Boeing Access Rd over BNRR Bridge Rehabilitation Project and to consider this item on the Consent Agenda at the June 5, 2017 Regular Meeting. Attachments: Page 10, 2017 CIP Bid Tabulation WAPW Eng1PROJECTSW RW & RS Projects \Boeing Access Rd Bridge Rehab (99410408) \02 Funding and Finance \Transportation Committee \Info Memo Bid Award PCL 052317 gl.docx CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Boeing Access Rd over BNRR Bridge Rehabilitation Project No. 99410408 Rehabilitate the existing bridge with a 340' long concrete or steel bridge structure. It will be 6 lanes DESCRIPTION: and have a sidewalk on one side. The existing bridge is structurally and seismically deficient. Several pedestals are leaning, have concrete JUSTIFICATION: spalls, exposed rusty anchor bolts and reinforcements and some cracks. The existing railings do not meet current bridge standards. 1,249 Type, size, and location draft report (specifically required for bridges) was completed in 2005. Federal STATUS: grant applications were submitted in 2008 and 2010 and the bridge rehabilitation was successful for funding in 2012 for federal bridge funds. A Public Works Trust Fund (PWTF) loan was rescinded in 2013. MAINT. IMPACT: Maintenance will be reduced. COMMENT: Bridge will be rehabilitated in phases to allow continued traffic use. Federal bridge grant of $9,745,600 Land(R/W) requires a 20% local match. A bond issue for the City match was issued in 2015 with the Interurban Ave S. FINANCIAL Through Estimated (in $000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAI EXPENSES Design 1,249 104 1,353 Land(R/W) 100 100 Const. Mgmt. 1,124 1,124 Construction 9,745 9,745 TOTAL EXPENSES 1,249 204 10,869 0 0 0 0 0 0 12,322 FUND SOURCES Awarded Grant 905 163 8,677 9,745 Proposed Grant 0 Fund Balance -Bond 344 41 2,192 2,577 Mitigation 0 City Oper. Revenue 0 0 0 0 0 0 0 0 0 0 TOTAL SOURCES 1,249 204 1 10,869 1 01 0 0 01 0 0 12,322 .` Project Location N y� P A GJ r� e—m BOIn CGE j> 4 y p D S1 2St - -- 77f 1>A n a St i j �a S d+ Iti 2017 - 2022 Capital Improvement Program 10 2 Boeing Access Road Bridge Rehabilitation Bid Tab - Estimated Construction Costs PCL CONSTRUCTION STELLAR J SB STRUCTURES, LLC FLATIRON WEST, INC. CECCANTI ITEM NO. SECTION ITEM QUANTITY PAY UNIT UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE I TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE ROADWAY 1 1-04 Unexpected Site Changes 1 EST $ 30,000.00 $ 30,000 $ 30,000.00 $ 30,000.00 $ 30,000.00 $ 30,000.00 $ 30,000.00 $ 30,000.00 $ 30,000.00 $ 30,000.00 $ 30,000.00 $ 30,000.00 2 1-05 Contractor Surveying 1 LS $ 36,000.00 $ 36,000 $ 17,000.00 $ 17,000.00 $ 30,000.00 $ 30,000.00 $ 20,000,00 $ 20,000.00 $ 85,000.00 $ 85,000.00 $ 35,000.00 $ 35,000.00 3 1-05 Record Drawings 1 LS $ 12,000.00 $ 12,000 $ 10,000,00'1 $ 10,000.00 $ lo,000.00 $ io,000.00 s 10,000.00 s io,000.00 s 10,000.00 $ lo,000.00 $ 3,000.00 $ 3,000,00 4 1 -07 Training 800 HR $ 35.00 $ 28,000 $ 1.00 s 800.00 $ 20.00 $ 16,000.00 $ 5.00 $ 4,000.00 $ 5.00 $ 4,000.00 $ 1.00 $ 800.00 5 1 -07 SPCC Plan 1 LS $ 5,000.00 $ 5,000 $ 1,000.00 ! $ 1,000.00 $ 1,000.00'; $ i,000.00 $ s,000.00 5 5,000.00 $ 3,500.00 $ 3,500.00 $ 2,500.00 $ 2,500.00 6 1 -08 Type B Progress Schedule 1 LS $ 5,000.00 $ 5,000 $ 1,000.00 s 1,000.00 $ 5,000.00 :', $ 5,000.00 $ 10,000.00 $ 10,000.00 $ 2,500.00 $ 2,500.00 $ 20,000.00 $ 20,000.00 7 1-09 Mobilization 1 LS $ 648,000.00 $ 648,000 $ 600,000.00 $ 600,000.00 $ 675,000.00 $ 675,000.00 $ 690,000.00 $ 690,000.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 8 1-10 Project Temporary Traffic Control 1 LS $ 150,000.00 $ 150,000 $ 20,000.00 $ 20,000.00 $ 80,000.00 $ 80,000.00 $ 200,000.00 $ 200,000.00 $ 400,000.00 $ 400,000.00 $ 150,000.00 $ 150,000.00 9 1 -10 Traffic Control Supervisor 1 LS $ 18,000.00 $ 18,000 $ 2,500.00 $ 2,500.00 $ 30,000.00 $ 30,000.00 $ 25,000.00 $ 25,000.00 $ 65,000.00 $ 65,000.00 $ 150,000.00 $ 150,000.00 10 1 -10 Portable Changeable Message Sign 1,280 HR $ 11.00 $ 14,080 $ 6.00 ; $ 7,680.00 $ 10.00 $ 12,800.00 $ 4.00 $ 5,120.00 $ 12.00 $ 15,360.00 $ 4.00 $ 5,120.00 11 2 -01 Clearing and Grubbing 1 LS $ 3,000.00 $ 3,000 $ 7,000.00 I $ 7,000.00 $ 5,000.00 j $ 5,000.00 $ 10,000.00 $ 10,000.00 $ 100,000.00 $ 100,000.00 $ 25,000.00 $ 25,000.00 12 2 -01 Roadside Cleanup 1 EST $ 5,000.00 $ 5,000 5 5,000.00 ', $ 5,000.00 $ 5,000.00 ', $ 5,000.00 $ 5,000.00 1 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 13 2 -02 Removal of Pavement 580 SY $ 18.00 $ 10,440 $ 27.00 $ 15,660.00 $ 15.00 $ 8,700.00 $ 15.00 $ 8,700.00 $ 29.00 $ 16,820.00 $ 30.00 $ 17,400.00 14 2 -02 Removal of Traffic Island 70 SY $ 18.00 $ 1,260 $ 59.00 $ 4,130.00 $ 20.00 $ 1,400.00 $ 15,00 j $ 1,050.00 $ 40.00 $ 2,800.00 $ 30.00 $ 2,100.00 15 2-02 Removal of Precast Concrete Barrier 320 LF $ 10.00 $ 3,200 $ 2.50 , $ 800.00 $ 10.00 $ 3,200.00 $ 10.00 $ 3,200.00 $ 50.00 $ 16,000.00 $ 24.00 $ 7,680.00 16 2 -02 Removal of Conc. Rail, Sidewalk, and Slab 1,965 SF $ 65.00 $ 127,725 $ 100.00 $ 196,500.00 $ 60.00 I $ 117,900.00 $ 55.00 $ 108,075.00 $ 400.00 $ 786,000.00 $ 460.00 $ 903,900.00 17 4 -04 Crushed Surfacing Top Course 170 TON $ 40.00 $ 6,800 $ 58.00 ` $ 9,860.00 $ 65.00 $ 11,050.00 $ 40.00 $ 6,800.00 $ 250.00 $ 42,500,00 $ 50.00 $ 8,500.00 18 5-04 HMA Cl. 1/2" PG 64-22 210 TON $ 105.00 $ 22,050 $ 160.00 $ 33,600.00 $ 200.00 $ 42,000.00 $ 180.00 $ 37,800.00 $ 180.00 $ 37,800.00 $ 215.00 $ 45,150.00 19 5 -04 Planing Bituminous Pavement 1,150 SY $ 10.00 $ 11,500 $ 13.00 $ 14,950.00 $ 8.00 $ 9,200.00 $ 10.00 $ 11,500.00 $ 14.00 $ 16,100.00 $ 16.00 $ 18,400.00 20 6 -10 Single Slope Concrete Barrier 278 LF $ 120.00 $ 33,360 $ 66.00 $ 18,348.00 $ 125.00 $ 34,750.00 $ 115.00 $ 31,970.00 $ 110.00 $ 30,580.00 $ 240.00 $ 66,720.00 21 8 -04 Cement Conc. Traffic Curb and Gutter 202 LF $ 65.00 $ 13,130 $ 44.00 $ 8,888.00 $ 45.00 $ 9,090.00 $ 55.00 $ 11,110.00 $ 45.00 $ 9,090.00 $ 40.00 $ 8,080.00 22 8 -04 Cement Conc. Traffic Curb 172 LF $ 60.00 $ 10,320 $ 45.00 $ 7,740.00 $ 45.00 $ 7,740.00 $ 60.00 $ 10,320,00 $ 45.00 $ 7,740.00 $ 40.00 $ 6,880.00 23 8 -04 Dual -Faced Cement Conc. Traffic Curb 916 LF $ 30.00 $ 27,480 $ 27.00 $ 24,732.00 $ 25.00 $ 22,900.00 $ 30.00 $ 27,480.00 $ 25.00 $ 22,900.00 $ 40.00 $ 36,640.00 24 8 -06 Cement Conc. Driveway Entrance Type 3 50 SY $ 100.00 $ 5,000 $ 166.00 $ 8,300.00 $ 200.00 $ 10 000.00 $ 200.00 $ 10,000.00 $ 170.00 $ 8,500.00 $ 100.00 $ 5,000.00 25 2 -02 Removal of Guard Rail and Posts 165 LF $ 20.00 $ 3,300 $ 9.00 $ 1,485.00 $ 30.00 $ 4,950.00 $ 25.00 $ 4,125.00 $ 30.00 . $ 4,950.00 $ 20.00 $ 3,300.00 w Bid Tab - Estimated Construction Costs PCL CONSTRUCTION STELLAR J SB STRUCTURES, LLC FLATIRON WEST, INC. CECCANTI ITEM NO. SECTION ITEM QUANTITY PAY UNIT UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE SIDEWALK 26 6-13 Structural Earth Wall 1,395 SF $ 80.00 $ 111,600 $ 50.00 $ 69,750.00 $ 65.00 $ 90,675.00 $ 25.00 $ 34,875.00 $ 65.00 $ 90,675.00 $ 48.00 $ 66,960.00 27 8 -14 Cement Conc. Sidewalk 510 SY $ 70.00 $ 35,700 5 153.00 $ 78,030.00 $ 200.00 $ 102,000.00 5 140,00 $ 71,400.00 $ 160.00 $ 81,600.00 $ 40.00 $ 20,400.00 28 8 -14 Cement Conc. Curb Ramp Type Perpendicular 1 EA $ 2,500.00 $ 2,500 $ 2,300.00 $ 2,300.00 $ 2,500.00 5 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,400.00 $ 2,400.00 $ 3,500.00 $ 3,500.00 29 8 -14 Pedestrian Safety Railing 273 LF $ 75.00 $ 20,475 5 55.00 $ 15,015.00 $ 175,00 ; $ 47,775.00 $ 125.00 $ 34,125.00 $ 20.00 $ 5,460.00 $ 70.00 $ 19,110.00 30 8 -14 Bollard Type 2 2 EA $ 800,00 $ 1,600 $ 2,040.00 $ 4,080.00 $ 200.00 $ 400.00 $ 150.00 $ 300.00 $ 2,250.00 $ 4,500.00 $ 50.00 $ loo.00 31 8 -15 Quarry Spells 2 TON $ 170.00 $ 340 $ 2,170.00 $ 4,340.00 $ 1,000.00 $ 2,000.00 $ 2,400.00 $ 4,800.00 $ 2,200.00 $ 4,400.00 $ 750.00 $ 1,500.00 BRIDGE 32 6-01 Work Access 1 LS $ 40,000.00 $ 40,000 $ 350,000.00 $ 350,000.00 $ 450,000.00 $ 450,000.00 $ 40,000.00 $ 40,000.00 $ 100,000.00 $ 100,000.00 $ 640,000.00 $ 640,000.00 33 6 02 Epansion Joints Modification and Longitudinal Joint Repair 1 LS $ 250,000.00 $ 250,000 $ 100,000.00 $ 100,000.00 $ 8Q000.00 $ 80,000.00 $ 90,750.00 $ 90,750.00 $ 90,000.00 $ 90,000.00 5 150,000.00 $ 150,000.00 34 6-02 Seismic Retrofit and Bridge Rehabilitation 1 LS $ 1,650,000.00 $ 1,650,000 $ 1,260,000.00 $ 1,260,000.00 $ 1,600,000.00 $ 1,600,000.00 $ Z040,000.00 $ 2,040,000.00 $ 1,300,000.00 $ 1,300,000.00 $ 1,560,000.00 $ 1,560,000.00 35 6 -02 Sidewalk Widening 1 LS $ 638,000.00 $ 638,000 $ 1,015,000.00 $ 1,015,000.00 $ 600,000.00 $ 600,000.00 $ 802,500.00 $ 802,500.00 $ 1,100,000.00 $ 1,100,000.00 $ 650,000.00 $ 650,000.00 36 6-02 Steel Corrosion Repair 1 LS $ 100,000.00 $ 100,000 $ 150,000.00 ! $ 150,000.00 $ 100,000.00 $ 100,000.00 $ 75,000.00 $ 75,000.00 $ 160,000.00 $ 160,000.00 $ 300,000.00 $ 300,000.00 37 6-03 Heat Shield Removal 1 LS $ 20,000.00 $ 20,000 5 15,000,00 ! $ 15,000.00 $ 3,000.00 $ 3,000.00 $ 7,500.00 $ 7,500.00 $ 15,000.00 $ 15,000.00 $ 59,000.00 $ 59,000.00 38 6-07 Cleaning and Painting - Steel Girders 1 LS $ 340,000.00 $ 340,000 $ 290,000.00 $ 290,000.00 $ 300,000.00 $ 300,000.00 $ 615,000.00 $ 615,000.00 $ 575,000.00 $ 575,000.00 $ 420,000.00 $ 420,000.00 39 6 09 Further Deck Preparation For Type 1 Deck Repair 1,416 SF $ 60.00 $ 84,960 $ 17.00 $ 24,072.00 $ 35.00 ; $ 49,560.00 $ 75.00 $ 106,200.00 $ 100.00 $ 141,600.00 $ 51.00 $ 72,216.00 40 6 09 Further Deck Preparation For Type 2 Deck Repair 702 SF $ 125.00 $ 87,750 $ 43.00 ; $ 30,186.00 $ 60.00 $ 42,120.00 $ 110.00 $ 77,220.00 $ 150.00 $ 105,300.00 $ 58.00 $ 40,716.00 41 6 09 Force Account Forms For Full Depth Deck Repair 1 EST $ 50,000.00 $ 50,000 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 42 6 -09 Scarifying Concrete Surface 2,059 SY $ 60.00 $ 123,540 S moo ; $ 20,590.00 $ 20,00 $ 41,180.00 $ 12.00 $ 24,708.00 $ 80.00 $ 164,720,00 $ 52.00 $ 107,068.00 43 6 -09 Removing Existing ACP on Bridge Deck 564 SY $ 40.00 $ 22,560 $ 7.00 $ 3,948.00 $ 30.00 $ 16,920.00 $ 12.00 $ 6,768.00 $ 15.00 $ 8,460.00 $ 24.00 $ 13,536.00 44 6 -09 Modified Concrete Overlay 3,584 CF $ 90.00 $ 322,560 $ 12.00 $ 43,008.00 $ 10.00 $ 35,840.00 $ 10.00 $ 35,840.00 $ 80.00 $ 286,720,00 $ 105.00 $ 376,320.00 45 6 09 Furnishing and Curing Modified Concrete Overlay 2,622 SY $ 110.00 $ 288,420 $ 40.00 $ 104,880.00 $ 50.00 $ 131,100.00 $ 35.00 $ 91,770.00 $ 30.00 $ 78,660.00 $ 52.00 $ 136,344.00 46 6-10 Traffic Barrier 674 LF $ 250.00 $ 168,500 $ 300.00 $ 202,200.00 $ 300.00 $ 202,200.00 $ 210.00 $ 141,540.00 $ 250.00 $ 168,500.00 $ 400.00 $ 269,600.00 47 6 -10 Temporary Conc. Barrier 1,940 LF $ 25.00 $ 48,500 $ 20.00 $ 38,800.00 $ 15.00 $ 29,100.00 $ 18.00 $ 34,920.00 $ 30.00 $ 58,200.00 $ 26.00 $ 50,440.00 48 6 -19 Soil Excavation for Shaft Including Haul 105 CY $ 1,500.00 $ 157,500 $ 3,400.00 $ 357,000.00 $ 4,000.00 $ 420,000.00 $ 3,600.00 $ 378,000.00 $ 8,000.00 $ 840,000.00 $ 3,600.00 $ 378,000.00 49 6 -19 Shoring or Extra Excavation Cl. A 1 LS $ 100,000.00 $ 100,000 $ 75,000.00 $ 75,000.00 $ 10.00 $ 10.00 $ 130,000.00 $ 130,000.00 $ 75,000.00 $ 75,000.00 $ 1,430,000.00 $ 1,430,000.00 50 6 -19 Conc. Class 4000P for Shaft 105 CY $ 600.00 $ 63,000 $ 710.00 $ 74,550.00 $ 1,000.00 $ 105,000.00 $ 760.00 5 79,800.00 $ 800.00 $ 84,000.00 $ 800.00 $ 84,000.00 51 6 -19 St. Reinf. Bar for Shaft 57,591 LB $ 1.50 $ 86,387 $ 2.00. $ 115,182.00 $ 3.00 $ 172,773.00 $ 1.65 $ 95,025.15 $ 3.00 $ 172,773.00 $ 2.00 $ 115,182.00 52 6 -19 CSL Access Tube 1,800 LF $ 12.00 $ 21,600 $ 7.00 $ 12,600.00 $ 10.00 $ 18,000.00 $ 8.00 $ 18,800.00 $ 12.00 $ 21,600.00 $ 14.00 $ 25,200.00 53 6 -19 Removing Shaft Obstructions 1 EST $ 45,000.00 $ 45,000 $ 45,000.00 $ 45,000.00 $ 45,000.00 $ 45,000.00 $ 45,000.00 $ 45,000.00 $ 45,000.00 $ 45,000.00 $ 45,000.00 $ 45,000.00 54 6 -19 CSL Test 12 EA $ 1,500.00 $ 18,000 $ 875.00 $ 10,500.00 $ 1,500.00 $ 18,000.00 $ 1,900.00 $ 22,800.00 $ 500.00 $ 6,000.00 $ 1,000.00 $ 12,000.00 55 6 -20 Epoxy Crack Injection 105 LF $ 250.00 $ 26,250 $ 20.00 $ 2,100.00 $ 50.00. $ 5,250.00 $ 116.00 $ 12,180.00 $ 125.00 $ 13,125,00 $ 150.00 $ 15,750.00 Bid Tab - Estimated Construction Costs PCL CONSTRUCTION STELLAR J SB STRUCTURES, LLC FLATIRON WEST, INC. CECCANTI ITEM NO. SECTION ITEM QUANTITY PAY UNIT UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE 56 6 -21 Overhead and Vertical Spall Repairs 60 SF $ 500.00 $ 30,000 $ 160.00 ' $ 9,600.00 $ 250.00 $ 15,000.00 $ 180.00 $ 10,800.00 $ 175.00 $ 10,500.00 5 250.00 $ 15,000.00 57 6 -22 Protective Fence 678 LF $ 125.00 $ 84,750 $ 110.00 s 74,580.00 $ 400.00 , $ 271,200.00 $ 200.00 $ 135,600.00 $ 150.00 $ 101,700.00 $ 150.00 $ 101,700.00 58 6 -23 CFRP Bridge Girder and Deck Strengthening 1 LS $ 405,000.00 $ 405,000 $ 170,000.00 $ 170,000.00 $ 225.00 , $ 225.00 $ 105,000.00 $ 105,000.00 $ 125,000.00 $ 125,000.00 $ 200,000.00 $ 200,000.00 59 6 -24 Compaction Grouting 1 LS $ 275,000.00 $ 275,000 $ 148,000.00 $ 148,000.00 $ 100,000.00 $ 100,000.00 $ 85,000.00 $ 85,000.00 $ 200,000.00 $ 200,000.00 $ 200,000.00 $ 200,000.00 60 6 -25 Inside Guard Rail 1 EST $ 30,000.00 $ 30,000 $ 30,000.00 $ 30,000.00 $ 30,000.00 ! $ 30,000.00 $ 30,000.00 $ 30,000.00 $ 30,000.00 $ 30,000.00 $ 30,000.00 $ 30,000.00 61 6 -26 Settlement Monitoring 1 LS $ 50,000.00 $ 50,000 $ 10,000.00 $ 10,000.00 $ 40,000.00 $ 40,000.00 $ 40,000.00 $ 40,000.00 $ 11,000.00 $ 11,000.00 $ 50,000.00 $ 50,000.00 STORM DRAINAGE 62 7 -04 Solid Wall PVC Storm Sewer Pipe 12 In. Diam. 350 LF $ 60.00 $ 21,000 $ 80.00 $ 28,000.00 $ 100.00 $ 35,000.00 $ 90.00 $ 31,500.00 $ 245.00 $ 85,750.00 $ 110.00 $ 38,500.00 63 7 -04 Class 52 DI Storm Sewer Pipe 12 In. Diam. 30 LF $ 75.00 $ 2,250 $ 210.00 $ 6,300.00 $ 175.00 $ 5,250.00 $ 150.00 $ 4,500.00 $ 425.00 $ 12,750.00 $ 200.00 $ 6,000.00 64 7 -05 Catch Basin Type 1 7 EA $ 1,800.00 $ 12,600 $ 2,000.00 $ 14,000.00 $ 1,000.00 $ 7,000.00 $ 1,800.00 $ 12,600.00 $ 6,500.00 $ 45,500.00 $ 1,500.00 $ 10,500.00 ROADSIDE DEVELOPMENT 65 8-01 Erosion/Water Pollution Control 1 EST $ 12,000:00 $ 12,000 $ 12,000.00 $ 12,000.00 $ 12,000.00', $ 12,000.00 $ 12,000.00 $ 12,000.00 $ 12,000.00 $ 12,000.00 $ 12,000.00 $ 12,000.00 66 8 -02 Topsoil Type A 40 CY $ 60.00 $ 2,400 $ 100.00 $ 4,000.00 $ 60.00 $ 2,400.00 $ 65.00 $ 2,600.00 $ 75.00 $ 3,000.00 $ 60.00 $ 2,400.00 TRAFFIC CONTROL DEVICES 67 8 -09 Raised Pavement Marker Type 1 3 EA $ 400.00 $ 1,200 $ 100.00 ! $ 300.00 $ 400.00 $ 1,200.00 $ 30.00 $ 90.00 $ 400.00 $ 1,200.00 $ 80.00 $ 240.00 68 8 -09 Raised Pavement Marker Type 2 2 EA $ 500.00 $ 1,000 $ 100.00 , $ 200.00 $ 400.00 - $ 800.00 $ 40.00 $ 80.00 $ 300.00 $ 600.00 $ 90.00 $ 180.00 69 8-11 Beam Guardrail Type 31 Non Flared Terminal 1 EA $ 3,200.00 $ 3,200 $ 5,000.00 $ 5,000.00 $ 7,000.00 $ 7,000.00 $ 6,600.00 $ 6,600.00 $ 6,800.00 $ 6,800.00 $ 7,000.00 $ 7,000.00 70 8 -17 Temporary Impact Attenuator 4 EA $ 3,500.00 $ 14,000 $ 5,000.00 $ 20,000.00 $ 3,500.00 $ 14,000.00 $ 3,000.00 $ 12,000.00 $ 3,500.00 $ 14,000.00 $ 6,000.00 $ 24,000.00 71 8 -17 Permanent Impact Attenuator 1 EA $ 12,500.00 $ 12,500 $ 25,000.00 $ 25,000.00 $ 35,000.00 $ 35,000.00 $ 32,750.00 $ 32,750.00 $ 35,000.00 $ 35,000.00 $ 27,000.00 $ 27,000.00 72 8 -20 Relocate Pedestrian Signal and Push Button 1 EA $ 3,500.00 $ 3,500 $ 3,000.00 ; $ 3,000.00 $ 5,000.00 ', $ 5,000.00 $ 6,000A0 $ 6,000.00 $ 7,500.00 $ 7,500.00 $ 20,000.00 $ 20,000.00 73 8-21 Permanent Signing 1 LS $ 3,000.00 $ 3,000 $ lso0.00 $ 1,500.00 $ 2,000.00 $ 2,000.00 $ zsoo.00 $ 2soo.00 $ 5,500.00 $ 5,500.00 $ 20,000.00 $ 20,000.00 74 8 -22 Paint Line 1,170 LF $ 1.40 $ 1,638 5 1.50 $ 1,755.00 $ 1.00 $ 1,170.00 $ 0.37 $ 432.90 $ 1.00 $ 1,170.00 $ 1.00 $ 1,170.00 75 8 -22 Plastic Wide Line 175 LF $ 5.00 $ 875 $ 10.00 $ 1,750.00 $ 3.00 $ 525.00 $ 1.90 $ 332.50 $ 4.00 $ 700.00 $ 1fi.00 $ 2,800.00 76 8 -22 Plastic Stop Line 35 LF $ 10.00 $ 350 $ 15.00 $ 525.00 $ 10.00 $ 350.00 $ 8.80 $ 308.00 $ 25.00 $ 875.00 $ 20.00 $ 700.00 77 8 -22 Plastic Crosswalk Line 260 SF $ 10.00 $ 2,600 $ 7.00 $ 1,820.00 $ 5.00 $ 1,300.00 $ 4.44 $ 1,154.40 $ 4.00 $ 1,040.00 $ 20.00 $ 5,200.00 78 8 -22 Plastic Traffic Arrow 2 EA $ 200.00 $ 400 $ 165.00. $ 330.00 $ 75.00 , $ 150.00 $ 57.00 $ 114.00 $ 100.00 $ 200.00 $ 100.00 $ 200.00 79 8 -22 Plastic Traffic Letter 8 EA $ 120.00 $ 960 $ 75.00 $ 600.00 $ 50.00. $ 400.00 $ 47.00 $ 376.00 $ 90.00 $ 720.00 $ 100.00 $ 800.00 80 8 -23 Temporary Pavememt Marking 12,800 LF $ 0.50 $ 6,400 $ 0.85 , $ 10,880.00 $ 0.30 $ 3,840.00 $ 0.20 $ 2,560.00 $ 0.60 $ 7,680.00 $ 1.00 $ 12,800.00 TOTAL ESTIMATED CONSTRUCTION COST- Per Bid Proposal Submission $ 7,131,009 $ 6,189,244.00 $ 6,758,668.00 $ 6,986,068.95 $ 9,291,018.00 $ 10,456,302.00 Actual Estimated Construction Cost Totals $ 7,131,009 $ 6,189,244.00 ** $ 6,533,893.00J $ 6,986,068.95 $ 9,291,018.00 $ 10,456,302.00 " total in red for Stellar J denotes an addition error. Total submitted in roposal diff from actual calculated total This bid tabulation is certifed to be correct. Signed by: /!"' Date: 3/21/17 Ol Steve Carstens, PE, Program Manager City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committ e FROM: Bob Giberson, Public Works Director If BY: Cyndy Knighton, Senior Program Manager CC: Mayor Ekberg DATE: May 19, 2017 SUBJECT: 42nd Avenue S Phase III (Southcenter Blvd to S 160th St) Project No. 99410303 Interlocal Agreement with Valley View Sewer District ISSUE Approve an Interlocal Agreement (ILA) with Valley View Sewer District (Valley View) for reimbursement of costs for sewer relocation work to be constructed by Active Construction, Inc. for the 42nd Avenue S Phase III project. BACKGROUND In February 2012, CH2M Hill began design work on a project that combined the 42nd Ave S Phase III (Southcenter Blvd to S 160th St) roadway improvements and the Gilliam Creek culvert replacement project. The projects included significant coordination with outside utility providers. Valley View Sewer District has designed sewer relocations to accommodate the City's roadway project and the project was bid with a separate schedule for the Valley View sewer work. ANALYSIS The 42nd Avenue S Phase III project has been awarded to Active Construction, Inc. and bid schedule D includes all the work designed by Valley View for the required sewer relocation. The attached ILA provides the necessary mechanism for Tukwila to complete the construction of the Valley View sewer work and get reimbursed for the costs. The ILA includes reimbursement to Tukwila for the actual construction work as well as a percentage of the construction cost (8 %) to offset construction management (CM) costs. The typical 8 -10% of CM costs is not used because Tukwila is not responsible for inspection of the sewer installation as Valley View is providing staffing for inspections. FINANCIAL IMPACT Ultimately there is no financial impact to Tukwila for the ILA. The contractor will be paid using Tukwila funds, but the sewer relocation costs are fully reimbursed to the City. Actual costs, once known, are what will be charged to Valley View and not the estimated costs included in the agreement language. The anticipated maximum reimbursement to Tukwila is $404,648.23, which includes a 20% contingency. There are provisions for more should it become necessary, although Valley View approval would be required. RECOMMENDATION Council is being asked to approve the Interlocal Agreement with Valley View Sewer District for the 42nd Ave S Phase III Project and consider this item on the Consent Agenda at the June 5, 2017 Regular Meeting. Attachments: Interlocal Agreement between City of Tukwila and Valley View Sewer District WAPW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Construction \#.200 - Correspondence \005 - Utility & Interlocal Coordination \INFO MEMO - ILA with Valley View sm.dou 7 INTERLOCAL AGREEMENT BETWEEN VALLEY VIEW SEWER DISTRICT AND THE CITY OF TUKWILA REGARDING UTILITY RELOCATION THIS INTERLOCAL AGREEMENT ( "Agreement ") is made and entered into by and between VALLEY VIEW SEWER DISTRICT, a Washington municipal corporation ( "District "), and the City of Tukwila, a Washington municipal corporation ( "City "), (individually a "Party" and collectively the "Parties "). WHEREAS, the Tukwila City Council has authorized the 42nd Avenue South Phase III (Project No. 99410303) improvement/transportation project in an area with mixed zoning, both high and low density residential; and WHEREAS, the City intends to construct storm drainage improvements within the right of way of 42nd Avenue South as part of the Project; and WHEREAS, Tukwila has determined that its street improvement project is a public project and will necessitate the relocation and new construction of District utility infrastructure located within the boundaries of the project; and WHEREAS, the District has a sewer main and appurtenances located within the right of way of 42nd Avenue South that conflict with the planned alignment of the City project; and WHEREAS, the City requires that the District relocate existing utilities at District cost when planned City roadway infrastructure conflicts with District infrastructure; and WHEREAS, it is mutually beneficial to both Parties to have the utility relocation and project construction take place concurrently utilizing one contractor to reduce overall costs and traffic related impacts; and WHEREAS, the Parties desire to have the City serve as the lead agency for the project to provide final design, advertisement, award, construction, inspection, and contract administration for the project. NOW THEREFORE, in consideration of the terms and conditions contained herein, the Parties agree as follows: 1. AUTHORITY This Agreement is entered into pursuant to Chapter 39.34 RCW, the Interlocal Cooperation Act. 2. PURPOSE The Parties agree to engage in a joint project for the construction of street, utility and culvert improvements along 42nd Avenue South as described generally in the plan set titled, "40th -42nd Avenue South — Phase III, Project No. 99410303 and 99341208, dated March 17, 2017" which are hereby incorporated herein by this reference and made part hereof ( "Project "). W: \PW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \C0T - Valley View - Interlocal Agreement 42nd Ave S Final.docx -I- N 3. DISTRICT RESPONSIBILITIES 3.1 The District shall provide the City engineered drawings, specifications, and any applicable construction standards for all work required by the District as described on Exhibit A attached hereto and made a part hereof ( "District Work "). The drawings shall show in detail the location, quantity, and size of each required component. 3.2 The District shall coordinate with the City and its consultants on the preparation of the plans and specifications and review the portion of the Project's final drawings and specifications for the District Work and shall provide the City written notice of approval and acceptance of the plans and specifications associated with the District Work. 3.3 The District shall participate in the bid process as follows: a. Accept or reject bids on bid items associated with the District Work. The District Work shall be included as a separate bid schedule in the Project contract. b. Within ten (10) days of receiving the Project bid tabulation from the City, the District shall notify the City in writing that the District either agrees to proceed with the District Work, or the District chooses to complete its work on its own as part of a separate project. If the District determines to complete the District Work on its own as a separate project, the District shall require its contractor to coordinate the District Work within the Project area with the City's contractor and with any contractors from other utilities and to not unreasonably interfere with or delay the City's contractor. 3.4 The District shall provide payment to the City to reimburse the City for its costs of constructing the District Work pursuant to Section 5 of this Agreement. 3.5 The District shall provide the inspection services needed for overseeing the proper installation of the District Work. The District's inspector will coordinate with the City's inspector and the City inspector will give all direction to the Contractor. 3.6 The District will notify its customers of the Project, perform any sewer system shut downs necessary for the District work, and notify its customers of any scheduled sewer service interruptions related to the Project. 3.7 The District shall pay any valid claims made by the Contractor relating to the District Work that are valid and proximately caused by the District, provided, the District at its sole expense shall have the right to defend any claims made by the Contractor relating to the District Work. Any such claims must comply with the definition and procedure regarding claims in the Project contract and must be verifiable or substantiated claims. 3.8 The District shall pay any additional expenses incurred in performing the District Work due to any over - excavation required or any other unforeseen conditions related to the District Work which reasonably require additional work and W; \PW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \COT - Valley View - Interlocal Agreement 42nd Ave S Final.docx -2- 9 expense, including any additional trench width or depth attributable to errors in the District's design. Any changes to the District Work perceived as necessary by the Contractor and any required change orders must be approved in writing by the District in advance of such changes. 3.9 The District shall maintain continued coordination with the City regarding the performance of the District Work. This coordination shall include but not be limited to the following: a. The District will attend the Project pre- construction meeting. b. The City will provide the District a copy of the Contractor's proposed work schedule showing date, location, and extent of work to be performed. This schedule will be subject to change at any time. c. The District will attend weekly construction meetings that involve the District Work. 4. CITY RESPONSIBILITIES 4.1 The City shall be the lead agency for the Project with regard to design, construction, SEPA review, permitting, inspection, contract administration, funding and all other matters pertinent to accomplishment of the Project. 4.2 With the assistance of CH2M, the City shall prepare, advertise, and award the contract bid documents, which shall contain five bidding schedules, three for the City improvements, one for King County Water District No. 125 water line relocation, and one for the District Work. The basis for Project award will be the total lowest responsible bid for the sum of all five bid schedules. Prior to advertisement, the City shall obtain the District's review and approval of the bid documents. The bid documents, and the advertisement of them, shall comply with City's bid statutes, ordinances and resolutions. 4.3 The City shall be responsible for providing all traffic control associated with the construction of the Project. 4.4 The City shall require the Contractor to install and perform the District Work in accordance with the Project's final plans, and the District's standards, specifications, and inspector's written direction. 4.5 The City will provide written notification to the District at least five (5) days prior to beginning construction of the District Work to allow for District scheduling of the on -site inspector. 4.6 The City will schedule and attend weekly construction meetings with the City's Contractor, District, and other franchise utilities involved in the Project. 4.7 The City shall require the Contractor constructing the Project to have the District, its elected and appointed officers, agents and employees (collectively, the "District" for the purposes of this provision) named as an insured on all policies of W: \PW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \COT - Valley View - Interlocal Agreement 42nd Ave S Final.docx -3- 10 insurance to be maintained by the Contractor under the terms of the Project contract, including the Contractor's Commercial General Liability Insurance, Commercial Automobile Insurance, and Umbrella coverage. The District shall be responsible to pay any additional cost incurred by the Contractor to name the District as an additional insured. If the District is included as an additional insured on such insurance, the Contractor shall provide the City with endorsement(s) to such insurance necessary to confirm the District is an additional insured on such policies /coverage. The City shall provide the District with copies of such endorsement(s) upon receipt of same by the City. The City shall also require the Contractor building the Project to indemnify, defend, and save harmless the District and its elected and appointed officers, agents, or employees from any claim, damage, action, liability of proceeding brought or filed against the District or its officers, agents or employees alleging damage or injury arising out of the Contractor's participation in the Project. The Contractor shall also be required to waive the Contractor's immunity under Washington's Industrial Insurance Act, RCW Title 51, as to the District solely for the purposes of the indemnification. COMPENSATION 5.1 The estimated cost for the District work related to this Agreement, as described on Exhibit B is $313,654.00. Based on the estimated cost, the District shall pay the City $24,978.00 for construction administration costs plus actual contractor costs including tax for completed work, and /or services rendered under this Agreement. The total amount to be paid by the District to the City, including the construction administration costs referenced above, shall not exceed $404,648.23 unless approved in writing by the District. The actual costs are subject to change based upon final bid review, award of all relevant Project work, and change orders. 5.2 The City shall invoice the District following completion of the Project work and acceptance by the District of the District Work. Payments are due within thirty (30) days of the District's receipt of an invoice from the City, except for any disputed amounts. 5.3 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. 6. INDEMNIFICATION Each of the Parties shall defend, indemnify and hold the other Party, their officers, officials, employees and agents harmless from any and all costs, claims, judgment, and /or awards of damages, arising out of or in any way resulting from that other Party's negligent acts or omissions in performing under this Agreement. No Party will be required to defend, indemnify or hold the other Party harmless if the claim, suit or action for injuries, death or damages is caused by the sole negligence of that Party. Where such claims, suits or actions result from the concurrent negligence of the Parties, the indemnity provisions provided herein shall be valid and enforceable only to the extent of W: \PW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \COT - Valley View - Interlocal Agreement 42nd Ave S Final.docx -4- 11 each party's own negligence. Each Party agrees that its obligations under this subparagraph include, but are not limited to, any claim, demand, and /or cause of action brought by, or on behalf of, any of its employees or agents. For this reason, each of the Parties, by mutual negotiation, hereby waives, with respect to the other Party only, any immunity that would otherwise be available against such claims under the Industrial Insurance provisions of Title 51 RCW. Further, the District shall defend, indemnify and hold the City, its officers, officials, employees and agents harmless from any and claims brought by the Contractor relating to the District Work, including but not limited to project delay claims, subject to the provisions of Section 3 herein. 7. AUDITS AND INSPECTIONS The records and documents with respect to all matters covered by this Agreement shall be subject to inspection, review or audit by the City or the District at the requesting Party's sole expense during the term of this Agreement and three (3) years after expiration or termination. Such records shall be made available for inspection during regular business hours within a reasonable time of the request. 8. JOINT BOARD /SEPARATE LEGAL ENTITY It is not intended that a separate legal entity be established to conduct this cooperative undertaking. The City shall act as administrator of this Agreement. 9. FINANCE AND BUDGET No special budget or funds are anticipated, nor shall any be created. The Parties are each responsible for their own finances in connection with this Agreement, and nothing in this Agreement shall be deemed or construed otherwise. 10. PROPERTY ACQUISITION HOLDING AND DISPOSAL Following final payment by the District and final acceptance of the Project by the City, the sewer system improvements as depicted on Exhibit A shall become the property of the District. Upon final acceptance of the Project, the City shall transfer and assign any rights it may have under the Project contract relating to the District work to the District, including any warranty and maintenance obligations by the Contractor relating to the District work. The District's acceptance of the District work shall not constitute acceptance of any unauthorized or defective work or materials, nor a waiver of any manufacturer's, supplier's or contractor's warranties. The City shall also provide redline drawings of the District work to the District upon completion of the Project work, such redline drawings to be prepared at the District's expense. The District shall retain any rights, claims or demands the District may have against the Contractor relating to the District work under applicable statutes of limitation as a third party beneficiary under the City's contract with the Contractor. 11. DURATION: TERMINATION This Agreement shall be effective immediately after execution by both Parties, and shall W: \PW Eng \PROJECTSW- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \COT - Valley View - Interlocal Agreement 42nd Ave S Final.docx -5- 12 remain in full force and effect until final acceptance of the Project and resolution of all issues relating to the Project. 12. APPLICABLE LAW; VENUE; ATTORNEYS FEES This Agreement shall be subject to, and the Parties 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. 13. 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. 14. ENTIRE AGREEMENT; MODIFICATION This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and District 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. 15. NOTICES Notices to the City of Tukwila shall be sent to the following address: Cyndy Knighton City of Tukwila 6300 Southcenter Boulevard Tukwila, WA 98188 (206) 431 -2450 (Phone) cyndy.knighton @tukwilawa.gov Notices to the District shall be sent to the following address: Andrew LaRue Valley View Sewer District 3460 S. 148th St #100 Tukwila, WA 98168 (206) 242 -3236 (phone) andrewl @valvue.com W: \PW Eng \PROJECTSVA- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \COT - Valley View - Interlocal Agreement 42nd Ave S Final.docx -6- 13 IN WITNESS WHEREOF, the Parties have executed this Agreement on the date last written below. VALLEYVIEW SEWER DISTRICT By: Print Name, Title: DATE Approved as to Form: District Attorney DATE CITY OF TUKWILA By: Allan Ekberg, Mayor DATE Approved as to Form: City Attorney DATE Attest /Authenticated City Clerk, Christy O'Flaherty DATE W: \PW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \COT - Valley View - Interlocal Agreement 42nd Ave S Final.docx -7- 14 EXHIBIT A CONTACTS VALLEY VIEW SEWER DISTRICT GENERAL MANAGER VALLEY VIEW SEWER DISTRICT SUPERVISOR RH2 ENGINEERING PROJECT MANAGER RH2 ENGINEERING PROJECT ENGINEER DANA DICK ANDREW LARUE JOHN HENDRON, P.E. ZACH SCHREMPP 206 - 242 -3236 206-242-3236 425-951-5326 425 - 951 -5319 SHEET NO. DRAWING INDEX SHEET TITLE DWG NO. BYPASS PIPING PLAN SEWER WORK AREA NO. 1 SEWER WORK AREA NO. 2 CO1 CO2 CO3 CO4 DETAILS II D02 u 24 -INCH DIAMETER SANITARY SEWER GENERAL NOTES 1. ALL WORK SHALL CONFORM TO THE RULES AND REGULATIONS OF VALLEY VIEW SEWER DISTRICT. 2, ALL WORK SHALL CONFORM TO THE REQUIREMENTS OF VALLEY VIEW SEWER DISTRICT AND OTHER PROJECT PERMIT REQUIREMENTS AS APPLICABLE. PERMITS INCLUDE CITY OF SEATAC RIGHT -OF -WAY PERMIT. 3, ALL APPLICABLE CITY OF TUKWILA DEPARTMENTS SHALL BE NOTIFIED PRIOR TO COMMENCEMENT OF CONSTRUCTION. ALL TESTING AND CONSTRUCTION SHALL BE INSPECTED BY VALLEY VIEW SEWER DISTRICT. 4. LOCATIONS SHOWN ON EXISTING UTILITIES ARE APPROXIMATE. IDENTIFICATION, LOCATION MARKING AND RESPONSIBILITY FOR UNDERGROUND FACILITIES OR UTILITIES IS GOVERNED BY PROVISIONS OF CHAPTER 19.122 REVISED CODE OF WASHINGTON. 5, UTILITY LOCATIONS, RIM ELEVATIONS, INVERTS, DEPTHS, AND OTHER INFORMATION ARE DERIVED FROM A VARIETY OF SOURCES, INCLUDING CH2MHILL'S SURVEY, VALLEY VIEW SEWER DISTRICT GIS, VALLEY VIEW SEWER DISTRICT RECORD DRAWINGS, APS POTHOLING, AND FIELD RECONNAISSANCE BY VALLEY VIEW SEWER DISTRICT AND RH2 ENGINEERING. THE CONTRACTOR MAY ENCOUNTER VARIATIONS BETWEEN ACTUAL CONDITIONS AND THOSE SHOWN ON THE PLANS. THESE VARIATIONS WILL NOT BE THE BASIS FOR A CLAIM FOR ADDITIONAL COMPENSATION. 6. PIPE MATERIAL OF SEWER MAIN AND SIDE SERVICES LOCATED IN PERMANENT EASEMENTS SHALL BE AS NOTED ON PLANS. SIDE SERVICES LOCATED ON PRIVATE PROPERTY SHALL BE PVC. SEWER MANHOLES SHALL BE 48" DIAMETER UNLESS OTHERWISE NOTED. 7, MINIMUM SEPARATION OF POTABLE WATER MAINS AND SANITARY SEWER LINES SHALL BE TEN (10) FEET HORIZONTALLY FOR PARALLEL PIPE, AND EIGHTEEN (18) INCHES VERTICALLY FOR PERPENDICULAR OR OBLIQUE CROSSINGS, MEASURED FROM OUTSIDE EDGE TO OUTSIDE EDGE. SITUATIONS OCCURRING WITH LESS THAN MINIMUM SEPARATION WILL REQUIRE CONSTRUCTION IN ACCORDANCE WITH SECTION C1-9 OF THE 'CRITERIA FOR SEWAGE WORKS DESIGN" PUBLISHED BY THE WASHINGTON STATE DEPARTMENT OF ECOLOGY AS REVISED OCTOBER 2006, 8. CAUTION - EXTREME HAZARD - OVERHEAD ELECTRICAL SERVICE LINES ARE GENERALLY NOT SHOWN ON THE DRAWINGS. ELECTRICAL LINES SHOWN ON THE DRAWINGS ARE LOCATED BY POINT -TO- POINT, POWER POLE -TO POWER POLE CONNECTION. THE CONTRACTOR IS RESPONSIBLE FOR DETERMINING THE EXTENT OF ANY HAZARD CREATED BY OVERHEAD ELECTRICAL POWER IN ALL AREAS AND SHALL FOLLOW PROCEDURES DURING CONSTRUCTION AS REQUIRED BY LAW AND REGULATION. PRIOR TO CONSTRUCTION THE CONTRACTOR SHALL MEET WITH UTILITY OWNERS AND DETERMINE THE EXTENT OF HAZARD AND REMEDIAL MEASURES AND SHALL TAKE WHATEVER PRECAUTIONS MAY BE REQUIRED. 9. WHERE IT IS NECESSARY TO REMOVE AND OTHERWISE DISTURB EXISTING MAILBOXES AND /OR NEWSPAPER BOXES WITHIN THE LIMITS OF THIS PROJECT, THE CONTRACTOR SHALL INSTALL THE BOXES TEMPORARILY IN SUCH POSITION THAT THEIR USEFULNESS WILL NOT BE IMPAIRED. AFTER CONSTRUCTION WORK HAS BEEN COMPLETED, RELOCATED MAIL AND NEWSPAPER BOXES SHALL BE REINSTALLED AT THEIR ORIGINAL LOCATION OR RELOCATED BEHIND WALKWAY SO THAT THE FRONT OF THE MAILBOX IS 1? TO 16. FROM EDGE OF WALKWAY AND 36" TO 4? ABOVE GRADE AT EDGE OF WALKWAY. 10. THE CONTRACTOR SHALL PROVIDE EROSION AND SEDIMENTATION CONTROL FACILITIES AS REQUIRED IN ACCORDANCE WITH THE REQUIREMENTS OF PROJECT PERMITS. SUCH FACILITIES SHALL INCLUDE SILT FENCING, FILTER FABRIC PROTECTION OF CATCH BASIN, PROTECTION OF DRAINAGE DITCHES, AND OTHER MEASURES AS MAY BE REQUIRED. 11. UNLESS SHOWN OTHERWISE, ASSUME ALL NON- HATCHED (WHITE) AREAS IN THE PLAN VIEW ARE LAWN AREAS TO BE RESTORED, 12. CONTRACTOR TO PROVIDE SUITABLE TEMPORARY BYPASS SOLUTION AS REQUIRED PER THE PLANS AND SPECIFICATIONS. FROM 8/1/2015 0:00 TO 8/20/2015 15:00, THE PEAK SANITARY SEWER FLOWRATE OBSERVED IN THE 42ND AVE S SEWER MAIN WAS 343 GPM, DURING THIS TIME PERIOD, THE FLOWRATE EXCEEDED 100 GPM 100% OF THE TIME, 200 GPM 70% OF THE TIME, 250 GPM 27% OF THE TIME, AND 300 GPM 1% OF THE TIME. 4145■, SSMH E170 CAR PORT LEGEND EXISTING SS ST — RIGHT -OF -WAY CENTER LINES PROPERTY LINES RIGHT -OF -WAY LIMITS PERMANENT SANITARY SEWER EASEMENT EASEMENT LINES CONTOUR 5' CONTOUR 1' DITCH LINE FLOW LINE WATER MAIN SANITARY SEWER MAIN STORM DRAIN MAIN GAS LINE TELEPHONE LINE OVERHEAD POWER LINE FENCE AS NOTED ROAD EDGE MARKER LINE CURB WATER VALVE FIRE HYDRANT WATER METER MANHOLE (SS) CB POWERAJTILITY POLE GUY ANCHOR STREET LAMP TELEPHONE/TV RISER TREE SIGN SURVEY CONTROL POINT SURVEY BENCHMARK MAILBOX PROPOSED STATION LINE PROPOSED GRAVITY SEWER PROPOSED SIDE SEWER STUB PROPOSED STORM DRAIN PROPOSED SEWER MANHOLE HMATRENCH PATCH #15421 SSMH E18-24 SEWER WORK AREA NO. 1 SSMH E17 -70 #15451 SEWER WORK AREA NO.2 SSMH E17 -51 SSMH E17-49 SSMH E17-53 SSMH E17-52 SEWER WORK AREA NO. 3 12" PSE HIGH PRESSURE STEEL GAS MAIN EXISTING SITE PLAN = 30' W 1— O z J CZ CC w w z z 5 a w 1- N 0 N R REVISIONS a SCALE: SHOWN o r DRAWING 6HRLSCALEWHEN EIARMEASLOIES DWG NO: SHal Kt: col EXHIBIT A 1220 EXISTING 8" SANITARY SEWER MAIN TO REMAIN IN SERVICE FOR THE DURATION OF CONSTRUCTION. EXISTING CULVERT PIPE, ELEVATION AND TERMINATION UNKNOWN. APS PWR- 122' -71' GROUND EL= 217.50' END PK & WASHER EXISTING 8' SANITARY SEWER MAIN TO REMAIN IN SERVICE FOR THE DURATION OF CONSTRUCTION, 220 225 CH112 JERSEY BARRIER SSMH EIT-52 - , 71 +00 SSMH E17-49 ROAD EDGE MARKER LINE UTILITY BRIDGE, BY OTHERS PROPOSEDTEMPORARY 12' BYPASS PIPINGAUGNMENT (HDPE OR EQUAL) 4" G, ,�_� 4" G 4 G 2" G----12" G- ...... — 12" G. 4` G 4' G _ __ 4.. 2 ".. ®_ i G0 4' 4.. G 12" G 12°° G 12 " Gam– 12" G— 12" 2 -INCH WIDE DOUBLE J-HOOK RATCHET TIE DOWNS, SPACED 8 FEET MAXIMUM ON CENTER, EQUAL TO SMARTSTRAPS WITH MINIMUM 1,500 LB WORKING LOAD PROPOSED TEMPORARY 12° HDPE, SDR 17 SEWER MAIN BYPASS UTILITY BRIDGE, BY OTHERS NOTE: REFERENCE GENERAL NOTE 12 ON DRAWING C01 FOR ESTIMATED WASTEWATER FLOWRATES. GAS MAIN SUPPORT, BY OTHERS 4'PSE GAS MAIN 220 • • NOTE: CONTRACTOR TO COORDINATE INSTALLATION OF SEWER MAIN BYPASS PIPE AND RATCHET TIE DOWNS WITH PSE'S CONTRACTOR. GAS MAIN SUPPORT, BY OTHERS 12' PSE GAS MAIN SECTION A -A PROPOSED BYPASS PIPING 1' $ 2' PROPOSED BYPASS PIPING PLAN - S ER WORK AREA NO. 3 1' =10' SUGGESTED SEQUENCE OF CONSTRUCTION FOR GILLIAM CREEK BYPASS 1. PSE TO ASSEMBLE UTILITY BRIDGE AND SUPPORTS FOR 4° AND 12' GAS MAIN. 2. ASSEMBLE 12' HDPE GRAVITY BYPASS PIPING AND FITTINGS. 3. CORE -DRILL EXISTING SSMH E17'49 AND SSMH E17-52 FOR GRAVITY BYPASS PIPING. 4. PLACE 12' HDPE GRAVITY BYPASS PIPING IN POSITION AND HANG FROM UTILITY BRIDGE USING RATCHET TIE DOWNS. 5. GROUT 12" HDPE GRAVITY BYPASS PIPING INTO CORE -DRILLED PENETRATIONS IN SSMH E17-49 AND SSMH E17 -52 6. ADJUST GRAVITY BYPASS PIPING TO GRADE PER SPECIFICATIONS. 7. ACTIVATE GRAVITY BYPASS BY CAPPING EXISTING MANHOLE PENETRATIONS AND REMOVING EXISTING SANITARY SEWER PIPE, 8. UPON COMPLETION OF CULVERT REPLACEMENT, LEAVE GRAVITY BYPASS PIPING AND EXISTING MANHOLES IN PLACE AND INSTALL NEW SANITARY SEWER PIPE BETWEEN SSMH E17-49 AND SSMH E17-52 PER DWG NO. C05. 9. IMPLEMENT TEMPORARY BYPASS PUMPING AROUND SSMH E17 -49 AND SSMH E17 -52. 10. REMOVE GRAVITY BYPASS PIPING. 11. REPLACE SSMH E17-49 AND SSMH E17 -52 PER DWG NO. C05. EXISTING GROUND SEWER BYPASS RATCHET TIE DOWN, TYP. UTILITY BRIDGE, BY OTHERS MIME= MIENS GAS MAIN SUPPORT, BY OTHERS, TYP. 12' SANITARY SEWER BYPASS PIPE 12' PSE GAS MAIN — 4' PSE GAS MAIN OUTLINE OF PROPOSED 16' SPAN STRUCTURAL PLATE ARCHES CULVERT EXISTING GILLIAM CREEK CULVERT 36' CONCRETE PIPE IE = APPROX. 203.5' SECTION B -B PROPOSED BYPASS PIPING SECTION 1'= 10' GAS MAIN POTHOLE DATA STATION DISTANCE FROM CENTERLINE DIAMETER DEPTH TO CROWN FROM SURFACE OF HMA PAVEMENT -68+03 -14'E 4' 39' 69+50 16' E 12' 55' 69 +52 14' E 4' 39' 70+29 13' E 12° 60' Vicinity Ma SCALE: 1' = 300' /TT SOU" 31= ^=ER WORK 4T A 0.3 GOSi S C3NS _ ,rI z tl BYPASS PIPING PLAN REVISIONS SAYE DAM Feb 24, 2018 3 SCALE: SHOWN DMWp10 b Fl/LL SGL.E WHEN BM As*SURES2' DWG AO. SHEET ND_ CO2 2 EXHIBIT A Vicinity Map SCALE: 1' = WILLIAMS JUWAN L 15458 42ND AVE S 8108600762 s.REFSTOTRE DRIVEWAY TO DDw DEPTH CRUSHED SURFACING TOP COURSE, UNYIELDING TO FIRM AND Ny IELDING CONDITION SIDE SLOPE OF FINISHED DRIVEWAY TO BE 2% 6' WOOD FENCE PROPOSED SSMH F17-22 — SEWER WORK AREA NO. 1 _ 1 sEXISTING SANITAR Ew ER-STUB (CAP 285 10 4 6 ig -a - PERMANENT SANITARY \ SEWER EASEMENT PROPOSED SSMH E17-77 280' 270 260 EXISTII1G SSMH El824 •TA 6314.33, 030 R RE = 2E0,88' IE OUT (N) = 25710 IF IN = 257 2:1' EXISTING GROUND 250 — 240' — PROPOSED SSMH El 7-77 60' SADDLE MANHOLE • RE = 264.98' E114 (E) = 254.44' 014 (S) = 2, IE OUT = 25461 CIL 63+00 63+20 63+40 63+60 280' 270' 260' 250' 240' PROPOSED 42ND AVE S SEWER MANHOLE PROFILE H: 1" = 10', V: 1" = 5' EXISTING SSMH E18-24 CALDWELL ROGER J & TRIC IA L 15638 42ND AVE S 2223049108 SSMH E18-24 SEWER STUB PLAN - SEWER WORK AREA NO. 1 280' 270' 260' 250' 240' 1" = 10' CODD ROBERT J+PRISCILLA L 4240 S 158711 ST 8108600101 NOTE: LOCATION AND DEPTH OF CROSSING GAS MAINS ARE APPROXIMATE. CONTRACTOR TO VERIFY BY POTHOLING, GAS MAIN POTHOLE DATA STATION DISTANCE FROM CENTERLINE DIAMETER DEPTH TO CROWN FROM SURFACE OF HMA PAVEMENT 63+27 12 E 4. 48' 63+29 14' E 12 48' NOTE: REFERENCE GENERAL NOTE 12 ON DRAWING CO1 FOR ESTIMATED WASTEWATER FLOWRATES. I PROPOSED SSMH E17-77 EXISTING GROUND 1 --= PROPOSED SSMH F17-22 48' STANDARD MANHOLE STA 63+ 5.7, 172_6 R IRE = 2 XOF = 0F8 PC @ 66:2% '1'61 g v.3 -0+10 0+40 660 0+ DDISTANCE ALONG SEWER STUB pRoposE SEWER STUB PROFILE 14 1 10, VI 1• = 5' 1+ 1+40 1+60 280' 270' 260' 250' 240' 1+80 SEWER WORK AREA NO. 1 SCALE: SHOWN EXHIBIT A EXISTING 8' SANITARY SEWER STUB (CAPPED) EXISTING PIPE, TO BE REMOVED DURING STORM DRAIN WORK PROPOSED SSMH E17 -76 `PERMANEt' T SANITARY 245 SEWER EASEMENT O $'x 6' PVC TEE WITH CAP, RL4G DER STUB / • 250' 240 230' 220' 74 F SSMH E17 -51 SEWER STUB PLAN - SEWER WORK AREA NO. 2 1" = 10' PROPOSED MH E17 -51 72" STANDAR MANHOLE STA 65+ ,26, 0.51' R E = 23826" 0 OUT N) = 2302T IE IN E)= 231.10" PROPOSED SSMH E17 -7f 60° SHALLOW MANHOLE T RE a 235,09 IE OUT (N) = 229.64 IE N (S) = 229.74 EXISTING GROUND APPROX, 32' OF 16' PVC Pipe § 260% 65 +20 65+40 65+60 65 +80 PROPOSED 42ND AVE S SEWER MANHOLE PROFILE H: 1'= 10',V, 1 " =5' 66+00 250' 240' PROPOSED SSMH F17 -21 PROPOSED SSMH E17-51 EX. 12' CONC. CULVERT TERMINATION POINT UNKNOWN NOTE: REFERENCE GENERAL NOTE 12 ON DRAWING C01 FOR ESTIMATED WASTEWATER FLOWRATES. CONTRACTOR TO POTHOLE GAS MAIN AND VERIFY THERE WILL BE AT LEAST 6- INCHES OE SEPARATION FROM PROPOSED SEWER PRIOR IO PLACEMENT OF PROPOSED As MANHOLES. IF LESS THAN 6- INCHES OF SEPARATION, DESIGN WILL BE RE'V'ISED TO LOWER MH E17 -51 NVERT ELEVATIONS. 250' 240 230' 230' NOTE: LOCATION AND DEPTH OF CROSSING GAS MAINS ARE APPROXIMATE. CONTRACTOR TO VERIFY BY POTHOLING. 220' 220' , PROPOSED SSMH E17 -51 EXIS GRO NG ND Vicinity Map SCALE: 1' = 300' GAS MAIN POTHOLE DATA STATION DISTANCE FROM CENTERLINE DIAMETER DEPTH TO CROWN FROM SURFACE OF HMA PAVEMENT -65+10 -13' E 4' 45' 65+19 15' E 12' 49" -65 +52 ^13' E 4' 44' -65+52 -16' E 12' 52" I APPROX.45' _'_ OF 8'C900DR25 PVC �a 0.72% 48 "STANDARD MANHOLE STA 65 +50.12, 45.50' R RE =695.75' IE OUT (W) = 231.39' -0+20 0 +30 DISTANCE ALONG SEWER STUB PROPOSED 8' x 6 PVC TEE WITH C 0+40 SSMH E17 -51 SEWER STUB PROFILE 8: 1'= 10', V: 1 " =5' 0+60 250' 240' 230' 220 z SEWER WORK AREA NO. 2 A N s REVISIONS 1 E 5 3 SCALE: SHOWN 1' DRAWING ISFULLSCALEV, El fl'NMEASORESP 01513 NO. C04 SNEErta: r; 4 7 cnn1o11 w Vicinity Map SCALE: 1' = 300' rs EWER WORK REA NO. EXISTING 8' SANITARY SEWER SERVICE FOR 15421 42ND AVE S TO REMAIN IN SERVICE FOR THE DURATION OF CONSTRUCTION. (STING CULVERT, BE REMOVED APS PWR- 122' -71• GROUND EL= 217.50' FND PK & WASHER M1 11 EXISTING 8" SANITARY SEWER MAIN TO REMAIN IN SERVICE FOR THE DURATION - OF CONSTRUCTION. FLOWS ARE APPROXIMATELY 100 GPM; WASTEWATER BYPASS WILL BE REQUIRED. tl i CRUSHED }LOCK BACKFILL, SEWER WORK H E17-4 CULVERT CROSSING. 30' DUCTILE IRON SEWER PIPE TO BE PROVIDED IN 18 -FOOT OR LONGER NOMINAL LENGTHS. MIDPOINT OF 18 -FOOT OR LONGER PIPE LENGTH IS TO BE PLACED DIRECTLY OVER CULVERT CENTER, MAXIMIZING DISTANCE FROM CULVERT TO SEWER PIPE JOINTS. PROPOSED SANITARY SEWER PLAN - SEWER WORK AREA NO. 3 H 1' = 20', V: 1' = 5' 230' PROPOSED PROPOSED SSMH Of 52 SSMH E17-53 \ #2 �-4^ �# G-�- -4 G 4 °G--- 4 =9i -. s 12" G 12 G 12' G 12' G- NOTE TO CONTRACTOR: REFERENCE GENERAL NOTE 12 ON DRAWING C01 FOR ESTIMATED WASTEWATER FLOWRATES. PROPOSED SSMH E17 -49 72' SHALLOW MANHOLE PROPOSED SSMH E11 -52 STA 69+35.5, 0,0' L 72' SHALLOW MANHOLE RE= 218.55' STA 70 +48,6,1.0' R IE OUT (N) = 214,01' RE = 218,06' IEIN(S)= 214.11' IE OUT (N)= 213A2' 220' ----- IEIN'S1= 213,52' IE N(W) =21455'(.APPROX) FINISHED GRADE � INVERT ELEVATION SHOWN IS APPROXIMATE. CONTRACTOR TO VERIFY AND CORE -DRILL THE MANHOLE PENETRATION TO MATCH EXISTING. - APPROX 113' OF 30' CLASS 52 DI @ C46% PROPOS D SSMH E17-53 72' STAN ARD WHOLE S 71 +216, 0.3' R RE = 220,56' ii IN(S)=213.07' IE BUT (N) = 212.97' EXISTING GROUND SCHEDULE D SEWER WORK AREA NO. 3 210' DEPTH OF TELEPHONE CROSSING UNKNOWN. CONTRACTOR TO VERIFY. APPRO'. 71' OF30'TLASS52DI ©0.51; INVERT E TION SHOWN IS APPROXIMATE. CONTRACTOR TO VERIFY AND CORE - DRILL THE MANHOLE PENETRATION TO MATCH STING. PROPOSED CULVERT 198' I i 1 I [ _ 1 f 188' 69+00 70+00 71 II 72+00 PROPOSED SANITARY SEWER PROFILE H:1' =20',V 1' =5' PaaASifA A SCALE: SHOWN s 0 1• DRAMVG IS FUU. WiliV BAR MUMS? MOON SIOTNQ: C05 5 7 CAI11116011 Pt C.I. MANHOLE FRAME AND COVER, OLYMPIC FOUNDRY p,1H 30 OR EQUIVALENT. (MIN. WT. 3800 PROVIDE NON -SKID SURFACE, 1 -1° DIAMETER HOLE AND WORD 'SEWER" CAST IN COVER. BOLT DOWN (3 BOLT S.S. WITH ALLEN HEAD). PROVIDE ASPHALTIC CONCRETE PER DISTRICT STANDARD #11 IF LOCATED IN GRAVEL AREA. FINISHED PAVEMENT GRADE 48' FLAT SLAB FOR - REBAR PER MANUFACTURER, LANDSCAPING AREA TRAVEL AREA PAVED ROADWAY RESTORATION: of qi `� / z o`PO �� J 26918 26934 4,47 lk,IGNAL0, SIGNED. 02/25/16 SIGNED 02/25/16 GRASS SEEDsNG OR SODDING AS DIRECTED FOR EROSION COMPACTED HMA PG 64-22. DEPTH 3" MINMMVM _ OR MATCH EXISTING. COMPACTION SHALL BE 92% CONTROL MEASURE 6' MIN. COMPACTED TOP SOIL - MAXIMUM DENSITY (MODIFIED PROCTOR) 4' 100% CRUSHED ROCK (% MINUS) 4' DIAMETER MANHOLE WITH 24" DIAMETER COMPACTED TO FIRM AND UNYIELDING COND 710N OPENING „/ / • /��J ' anikaNNAMiragetiVEW Arrrrrrrr4 /' SAW CUT EXISTING - - -- PAVEMENT (TYP.) CRUSHED ROCK (i) ) TO FIRM AND CONDITION . SIDE SLOPE AS REQUIRED J GRAVEL DRIVEWAY >\ - - Q RESTORATION: � \\ 3” 1005 CRUSHED !/ /; d ROCK (3§" MINUS) / a d COMPACTED TO \ i FIRM AND \� \\ UCOND� ON //\ '4 \ r' 100% ` \ COMPACTED \�i \ - - UNYIELDING / %� \> /�\ a d d \ �/ ��\ I �� \ \� \ \ / �� /�� �� \y ` 1. �� Q d \ .e i \/�4/ „ \ '®® MANHOLE ADJUSTMENT . In �® 4° MIN. 15° MAX. MIN. ' \�,\ RINGS SEE DETAIL 10 ��.��� 6' STANDARD MANHOLE FRAME AND COVER, SEE DETAIL 10 TACK & SEAL `, ALL JOINTS, TYP, \ /� i=PRE -CAST i FINISHED FLAT SLAB' ENT RUNG IN CHIMNEY SECTION TO BE 3.5 OUT FROM WALL /\ SEE DETAIL 9 PRE -CAST CONE FIRST RUNG BELOW CHIMNEY SECTION TO BE 3.5 OUT FROM WALL SEE DETAIL 9 p�- /® 6" D - - RUBBER GASKET JOINT BY ASSOCIATED SAND AND GRAVEL OR EQUAL 7' -0 ® - :_ j GRADE - - -- ”, 2'_ ® "_ F/ - �, :".,,./....'!"....,...,...--...it*"." ea -- 'r TYP. - D p MANHOLE STEPS SEE DETAIL 9 PRE 12" • `p .... .....® ` / HANDHOLD IN CHIMNEY SECTION. TO BE 3.5 OUT FROM WALL .. / - SEE DETAIL 9 ''''''A,., MANHOLE ADJUSTMENT - RINGS, SEE DETAIL 10 . \ FIRST STEP BELOW CHIMNEY SECTION MANHOLE STEPS, -' SEE DETAIL 9 NOTE: DO NOT INCLUDE STEPS WHEN DEPTH OF MH IS LESS THAN ■m - - -.. 5" 4" MIN. - 15' MAX. T+ 4 12' ' - ; • �' t ° 9" \ \ )/� d TRACER TAPE \��+. O.D. + 16' MIN. \/ OD + 24 MAX. Imo' BEDDING AND BACKFlLL SHALL BE 1005 CRUSHED ROCK MINUS) COMPACTED TO FIRM \ AND UNYIELDING CONDITION :. r V - .�� \ \/� "/�\/ < , X, 4" I \\/� i 4 ` ' \ -CAST BARREL —' 6 ° -11" MAX. 2' MANHOLE BASE SECTION p WITH PREFABRICATED CHANNEL WITH FIBERGLASS UNER. - SEE DETAIL 7 & 8 - o - -� 4' 0° 5° MANHOLE BASE SECTION WITH PREFABRICATED CHANNEL, WITH FIBERGLASS UNER, SEE DETAILS 7 AND 8 SCHEDULE D git#W VALLEY VIEW SEWER DISTRICT 40 O AVENUE' SOU - PHASE DETAILS I - 12° TYP. p a I ® ' 6" . rw1 .. -I „A 3. PEA GRAVEL OR SAND BEDDING f • MIN. WIDTH - { FOUNDATION MATERIAL AS REQUIRED By ENGINEER 6” MIN., TYP. ,- COMPACTED CRUSHED ROCK OR PEA GRAVEL BEDDING 4" -- MIN. • r ...rrrrr ..rrrrr .. r NO 1. DETAILS SHOWN ARE TYPICAL FOR AU. MANHOLES UNLESS OTHER VASE NOTED. 2. MANHOLE FRAME AND COVER TO BE ON OPPOSITE SIDE FROM OUTGOING PIPE. eSTANDARD TYP. VALLEY VIEW SEWER DISTRICT e VALLEY VIEW SEWER DISTRICT • MIN. WIDTH: WHEN H I5 LESS THAN 1' =O.D. + 24' WHEN H IS GREATER THAN l'mH + 0.0.+ 24" a VALLEY VIEW SEWER DISTRICT MANHOLE TYPICAL 4' DIA. MANHOLE NOT TO SCALE SHALLOW MANHOLE TYPICAL FOR 4' OR 6' DIA. MANHOLE NOT TO SCALE TRENCH CROSS SECTION FOR PIPE PERPENDICULAR TO AND PARALLEL TO ROADWAY NOT TO SCALE NI -a, V p- ° c -- p - a ° MANHOLE WALL 2' STANDARD MH BASE SECTION PROVIDE PLUG ON ALL STUBS FOR FUTURE CONNECTIONS A d e A .A e a ® - -- INCOMING SEWER UNE ® \ a a a a p (H„.„) 3.375- 1 4011111\ _D _ a , ` _ - . M �— E fA I I II -= ��) 11 I I H (H.H.) 6 A 11 1 1; II 11 ' F (1 1 1 ,.,..!• e �► PLAN // ONE LOCKING LUG INSTALLED - -- PLAN OVER LADDER TO GRADE OF GRID ON UD STANDARD MANHOLE FRAME AND COVER /% f GRID CONCRETE MANHOLE RINGS 1/10 CEMENT /GRAVEL �-_ 1 _ Or 50/50 SAND a" MIN. t3' " SECTION A —A A -�— PLAN CEMENT GROUT � 15° MAX, 1 1 INTEGRATED SOCKET WITH '0' RING GASKET TO ACCOMMODATE TYPE, AND SIZE OF SEWER PIPE (TYP.). - e • - SEWER PIPE d ® LsoE WE' Feb 25,2016 _m u- 15.25 ..� 14" ► MANHOLE SECTION - SECTION A —A HANDHOLDS (H.H.): LANE OR APPROVED EQUAL MANHOLE STEPS: LANE P -14938 OR APPROVED EQUAL N 8 a ELEVATION SCALE:SHOWN ELEVATION VALLEY VIEW SEWER DISTRICT PREFABRICATED CONCRETE CHANNEL WITH GLASS FIBER SUPPORTED VALLEY VIEW SEWER DISTRICT VALLEY VIEW SEWER DISTRICT �- r DRAWING 6FU 2 LL SGYE WHEN awMFAaNEEI MANHOLE STEP NOT TO SCALE PLASTIC LINER. AS MANUFACTURED BY GU UNERS LTD. OR APPROVED EQUAL. MANHOLE BASE BRANCHING SEWERS NOT TO SCALE ADJUSTABLE MANHOLE RINGS NOT TO SCALE DWG D01 N0 6 Pane Rnfft STANDARD MANHOLE FRAME AND COVER, SEE DETAIL 10 I^ PROVIDE ASPHALTIC CONCRETE PER DISTRICT STANDARD /11 r IF LOCATED IN GRAVEL AREA FINISHED J PAVEMENT GRADE FINISHED GRADE EXHIBIT A A HANDHOLD IN CHIMNEY SECTION TO BE 3.5' OUT FROM WALL\\/ SEE DETAIL 9 MANHOLE ADJUSTMENT RINGS, SEE DETAIL 10 PRE -CAST CONE FIRST STEP BELOW CHIMNEY SECTION MANHOLE STEPS, SEE DETAIL 9 PRE -CAST BARREL 4' MIN, 15' MAX. PROPOSED 30' SEWER MAIN PROPOSED 30' SEWER MAIN CONTROLLED DENSITY FILL (` q 1 ( (= v EXCAVATION BACKFILL CONTROLLED DENSITY FILL, COMPRESSIVE STRENGTH 300 PSI MAX 1.d { m) ( ( COMPRESSIVE STRENGTH 300 PSI MAX. 4.5' WIDE CRUSHED ROCK BACKFILL COLUMN, BID ITEM NO. D22 j _ ,_j y ; j ( _�' 1 =1 4.5 WIDE CRUSHED ROCK BACKFILL COLUMN, BID ITEM NO. D22 GILLIAM CREEK CULVERT (CORRUGATED METAL) 5' MANHOLE BASE SECTION POURED IN PLACE CHANNEL, 3000 PSI MIN. APPROVED NIX GROUT IN AREA AT CONCRETE KNOCKOUT, USE SAND COLLAR IF PVC MAIN (BOTH SIDES) EXCAVATION BACKFILL PAY WIDTH: EX. LINE= 4' MN. L FIT MANHOLE BASE AROUND EXISTING PIPE COMPACTED CRUSHED ROCK OR PEA GRAVEL BEDDING UNDISTURBED NATIVE SOIL UNDISTURBED NATIVE SOIL SADDLE MANHOLE NOT TO SCALE 18' IN FLOW POURED IN PLACE CHANNEL 5000 PSI MIN. APPROVED MIX BACKFILL UNDER SEWER PIPE IN VICINITY OF CULVERT NTS NIT BACKFILL UNDER SEWER PIPE IN OTHER AREAS OF GILLIAM CREEK EXCAVATION NTS POURED IN PLACE CHANNEL 5000 PSI MIN. APPROVED MIX. CONTRACTOR TO PROVIDE CONCRETE CYLINDER AND COMPRESSIVE STRENGTH TESTING RESULTS PERASTM C31. PROPOSED 8' SEWER MAIN. REFERENCE IE: 0.83' FLOW OUT \ 1 FLOW J 0.50' FLOW INFLUENT PIPE REFERENCE ELEV:1.34' NOTE: THE CONTRACTOR SHALL PROVIDE A FLOW - THROUGH PLUG DURING CONCRETE CURING. SSMH E17 -51 CHANNEL PLAN 1. _1, zo to '72 --{ 0.50' 050' 1-- 1,00' [ 100' 150' 150' 150' ww 1 Lg w W SSMH E17 -51 CHANNEL PROFILE SCALE: SHOWN A M20/ 17, 11 Is AM EXHIBIT A VALLEY VIEW SEWER DISTRICT 42nd Avenue South Gravity Sewer Improvements Cost Estimate Engineer: RH2 Engineering, Inc. Engineer's Estimate Bid Item Description Unit Quantity Unit Price Total D1 Traffic Control LS 1 $ 25,000 $ 25,000 D2 Shoring & Trench Safety Systems LF 433 $ 2 $ 866 D3 Temporary Erosion and Sedimentation Control LS 1 $ 7,000 $ 7,000 D4 Dewatering LS 1 $ 2,000 $ 2,000 D5 Potholing EA 5 $ 900 $ 4,500 D6 Landscape and Misc. Restoration LS 1 $ 7,000 $ 7,000 D7 Gilliam Creek Temporary Gravity Wastewater Bypass LS 1 $ 9,500 $ 9,500 D8 Other Temporary Wastewater Bypasses LS 1 $ 10,000 $ 10,000 D9 60 -inch Saddle Manhole (E17 -77) LS 1 $ 7,000 $ 7,000 D10 48 -inch Standard Manhole (F17 -21, F17 -22) EA 2 $ 7,000 $ 14,000 off 72 -inch Standard Manhole with Extra Channeling Work (E17 -51) LS 1 $ 15,000 $ 15,000 D12 72 -inch Standard Manhole (E17 -53) LS 1 $ 8,000 $ 8,000 D13 60 -inch Shallow Manhole (E17 -76) LS 1 $ 7,000 $ 7,000 D14 72 -inch Shallow Manhole (E17 -49, E17 -52) EA 2 $ 8,000 $ 16,000 D15 8 -inch SDR 35 PVC Pipe LF 172 $ 110 $ 18,920 D16 8 -inch AW WA C900 DR 25 PVC Pipe LF 45 $ 120 $ 5,400 D17 18 -inch SDR 35 PVC Pipe LF 32 $ 200 $ 6,400 D18 30 -inch Class 52 Ductile Iron Pipe with Ceramic Epoxy Lining LF 184 $ 330 $ 60,720 D19 Controlled Density Fill Pipe Encasement CY 110 $ 150 $ 16,553 D20 Crushed Surfacing Top Course Compacted Trench Backfill LF 1283 $ 6 $ 7,700 D21 Crushed Surfacing Base Course Compacted Trench Backfill LF 1283 $ 6 $ 7,700 D22 Gilliam Creek Crossing Crushed Surfacing Top Course Compacted Trench Backfill LF 995 $ 6 $ 5,970 D23 Foundation Material TON 356 $ 25 $ 8,898 D24 Gravel Driveway Restoration LS 1 $ 1,400 $ 1,400 D25 10 -inch HMA Patch with 8 -inch Crushed Rock Base SY 144 $ 60 $ 8,613 D26 Record Drawings and Post - Construction Survey LS 1 $ 4,000 $ 4,000 Subtotal (Construction Costs) _ $285,140 WSST (9.5%) Total (Construction Costs w/ SST) $312,228.57 8% of Total (with SST) for Construction Phase Admin and Engineering Coordination $24,978.29 Estimated Subtotal 1 $337,206.85 20% of Subtotal 1 $67,441.37 Estimated Subtotal 2 $404,648.23 JAData\VSD \113- 003 \01.120 Tukwila 40th to 42nd Ave S Wastewater Bypass \Cost Estimating \Tukwila ILA Cost estimate.xlsx Page 8 of 8 22 EXHIBIT B 40th -42nd Avenue South — Phase III, Project No. 99410303 and 99341208 March 17, 2017 Bid Set Construction Management Fees for Valley View Sewer District Sewer Construction (Bid Schedule D) Construction management costs assignable to Valley View Sewer District (District) are calculated as 8% of the construction cost (with sales tax) to construct Bid Schedule D. Valley View Sewer District will provide a full -time inspector during underground sewer construction and during the establishment and removal of wastewater bypasses. The District will require the assistance of the City for the following construction management activities: 1. Scheduling and management of the preconstruction conference. 2. Handling and forwarding of submittals and shop- drawings pertaining to Bid Schedule D work to the District and returning District - reviewed submittals to the Contractor. Handling and forwarding of Requests for Information (RFI) from the Contractor concerning Schedule D work to the District and returning District responses to the Contractor. 3. Primary responsibility for processing pay requests. The District will verify the Bid Schedule D quantities requested for payment by the Contractor and will relay this information to the City. 4. Notification and inclusion of District staff in construction progress meetings pertaining to Bid Schedule D work. 5. Processing of change orders completed by the District and the Contractor. The District will prepare documentation supporting District - related change orders and will negotiate change order compensation with the Contractor. 6. Collection and transmittal of record drawing information gathered by the Contractor to the District. Page 1 of 1 23 24 City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Bob Giberson, Public Works Director - f BY: Cyndy Knighton, Senior Program Manager CC: Mayor Ekberg DATE: May 19, 2017 SUBJECT: 42nd Avenue S Phase III (Southcenter Blvd to S 160th St) Project No. 99410303 Interlocal Agreement with King County Water District #125 ISSUE Approve an Interlocal Agreement (ILA) with King County Water District #125 (KCWD #125) for reimbursement of costs for sewer relocation work to be constructed by Active Construction, Inc. for the 42nd Avenue S Phase III project. BACKGROUND In February 2012, CH2M Hill began design work on a project that combined the 42nd Ave S Phase III (Southcenter Blvd to S 160th St) roadway improvements and the Gilliam Creek culvert replacement project. The project included significant coordination with outside utility providers. KCWD #125 has designed water main relocations to accommodate the City's project and the project was bid with a separate schedule for the KCWD #125 work. ANALYSIS The 42nd Avenue S project has been awarded to Active Construction, Inc. and bid schedule E includes all the work designed by KCWD #125 for the required water main relocation. The attached ILA provides the necessary mechanism for Tukwila to complete the construction of the KCWD #125 work and get reimbursed for the costs. The ILA includes reimbursement to Tukwila for the actual construction work as well as a percentage of the construction cost (8 %) to offset construction management (CM) costs. The typical 8 -10% of CM costs is not used because Tukwila is not responsible for inspection of the water installation as KCWD #125 is providing staffing for inspections. FINANCIAL IMPACT Ultimately there is no financial impact to Tukwila for the ILA. The contractor will be paid using Tukwila funds, but the water main relocation costs are fully reimbursed to the City. Actual costs, once known, are what will be charged to KCWD #125 and not the estimated costs included in the agreement language. The anticipated maximum reimbursement to Tukwila is $289,841.33, which includes a 20% contingency. There are provisions for more should it become necessary, although KCWD #125 approval would be required. RECOMMENDATION Council is being asked to approve the Interlocal Agreement with King County Water District #125 for the 42nd Ave S Phase III Project and consider this item on the Consent Agenda at the June 5, 2017 Regular Meeting. Attachment: Interlocal Agreement between City of Tukwila and King County Water District #125 w:fpw eng\projects�a- rw & rs projects \42nd ave s phase iii (99410303 94 -rs03) \construction\ #.200 - correspondence \005 - utility & interlocal coordination \info memo - ila with kcwd sm.docx 25 INTERLOCAL AGREEMENT BETWEEN KING COUNTY WATER DISTRICT NO. 125 AND THE CITY OF TUKWILA REGARDING UTILITY RELOCATION THIS INTERLOCAL AGREEMENT ( "Agreement ") is made and entered into by and between King County Water District No. 125, a Washington municipal corporation ( "District "), and the City of Tukwila, a Washington municipal corporation ( "City "), (individually a "Party" and collectively the "Parties "). WHEREAS, the Tukwila City Council has authorized the 42nd Avenue South Phase III (Project No. 99410303) improvement/transportation project in an area with mixed zoning, both high and low density residential; and WHEREAS, the City intends to construct storm drainage improvements within the right of way of 42nd Avenue South as part of the Project; and WHEREAS, Tukwila has determined that its street improvement project is a public project and will necessitate the relocation and new construction of District utility infrastructure located within the boundaries of the project; and WHEREAS, the District has a water main and appurtenances located within the right of way of 42nd Avenue South that conflict with the planned alignment of the City project; and WHEREAS, the City requires that the District relocate existing utilities at District cost when planned City roadway infrastructure conflicts with District infrastructure; and WHEREAS, it is mutually beneficial to both Parties to have the utility relocation and project construction take place concurrently utilizing one contractor to reduce overall costs and traffic related impacts; and WHEREAS, the Parties desire to have the City serve as the lead agency for the project to provide final design, advertisement, award, construction, inspection, and contract administration for the project. NOW THEREFORE, in consideration of the terms and conditions contained herein, the Parties agree as follows: AUTHORITY This Agreement is entered into pursuant to Chapter 39.34 RCW, the Interlocal Cooperation Act. PURPOSE The Parties agree to engage in a joint project that will construct street, utility and culvert improvements along 42nd Avenue South as described generally in the plan set titled, "40th -42nd Avenue South — Phase III, Project No. 99410303 and 99341208, dated March 17, 2017" which are hereby incorporated herein by this reference and made part hereof ( "Project "). W: \PW Eng \PROJECTSW- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \90% \COT - KCWD #125 - Interlocal Agreement 42nd Ave S Final.docx -1- 26 DISTRICT RESPONSIBILITIES 3.1 The District shall provide the City engineered drawings, specifications, and any applicable construction standards for all work required by the District as described on Exhibit A attached hereto and made a part hereof ( "District Work "). The drawings shall show in detail the location, quantity, and size of each required component. 3.2 The District shall coordinate with the City and its consultants on the preparation of the plans and specifications and review the portion of the Project's final drawings and specifications for the District Work and shall provide the City written notice of approval and acceptance of the plans and specifications associated with the District Work. 3.3 The District shall participate in the bid process as follows: a. Accept or reject bids on bid items associated with the District Work. The District Work shall be included as a separate bid schedule in the Project contract. b. Within ten (10) days of receiving the Project bid tabulation from the City, the District shall notify the City in writing that the District either agrees to proceed with the District Work, or the District chooses to complete its work on its own as part of a separate project. If the District determines to complete the District Work on its own as a separate project, the District shall require its contractor to coordinate the District Work within the Project area with the City's contractor and with any contractors from other utilities and to not unreasonably interfere with or delay the City's contractor. 3.4 The District shall provide payment to the City to reimburse the City for its costs of constructing the District Work pursuant to Section 5 of this Agreement. 3.5 The District shall provide the inspection services needed for overseeing the proper installation of the District Work. The District's inspector will coordinate with the City's inspector and the City inspector will give all direction to the Contractor. 3.6 The District will notify its customers of the Project, perform any water system shut downs necessary for the District work, and notify its customers of any scheduled water service interruptions related to the Project. 3.7 The District shall pay any valid claims made by the Contractor relating to the District Work that are valid and proximately caused by the District, provided, the District at its sole expense shall have the right to defend any claims made by the Contractor relating to the District Work. Any such claims must comply with the definition and procedure regarding claims in the Project contract and must be verifiable or substantiated claims. 3.8 The District shall pay any additional expenses incurred in performing the District Work due to any over - excavation required or any other unforeseen conditions related to the District Work which reasonably require additional work and W: \PW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \90% \COT - KCWD #125 - Interlocal Agreement 42nd Ave S Final.docx -2- 27 expense, including any additional trench width or depth attributable to errors in the District's design. Any changes to the District Work perceived as necessary by the Contractor and any required change orders must be approved in writing by the District in advance of such changes. 3.9 The District shall maintain continued coordination with the City regarding the performance of the District Work. This coordination shall include but not be limited to the following: a. The District will attend the Project pre- construction meeting. b. The City will provide the District a copy of the Contractor's proposed work schedule showing date, location, and extent of work to be performed. This schedule will be subject to change at any time. c. The District will attend weekly construction meetings that involve the District Work. 4. CITY RESPONSIBILITIES 4.1 The City shall be the lead agency for the Project with regard to design, construction, SEPA review, permitting, inspection, contract administration, funding and all other matters pertinent to accomplishment of the Project. 4.2 With the assistance of CH2M, the City shall prepare, advertise, and award the contract bid documents, which shall contain five bidding schedules, three for the City improvements, one for Valley View Sewer District sewer line relocation, and one for the District Work. The basis for Project award will be the total lowest responsible bid for the sum of all five bid schedules. Prior to advertisement, the City shall obtain the District's review and approval of the bid documents. The bid documents, and the advertisement of them, shall comply with City's bid statutes, ordinances and resolutions. 4.3 The City shall be responsible for providing all traffic control associated with the construction of the Project. 4.4 The City shall require the Contractor to install and perform the District Work in accordance with the Project's final plans, and the District's standards, specifications, and inspector's written direction. 4.5 The City will provide written notification to the District at least five (5) days prior to beginning construction of the District Work to allow for District scheduling of the on -site inspector. 4.6 The City will schedule and attend weekly construction meetings with the City's Contractor, District, and other franchise utilities involved in the Project. 4.7 The City shall require the Contractor constructing the Project to have the District, its elected and appointed officers, agents and employees (collectively, the "District" for the purposes of this provision) named as an insured on all policies of W: \PW Eng \PROJECTSVA- RW & RS Projects \42nd Ave S Phase III (99410303 94- RS03) \Design\90% \COT - KCWD #125 - InterlocaI Agreement 42nd Ave S Final.docx -3- 28 insurance to be maintained by the Contractor under the terms of the Project contract, including the Contractor's Commercial General Liability Insurance, Commercial Automobile Insurance, and Umbrella coverage. The District shall be responsible to pay any additional cost incurred by the Contractor to name the District as an additional insured. If the District is included as an additional insured on such insurance, the Contractor shall provide the City with endorsement(s) to such insurance necessary to confirm the District is an additional insured on such policies /coverage. The City shall provide the District with copies of such endorsement(s) upon receipt of same by the City. The City shall also require the contractor building the Project to indemnify, defend, and save harmless the District and its elected and appointed officers, agents, or employees from any claim, damage, action, liability of proceeding brought or filed against the District or its officers, agents or employees alleging damage or injury arising out of the contractor's participation in the Project. The Contractor shall also be required to waive the Contractor's immunity under Washington's Industrial Insurance Act, RCW Title 51, as to the District solely for the purposes of the indemnification. 5. COMPENSATION 5.1 The estimated cost for the District work related to this Agreement, as described on Exhibit B is $223,643, including tax. Based on the estimated cost, the District shall pay the City $17,891.44 for construction administration costs plus actual contractor costs including tax for completed work, and /or services rendered under this Agreement according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this reference. The total amount to be paid by the District to the City, including the construction administration costs referenced above, shall not exceed $289,841.33 unless approved in writing by the District. The actual costs are subject to change based upon final bid review, award of all relevant Project work, and change orders. 5.2 The City shall invoice the District following completion of the Project work and acceptance by the District of the District Work. Payments are due within thirty (30) days of the District's receipt of an invoice from the City, except for any disputed amounts. 5.3 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. 6. INDEMNIFICATION Each of the Parties shall defend, indemnify and hold the other Party, their officers, officials, employees and agents harmless from any and all costs, claims, judgment, and /or awards of damages, arising out of; or in any way resulting from that other Party's negligent acts or omissions in performing under this Agreement. No Party will be required to defend, indemnify or hold the other Party harmless if the claim, suit or action for injuries, death or damages is caused by the sole negligence of that Party. Where such claims, suits or actions result from the concurrent negligence of the Parties, the W: \PW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \90 % \COT - KCWD #125 - Interlocal Agreement 42nd Ave S Final.docx -4- 29 indemnity provisions provided herein shall be valid and enforceable only to the extent of each party's own negligence. Each Party agrees that its obligations under this subparagraph include, but are not limited to, any claim, demand, and /or cause of action brought by, or on behalf of, any of its employees or agents. For this reason, each of the Parties, by mutual negotiation, hereby waives, with respect to the other Party only, any immunity that would otherwise be available against such claims under the Industrial Insurance provisions of Title 51 RCW. Further, the District shall defend, indemnify and hold the City, its officers, officials, employees and agents harmless from any and all claims brought by the Contractor relating to the District Work, including but not limited to project delay claims, subject to the provisions of Section 3 herein. 7. AUDITS AND INSPECTIONS The records and documents with respect to all matters covered by this Agreement shall be subject to inspection, review or audit by the City or the District at the requesting Party's sole expense during the term of this Agreement and three (3) years after expiration or termination. Such records shall be made available for inspection during regular business hours within a reasonable time of the request. 8. JOINT BOARD /SEPARATE LEGAL ENTITY It is not intended that a separate legal entity be established to conduct this cooperative undertaking. The City shall act as administrator of this Agreement. 9. FINANCE AND BUDGET No special budget or funds are anticipated, nor shall any be created. The Parties are each responsible for their own finances in connection with this Agreement, and nothing in this Agreement shall be deemed or construed otherwise. 10. PROPERTY ACQUISITION HOLDING AND DISPOSAL Following final payment by the District and final acceptance of the Project by the City, the water system improvements as depicted on Exhibit A shall become the property of the District. Upon final acceptance of the Project, the City shall transfer and assign any rights it may have under the Project contract relating to the District work to the District, including any warranty and maintenance obligations by the Contractor relating to the District work. The District's acceptance of the District work shall not constitute acceptance of any unauthorized or defective work or materials, nor a waiver of any manufacturer's, supplier's or contractor's warranties. The City shall also provide redline drawings of the District work to the District upon completion of the Project work, such redline drawings to be prepared at the District's expense. The District shall retain any rights, claims or demands the District may have against the Contractor relating to the District work under applicable statutes of limitation as a third party beneficiary under the City's contract with the Contractor. W: \PW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \90% \COT - KCWD #125 - Interlocal Agreement 42nd Ave S Final.docx -5- M 11. DURATION: TERMINATION This Agreement shall be effective immediately after execution by both Parties, and shall remain in full force and effect until final acceptance of the Project and resolution of all issues relating to the Project. 12. APPLICABLE LAW; VENUE; ATTORNEYS FEES This Agreement shall be subject to, and the Parties 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. 13. 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. 14. ENTIRE AGREEMENT; MODIFICATION This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and District 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. 15. NOTICES Notices to the City of Tukwila shall be sent to the following address: Cyndy Knighton City of Tukwila 6300 Southcenter Boulevard Tukwila, WA 98188 (206) 431 -2450 (Phone) cyndy.knighton @tukwilawa.gov W: \PW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \90% \COT - KCWD #125 - Interlocal Agreement 42nd Ave S Final.docx -6- 31 Notices to the District shall be sent to the following address: Shane Young King County Water District No. 125 3460 S. 148th St #110 Tukwila, WA 98168 (206) 242 -9547 (phone) shaneyoung @waterdistrict125.com IN WITNESS WHEREOF, the Parties have executed this Agreement on the date last written below. KING COUNTY WATER DISTRICT NO. 125 By: Print Name, Title: DATE Approved as to Form: District Attorney DATE CITY OF TUKWILA By: Allan Ekberg, Mayor DATE Approved as to Form: City Attorney DATE Attest /Authenticated City Clerk, Christy O'Flaherty DATE VVAPW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \90% \COT - KCWD #125 - Interlocal Agreement 42nd Ave S Final.docx -7- 32 Exhibit A ARV 13710 "6 • _5 TP 5. 11010 3 140th ST 142nd ST 42nd 3T 21,0' ST 4 +2nd 71. 1111h -501 - 46TH AVE s SHEET W9 (SET 2) 0 1461 1. 14111h ?r 171.11 ST 1481(1 3T 11 ;111 50 1811,. .7T__ - -_s _`148th ST 71 00. 1 -40th 5T'. 150th 5T. Id ST - S. I52nd PT. 5 15410 ST 1 PROJECT LOCATION 4- Issue PT SR 405 HI ST h ST T 10011, 05 . ZONE 2 SOURCE SEATTLE WATER HGL = 15341 ZONE 2 SOURCE SEATTLE WATER HGL = 12 525 GRAPHIC SCALE 500 0 250 500 1000 MI MI MI ( IN FEET 1 Inch = 500feet KING COUNTY WATER DISTRICT NO. 125 42ND AVE PHASE 111 PROJECT SCHEDULE E BOARD OF COMMISSIONERS: RENEA BLANCHETTE, COMMISSIONER JERRY THORNTON, COMMISSIONER JOHN THOMPSON, COMMISSIONER SHANE YOUNG, GENERAL MANAGER INDEX SHEET NO SHEET TITLE WD 125 WATER IMPROVEMENTS COVER SHEET WATER PLAN WATER PLAN WATER PLAN SPU METER SITE PLAN SPU METER DETAIL 7 NOTES & DETAILS DESIGNED DH DRAWN MM CHECKED DH SYM REVISION DATE BY APP'D 11255 Kirkland Way, Suite 300 / / /�/ //•►�' �\ Kirkland, WA 98033 ACE p. 425.827.2014 If 425.827.5043 `\�Civ31 Structural 1 Planning 'Survey An Engineering Services Company paceengrS.com King County Water District No. 125 DATE FEBRUARY 2017 SCALE AS NOTED 42ND AVE PHASE 111 COVER SHEET JOB NUMBER 13073.00 DWG NAME: P13073_CVR SHEET 1 OF 7 Page 1 of 8 Exhibit A STA 50 +57, 19.0'± LT. NEW SPU / WD 125 WATER VAULT. SEE SHEET 5. STA 52 +66.7, 26.5' LT. RELOCATE EXIST. FIRE HYDRANT ASSEMBLY 00 51 +00 EX. 12" DI W 42ND AVE S 52 +00 53 +00 SEE DETAIL SHEET 5 DETENTION VAULT 10 FT DEEP I r MIN 3 FT CLEARANCE / FROM WATER. 57 +01.1, 24.9' LT. 1 — FIRE HYDRANT ASSEMBLY, PER DISTRICT SIDS. 1 — 12"X6" TAPPING TEE 1 — 6" GATE VALVE, FLxRJ 1 — THRUST BLOCK MATCHLINE SEE ABOVE RIGHT STA 58 +84.0, 26.5° LT. 1 — FIRE HYDRANT ASSEMBLY, PER DISTRICT SIDS. 1 — 12 "X6' TAPPING TEE 1 — 6" GATE VALVE, FLxRJ 1 — THRUST BLOCK 54 +00 55 +00 EXIST. WATER SERVICE TO REMAIN. REPLACE 11¢" SERVICE. EXIST. WATER SERVICE TO REMAIN. REPLACE 1" SERVICE. GRAPHIC SCALE 20 0 10 20 40 M NI EN IIIII ( IN FEET ) 1 Inc❑ + 20 feet REPLACE 11¢" SERVICE. REMOVE AND SALVAGE EXISTING HYDRANT. 56 +00 57+00 REMOVE AND SALVAGE EXISTING HYDRANT. 42ND AVE S 58 +00 59 +00 60 +00 61 +00 MATCHLINE SEE SHEET 3 EXIST. WATER SERVICES TO REMAIN. EXIST. WATER SERVICE TO REMAIN. STA 60 +71.6, 33.7' LT. 1 — FIRE HYDRANT ASSEMBLY, PER DISTRICT STDS. 1 — 12 "X6" TAPPING TEE 1 — 6" GATE VALVE, FLxRJ 1 — THRUST BLOCK 2/23/17 DESIGNED DH DRAWN MM CHECKED DH SYM REVISION DATE BY APP'0 PACE An Engineering Services Company 11255 Kirkland Way, Suite 300 Kirkland, WA 98033 p. 425.827.2014 i f. 425.827.5043 Civil } Structural i Planning i Survey paceengrs.com King County Water District No. 125 DATE FEBRUARY 2017 SCALE 1 " =20' 42ND AVE PHASE 111 WATER PLAN JOB NUMBER 13073.00 DWG NAME: P13073_WA SHEET 2 OF 7 Page 2 of 8 Exhibit A MATCHLINE SEE SHEET 2 REPLACE 2 -1h" SVCS UG REMOVE AND SALVAGE — EXISTING HYDRANT. REPLACE 1" SVC STA 63 +40.3, 23.5' LT. 1 — FIRE HYDRANT ASSEMBLY, PER DISTRICT STDS. 1 — 12 "X6" TAPPING TEE 1 — 6" GATE VALVE, FLxRJ 1 — THRUST BLOCK lr-r 7, STA 65 +55.9, 25.0' LT. 1 — FIRE HYDRANT ASSEMBLY, PER DISTRICT STDS. 1 — 12 "X6" TAPPING TEE 1 — 6" GATE VALVE, FLxRJ 1 — THRUST BLOCK 62.00 63 +00 64400 65.00 66 +00 42ND AVE -.S ;. 6 EXIST. WATER SERVICE TO REMAIN, GRAPHIC SCALE 20 0 10 20 40 NM MI IN IN IM ( IN FEET ) 1 inch = 20 feet REPLACE 1" SVC EXIST. WATER SERVICE TO REMAIN. DESIGNED DRAWN CHECKED DH MM DH SYM REVISION DATE BY APP'D PACE An Engineenng Services Company 11255 Kirkland Way, Suite 300 Kirkland, WA 98033 p. 425.827.2014 1f 425.827.5043 Civil !Structural 1 Planning 1 Survey paceengrs.com King County Water District No. 125 DATE FEBRUARY 2017 SCALE 1" = 20' 42ND AVE PHASE 111 WATER PLAN JOB NUMBER 13073.00 DWG NAME: P13O73_WA SHEET 3 OF 7 Page 3 of 8 STA 67 +07.4, 24.0' LT. 1 - FIRE HYDRANT ASSEMBLY, PER DISTRICTS SIDS. 1 - 12 "86" TAPPING TEE 1 - 6" GATE VALVE, FLxMJ 1 - THRUST BLOCK REPLACE 1" SVC 68 +00 GRAPHIC SCALE 20 0 10 20 40 ( IN FEET 1 inch = 20 feet REMOVE AND SALVAGE EXISTING HYDRANT. STA 68 +74.1, 13.9' LT. 1 - 12" GATE VALVE, FLxRJ 1 - 12" 45' BEND, FLxRJ Exhibit A REMOVE AND SALVAGE EXISTING HYDRANT. STA 1 - 70 +29.0, 22.5' LT. FIRE HYDRANT ASSEMBLY, PER DISTRICT'S SIDS. 12 "X6" TEE, FL 12" GATE VALVE, FLxMJ 6" GATE VALVE, FLxMJ 12" ADAPTER, FLxMJ THRUST BLOCK 69 +00 149±LF 12" D.I. 70 +00 STA 68 +80.0, 8.0' LT. 1 - 45' BEND, RJ PROPOSED CULVERT TEMPORARY PLUG & BLOCK FOR CULVERT INSTALLATION. REMOVE AND REPLACE 12" D.I. AS NECESSARY FOR CULVERT INSTALLATION. 3011 C 71 +00 42ND AVE S 72 +00 M STA 70 +55.3, 13.3' LT. 1 - 12" 45' BEND, RJ STA 7D +50.0, 8.0' LT. 1 - 12" 45' BEND, RJ 73 +00 DESIGNED DH DRAWN MM CHECKED DH SYM REVISION DATE BY APP'D An Engineering Services Company 11255 Kirkland Way, Suite 300 Kirkland, WA 98033 p. 425.827.20141(. 425.827.5043 Civil 1 Structural 'Planning 1 Survey paceengrs.com Page of King County Water District No. 125 DATE FEBRUARY 2017 SCALE AS NOTED 42ND AVE PHASE 111 WATER PLAN JOB NUMBER 13073.00 DWG NAME: P13073_WA SHEET 4 OF 7 Exhibit A 1 v) 50 +00 POTHOLE TO VERIFY DEPTH. 1 -6" 90' BEND, MJxFL 1 -8 "x6" REDUCER, FLxFL 1 -8" GATE VALVE, FLxRJ 1— THRUST BLOCK REMOVE EXISTING METER AND VAULT. INSTALL 8" VERT. BENDS, RJ, AS NEEDED TO ACHIEVE GRADE AND LEVEL PIPE THROUGH VAULT. REMOVE /ABANDON EXIST. WATER AS NECESSARY. INSTALL 3 -8" 45' VERT. BENDS, RJ, AS NECESSARY FOR GRADE. PROPOSED RETAINING WALL 1- 12 " -90' BEND, RJ 1- THRUST BLOCK 30±LF 8" DI, RJ IC 3Ir3 1[3 8±LF 12" DI, RJ TEMPORARY PLUG AND BLOCK. PRESSURE TEST TO INCLUDE 90' BEND. MAKE FINAL CONNEC).QN TO 12" D.I.—WITH 12- SPOOL —_... AND RJ COUPLING AFTER TEST' TEMP. PLUG AND BLOCK. PRESSURE TEST TO INCLUDE 90' BEND. PROVIDE 6" SPOOL & MJ COUPLING. SHORE AND LEAVE OPEN FOR FINAL CONNECTION BY SPU. 2 -8" 45' BENDS, RJxRJ 2— THRUST BLOCKS 0 0 4" D.I. DRAIN TO CB. IE 407.5 0 1 -12" RJ SLEEVE NEW SPU METER VAULT. SEE SHEET 6. PLACE VAULT SO BACK OF HATCH IS 1 FOOT FROM BACK OF SIDEWALK. 6" SPU SUPPLY MAIN TO KCWD #125 42ND AVE S CLOSE VALVE IN EXIST. VAULT FOR DURATION OF METER INSTALLATION WORK. 51 +00 NOTES FOR SPU SUPPLY MAIN: 1. PROTECT MAIN FROM CONTAMINATION AND FROM DEBRIS WHILE PIPE IS EMPTY. 2. MAIN TO BE EMPTY 14 DAYS MAX. 3. THERE MAY BE SOME LEAKAGE PAST VALVE IN EXIST. VAULT OFF OF 60" MAIN. 4. SPU TO PROVIDE 6" METER, CONTRACTOR TO INSTALL. TAKE PRECAUTIONS TO AVOID DAMAGE TO METER. 5. COORDINATE METER ACQUISITION AND FINAL CONNECTION WITH ROGER COX OF SPU, 206- 399 -2496. PROPOSED RETAINING WALL 5 GRAPHIC SCALE 0 2.5 5 OMEN I• DESIGNED DH DRAWN MM CHECKED DH SYM REVISION DATE BY APP,D i PACE An Engineering Services Company 11255 Kirkland Way, Suite 300 Kirkland, WA 98033 p. 425.827.2014 7.425.827.5043 Civil I Structural Planning I Survey paceengrs.com King County Water District No. 125 DATE FEBRUARY 2017 SCALE AS NOTED 42ND AVE PHASE III SPU METER SITE PLAN JOB NUMBER 13073.00 DWG NAME: P13073_WA SHEET 5 OF 7 Page 5 of 8 Exhibit A NOTES: 1. CONSTRUCT VAULT WITH 18" SQUARE KNOCKOUTS, LOCATED WHERE SHOWN. 2. APPLY7 TRENTON WAX TAPE #1 OR TWO COATS OF MASTIC PAINT TO SHACKLE ROD ENDS, BOLTS, NUTS, WASHERS, AND OTHER BARE METAL. 3. PLACE CONCRETE BLOCKS AND SHIMS TO SUPPORT BOTH BENDS. 4. INTENTIONALLY LEFT BLANK. 5. TAP AIR VENT CORP ON TOP OF PIPE AND A FLUSHING CORP ON BOTTOM OF PIPE, JUST UPSTREAM OF BYPASS GATE VALVE. - 11040 006 -060. 7. MAINTAIN 24" VERTICAL CLEARANCE BETWEEN VAULT LI AND TT M II RIZ NTAL X 24" VERTICAL CLEAR ARCA CTWCCN ACK F CURD AND C RR SI N PR TCCTI N N TES: IS CATH ICALLY SERVICE PPOTECTEB. PR- TCCTCDLSUPPLY MAIN, TI IC Jl V PIPING SHALL BE PROVIDED WITH A MATCHING C ATING SYSTEM AN THE JOINTS SHALL DC D NDCD AND C RR 0I 0 PR TCCTI N MEASURES SHALL CONFORM TO THE RELATED CORROSION PROTECTION STANDARD PLANS. TIIC MATERIALS LIST AD VE }�OAWG 409.5 (TYP) (TYP) (TYP) (TYP) 4 D.I. TO CB IE 407.5 — DOUBLE DOOR HATCH NOTE 5 1 L- i ■I VAULT & HATCH 6" ') CONC. BLOCKS & SHIMS ARE NOT SHOWN SLOPE TO MATCH EX. GRADE (SLOPE SHALL BE FIELD DETERMINED) 412.8± 412.2± NOTE 1 NOTE 11— 11�r 41..1 ■ 0e< 3' 6" X 4' -0" OPENING IN TOP CONC. COVER SLAB OUTLINE NOTE 3 5' 6" CONC. BLOCKS & SHIMS ARE NOT SHOWN PLAN SLAB & HATCH 12 "x6" RED. RJxFL TOP OF WALK 414± I c °a I I I I I I I r ° < FREESTANDING ALUMINUM LADDER'' WI H LADDER -UP ACCESSORY ATTACHED TO THE SIDE OF HATCH AND FLOOR. HA H 000NT 3' -6" 0 408.0 1 0 Ir 00 00000 0® (TYP) (TYP) (TYP) (TYP) (TYP) (TYP) 4" D.I. DRAIN ELEVATION f1' -4" 51-2' 2' -10" Ammo GROUT TO DRAIN 0 - 0" • e I • TEMPORARY DISINFECTION ASSEMBLY 6" PEA GRAVEL 6" DOMESTIC SERVICE MATERIAL LIST ITEM QTY UNIT SIZE STOCK NUMBER DESCRIPTION XY TAPPING TC G) 1 1 CA 0 X G" Cf SLEEVE (N NOT USED TAPING VALVE, TAP FLC X MJ 2 1 CA C" 01 531 C CATC (NOT USED 3 4+ EA 6" 814 - 102 -061 WEDGE RESTRAINER GLAND (MEGALUG FOLLOWER) 4 3 EA 10LB PAIL #1408 450- 145 -050 JET PLUG COMPOUND 5 A.N. 6" 826- 005 -061 DUCTILE IRON PIPE, MJ, CL 53, CEM. LINED 6 9 SF 2" THICK 825- 125 -020 ETHAFOAM MATERIAL 7 1 EA 6" 820- 116 -060 HUB & FLANGE, MJ X FLG 8 2 EA 6" X 6" X 4" 836 - 255 -060 TEE, DI, 6" MJ X 6" FLG X 4" FLG 9 2 EA 6" 840 -504 -060 RW GATE VALVE, CL 125 FLG X CL 125 FLG 10 1 EA 4" 809 - 069 -040 BEND, 90 °, DI, CL 125 FLG X MJ 12 12A CA CA G" 070 0 1 0 METR 0 Of CCTRUIvl 44 G" C" x15" SPOOL WITH TEST f RT 0 R SPECTRUM 440 C" 2 EA 6" 879 002 -060 6" SENSUS ACCUMAG METER W/ ENCODED OUTPUT FOR AMR 12A EA 6 "x20" 811- 005 -060 SPOOL WITH TEST PORT FOR ENDURO 2000 13 2 EA 3/4" X 3/4" 840- 357 -007 CORP STOP, AWWA COMP 16 2 SACK 60 LBS 210 - 300 -015 PREMIX CONCRETE 17 A.N. EA 2" X 4" X 8" 210- 200 -001 BRICK OR CONC. RISER 18 1 CA #2 22 ST VALVE X LI NOT USED 10 1 CA #2 022 1 STD VALVE D X T f NOT USED 20 1 CA #2 022 1 1 STD VALVE D X 0 TT M NOT USED 21 1 EA ST 825 11 0 CTIIAF AM RING NOT USED 22 1 EA 4' -4" X 8' -4" INSIDE 210 - 410 -484 CONCRETE VAULT 4484 W/ SHORT MIDDLE SECTION AND NO -SLIP COATING ON HATCH 23 A.N. EA 4 "X8 "X16" 210- 100 -002 CONCRETE BLOCK 24 4 EA 1/4" X 12" X 12" 827- 100 -120 STEEL PLATE 4 EA 3/4" X 1 - 1/4" X 6" 400 -540 -122 STEEL WEDGE 4 EA 5 "X1 "x1/2" 400-540-125 STEEL RAISING WEDGE 26 1 EA 6" X 2" 813 -527 -110 REDUCING FLANGE, DI, CL 125 FLG X FIPT 27 1 EA 2" 810- 269 -200 90° STREET ELBOW, CALV 28 1 EA 2" 828- 500 -020 PIPE PLUG, MIPT, GALV STL, SQUARE HEAD 29 1 EA 6" -840- 270 -060 WAFER CHK VALVE 30 1 EA 4" 840 -504 -040 RW GATE VALVE, CL 125 FLG X CL 125 MJ 31 A.N. 4" 826- 005 -041 DUCTILE IRON PIPE, MJ, CL 53 CEM. LINED 32 2 EA 4" 814- 102 -041 WEDGE RESTRAINER GLAND ( MEGALUG FOLLOWER) 7 EA 6" X 11" 813- 099 -015 6" RUBBER GASKET (RED) 56 EA 3/4" 420- 410 -020 HEX NUT 16 EA 3/4" X 3" 420- 215 -228 HEX BOLT 24 EA 3/4 "X3 -1/2" 420- 215 -232 BOLT 8 EA 3/4 "87" 420- 235 -061 STUD BOLT 33 1 EA 2" 840- 050 -020 BALL VALVE, BRASS 1/4 TURN EA 2" 824- 120 -001 CLOSED NIPPLE IPT, BRASS 1 EA 2" 828- 150 -020 BRASS PLUG IPT 1 EA 4" 809- 049 -040 4" BEND, 90° DI, CL 125, FLGxFLG "X9" 3 CA 4 013 00 S 1" RU DER CASKET (RED) NOT USED 96" 24 CA x374" 42 210 102 0 LT NOT USED 24 CA V 42 41 1C I ICX NUT NOT USED NOT USED 512 1 3 2 2" MIPT X CTS RASS C tvlf RC00I 0 FITTING 35 1 CA NOT USED 012 1 2 2 2" CPT X CTS DRASS C Mf GCSSI N FITTING 36 10 LF 826- 003 -020 2" CALV. PIPE, HI PT 37 1 EA 813- 050 -060 INSULATION FLANGE KIT A.N. = AS NEEDED GRAPHIC SCALE 0 0,5 1 2 ( IN FEET ) 1 inch = 1 feet DESIGNED DRAWN CHECKED DH MM DH SYM REVISION DATE BY APP'D An Engineenng Services Company 11255 Kirkland Way, Suite 300 Kirkland, WA 98033 p. 425.827.20141f. 425.827.5043 Civil 1 Structural 1 Planning 1Survey paceengrs.com King County Water District No. 125 DATE FEBRUARY 2017 SCALE AS NOTED 42ND AVE PHASE III SPU METER DETAIL JOB NUMBER 13073.00 DWG NAME:P13073_DET SHEET OF 7 Page 6 of 8 Exhibit A Page 7 of 8 R/W R/W / \ 1',1 CITY STANDHFDPER i GUARD POST T't1 i1/� 4' -0" MIN. OF LEVEL HYDRANT RADIUS GROUND FlRE ANGLE METER STOP COPPER FLARE NUT x METER SWIVEL NUT MUELLER H -14255 (COMPRESSION FITTING ALLOWED) MASTER RADIO READ METER (CUBIC FEET) TO BE SUPPLIED BY DISTRICT HOPE METER BOX W/ D.I. READER ANGLE DUAL CHECK VALVE LID. USE SOLID LID N TRAFFIC AREAS. MIDSTATES PLASTICS W/ METER SWIVEL NUTxF.I.P. (MUELLER H -14244 MOUSE HOLES, 12" DEEP MODEL BCE 1324 -12XL D.I, LID W/ READER m 5" STORK' FIRE HYDRANT TO BE PAINTED WITH TWO GOATS OF FARN£ST PAINT, CASE YELLOW, M% -]672. HYDRANTS ARE TO EQUAL MkH 929. OR MUELLER A -423. III HYDRANTS SHALL CONFORM To A.wW A. SPECIFICATIONS c 502 -54; SHALL BE COMPRESSION TYPE ANO SHALL HAVE A TWO PIECE BREAKING FLANGE WITH BOILING DRY THIMBLE AT THE GROUND LINE OR STEM; SHALL HAVE A SELF - OILING DRY BONNET WITH FACTORY FILLED RESERVOIR 1O ,t ^ �� n V ' ANGLE METER STOP F.I.P. x METER FLANGE MASTER RADIO READ MUELLER H -16286 METER (CUBIC FEET) TO BE SUPPLIED BY DISTRICT HOPE METER USE W/ D.I. READER LID. USE SOLID LID ANGLE DUAL CHECK IN TRAFFIC AREAS MIDSTATES VALVE METER PLASTICS (CARSON) WITH IFLANGExF.I.P. MOUSEH 0-12 12' DEEP MODEL MUELLER H -14244 BEF READER 6 1730 D.I. LID W/ READER BC1730R m� FINISH GRADE el al ��\� L . L • 4' MIN. DIII • 18" 2' MIN I I 6" MA %.�- HOLDING APPROXIMATELY 8 OUNCES OF OIL. OIL RESERVOIR SHALL BE So DESIGNED AS TO GIVE A COMPLETE WBRICASHA OF STEMS EACH 11ME THE HYDRANT IS OPERATED. THE UPPER STEM SHALL HAVE A BRASS SLEEVE. SIDEWALK PER TUKWILA /SEATAL/ KING COUNTY STANDARDS CURB k GUTTER FINISHED PAVEMENT. 6 \ \ - /' 11 yU II 1 �� O ,=.' n ' VALVE MARKER POST LJ MODEL BC 1324RL FINISH GRADE PROVIDE THRUST BLOCK �{I- -- tIh �!' ry _ _ COMPRESSION CONNECTION, MUELLER 110 x M.I.P. H -15428 90' ELBOW ry x E.I.P. DOUBLE STAINLESS , ___ SEE VALVE BO% DETAIL 6" RESILIENT WEDGE GATE VALVE CAST IRON w o U ,.I" It-'- • o EI OVATION PLAN SHALL BE CONCRETE (MIN. SHALL BE ]FEET CENTER OF INC HYDRANT NOT BE IN DIRECT LINE PORTS. POSTS FEET LONG; 3_3 1/2 FEET PAINTED FINISH SAME AS FOR HYDRANTS. POST EOGTITE OR APPROVED AS SPECIFIED FOR HYDRANTCONNECTION PAINT DISTANCE FROM THE VALVE THE VALVE N THE POST WITH BLACK USING 2" HIGH NUMERALS. Do■-; ..If' 42 IP SAND TII IF.I.P. SAND CUT f 4 MIN. "1 _ - 3 PRIVATE "K" SERVICE PIPE _ STEEL STRAP SADDLE. * SMITH GLAIR OR ROMAC / ���� �� L PRIVATE • 4.* COPPER TUBING SERVICE PIPE COMPRESSION CONNECTION, DUCTILE IRON MUELLER 110 x M.I.P. H -15428 WATERMAIN CLASS 52 90' BRASS ELBOW CORP. STOP F.I.P. x F.I.P. TAPER BY M.I.P. MUELLER H -9969 CLOSE NIPPLE, OR FORD EQUAL BRASS \ M'. 3' k Mox. 50' CEMENT LINEOJ FL -MJ X MJ % GL. 1 ' �-MECHANICAL JOINT �, 30' MAX. TYPE /� ?�� COPPER TUBING v DUCTILE IRON WATERMAIN CLASS 52 CORP. STOP CC BY FLARE OR COMPRESSION, MUELLER "CC" H- 15000. DIRECT TAP TO NEW OR EXISTING MAIN. MAY USE DOUBLE STRAP SADDLE W/ CC THREAD. IN II MAIN 'III it NOTES, GUARD POST e" DIA.). POSTS I� FROM THE l 1/2 YD. PEA GRAVEL OR 2 -3/4' ! ") ASPHA T COATED WASHED ROCK (3/B" TO 3 STEEL SH CKLE 1 CONC. BLOCKING RODS. SEE BLOCKING DIM. 1'X1' %3" DETAIL / fi' DIA. DUCTILE UNDISTURBED UNDISTURBED IRON PIPE SOIL SOIL FLANGE JOINT PROVIDE SHACKLE RODS OR MEGALUCS NOTES: PER LOCAL JURISDICTION A. HYDRANTS SHALL BE EQUIPPED WITH TWO 2 1/2' N S.T. HOSE PORTS AND ONE 5" STORTZ PUMPER DISCHARGE PORT, ANO SHALL HAVE A 1 1/a" PENTAGON OPEN -LIFT OPERATING NUT. HYDRANTS SHALL HAVE A 6" M J. BOTTOM AND 5 1/4" MAIN VALVE OPENING, AND SHALL HAVE 18" ABOVE GRADE LEVEL TO THE CENTER OF THE PUMPER DISCHARGE PORT. B. WHERE NO CURB k GUTTER IS INSTALLED, FIRE HYDRANT SHALL BE LOCATED (IN RELATION TO STREET CENTER LINE) CLOSE TO PROPERTY LINE. C. HYDRANT INSTALLATIONS TO BE PER THIS STANDARD PLAN AND REQUIREMENTS OF WKWHA MUNICIPAL CODE 14.24 ANO Cltt ORDINANCE OR CITY OF SEATAL REQUIREMENTS. 6 AND SHALL WITH ANY DISCHARGE SHALL BE 6 SHALL BE BURIED. / / SHALL BE THE VALVE MARKET EQUAL. PAINT GUARD POST. MARKER TO all / / ENAMEL PAINT. / / FILL ONLY IIFT�EXISTING MAIN IS D.I. OTHERWISE USE SADDLE W/ CC THREAD STD. DETAIL No. 1 STD. DETAILL No. 2 • 41/4" NST CITIES OF SEATAL AND TUKMILA R." SST KING COUNTY STD. DETAIL No. 3 HYDRANT IN CUT/FILL AREA STD. DETAILL No. 4 4l--'7�11.C/� sere ul Cont 3/4' 8 1' DOMESTIC SERVICE DETAIL o 4�M King County Water District No. 125 T i-1--'-- v"e Consulting 1 -1/2' 8 2' DOMESTIC SERVICE DETAIL o d gl Kin g County Water Dist No. 125 Ete.ee..g °° Consulta, FIRE HYDRANT ASSEMBLY DETAIL d 4n VALVE MARKER / GUARD POSTS a 0B °1O1 OAIE BEi03X00 ePAN1 VS es oeNi 0,3 /09 V ME � pg..,,, o1s„ °PRaLEO ` 0"" 0sXO3Xw BS � oNA 01W °PRBWB Kin g Count y a07 0 X03/ O DEP. a .x Pa oa «iRO wsRc, ,P.RDED Kin g County Water District t No. 125 PLOT SCALE -\CADXcILSXwaIS Xw\ RR 0 „E ,PPnO <0 NTS ...,13,0,3 4.0. AVE PHASE III _OP °LOTS LX c ,BX,I,,sXWONXVS:DN OrtPPRD Water District No. 125 .ne co....... cO :La PLO, s4 OMEN E X Cxosce �Ls\0Sr.IC,s\.5\SWOT RN TTROLED B BLIND A A FLANGE �II�II ',In �I'.,II B NOTES: NEW SECTIONS OF WATER MAIN THAT SEPARATED FROM THE EXISTING SYSTEM. SAMPLING HAS BEEN COMPLETED, THE THE CHLORINE CONCENTRATION N USED NON- POTABLE. AN APPROVED BACKFLOW PREVENTION THE NEW WATER MAIN DURING DISINFECTION PIPING MUST BE REMOVED DURING HYDROSTATIC AFTER SATISFACTORY BACTERIOLOGICAL OF CONNECTING PIPE MUST BE INSTALLED INTERIORS OF ALL PIPE AND FITTINGS AVAILABLE CHLORINE SOLUTION. APPROVED PREVENTION 8255, 2" OR - 1 _ 111• •i �ry�l.ti1t HYDRANT METER. RENT FROM DISTRICT ARE INSTALLED WHEN EXPANDING A DISTRIBUTION UNTIL SATISFACTORY FLUSHING, DISINFECTION NEW WATER MAIN ROSE CONMIM FOR DISINFECTION PROCEDURES (MINIMUM ASSEMBLY MUST BE USED ON THE SUPPLYING AND FLUSHING. THE BACKFLOW PRESSURE TESTING OF THE SAMPLE RESULTS ARE OBTAINED FROM BETWEEN IT AND THE EXISTING SYSTEM. USED TO MAKE THE CONNECTION MUST B ASSEMBLY, FEBCO MODEL APPROVED EQUAL NEW i'�1 (14G. NYORANi O f ell HYDRANT iIZ O Ili SYSTEM MUST BE AND BACTERIOLOGICAL CONTAMINATED. IN ADDITION, 25 mg /I) MAKES WATER WATER LINE WHEN FILLING PREVENTION ASSEMBLY AND SUPPLY NEW WATER MAIN. THE NEW WATER MAIN, SECTIONS BEFORE INSTALLATION, THE BE SWABBED OR SPRAYED WITH A 15 FLUSHING / DISCHARGE ALTERNATIVES \ VALVE BOX TO BE OLYMPIC FOUNDRY OR EQUAL EARS TO BE ALIGNED WITH PIPE LINE 3'x3'x2" ASPHALT PAD DIA. MIN. METAL STOCK SCREW. MEASUREMENT. EXTENSION • �I'�,I� VERTICAL BLOCKING OR 11 v: - 221' - 30' BENDS GALVANIZED(OR ASPHALT COATED STEEL), THREADED ROOS AND PIPE CLAMPS BLIND P0S 18" 2" SQUARE OPERATING NUT I FLANGE A II CAPPED CROSS 90' BEND TEE W/ PLUG TEE W/0 PLUG THRUST BLOCK -TABLE Min. Bearing Area Against Undisturbed Soil BLIND FLANGE OR SMALLER PIPE SIZE (Inches) v. B. (degrees) Cu. FT. A (feet) D (iacnes) L (feel) SEE DETAIL ./ 4 6 e 10_12 t5 16 -20 225 30 111 221/4 30 K 221/4 J1D1 22'A 30 111 221 30 11N 301 I1 V. 221 30 iB 1l 11 25 41 16 70 33 88 132 70 184 275 91 330 0 320 BO 2.2 26 2.2 2.9 3.5 2.5 3.6 3.2 45 5.1 1 5.7 6.5 45 6.9 5.0 6.B 7.9 4: n Y, k TA 1N 1. TA 1>t 1>f lit 2.0 2.0 2.0 00 3.0 3.0 4.0 34.0, 45 3.5 4.5 55 1/3 TOTAL LENGTH Pipe Size A (It T) BC ((t 2) (fly DE (Its (ft� 1 SIZE PIPE G G 4" 6' 10" 12" HP i6" 18" 20" 24" 30" 3 11 16 22 29 436 5 64 101 10 14 19 25 31 39 56 87 1 1 I 2 2 3 1 5 2 1 1 -I,1 CAP B =� ; 'MIS , _ 4" MIN. OVERLAP i 1 4 1 {4' 1 1 THICKNESS C T 1 NI 1" SOLID p % // VB / L UNDISTURBED EARTH ON EXISTING ■,■ WATER MAIN jl� jljlj NOTES: I 1. BEARING AREA OF CONCRETE THRUST -BLEAK BASED ilup �I,•I� ON 200 P51 PRESSURE AND SAFE SOIL BEARING LOAD 1 . 1 / OF A MINIMUM PER SQUARE FOOT. ! 2 AREA MUST BE A PRESSURES AND SOIL CONDITIONS. 3. CONCRETE POUNDS OJU5100 FOR OTHER PIPE SIZES. % CRETE BLOCKING SHALL BE CAST IN PLACE AND 45' BEND 22 1/2' BEND OF I/4 SOU ARE FOOT BEARING AGAINST THE FITTING. 4. BLOCK SHALL BEAR AGAINST FITTINGS ONLY AND SHALL BE CLEAR OF JOINTS TO PERMIT TAKING UP TE OR DISMANTLING OF JOINT. 5. CONTRACTOR SHALL INSTALL BLOCKING ADEQUATE TO CONINUOD FULL TEST PRESSURE IO WELL AS TO ERN ALL CONTINUOUSLY V4THSTAND S OPERATION PRESSURE UNDER ALL CONDITIONS OF sERNCE. fi. THRUST BLOCK IS CONSIOEREO TO ACT AS A SPREAD S�I,,, FOOLING; THEREFORE HEIGHT OF BLOCK MUST BE EQUAL '.r TO OR LESS THAN 1/2 THE DEP. FROM THE GROUND SURFACE TO THE BLOCK'S BASE. 11 1/4' BEND 7. THE QUANTITY OF CONCRETE DEPENDS UPON THE DISTANCE BETWEEN THE PIPE AND THE UNDISTURBED SOIL. 8. PROVDE RESTRAINED JOINT BENDS AND PIPE IN LIEU OF BLOCKS IF THERE ARE SPACE CONFLICTS OR VERTICAL BLOCKING FOR 45' BENDS L A O NEW HYDRANT MAY BE bI�I� 2" PHAVE i 4 6 B 12 16 20 24 45 30 23 123 232 478 560 820 3.1 50 fi.t 7.8 8.2 9.4 Y, iN 1V 1% 2.o 2.5 4.0 4.5 • .1� TEMPORARY TEST BLOCKING I 2h" LENGTH TEMPORARY AS - WSE DISCHARGE SUPPLY HOSE USED IN 41 ll FOR FLUSHING / IF TEE IS 10' OF 1HE END OF PIPE II I I , �..-- 3/8" SET PLUG �_, 2 1/4" SQUARE INSIDE 1/8" MIN. THICKNESS VALVE OPERATING NUT EX. X MAIN III Illl _ I 1� _ or i I�III III A OCR (CAL 1,0%1T G FOR 11 V:, 2214' NOTE: 30', 45', BENDS CONCRETE BLOCKING BA5E0 ON 200 PSI PRESSURE AND 2500 PSI CONCRETE, ANO 2000 PSF MIN SOIL BEARING CAPACITY •90' VERTICAL BENDS NOT ALLOWED ON PIPE LARGER THAN 8 INCHES DIA. _ _J 10' MA % NEW WATER MAIN HYDRANT TEE TEMPORARY CAP NOTES: 1. EXTENSIONS ARE REQUIRED WHEN THE VALVE NUT IS MORE THAN 5 FEET BELOW FINISHED GRADE. 2, ONLY ONE EXTENSION, MINIMUM OF 3 FEET LONG, TO BE USED PER VALVE. }, MAXIMUM DISTANCE BETWEEN OPERATING NUT OF EXTENSION AND FINISH GRADE TO BE 2 FEET, 4. ALL EXTENSIONS ARE TO BE MADE OF STEEL AND PAINTED WITH TWO COATS OF METAL PAINT, 5 31/43'x2" ASPHALT PAD REQUIRED IF VALVE BOX IS SET IN UNPAVED SURFACE. ryp, OR PLUG TEMPORARY TEST BLOCKING BEARING AREA HAS BEEN DISTURBED. STD, DETAIL No. 5 STD. DETAIL No. 6 STD. DETAIL No, 7 STD. DETAIL No. 8 $13 WASyT n qe Li A1Is ��ISr � C � S'ONAL �yG 2/23/17 HORIZONTAL THRUST BLOCKING DETAIL 8 TABLE o ^ Ana �� • VERTICAL THRUST BLOCKING DETAIL 8 TABLE o Ru>S�P King County Water District No. 125 �' ^�E WATER MAIN FILLING DETAIL e, 4:I wag King County Water District No. 125 _ -. ee C i a VALVE EXTENSION DETAIL o 4r.1 NAT King County Water District No. 125 1Re0.ae PLOT 041E 0Ei03X0E OP .WN DESIGN aECNED PO Pa BS.,xos °swot APPROVED King County Pw, oATE BEiD3A00 OR,vm ces.N+ o1EaED H,4 Pr4 Po «iRDS Dsm OT .PPROwEO Lg Ho, 0,1E DRWWH OEM N 5050550 Wx, Pa BEHALDS DSm CI- P.PPOvE0 °L, DATE o DA OP DES. CM D es Dax /ROS R5R0.wPROWo co :into. PLOTS SCALE me 4 RENCAONOETAILSNO10TRIRTSS ..D0xs05E00T5 O,rz APPW04ED Water District No. 125 PS...Rss ea ewuoe PLOT NTS nN Ao 00000CST.ILnDIS1R,e,sswrzso 000so o „E A °PROWSO Planning e0 ..Rig 00iO3XOE NTS nm NLL NC0NOET AIL,PS11«S,SNW01z0N51EODn o „E ,PPRONn PLOT Nis n wE LsC,O\OLIAI 50s,Nlc,sswl0ssslsrole -REV DATE APPROVED DESIGNED DH 11255 Kirkland Way, Suite 300 PACE � Kirkland, WA 98033 �� p. 425.827.2014IL425.827.5043 Civil I Structural I Planning I Survey An Engineering Services Company paceengrs.com 9�tri King County ,�r• Water District : No. 125 DATE FEBRUARY 2017 42ND AVE PHASE 111 NOTES & DETAILS JOB NUMBER 13073.00 DRAWN MM DWG NAME: P13073_DET SCALE AS NOTED SHEET 7 OF 7 CHECKED DH SYM REVISION DATE BY APP'D Page 7 of 8 Exhibit A KING COUNTY WATER DISTRICT NO. 125 42ND AVENUE SOUTH, PHASE III WATER MAIN RELOCATION BID SCHEDULE E CONSTRUCTION COST ESTIMATE 9- Feb -17 ITEM ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL AMOUNT E1 Trench Safety 1 LS $1,500 $1,500 E2 12" Gate Valve and Box 2 EA $4,000 $8,000 E3 Remove & Dispose of Existing 12" DI Pipe 175 LF $15 $2,625 E4 Remove & Dispose of Existing 8" DI Pipe 45 LF $12 $540 E5 12" DI Pipe and Fittings 185 LF $100 $18,500 E6 8" DI Pipe and Fittings 40 LF $100 $4,000 E7 Connect to Existing Water Main 4 EA $3,500 $14,000 E8 Remove /Abandon Existing SPU Meter Vault 1 EA $5,000 $5,000 E9 Construct New SPU Meter Vault 1 EA $80,000 $80,000 E10 Remove and Salvage Existing Fire Hydrant 5 EA $750 $3,750 E11 Extend /Relocate Existing Fire Hydrant 1 EA $2,000 $2,000 E12 Install New Fire Hydrant 7 EA $5,500 $38,500 E13 Replace 1" Short Side Water Service 3 EA $1,200 $3,600 E14 Replace 1" Long Side Water Service 1 EA $1,500 $1,500 E15 Replace 1 -1/2" Short Side Water Service 4 EA $2,500 $10,000 E16 Adjust Valve Box to Grade 12 1 EA 1 $3001 $3,600 E17 Plug & Block Existing Main 2 EA $750 $1,500 E18 Crushed Surfacing Top Course 225 TN 25 $5,625 Construction Subtotal $204,240 Washington State Sales Tax - 10% $20,424 Project Total $224,664 Page 8 of 8 40 EXHIBIT B 40th -42nd Avenue South — Phase III, Project No. 99410303 and 99341208 March 17, 2017 Revision Construction Management Fees for King County Water District 125 Water Construction (Bid Schedule E) Construction management costs assignable to King County Water District 125 (District) are calculated as 8% of the construction cost (with sales tax) to construct Bid Schedule E. Water District 125 will provide a full -time inspector during underground water construction. The District will require the assistance of the City for the following construction management activities: 1. Scheduling and management of the preconstruction conference. 2. Handling and forwarding of submittals and shop- drawings pertaining to Bid Schedule E work to the District and returning District - reviewed submittals to the Contractor. Handling and forwarding of Requests for Information (RFI) from the Contractor concerning Schedule E work to the District and returning District responses to the Contractor. 3. Primary responsibility for processing pay requests. The District will verify the Bid Schedule E quantities requested for payment by the Contractor and will relay this information to the City. 4. Notification and inclusion of District staff in construction progress meetings pertaining to Bid Schedule E work. 5. Processing of change orders completed by the District and the Contractor. The District will prepare documentation supporting District - related change orders and will negotiate change order compensation with the Contractor. 6. Collection and transmittal of record drawing information gathered by the Contractor to the District. 41 42 Ciity of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM C c,, Mayor Ekberg DATE-, May 16,1,2017 SUBJECT: T'DM Prograrn and Hopelink Partnership Update IS,SUIE The Tukwila Transportation Demand Managiernent (TDM) Prograni (formerl:y, Commute Trip Reduction (CT R) Program) has expanded to reflect a broader focus on a// trips, including non- cornmute trips. The TDIVI Prograrn! is currently SUpported through several federal funding Sources in addition to the CTR Allocation. The TDM Program, has a subcontract with Hopefink to provide a specialized 'TDM for Diverse Communities component. This rnerno provides an update on the new focus of the TDM Program and the work that Hopelink is doing on behalf of the City, BACKGROUND The Washington State Commute Trip Reduction, Board statewide goals and strategies have shifted in recent years to expand 'the focus of trip reduction prograrns beyond commute trips in recognition of the fact that an average of 84% of an individual's, trips are not commute trips. The Washington State CTR Board recently introduced legislation for the creation of a new Efficiency Grants Program, which would: allow greater flexibility in the target audience and implementation of TDM programs. Washington State Department of Transportation (WSD�OT), Commerce, and Ecology are developing planning improvements that support this direction. To explore methods for effective implementation of this expanded scope, the CST R Board and WSDOT designed a voluntary four-year CTR Pilot Prograin (2013-2017), which allowed jurisdictions more flexibility to tailor the CTR Programs,. This allowed Tukwila to lay the groundwork to expand TDM programming to everyone who lives, works, or spond's time within the city, The Tukwila Pilot Program also included the development of a Tukwila TDIVI Plan, to be brought to the Committee and Council in Summer 20,1, 7, which will support staff's efforts to build on the foundation of the program and support the required Commute Trip Reduction (CT R) and Growth, Transportation Efficiency (GTEC) Plans, of 2008, while expanding its scope Two Congestion Mitigation and Air QUality Improvement (CMAQ) Program grants have recently enabled a more robust expansion of TDM programs to all trips. The GTECITDIVI Expansion grant is focused within Tukwila's TUC and MIC zones (implementafion 2015-2017)" the second CMA,Q grant is a regional South King County grant, with a focus on the urban centers, of Tukwila, Kent, Renton, SeaTac, Federal, Way, and BUrien (implementation 2015-20118), with Tukwila as the lead implementer. Both CMAQ grants offer outreach, education, and assistance to all employers and residents. This approach complements ongoing Tukwila CTR employer programs, which are required by state law, 43 INFORMATIONAL MEMO Page 2, DISCUSSION Staff have expanded OUtreachn to non-affected worksites and are: currently implementing several sniall-grant programs for transportation infrastructure improvements (e,g. bike racks, bike repair stations, wayfinding signs) and ernployer programs (e.g, OR CA card programs, RideshareoniHne.corn administration), 'The first round of bike racks and repair stations will be in the ground soon and include bicycle-shaped bike racks, at several City parks and facilities and along Baker Blvdl, as well as at private employer sites. A "B,ike Racks for Businesses" program will provide a, free bike rack to interested businesses within the urban centers, of Tukwila and our partnering South King County jurisdictions,, Outreach strategies include a: focus on employees at non -CT R affected sites, (such as Westfield Southcenter Mall) and the broader Tukwila cornmunity (residents and visitors), Staff attend many City and! COMMUnity events in order to learn more about transportation behavior and obstacles to mobility choices, and to provide incentives for reducing drive-alone, trips. Staff have also enhanced the visibility of the TDIVI Program by developing a regional brand, "South King COUnty Transportation Options", Updating the website, and maintaining an active social media presence. In conjunction with these efforts, staff recognized a need to tailor outreach strategies for non- working, minority, and vulnerable populations The TVA M team partners, with Hopelink, a social services nonprofit agency, to engage with populations through a T for Diverse COMmunities Component of the Tul(wila C Q grant. Hopelink has worked in Tukwila over the course of the past year to build partnerships and provide transportation, resources to older adults, people ,with disabilities, low-incorne individuals,, and other special needs populations. This work recognizes the need for a unique approach in coordinating with existing mobility management efforts to assist Underserved populations, who are more likely than the general public to be eligible for specialized transportation options, as an alternative to driving alone,, Hopelink staff have developed key partnerships with organizations including the Tukwila Pantry and the Refugee Wornen's'Alliance to provide training, subsidized transit passes, and information on transportation, options in Tukwila and King County to the target dernographics. Hopelink has agreed to expand their work to the regional CMAQ, jurisdictions through the end of 2017; this new contract will allow Hopeiink to work more fluidly throughout South King County in recognition of the connectedness of ourjurisdictionis in issues of mobility. FINANCIAL IMPACT The TD M Prograrn is currently primarily funded through the two CMA Q grants and has no impact on the general: fund. The CTR Allocation is anticipated to continue, as a consistent source Of funding, with, fluctuating levels of additional funding from state and federal grants, 10-:0016 0 UMMU =- ATTACHMENTS Attachment A: Tukwila, TDM Prograim Higlhlights: Spring 2016-Spring 20117 Attachment 6; Hopelink TOM for Diverse Communities Presentation K'wC,TR-G-nEC-TDIO'�CTR-.GTEC,,TDM�Tr,,gi,bspConin,i,,,infomerw,mO523 P,doc 44 Jill 111��l 111111 M. ilr OYUlIXl7dlYIY �7dk�rl � ' sa NS The summer of 2017 the Transportation Demand Management Program website was created and updated with the assistance of the City's communications department. The website is now current updated by TDM team staff to provide accurate representation of transportation information and involvement, I 4.M of TukwHa ► Govel,no pmt A h:�a mmti:nAy De velt apgrieW Y 1fr mspoim,vp :mam Demand Management q'lma�:wgram WasHingerrra Js celebravrig (dike Everywhere IMaanft Learn more by d ing the krmage below. II i� a Vksk the Crry of Ta kw ila "s Bike Cekebrar Isom Statkin on Bike Everywhere Day, May 19th from 7aim-y lasso 45 MIE.:: RACKS The CMAQ funding includes a small grants program for the installation of capital improvements such as bike racks and bike repair stations for Tukwila businesses and organizations and public space. Look for new equipment in in city parks and facilities soon! ZEMUMMM EN TIL9KM L.A 1C1RANS ORTATON SU RVEY 283 iresu eats or others who work or spend time in Tul wfla comp eted the p re- uirnlppo =o entatoon survey, which was designed to assess barriers to mobfity and gauge traM behavbr (i.e. how many peop e are driving abbe vs. taking an allternatuve transportation mode for commute and non-commute mu to trips). Survey respondents indicated that reduced fare transit passes are one of the Ivey oppoutuunffies to improve mobiifty in our co r nmuuirniiky. 'rDIM outreach and iincenflve programs h6pu connect those who pave, work, or spend time in T ulk fla mouth access to induced fare cards and other traUnslpootatpon services. nn,irr r gx,i,i r„<fi�W � �PoIIOIV uuuu�N IIII Illl i VXIIIIV I� U� I 'VIIIIIWbf u11"' 0�� t Pacs uumm i j�If uum ivlivx�vm Vrmr imo ira� I 10 a IIIII� ennui u„m Sklnell Me 47 Ism %ri�r7� Vl�lp' rmnrr�U rnu) j Ir i S 0od mmra � �umrrrPi y�i�ro itmrirfil"""'ION r , u %i / "moo OPTIONS hopel���� k, Getting people out of their cars � \ � a * Recent immiigranits and Low-income individuals refugees, and families-, * Individuals with limited People with disabilities-, English proficiency (LEP,)- Veterans-, * Older adults-, Youth NUNN �ullllllul 11-11 IS services m ^' wuw0ero. u0. nm �ullllllul 11-11 IS services m ^' wuw0ero. a \\ ` \ \55° ` \mlll / ; <5 j � , , } \!� » \) < 2 4 travel o io ss * ■??22 »22 #\< referral program - Tabling at facilities g events Manage„ . : :. . staff, uses trained volunteers Group trips to teach how to use transit Program coordination partnership with facilities in Provides incentives for #Q( /\i# #d#\ 01 �!El 51 4 : ME, > \ ME i } } { \\ < y Needs Assessment survey « IN CMAQ Survey (pr - and mid -i ple ^d \Q\(# d` 52 5 W No direct transit service to the Tukwila Community Center Lack of high-frequency connections to the rest of South King County M Inconsistent sidewalks in residential neighborhoods a q Summarize TDM for Diverse Communities Component Analysis of data and surveys Identify gaps in transportation Recommendations for mobility improvement M Contact Inform min ti"on Sagar Ramachandra iiiiiiiij I !III III! MMM WIMM, w City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committ e FROM: Bob Giberson, Public Works Director 17 N BY: Cyndy Knighton, Senior Program Manager CC: Mayor Ekberg DATE: May 19, 2017 SUBJECT: Resolution for Six -Year Transportation Improvement Program (2018 -2023) ISSUE Approve a Resolution adopting the annual update of the Six -Year Transportation Improvement Program for 2018 -2023. BACKGROUND The Transportation Improvement Program (TIP) is updated annually as required by the Revised Code of Washington (RCW). The TIP is adopted by resolution after a public hearing at the local agency level and incorporated into regional and state TIPs. The TIP is primarily a financial planning document for projects competing for grants. Any project submitted for federal grant funding must be included in the local, regional and state adopted TIPs. The TIP is a rolling plan showing various funding sources: grants, developer and local funds. Projects "roll" as funds or stages occur (design report, final design and construction). Tukwila's TIP and Capital Improvement Program (CIP) list many of the same transportation - related projects. The TIP generally lists only those transportation - related projects planned within the next six years that are deemed regionally significant or that have grant funding awarded or expected. The TIP is required to be adopted by June 30 on an annual basis. ANALYSIS The attached spreadsheet is the "Draft" 2018 - 2023 TIP and was created by modifying the 2017 - 2022 TIP to add or remove projects and adjust project costs. No prioritization was assigned and the list of projects is presented in alphabetical order. Prioritization of projects is reflected in the 2017 CIP. One new project was added and five projects were deleted as they will have been completed by 2018 or have been moved beyond the six -year window of the TIP. Added: S 140th St Intersection Improvements Deleted: Andover Park East/Industry Dr. Intersection; S 133rd St/SR599 Intersection; Walk & Roll Program; Boeing Access Road Bridge Rehabilitation; TUC — Pedestrian /Bicycle Bridge FINANCIAL IMPACT None. RECOMMENDATION Council is being asked to approve the Resolution for the 2018 -2023 Six -Year Transportation Improvement Program and consider this item at the June 12, 2017 Committee of the Whole with a Public Hearing and subsequent June 19, 2017 Regular Meeting. Attachments: Draft Resolution Draft 2018 -2023 TIP Summary 2018 — 2023 "Draft" Transportation Improvement Program Current Adopted 2017 — 2022 TIP \ \pwstore \pw common$ \pw eng \projects \a - rw & rs projects \tip \info memo tip 2018.docx 55 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, ADOPTING A SIX -YEAR TRANSPORTATION IMPROVEMENT PROGRAM (2018- 2023), AND DIRECTING THE SAME TO BE FILED WITH THE STATE SECRETARY OF TRANSPORTATION AND THE TRANSPORTATION IMPROVEMENT BOARD. WHEREAS, pursuant to the requirements of RCW Chapters 35.77 and 47.26, the City Council of the City of Tukwila has previously adopted a Transportation Improvement Program and thereafter periodically modified said Transportation Improvement Program by resolution; and WHEREAS, the City Council has reviewed the work accomplished under said program, determined current and future City street and arterial needs and, based upon these findings, has prepared a Six -Year Transportation Improvement Program for the ensuing six calendar years (2018- 2023); and WHEREAS, on June 12, 2017, a public hearing was held regarding the City's Six - Year Transportation Improvement Program; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: Section 1. Program Adopted. A Six -Year Transportation Improvement Program for the calendar years 2018 to 2023, attached hereto as Exhibit A, is hereby adopted. Section 2. Filing of Program. The City Clerk is hereby authorized and directed to file a copy of this resolution, together with the exhibit attached hereto, with the Secretary of Transportation and the Transportation Improvement Board of the State of Washington WAWord ProcessinglResolutions\TIP 2018 -2023 5 -17 -17 CK:bjs Page 1 of 2 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 Dennis Robertson, Council President Filed with the City Clerk:_ Passed by the City Council: Resolution Number: Exhibit A: City of Tukwila Six -Year Transportation Improvement Program for 2018 to 2023 W: \Word Processing \Resolutions \TIP 2018 -2023 5 -17 -17 CK:bjs Page 2 of 2 57 E2 <D -C3 <0 L.L- -i CV C14 4= C:, 7:3 co Z7M <D CS Qa O N C.03 OD L Li C14 N co C) co c" Lr . > C14 ILC.> C141 CL <D <D 's N cu n ILL- <1> S2 E2 <D -C3 <0 L.L- -i CV C14 4= C:, 7:3 co Z7M <D CS Qa O N !��? <231 –11 r- C114 r--L OD C14 N C141 co Lr . > C14 ILC.> C141 CL <D 's N cu n <1> S2 L3 <D 7:3 -Z--3 co C15 cp clo r -c -7 a> ��> OD 00 a7 00 Q�l on S-: to -52 42 CD Z7 CT7 -,C:3 CV Cll C57 C1} CU LU CiS L.0 CD r,rl -21 N N Cv r-I !�2 r-!- 'm O C-Ij C.0 !��? <231 –11 r- C114 r--L F- C=> Lr,> C3,> CC> =�- LQ- Lr> cljl Lr,> :)� <=> i c-:, clj cr- �l r` ti LLr7 cIt rn � cs Clil cxD. C'4 tx-> cno N cz=l O cz=l O N <=> N I-- cl"> C37 Lx-.> O 127 ilf7 clj clj (=F> cljl cc> -13- <-> <=> O LCD I=> <=> N r d- O <=, C=> LCD C=> (=, C=> C=> C=> 0 <=> 0 0 CZ> CZD P-- O —1- C=> C-4 LL-r7 -2- r-� cl,4- <=> <=> r LCD I=> O I=> c:D C=> cm> 0 Lr> 0 c--> <=> c=> <=> cl-3 cl:, r- O M r- cc> cl> O O c=> c=> c=> CO c=> Lr> c=> O O O c� P- 4= c� ir- c14 c---�- -3:- (=:�- <=> cl> c-IF CD � 127 C] " <=> 0 (=> <=) " O M CC) O CC> cli M C14 N N C";. CI'S Cllj CIQI CD C4 a> CJ CD C:L> Co Cis CK3 <D cc;ol Cu Cl> Cl> E C, C:) 0- -ea- ef-5 J- .— co — 2 Co - E-- -05 (5 Fp a> G;o -cc E 65 -98 — 13> 0- co co 213- 72 C:L> �3: D C-> co Co Q> a> C/3 =C:�', -R C5, t-- 45 a' -S -T- D CD CZ col ca ca n C C/3 2 CM- cz c m C:) d> C> 65 86 �a 0, co NI s -= a> <D -zc C/Do 2 2- am;, = cual :r Lf-> z�c -::Ic M 00 C-> LL- C.0 vo C/3 IF-- N M –v Lr7 <fl Imo- CO c77 �---> — N � � !;2 C2 Imo. tsi to O tsi to Lcl. NI Its NI CX31 -qr 4M. Lr:t C14 C141 6 C14- r- Lr— CIP cz::t to JI C> I-- C14 T-- C141 co Lr . > C14 ILC.> C141 F- C=> Lr,> C3,> CC> =�- LQ- Lr> cljl Lr,> :)� <=> i c-:, clj cr- �l r` ti LLr7 cIt rn � cs Clil cxD. C'4 tx-> cno N cz=l O cz=l O N <=> N I-- cl"> C37 Lx-.> O 127 ilf7 clj clj (=F> cljl cc> -13- <-> <=> O LCD I=> <=> N r d- O <=, C=> LCD C=> (=, C=> C=> C=> 0 <=> 0 0 CZ> CZD P-- O —1- C=> C-4 LL-r7 -2- r-� cl,4- <=> <=> r LCD I=> O I=> c:D C=> cm> 0 Lr> 0 c--> <=> c=> <=> cl-3 cl:, r- O M r- cc> cl> O O c=> c=> c=> CO c=> Lr> c=> O O O c� P- 4= c� ir- c14 c---�- -3:- (=:�- <=> cl> c-IF CD � 127 C] " <=> 0 (=> <=) " O M CC) O CC> cli M C14 N N C";. CI'S Cllj CIQI CD C4 a> CJ CD C:L> Co Cis CK3 <D cc;ol Cu Cl> Cl> E C, C:) 0- -ea- ef-5 J- .— co — 2 Co - E-- -05 (5 Fp a> G;o -cc E 65 -98 — 13> 0- co co 213- 72 C:L> �3: D C-> co Co Q> a> C/3 =C:�', -R C5, t-- 45 a' -S -T- D CD CZ col ca ca n C C/3 2 CM- cz c m C:) d> C> 65 86 �a 0, co NI s -= a> <D -zc C/Do 2 2- am;, = cual :r Lf-> z�c -::Ic M 00 C-> LL- C.0 vo C/3 IF-- N M –v Lr7 <fl Imo- CO c77 �---> — N � � !;2 C2 Imo. tsi to O tsi to Lcl. NI Its NI CX31 -qr 4M. Lr:t C14 C141 6 C14- r- Lr— CIP cz::t to JI C> I-- III C*11 VIA <= If., C110 G> EE N 0017 2 LL C> C" C" LU 58 co -C:3 fro CL (MI <1> S2 L3 <D 7:3 -Z--3 co C15 cp CD CD r -c -7 a> ��> OD 00 a7 00 Q�l on S-: to -52 42 CD III C*11 VIA <= If., C110 G> EE N 0017 2 LL C> C" C" LU 58 E12 Cll7 C= L3 <D 7:3 -Z--3 C> :::— a> �:— �:— a> ��> OD 00 a7 00 Q�l on to -52 42 -2 Z7 CT7 -,C:3 C Cll C57 C1} CU CiS -21 !�2 'm -::r- C.0 III C*11 VIA <= If., C110 G> EE N 0017 2 LL C> C" C" LU 58 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2018 to 2023 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, 2 Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 17 4th WA -07745 40 -42 Ave S (S 160 St - S 131 PL) S 160th Street to Southcenter Blvd Design and construct street improvements, underground aerial utilities, drainage, sidewalks, bike facilities, and driveway adjustments 06/12/17 06/19/17 2,465,000 2,465,000 04 C G O P S TW 2023 Yes Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds S CN 2018 4th 0 5th & 6th 0 2,465,000 2,465,000 P CN 2023 0 0 4,360,000 4,360,000 Totals 0 2,465,000 0 6,825,000 6,825,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th CN 2,465, 000 0 0 0 4,360,000 Totals 2,465,000 0 0 0 4,360,000 Report Date: May 17, 2017 Page 1 Agency: Tukwila County: King MPO/RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2018 to 2023 N Outside Jag w n ry Alpopd A. PIN/Project No. C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description B. STIP ID G. Structure ID x CD 0 luawpuawv .ory uonniosaN adAi luawanaidwi sapoo Alunn 416uai ieloi adAi ieluawucuvaig pai!nbaN AAN 17 53rd Avenue S S 137th St to S 144th St Design and construct urban residential street improvements that include curb, gutter, sidewalk, illumination and undergrounding. Street portion will coordinate with Water, Surface Water and Sewer capital improvement program projects. WA-06601 06/12/17 06/19/17 04 CGOPS T W 0.420 CE Yes Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds S CN 2018 0 TIB 900,000 1,710,000 2,610,000 Totals 0 2,610,000 900,000 1,710,000 2,610,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th CN 2,610,000 0 0 0 0 Totals 2,610,000 0 0 0 0 Report Date: May 17, 2017 Page 2 Agency: Tukwila County: King MPO/RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2018 to 2023 N Outside Jag w n ry Alpopd A. PIN/Project No. C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description B. STIP ID G. Structure ID x CD 0 luawpuawv .ory uonniosaN adAi luawanaidwi sapoo Alunn 416uai ieloi adAi ieluawucuvaig pai!nbaN AAN 00 Americans with Disabilities Act (ADA) Improvements Various locations to Design and construct ADA compliant upgrades to City infrastructure in conjunction with a City developed plan. WA-05405 06/12/17 06/19/17 06 No Funding Status Phase ALL Phase Start Year (YYYY) 2018 Federal Fund Code Totals Federal Funds 0 State Fund Code State Funds 0 0 Local Funds 1,200,000 1,200,000 Total Funds 1,200,000 1,200,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th ALL 200,000 200,000 200,000 200,000 400,000 Totals 200,000 200,000 200,000 200,000 400,000 Report Date: May 17, 2017 Page 3 Agency: Tukwila County: King MPO/RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2018 to 2023 N Outside Jag w n ry Alpopd A. PIN/Project No. C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description B. STIP ID G. Structure ID x CD 0 luawpuawv .ory uonniosaN adAi luawanaidwi sapoo Alunn 416uai ieloi adAi ieluawucuvaig pai!nbaN AAN 16 Andover Park E/Minkler Blvd Intersection Andover Park E Minkler Blvd to Construct left turn lanes on Andover Park East and reconstruct traffic signal WA-07746 06/12/17 06/19/17 03 CGOPS T W No Funding Status P P P Phase PE RW CN Phase Start Year (YYYY) 2020 2020 2021 Federal Fund Code Totals Federal Funds 0 0 0 State Fund Code State Funds 0 0 0 0 Local Funds 134,000 10,000 1,570,000 1,714,000 Total Funds 134,000 10,000 1,570,000 1,714,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th PE 0 0 134,000 0 0 RW 0 0 10,000 0 0 CN 0 0 0 1,570,000 0 Totals 0 0 144,000 1,570,000 0 Report Date: May 17, 2017 Page 4 Agency: Tukwila County: King MPO/RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2018 to 2023 N Outside Jag w n ry Alpopd A. PIN/Project No. C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description B. STIP ID G. Structure ID x CD 0 luawpuawv .ory uonniosaN adAi luawanaidwi sapoo Alunn 416uai ieloi adAi ieluawucuvaig pai!nbaN AAN 14 Annual Bridge Inspections and Repairs Various City Street to Perform load ratings and bi-annual inspections as well as construct necessary repairs and maintenance WA-03731 06/12/17 06/19/17 06 No Funding Status Phase ALL Phase Start Year (YYYY) 2018 Federal Fund Code Totals Federal Funds 0 State Fund Code State Funds 0 0 Local Funds 2,220,000 2,220,000 Total Funds 2,220,000 2,220,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th ALL 335,000 335,000 335,000 405,000 810,000 Totals 335,000 335,000 335,000 405,000 810,000 Report Date: May 17, 2017 Page 5 Agency: Tukwila County: King MPO/RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2018 to 2023 N Outside Jag w n ry Alpopd A. PIN/Project No. C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description B. STIP ID G. Structure ID x CD 0 luawpuawv .ory uonniosaN adAi luawanaidwi sapoo Alunn 416uai ieloi adAi ieluawucuvaig pai!nbaN AAN 16 Annual Overlay and Repair Program Various City Streets to Repair, rehabilitate, and overlay City streets as needed in an annual program WA-03733 06/12/17 06/19/17 06 CGOPS T W No Funding Status Phase ALL Phase Start Year (YYYY) 2018 Federal Fund Code Totals Federal Funds 0 State Fund Code State Funds 0 0 Local Funds 10,320,000 10,320,000 Total Funds 10,320,000 10,320,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th ALL 1,400,000 1,730,000 1,740,000 1,800,000 3,600,000 Totals 1,400,000 1,730,000 1,740,000 1,800,000 3,600,000 Report Date: May 17, 2017 Page 6 Agency: Tukwila County: King MPO/RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2018 to 2023 N Outside Jag w n ry Alpopd A. PIN/Project No. C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description B. STIP ID G. Structure ID x CD 0 luawpuawv .ory uonniosaN adAi luawanaidwi sapoo Alunn 416uai ieloi adAi ieluawucuvaig pai!nbaN AAN 19 /1320(004) Beacon Ave S Bridge Preventative Maintenance Project Beacon Avenue South over South Ryan Way S Victor St to S 170th St Remove and replace failed bridge deck and paint structural steel. TUK-57 06/12/17 06/19/17 14 0.010 CE No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds S CN 2018 STP(BR) 1,740,920 0 0 1,740,920 Totals 1,740,920 1,740,920 0 0 1,740,920 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th ALL 1,740,920 0 0 0 0 Totals 1,740,920 0 0 0 0 Report Date: May 17, 2017 Page 7 Agency: Tukwila County: King MPO/RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2018 to 2023 N Outside Jag w n ry Alpopd A. PIN/Project No. C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description B. STIP ID G. Structure ID x CD 0 luawpuawv .ory uonniosaN adAi luawanaidwi sapoo Alunn 416uai ieloi adAi ieluawucuvaig pai!nbaN AAN 00 BNSF Regional Center Access New Facility to Construct a new access to the BNSF Regional Distribution Center, relocating the 900+ daily truck trips from residential streets in Allentown. WA05409 06/12/17 06/19/17 08 EIS No Funding Status P Phase PE Phase Start Year (YYYY) 2018 Federal Fund Code Totals Federal Funds 0 State Fund Code State Funds 0 0 Local Funds 100,000 100,000 Total Funds 100,000 100,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th PE 100,000 0 0 0 0 Totals 100,000 0 0 0 0 Report Date: May 17, 2017 Page 8 Agency: Tukwila County: King MPO/RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2018 to 2023 N Outside Jag w n ry Alpopd A. PIN/Project No. C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description B. STIP ID G. Structure ID x CD 0 luawpuawv .ory uonniosaN adAi luawanaidwi sapoo Alunn 416uai ieloi adAi ieluawucuvaig pai!nbaN AAN 00 /1320(005) Cascade View Elementary Safe Routes to School Project - Phase 2 33rd Ave S and S 140th Street S. 144th at 34th Ave. S. to 140th St at 34th Ave. S. Concrete sidewalks are proposed on one side of 33rd Ave S (S 140th St to S 144th St) and on one side of S. 140th St (Military Road South to 34th Ave S) along with a standard curb and gutter separating the sidewalk from the roadway. A traffic circle is proposed at the intersection of 33rd Ave S and S 140th St to assist in reducing vehicle speeds and increase visibility and safety of pedestrians crossing the street. Curb bulb-outs and/or pedestrian refuge islands at the east entrance/exit to the traffic circle would be constructed to improve the safety of crossing S 140th St at 33rd Ave S. There are currently no ADA facilities to connect to within the project limits. Minor storm water improvements will be added to the general action area. The new sidewalk along 33rd Ave S. will require reconstruction of the pavement cross section to establish proper crown slopes. TUK-58 06/12/17 06/19/17 28 0.510 CE No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds S CN 2018 SRTS 714,000 0 100,000 814,000 Totals 714,000 0 100,000 814,000 Expenditure Schedule Phase ALL Totals 1st 814,000 814,000 2nd 0 0 3rd 0 0 4th 0 0 5th & 6th 0 0 Report Date: May 17, 2017 Page 9 Agency: Tukwila County: King MPO/RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2018 to 2023 N Outside Jag w n ry Alpopd A. PIN/Project No. C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description B. STIP ID G. Structure ID x CD 0 luawpuawv .ory uonniosaN adAi luawanaidwi sapoo Alunn 416uai ieloi adAi ieluawucuvaig pai!nbaN AAN 16 /1274(009) Frank Zepp Bridge Preventative Maintenance Project S 180th Street over the Green River SR 181 - West Valley Highway to Sperry Drive S Paint the structural steel, overlay deck and replace the deck joint, and install seismic protection. TUK-55 06/12/17 06/19/17 14 0.040 CE No Funding Status Phase CN Phase Start Year (YYYY) 2018 Federal Fund Code STP(BR) Totals Federal Funds 2,534,812 2,534,812 State Fund Code State Funds 0 0 Local Funds 0 0 Total Funds 2,534,812 2,534,812 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th CN 2,534,812 0 0 0 0 Totals 2,534,812 0 0 0 0 00 Report Date: May 17, 2017 Page 10 Agency: Tukwila County: King MPO/RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2018 to 2023 N Outside Jag w n ry Alpopd A. PIN/Project No. C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description B. STIP ID G. Structure ID x CD 0 luawpuawv .ory uonniosaN adAi luawanaidwi sapoo Alunn 416uai ieloi adAi ieluawucuvaig pai!nbaN AAN 14 /1288(005) Grady Way Bridge Preventative Maintenance Project Grady Way Bridge over BN and UP Railroads Interurban Avenue S to Longacres Drive SW, Renton Retrofit existing bridge with seismic protection. TUK-56 06/12/17 06/19/17 14 0.230 CE No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds S CN 2018 STP(BR) 197,725 0 0 197,725 Totals 197,725 197,725 0 0 197,725 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th CN 197,725 0 0 0 0 Totals 197,725 0 0 0 0 cs) Report Date: May 17, 2017 Page 11 Agency: Tukwila County: King MPO/RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2018 to 2023 N Outside Jag w n ry Alpopd A. PIN/Project No. C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description B. STIP ID G. Structure ID x CD 0 luawpuawv .ory uonniosaN adAi luawanaidwi sapoo Alunn 416uai ieloi adAi ieluawucuvaig pai!nbaN AAN 00 Multipurpose Trails to Wide array of necessary trail improvements to existing trail system infrastructure WA-03783 06/12/17 06/19/17 28 CE No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds CN 2018 0 0 62,000 62,000 P ALL 2023 0 150,000 150,000 Totals 0 0 212,000 212,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th CN 62,000 0 0 0 0 ALL 0 0 0 0 150,000 Totals 62,000 0 0 0 150,000 Report Date: May 17, 2017 Page 12 Agency: Tukwila County: King MPO/RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2018 to 2023 N Outside Jag w n ry Alpopd A. PIN/Project No. C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description B. STIP ID G. Structure ID x CD luawpuawv .ory uonniosaN adAi luawanaidwi sapoo Alunn 416uai ieloi adAi ieluawucuvaig pai!nbaN AAN 14 S 140th St Intersection Improvements S 140th Street Tukwila International Blvd to Design and construct a new traffic signal at the S 140th Street/Tukwila Blvd intersection nterna onal WA-09873 06/12/17 06/19/17 04 CGPST 0.100 DCE Yes Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds P PE 2019 Ped/Bike Program 67,000 8,000 75,000 P RW 2020 Ped/Bike Program 40,000 10,000 50,000 P CN 2020 0 Ped/Bike Program 568,000 57,000 625,000 Totals 0 675,000 75,000 750,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th PE 0 75,000 0 0 0 RW 0 0 50,000 0 0 CN 0 0 625,000 0 0 Totals 0 75,000 675,000 0 0 Report Date: May 17, 2017 Page 13 Agency: Tukwila County: King MPO/RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2018 to 2023 N Outside Jag w n ry Alpopd A. PIN/Project No. C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description B. STIP ID G. Structure ID x CD 0 luawpuawv .ory uonniosaN adAi luawanaidwi sapoo Alunn 416uai ieloi adAi ieluawucuvaig pai!nbaN AAN 17 S 144th St Bridge Sidewalks S 144th Street 51st Ave S to 53rd Ave S Widen existing sidewalks on bridge over 1-5 between 51st Ave S and 53rd Ave S WA03782 06/12/17 06/19/17 28 0.250 No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds P PE 2019 SRTS 173,000 0 27,000 200,000 P CN 2019 SRTS 1,047,000 0 163,000 1,210,000 Totals 1,220,000 0 190,000 1,410,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th PE 0 200,000 0 0 0 CN 0 0 1,210,000 0 0 Totals 0 200,000 1.210.000 0 0 Report Date: May 17, 2017 Page 14 Agency: la County: King MPO/RTPO: PSRC Y Inside Six ���� Transportation Improvement U��������� ~-^ Year ^ ^~~^^~~n~~~^~~~~^~~^^ ^^^^n~^~~~~~^^^~~^^~ Program From 2018 to 2023 N Outside cn tn Jag w n ry Alpopd A. PlNlProject No. C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description B. STIP ID G. Structure ID CD 0 luawpuawv .ory uonniosaN adAi luawanaidwi sapoo Alunn 416uai ieloi adAi ieluawucuvaig pai!nbaN AAN 16 mranderewu./SW 27th St Extension otrenue,ewu./SWzrmm West VaIIey Highway to NJaches Ave This project is Phase 3 of a multi-phase improvement that will connect Strander o|vu/ovvurmot between West VaIIey Hwy in Tukwila and Oakesdale Ave in Renton. This project will complete the design, right-of-way and construction phases for the roadway segment between West VaIIey Hwy and Naches Ave. Project components include a railroad bridge for the Union Pacific RR to provide grade separation. a new 4/5 lane roadway segment east of West VaIIey Hwy. roadway widening of two lanes for a portion of the project segment, a separated joint-use t,ei|, a new trail bridge for the Interurban Trail (including new trail connections to Strander BIvd.), a new flyover bridge connection to the Tukwila Station, and a new traffic signal serving the Tukwila Station. Current funding will complete the preliminary engineering and right-of-way phases. Construction will be funded as part of a future phase. TUK-59 06/12/17 06/19/17 01 0 300 DCE Yes Funding Status n n p p n p Phase PE RW cw cw cw cw Phase Start Year (YYYY) 2018 2018 2020 2020 2020 2020 Federal Fund Code STP(UL) STP(UL) TIGER FMSIB Discretionary Totals Federal Funds 3 892 500 1,254.300 13,794,000 5,000,000 5,000,000 0 28,940,800 State Fund Code TIB State Funds 0 0 5,000,000 0 0 0 5,000,000 Local Funds 607,500 195,700 706,000 0 0 706,000 2,r/5,om Total Funds 4,500,000 1,450,000 19,500,000 5,000,000 5,000,000 706,000 36.156,000 Report Date: May 17, 2017 Page 15 Agency: Tukwila County: King MPO/RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2018 to 2023 NJ Outside Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th PE 2,500,000 2,000,000 0 0 0 RW 450,000 1,000,000 0 0 0 CN 50,000 0 18,300,000 14,200,000 0 Totals 3,000,000 3,000,000 18,300,000 14,200,000 0 Report Date: May 17, 2017 Page 16 Agency: Tukwila County: King MPO/RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2018 to 2023 N Outside Jag w n ry Alpopd A. PIN/Project No. C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description B. STIP ID G. Structure ID x CD 0 luawpuawv .ory uonniosaN adAi luawanaidwi sapoo Alunn 416uai ieloi adAi ieluawucuvaig pai!nbaN AAN 17 TUC/TOD Pedestrian Improvements Baker Blvd (if extended) Andover Park W to E City Limits Construct bike/pedestrian connection between the Tukwila Urban Center (TUC) and Tukwila Station, with service by Amtrak Sounder Commuter Rail/Transit Oriented Development (TOD) area. WA-03772 06/12/17 06/19/17 28 0.750 CE Yes Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds P ALL 2023 STP(E) 3,400,000 0 850,000 4250000 , Totals 3.400000 0 850,000 4,250,000 Expenditure Schedule Phase ALL Totals 1st 0 0 2nd 0 0 3rd 0 0 4th 0 0 5th & 6th 4,250,000 4,250,000 Report Date: May 17, 2017 Page 17 Agency: Tukwila County: King MPO/RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2018 to 2023 N Outside Jag w n ry Alpopd A. PIN/Project No. C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description B. STIP ID G. Structure ID x CD 0 luawpuawv .ory uonniosaN adAi luawanaidwi sapoo Alunn 416uai ieloi adAi ieluawucuvaig pai!nbaN AAN 14 West Valley Highway SR 181/West Valley Highway 1-405 to Strander Blvd Design and construct completion of 7 lane sections of West Valley Highway with sidewalks, curbs, gutters, storm drainage, lighting, and traffic control, including safety and capacity improvements at the S 156th St intersection. WA03779 06/12/17 06/19/17 03 0.500 CE No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds PE 2018 STP 189,000 0 38,000 227,000 P PE 2018 0 TIB 155,000 0 155,000 RW 2018 0 0 100,000 100,000 CN 2019 STP 438 000 0 62,000 500,000 P CN 2019 0 TIB 2,389,000 582,000 2,971,000 Totals 627,000 2,544,000 782,000 3,953,000 Expenditure Schedule Phase PE RW CN Totals 1st 382,000 100,000 0 482,000 2nd 0 0 2,070,000 2,070,000 3rd 0 0 0 0 4th 0 0 0 0 5th & 6th 150,000 100,000 1,150,000 1,400,000 Federal Funds State Funds Local Funds Total Funds Grand Totals for Tukwila 39,375,257 9,119,000 26,050,780 74,545,037 Report Date: May 17, 2017 Page 18 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, 2 Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 17 4th WA -07745 40 -42 Ave S (S 160 St - S 131 PL) S 160th Street to Southcenter Blvd Design and construct street improvements, underground aerial utilities, drainage, sidewalks, bike facilities, and driveway adjustments 06/13/16 06/20/16 6,868,000 1882 04 C G O P S TW 2021 Yes Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds S CN 2017 4th 0 5th & 6th 0 6,868,000 6,868,000 P CN 2021 0 0 4,360,000 4,360,000 Totals 0 4,807,000 0 11,228,000 11,228,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th CN 4,807,000 2,031,000 0 0 4,360,000 Totals 4,807,000 2,031,000 0 0 4,360,000 Report Date: June 21, 2016 Page 1 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, La m Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 17 WA -06601 53rd Avenue S S 137th St to S 144th St Design and construct urban residential street improvements that include curb, gutter, sidewalk , illumination and undergrounding. Street portion will coordinate with Water, Surface Water and Sewer capital improvement program projects. 06/13/16 06/20/16 2,565,600 1882 04 C G O P S TW 0.420 CE Yes Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds S CN 2017 0 TIB 2,141,400 2,565,600 4,707,000 Totals 0 2,353,500 2,141,400 2,565,600 4,707,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th CN 2,353,500 2,353,500 0 0 0 Totals 2,353,500 2,353,500 0 0 0 co Report Date: June 21, 2016 Page 2 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, La m Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 00 4th WA -05405 Americans with Disabilities Act (ADA) Improvements Various locations to Design and construct ADA compliant upgrades to City infrastructure in conjunction with a City developed plan. 06/13/16 06/20/16 1,200,000 1882 06 0 200,000 0 No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds S ALL 2017 4th 0 5th & 6th 0 1,200,000 1,200,000 Totals 0 200,000 0 1,200,000 1,200,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th ALL 200,000 200,000 200,000 200,000 400,000 Totals 200,000 200,000 200,000 200,000 400,000 `0 Report Date: June 21, 2016 Page 3 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, 2 Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 16 WA -03766 Andover Park E /Industry Drive Signal Andover Park E Industry Drive to Design and construct a traffic signal and intersection improvements 06/13/16 06/20/16 75,000 1882 05 C G O P S TW 0.190 CE No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds P PE 2017 0 0 75,000 75,000 P RW 2017 0 0 10,000 10,000 P CN 2018 0 10,000 0 657,000 657,000 Totals 0 0 0 742,000 742,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th PE 75,000 0 0 0 0 RW 10,000 0 0 0 0 CN 0 657,000 0 0 0 Totals 85,000 657,000 0 0 0 co Report Date: June 21, 2016 Page 4 op Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, 2 Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 16 WA -07746 Andover Park E /Minkler Blvd Intersection Andover Park E Minkler Blvd to Construct left turn lanes on Andover Park East and reconstruct traffic signal 06/13/16 06/20/16 134,000 134,000 03 C G O P S TW 2017 No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds P PE 2017 0 0 134,000 134,000 P RW 2017 0 0 10,000 10,000 P CN 2018 0 10,000 0 1,570,000 1,570,000 Totals 0 0 0 1,714,000 1,714,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th PE 134,000 0 0 0 0 RW 10,000 0 0 0 0 CN 0 1,570,000 0 0 0 Totals 144,000 1,570,000 0 0 0 Report Date: June 21, 2016 Page 5 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, La m Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 14 4th WA -03731 Annual Bridge Inspections and Repairs Various City Street to Perform load ratings and bi- annual inspections as well as construct necessary repairs and maintenance 06/13/16 06/20/16 1,945,000 1882 06 0 335,000 0 No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds S ALL 2017 4th 0 5th & 6th 0 1,945,000 1,945,000 Totals 0 335,000 0 1,945,000 1,945,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th ALL 270,000 335,000 335,000 335,000 670,000 Totals 270,000 335,000 335,000 335,000 670,000 co ti Report Date: June 21, 2016 Page 6 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, La m Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 16 4th WA -03733 Annual Overlay and Repair Program Various City Streets to Repair, rehabilitate, and overlay City streets as needed in an annual program 06/13/16 06/20/16 10,280,000 1882 06 C G O P S TW 1,670,000 0 No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds S ALL 2017 4th 0 5th & 6th 0 10,280,000 10,280,000 Totals 0 1,670,000 0 10,280,000 10,280,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th ALL 1,650,000 1,670,000 1,725,000 1,730,000 3,505,000 Totals 1,650,000 1,670,000 1,725,000 1,730,000 3,505,000 co w Report Date: June 21, 2016 Page 7 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, La m Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 19 STP(BR) / 1320(004) TUK -57 Beacon Ave S Bridge Preventative Maintenance Project Beacon Avenue South over South Ryan Way S Victor St to S 170th St Remove and replace failed bridge deck and paint structural steel. 06/13/16 06/20/16 0 1882 14 1,740,920 0.010 CE No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds S CN 2017 STP(BR) 1,740,920 0 0 1,740,920 Totals 1,740,920 1,740,920 0 0 1,740,920 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th CN 1,740,920 0 0 0 0 Totals 1,740,920 0 0 0 0 co Report Date: June 21, 2016 Page 8 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, La m Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 00 FMSIB WA05409 BNSF Regional Center Access New Facility to Construct a new access to the BNSF Regional Distribution Center, relocating the 900+ daily truck trips from residential streets in Allentown. 06/08/15 06/15/15 300,000 1882 08 CN 2021 EIS No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds P PE 2021 FMSIB 950,000 5th & 6th 0 300,000 1,250,000 P CN 2021 FMSIB 10,812,500 0 1,687,500 12,500,000 Totals 11,762,500 0 0 1,987,500 13,750,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th PE 0 0 0 0 12, 500,000 CN 0 0 0 0 1,250,000 Totals 0 0 0 0 13,750,000 co oi Report Date: June 21, 2016 Page 9 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, La m Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 14 STP(BR) / 1380(003) TUK -52 06/13/16 06/20/16 2,220,000 1882 14 8,625,600 0.200 DCE Yes 10,845,600 Boeing Access Road Bridge Rehabilitation Totals 10,845,600 0 0 0 0 Boeing Access Road Interstate 5 to Airport Way South Rehabilitate the existing Boeing Access Road bridge structure over the Burlington Norther and Union Pacific Railroads. Work will include rehabilitation of the bridge sub - structure, seismic retrofit, and construction of a new bridge deck including pedestrian /bicycle amenities. Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds S CN 2017 STP(BR) 8,625,600 0 2,220,000 10,845,600 Totals 8,625,600 0 2,220,000 10,845,600 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th CN 10,845,600 0 0 0 0 Totals 10,845,600 0 0 0 0 co c' Report Date: June 21, 2016 Page 10 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, La m Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 00 SRTS / 1320(005) TUK -58 06/13/16 06/20/16 83,353 1882 28 699,745 0.510 CE No 783,098 0 Cascade View Elementary Safe Routes to School Project - Phase 2 0 0 Totals 783,098 0 0 33rd Ave S and S 140th Street 0 0 S. 144th at 34th Ave. S. to 140th St at 34th Ave. S. Concrete sidewalks are proposed on one side of 33rd Ave S (S 140th St to S 144th St) and onone side of S. 140th St (Military Road South to 34th Ave S) along with a standard curb and gutter separating the sidewalk from the roadway. A traffic circle is proposed at the intersection of 33rd Ave S and S 140th St to assist inreducing vehicle speeds and increase visibility and safety of pedestrians crossing the street. Curb bulb -outs and /or pedestrian refuge islands at the east entrance /exit to the traffic circle would be constructed to improve the safety ofcrossing S 140th St at 33rd Ave S. There are currently no ADA facilities to connect to within the project limits. Minor storm water improvements will be added to the general action area. Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds S CN 2017 SRTS 699,745 0 83,353 783,098 Totals 699,745 783,098 0 83,353 783,098 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th CN 783,098 0 0 0 0 Totals 783,098 0 0 0 0 co Report Date: June 21, 2016 Page 11 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, La m Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 16 STP(BR) / 1274(009) TUK -55 Frank Zepp Bridge Preventative Maintenance Project S 180th Street over the Green River SR 181 - West Valley Highway to Sperry Drive S Paint the structural steel, overlay deck and replace the deck joint, and install seismic protection. 06/13/16 06/20/16 0 1882 14 2,534,812 0.040 CE No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds S CN 2017 STP(BR) 2,534,812 0 0 2,534,812 Totals 2,534,812 2,534,812 0 0 2,534,812 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th CN 2,534,812 0 0 0 0 Totals 2,534,812 0 0 0 0 co co Report Date: June 21, 2016 Page 12 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, La m Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 14 STP(BR) / 1288(005) TUK -56 Grady Way Bridge Preventative Maintenance Project Grady Way Bridge over BN and UP Railroads Interurban Avenue S to Longacres Drive SW, Renton Retrofit existing bridge with seismic protection. 06/13/16 06/20/16 0 1882 14 148,574 0.230 CE No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds S CN 2017 STP(BR) 148,574 0 0 148,574 Totals 148,574 148,574 0 0 148,574 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th CN 148,574 0 0 0 0 Totals 148,574 0 0 0 0 co `0 Report Date: June 21, 2016 Page 13 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, La m Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 00 4th WA -03783 Multipurpose Trails to Wide array of necessary trail improvements to existing trail system infrastructure 06/13/16 06/20/16 520,000 1882 28 0 60,000 CE No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds S CN 2017 4th 0 5th & 6th 0 520,000 520,000 Totals 0 60,000 0 520,000 520,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th CN 60,000 60,000 60,000 60,000 280,000 Totals 60,000 60,000 60,000 60,000 280,000 Report Date: June 21, 2016 Page 14 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, 2 Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 16 WA -07748 S 133 St/SR599 Southbound Intersection S 133rd Street SR 599 Southbound Ramps to S 134th PI Construct intersection improvements including signalization or roundabout, lighting, crosswalks, and drainage. 06/13/16 06/20/16 310,000 1882 04 C G O P S TW 2018 No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds P PE 2018 0 0 310,000 310,000 P RW 2018 0 0 25,000 25,000 P CN 2019 0 0 0 2,064,000 2,064,000 Totals 0 0 0 2,399,000 2,399,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th PE 0 310,000 0 0 0 RW 0 25,000 0 0 0 CN 0 0 2,064,000 0 0 Totals 0 335,000 2,064,000 0 0 Report Date: June 21, 2016 Page 15 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, 2 Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 17 STP(BR) WA03782 S 144th St Bridge Sidewalks S 144th Street 51st Ave S to 53rd Ave S Widen existing sidewalks on bridge over 1 -5 between 51st Ave S and 53rd Ave S 06/13/16 06/20/17 243,800 1882 28 975,200 0.250 0 No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds P ALL 2021 STP(BR) 975,200 5th & 6th 0 243,800 1,219,000 Totals 975,200 0 0 243,800 1,219,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th ALL 0 0 0 0 1,219,000 Totals 0 0 0 0 1,219,000 ti Report Date: June 21, 2016 Page 16 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, La m Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 16 STP WA -05410 Strander Blvd /SW 27th St Phase III Strander Boulevard E City Limits to West Valley Hwy /SR 181 Design and construct arterial improvements for a new roadway extending Strander Boulevard /SW 27th St from West Valley Highway to Oaksdale Ave 06/13/16 06/20/16 607,500 1882 01 RW 2018 EIS No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds P PE 2017 STP 3,892,500 5th & 6th 0 607,500 4,500,000 P RW 2018 STP 1,254,250 0 195,750 1,450,000 P CN 2022 FMS I B 5,000,000 0 1,000,000 6,000,000 P CN 2022 TIGER III 20,000,000 0 25,000,000 45,000,000 Totals 30,146,750 5,100, 000 0 26,803,250 56,950,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th PE 0 5,000,000 0 0 0 RW 0 0 1,450, 000 0 0 CN 0 0 0 0 5,100, 000 Totals 0 5,000,000 1,450,000 0 5,100,000 w Report Date: June 21, 2016 Page 17 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, La m Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 17 STP(E) WA -03772 TUC/TOD Pedestrian Improvements Baker Blvd (if extended) Andover Park W to E City Limits Construct bike /pedestrian connection between the Tukwila Urban Center (TUC) and Tukwila Station, with service by Amtrak Sounder Commuter Rail/Transit Oriented Development (TOD) area. 06/13/16 06/20/16 68,580 1882 28 RW 0.750 CE Yes Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds P PE 2017 STP(E) 439,420 0 0 68,580 508,000 P RW 2020 STP(E) 173,000 1,725,000 0 27,000 200,000 S CN 2017 0 0 1,000,000 1,000,000 P CN 2018 STP(E) 2,699,000 0 286,000 2,985,000 Totals 3,311,420 0 1,381,580 4,693,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th PE 283,000 0 0 225,000 0 RW 0 0 0 200,000 0 CN 1,000,000 1,260,000 0 0 1,725,000 Totals 1,283,000 1,260,000 0 425,000 1,725,000 Report Date: June 21, 2016 Page 18 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, La m Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 00 / 1320(002) TUK -50 Tukwila Urban Center Pedestrian /Bicycle Bridge over Green River New bridge over the Green River, approximately between Baker Blvd (if extended) and Longacres Way (if extended) Baker Boulevard to West Valley Highway Construct a new pedestrian /bicycle bridge over the Green River 06/13/16 06/20/16 896,000 1882 28 0 0.640 DCE Yes Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds S CN 2017 0 OTHER 5,289,000 896,000 6,185,000 Totals 0 6,185,000 5,289,000 896,000 6,185,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th CN 6,185,000 0 0 0 0 Totals 6,185,000 0 0 0 0 oi Report Date: June 21, 2016 Page 19 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, La m Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 00 4th WA -03761 Walk & Roll Plan (Nonmotorized Transportation Plan) Various City Streets to Evaluate deficiencies and create a prioritized list of projects and recommended design standards. 06/08/15 06/15/15 175,000 1882 28 0 0 0 No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds P PE 2021 4th 0 5th & 6th 0 175,000 175,000 Totals 0 0 0 175,000 175,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th PE 0 0 0 0 175,000 Totals 0 0 0 0 175,000 Report Date: June 21, 2016 Page 20 Agency: Tukwila County: King MPO /RTPO: PSRC Y Inside Six Year Transportation Improvement Program From 2017 to 2022 N Outside Functional Class Priority Number A. PIN /Project No. B. STIP ID C. Project Title D. Road Name or Number E. Begin & End Termini F. Project Description G. Structure ID m -, La m Adopted Amendment Resolution No. Improvement Type Utility Codes Total Length Environmental Type RW Required 14 RW WA03779 West Valley Highway SR 181 /West Valley Highway 1 -405 to Strander Blvd Design and construct completion of 7 lane sections of West Valley Highway with sidewalks, curbs, gutters, storm drainage, lighting, and traffic control, including safety and capacity improvements at the S 156th St intersection. 06/13/16 06/20/16 340,000 1882 03 RW 0.500 CE No Funding Status Phase Phase Start Year (YYYY) Federal Fund Code Federal Funds State Fund Code State Funds Local Funds Total Funds P PE 2020 RW 0 0 0 340,000 340,000 P RW 2020 0 0 2,484,000 0 400,000 400,000 P CN 2021 0 TIB 1,792,000 542,000 2,334,000 Totals 0 1,792,000 1,282,000 3,074,000 Expenditure Schedule Phase 1st 2nd 3rd 4th 5th & 6th PE 0 0 0 174,000 150,000 RW 0 0 0 200,000 200,000 CN 0 0 0 0 2,484,000 Totals 0 0 0 374,000 2,834,000 Report Date: June 21, 2016 Page 21 Federal Funds State Funds Local Funds Total Funds Grand Totals for Tukwila 59,945,521 9,222,400 67,666,083 136,834,004 Report Date: June 21, 2016 Page 21 TO: FROM: BY: CC: DATE: Citvof Tukwila Public Works Department - Bob Giberson, Director INFORMATIONAL MEMORANDUM Transportation and Infrastructure Committee Bob Giberson, Public Works Director >1 Peter Lau, Senior Program Manager Mayor Ekberg May 19, 2017 Allan Ekberg, Mayor SUBJECT: CBD Sanitary Sewer Rehabilitation - 2016 Andover Park East Sewer Repair Project No. 91140203 Construction Management Contract with AKANA ISSUE Authorize the Mayor to execute a contract with AKANA for construction management (CM) services for the 2016 Andover Park East Sewer Repair Project. BACKGROUND The 2016 Andover Park East Sewer Repair Project construction contract was awarded by Council on May 15, 2017 to Gary Harper Construction in the amount of $413,935.50. The City solicited for CM services from three consultant firms; AKANA, KPG, Inc., and RH2 Engineering, Inc. AKANA was rated the highest based on the established selection criteria. DISCUSSION & FISCAL IMPACT The AKANA contract will include construction engineering, inspection, and documentation compliance support. The fee of $58,869.00 is reasonable for this sewer replacement project. AKANA Contract CM & Inspection RECOMMENDATION CM Expense Budget $58,869.00 $120,000.00 Council is being asked to approve the construction management contract with AKANA in the amount of $58,869.00 for the 2016 Andover Park East Sewer Repair Project and consider this item on the Consent Agenda at the June 5, 2017 Regular Meeting. Attachments: Page 81 in the 2017 CIP CM Consultant Selection Scoring Sheet CM Consultant Agreement with AKANA W: \PW Eng \PROJECTS \A - SW Projects \CBD Sewer Rehabilitation (91140203)\2016 APE Sewer Repair\Construction \Consultant Selection \(OOS) - CM Consultant Selection \Info Memo AKANA CM Contract, 5- 17- 17.Docx 99 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 S000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 323 37 45 45 45 fro �• .. E ! 495 Land (RAN) 1 f` i' 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 01 0 1 01 0 1 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 1 0 1 0 0 6,578 OProject Location teii ! fro �• .. E ! ' ! f` i' 2017 - 2022 Capital Improvement Program 81 100 Construction Management (CM) Services Solicitation, mainly on Inspection and Documentation Supports. AKANA/Cooper Zietz Engineers, Inc., KPG, Inc. and RH2 Engineering, Inc. were solicited by the City to compete for the selection of CM Consultant for the 2016 Andover Park East Sewer Repair Project. Three evaluation criteria were used in the evaluation process: 1. Qualifications of the proposed Inspector and Documentation Specialist - 70 points. 2. Available Support from the Consultant Firm to the proposed Inspector and Documentation Specialist, the City's project staff, and the construction project — 20 points. 3. Conformance to the Requirements of the City's Solicitation —10 points. Below are the scores and ranking of these 3 consultant firms: CM Consultant Candidates Criteria #1 Criteria #2 Criteria #3 Summation in Points Finalized Ranking AKANwt,00per uetz Engineers, Inc. 55 15 8 78 1 KPG, Inc. 55 10 10 75 2 RH2 Engineering, Inc. 35 17 10 62 3 As a result, AKANA/Cooper Zietz Engineers, Inc. was selected as the CM Consultant for the 2016 Andover Park East Sewer Repair Project. City of Tukwila Contract Number: • i 6200 Southcenter Boulevard, Tukwila WA 98188 °;ter CONSULTANT AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City ", and Akana, hereinafter referred to as "the Consultant ", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Desimnation. The Consultant is retained by the City to perform Construction Management services in connection with the project titled "2016 Andover Park East Sewer Repair ". 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. 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, 2017, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than December 31, 2017 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $58,869.00 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. 102 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: CA revised : 1 -2013 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. Page 2 103 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self - insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. CA revised : 1 -2013 Page 3 104 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non - Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. CA revised : 1 -2013 Page 4 105 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: Akana Lincoln Executive Center 3800 146`' Place SE, Suite 105 Bellevue, WA 98007 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. DATED this /% day of / " << , 20 1 % . CITY OF TUKWILA CONSULTANT By: Allan Ekberg, Mayor Printed Name: Timothy J. Oliver Title: Vice President Attest /Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney CA revised : 1 -2013 Page 5 106 City of Tukwila Contract Number: • 6200 Southcenter Boulevard, Tukwila WA 98188 Exhibit "A" Scope of Services Construction Management Services Tukwila 2016 Andover Park East Sewer Repairs Akana (CONSULTANT) will provide professional Construction Management (CM) Services for the City of Tukwila (CITY). These services will include CM, contract administration, field observation, documentation, and reporting as required during the "2016 Andover Park East Sewer Repairs project ". All services will be provided in accordance with the Washington State Department of Transportation's (WSDOT) Local Agency Guidelines, Construction Manual and City of Tukwila standards. Consultant will be providing Jeff Faunce, Mindy Corey, on a Part time basis and Jeremy Privett on a fiill time basis to the project. No subconsultants have been assigned to assist in the performance of the duties listed below. Project Description The project includes construction of 435 feet of Sewer repairs within the right of way of Andover Park East between 180 °1 and 1074 north of 180th. Including but not limited to replacing asbestos cement sewer main with PVC and other work necessary to complete the work as specified and shown in the contract documents. Work Breakdoivn Structure by Tasks 100 Pre - Construction Services: 101 CONSULTANT will review bid documents to become familiar with the project. 102 CONSULTANT will take pre - construction photographs and burn them to a disc to include in hard -copy files. 103 CONSULTANT will conduct a site visit to become acquainted with the project site. 104 CONSULTANT will prepare hard -copy and electronic files for project documentation. 105 CONSULTANT will prepare Project Templates for: A. Design Changes B. Change Orders and Change Order Justifications C. Case Log and Case Log Files D. Pay Estimates, including Ledger E. Coordination Meeting Agendas, Minutes and Sign -In Sheets 106 CONSULTANT will prepare Project Logs for tracking: A. Contract Changes B. Requests for Information(RFl) C. Submittals D. Materials on Hand (will correlate with Pay Estimates) E. Employment Documentation 107 CONSULTANT will prepare for, and conduct, a Pre - Construction meeting. Duties will include: A. Preparing an agenda draft and sending it to the CITY for review /comments. B. Developing an attendees list with input from CITY. C. Conducting the meeting. D. Preparing Meeting Minutes, sending them to CITY for review /comments, revising them per comments and distributing them to attendees and affected stakeholders. I08 CONSULTANT will review the Contractor's initial Schedule against allowable Working Days. CONSULTANT will also review schedule sequencing and activity duration to check that they are reasonable. Any discrepancies, conflicts or unreasonable work durations will be brought to the attention of the Contractor and the CITY will be notified. 109 CONSULTANT will prepare a monthly CONSULTANT progress invoices for CITY review and payment. Under the provisions of this contract a total of 2 invoices shall be prepared and presented to the CITY. 110 CONSULTANT will use the City's provided electronic filing system for this construction project. 107 200 Construction Management Administration: 201 CONSULTANT will prepare a Progress Pay Estimates for work performed by Contractor. Under the provisions of this contract up to a total (3) invoices shall be prepared. These will be completed once CONSULTANT and Contractor have reached agreement on estimate quantities. 202 CONSULTANT will prepare up to (6) Weekly Statement of Working Day reports. 203 CONSULTANT will monitor Contractor and Sub- Contractor's employment documentation for adherence to contract requirements. Monitoring will include: A. Maintaining Employment Documentation Log. B. Collecting, reviewing and approving (or rejecting) Requests to Sublet. C. Collecting Certified Payrolls to verify that they meet contract wage requirements. D. Collecting Statements of Intent to pay prevailing wages. E. Collecting Affidavits of Wages Paid. 204 CONSULTANT will review and respond to Requests for Information (RFIs) submitted by the Contractor. Responses will include technical interpretations ofthe drawings, specifications, and Contract Documents. The CONSULTANT will update the RFI Log as RFIs are submitted and resolved. 205 CONSULTANT will monitor issues that may eventually have impacts to the project budget or schedule. These issues will be documented. Information included in the Log will be A. An assigned number that will be used to track each issue separately. B. The date the issue became known. C. A description of the issue. D. An estimate of the lowest cost necessary to resolve the issue. If resolution creates an overall decrease to the budget, this amount would be negative. E. An estimate of the highest cost necessary to resolve the issue. F. An estimate of the issue's impact on Working Days. G. A summary of project documents that relate to the issue. H. Comments relating to the issue. 206 CONSULTANT will prepare Change Orders and will include the CITY in the process of Change Order negotiation and preparation. Items tracked using the Issue Log may eventually become Change Orders. CONSULTANT Change Order work will include: A. Scheduling and conducting negotiation meetings. The CONSULTANT will create and distribute meeting agendas and minutes. B. Preparation of independent Engineer's Estimates. C. Compilation of Change Order back -up. This will include, but is not limited to: i. Engineer's Estimates ii. E -mail correspondence iii. Extra Work Orders from Contractor iv. Design Change Documents v. Meeting Minutes D. Preparation of Change Order Justifications. (1 change order included in cost) Justifications will include: i. A description of the change. ii. An evaluation of what is required by the Contract. iii. An explanation as to why a Change Order is necessary. iv. Descriptions of considered alternatives to a Change Order. v. The reasons for entitlement; why the work cannot be paid for under the existing contract. vi. The names of those that approved the Change Order. vii. An evaluation of impact to Working Days. viii. Change Order back -up. E. Writing the Change Orders and providing them to CITY for edits and/or concurrence. F. Obtaining the necessary signatures for execution once concurrence has been given by the CITY. G. Maintaining the Change Order Log. CA revised : 1 -2013 Page 7 108 300 Construction Services - Field: Working Days 30. CONSULTANT will provide full time Inspection consisting of a senior inspector depending on the skill sets needed for the days operation to assist and observe day -to -day conduct of construction. This will include acting as the project hub for communications, monitoring Contractor adherence to Contract Documents and documentation of Contractor's work progress for payment. Work will include the following: 301 CONSULTANT will request and review the Contractor's breakdowns of lump -sum items for accuracy and payment purposes. Breakdowns will be used to evaluate construction progress of these items for pay estimates. 302 CONSULTANT will prepare Field Note Records that detail Contractor's completed work for inclusion in monthly Pay Estimates. Field Note Records will internally be checked for accuracy prior to being entered into Pay Estimates. 303 Prior to monthly Pay Estimate completion, the CONSULTANT will coordinate with each of the Contractors to reach agreement on the Pay Estimate quantities. 304 CONSULTANT will review the materials delivered to the project site to ensure they are the approved construction materials. This will be done by checking them against the approved Submittals and noting materials delivered on Inspector Daily Reports (IDR). 305 The CONSULTANT Inspector(s) will prepare up to 30 Inspector's Daily Reports, using the City's provided 1DR form. If there is more than one Inspector, each will prepare an individual report. IDRs will include: A. Weather information. B. Contractor and Subcontractors working that date, as well as the on -site representative for each. C. A work activity summary. D. Bid items worked on. E. Equipment and employees utilized and hours used /worked. F. A diary to be used as a narrative of the day's events. G. Photos. H. Materials used. 306 CONSULTANT will take photos of construction progress and will maintain them electronically in an orderly fashion. Upon completion of the project, these photos will be burned to discs that will be included in the hard -copy files. 307 CONSULTANT will assist the CITY regarding Public Information by assisting the CITY with responding to project related questions from property owners and the general public. 308 CONSULTANT will review the Contractor's As -Built drawings. Drawings will be checked for accuracy and to determine if they reflect as- constructed conditions. 400 Materials: Consultant shall perform a preliminary review of submittals and coordinate getting technical engineering reviews. Materials that do not require testing will be rejected, approved or conditionally approved per the requirements of the City and the Contract provisions. Materials that require testing will be rejected, approved or conditionally approved per results of field evaluation materials testing is through city supplied testing agency. The Contractor will be notified immediately of any unapproved materials or failed test results. 401 CONSULTANT will update the Submittal list as submittals are rejected, approved, or conditionally approved by the city as well as when test results are obtained. 402 CONSULTANT will inspect the Pipe and backfill materials for adherence to Contract requirements. 403 CONSULTANT will inspect installation of earthwork and Hot Mix Asphalt for adherence to Contract requirements. Formal testing will be performed by City materials testing agency. 500 Project Completion: Assist the CITY with the close -out of the project. Items of work include the following: 501 CONSULTANT will coordinate with the CITY, and the Contractor to resolve outstanding project issues. This includes up to (1) Project Closeout Meetings. The CONSULTANT will prepare and distribute the agendas and minutes. 502 CONSULTANT will prepare a Letter of Substantial Completion for issuance by the city. This letter will include punchlist items for both Physical and Final completion. 503 CONSULTANT will coordinate with the Contractor to obtain all outstanding project documentation. CA revised : 1 -2013 Page 8 109 504 CONSULTANT will prepare a Punch List of work items for the Contractor. This list will be created with input from the CITY. Creation of the list will include 1 initial project walkthrough and up to I follow -up walkthroughs to ensure Punch List work is complete. The list may still be revised after it has been issued to the Contractor. 505 CONSULTANT will take photos of completed project and will maintain them electronically in an orderly fashion. Upon completion of the project, these photos will be burned to discs that will be included in the hard -copy files. 506 City's Engineering Firm will backdraft the As- Builts to create a Record Drawings for city records upon issuance of Physical Completion and the CONSULTANT will perform a review of the drawings for accuracy. 507 CONSULTANT will prepare the Final Pay Estimate and Voucher. Prior to being issued to the Contractor, drafts of these items will be routed to the CITY for review /approval. 508 CONSULTANT will review the project records to verify that they are complete. This will be a last check before hard -copy files are transferred to the CITY. 509 Attend a wrap up meeting with the CITY. 600 Survey: Consultant shall coordinate with PM and Construction Contractor (CC) as needed to require compliance with and verify that the construction survey work completed by the CC for the Project is in conformance with the approved plans, specifications and applicable laws. Consultant shall perform QA review of the Contractor's Surveyor's calculations, of the above described elements, in accordance with established Agency policies and procedures. Calculations must be sufficient to establish the correct position, orientation, and elevation of the work within required tolerances from control stations. 700 Optional Field Services: Upon written approval from the CITY, the CONSULTANT shall provide engineering services beyond the work identified above. Services may include the addition of new tasks; additional working days added to the contract or increasing the work effort of the engineering services as directed by the CITY. Such work shall be specified in a written Supplement to this Agreement. Additional work elements for consideration and recommended by the Consultant include: Materials testing- compaction of bedding and backfill, testing of Hot Mix Asphalt (HMA) Optional services may include: additional work caused by extension of contract time due to Non - Working Days or schedule delays, additional project meetings, additional testing due to failing tests, additional surveying and mapping, additional geotechnical analysis, additional environmental documentation, document printing and overtime due to the contractor working weekends. Assumptions Cont: • This scope and fee does not include construction support services during non - working days. A Non - Working Day is defined in the WSDOT Standard Specifications as "... unworkable because of weather or conditions caused by the weather that prevents satisfactory and timely performance of the work shown on the critical path of the Contractor's approved schedule." If the contract amount under this agreement is exceeded, the CONSULTANT may request a supplement to cover the costs incurred from work completed on Non - Working Days. • Construction will take no more than 30 working days. • The Contractor will be responsible for environmental documentation requirements. • No Overtime has been estimated. • Assume the contractor will work from 7:00 am to 4:00pm, working a 40 hour week, 8 hours a day, I shift. • No office space for Consultant will be provided. • Consultant will provide vehicle and fuel, cell phone, standard safety wear and laptop computer. • Mileage for PPM, PM/RE, inspector and CA, assume 24 cm /ca x trips @ 80 miles + 35 insp x trips* 80 round trip (includes anticipated on -site daily mileage). CA revised : 1 -2013 Page 9 110 Deliverables by Task: 100 Pre - Construction Services 0 102 Disc of pre - constriction photographs 0 104 Prepare hard copy and electronic file for project documentation 0 105 Prepare Project Templates (Design Changes, Change orders, Case Logs, Pay Estimates and ledger, Forecasted cost of Completion) 0 106 Prepare Project Logs (Design Changes, Change orders, RFI's, Submittals, Materials on Hand, Employment) 0 107 Pre - construction meeting agenda, sign -in sheet and minutes 0 109 (2) CONSULTANT Progress Invoices 200 Construction Management Administration 0 201 Up to (2) Pay Estimates 0 202 Up to (6) Weekly Statement of Working Days 0 203 Employment documentation and tracking log for Contractor and Sub - Contractors 0 204 RFI responses and RFI Log 0 205 Issue Log 0 206 (1) Change Orders (CO), a CO Log and CO justifications with back -up 300 Construction Services —Field 0 301 Review of lump -sum breakdowns 0 302 Field Note Records 0 305 Inspector's Daily Reports 0 306 Disc of construction progress photos 400 Materials o none • 500 Project Completion 0 501 Meeting agendas, sign -in sheets and minutes for up to (2) close -out meetings 0 504 Final Punch List 0 505 Prepare Letter of Physical Completion 0 506 Disc of completed project photos 0 507 Contractor produced As- Builts (Record Drawings) 0 508 Final Pay Estimate and Voucher 0 509 Hard - copies of project files 0 510 Attend Wrap up meeting • 600 Survey o Contractor shall provide. • 700 Additional Services CA revised : 1 -2013 Page 10 111 Exhibit "B" Project Budget City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 CLIENT Name: PROJECT Description: Proposal /Job Number: City of Tukwila 2016 Andover Park East Sewer repair Project Date: 5/15/2017 Contract Number: January 1, 2017 Rates Classification: —, c Y $ o a ¢ O g. Total CZE Winxn 72' _I CZE 0 CZE it P, Sub Sub v , 2 CZE ` i 2 CZE o En 0 CZE o Y 0 2 Total Expenses Total Labor + Expenses Hourly Rate: $75 $72 $49 $0 $45 $0 $38 Hours Fees ...e.., !! 30 °> Fees Fees _ Fees 0„ Fees ! T Task 100 - Preconstruction Services Preconstruction Services 81 1 1 4i 1 ,i 24 $1,2361 $1,692! $371' $0 $0 $2,062 $3,298 ! 'r 4 _ _ _ $1:). $a' $0 $0 00 50 0 0, 50; so!' $0' to $0 $0 $0 Task 0' o' $0: $0', $o $o $o Task 100 - Subtotal 8; 0; 0' 0!. o' 4; 0' 0; 0: 0; of 12; 0 24 $1,236: $1,692', $371; 00; $01 $0; 50; 50 52,062 53,298 Task 200 - Construction Services Field Office -_ - - :- - - - - - - - .- --o _. -- -- - - -_ ' ----- - - - -- --- ---._._ - -- - -- Adml015trallo❑ * - --- ' — -- - -- 24' I_. _____ 144 L - 168 $7 272' 19,953, $2j182, se', $o $12,13344 519,406 FA tracking I F J « -._.- _ -, '- `-- --' -- -- 0 72� $01 _ _ $o $a _. -- -- soi $0 $0 $0 so $0 0 $o; $0' $0' $0' $0 $0 $0 Task 200 - Subtotal 24' 0' 0, o' 0; 0' 0, of 0' 0 0' 144; 0 168 $7,272' $9,953! 52,182: $0' $0: $0 $0; $0 $12,134 $19,406 Task 300- Construction Services Field !F _... $80 $30,5500, T2 ITrlackl Inspection Services F 240' Y ____ h ___ r____ 2400 $10,9$0: $14,7so! 03,240 50., $0F__$1,eo6!L $19,7$00 o $o' so! $d $o; $o $o $o Task 300- Subtotal o; 0; 0! 0; 0: 240; o; 0 0; 0; 0; 0; 0 240 $10,800. $14,781! $3,240; $0; $0; $0; $1,605; $80 319,707 $30,507 Task 400- Materials Materials o' 0 $o' $o; $o! $0: 50 $o $o Task , o $0: $01 $0'I $01 $0 $o s0 Task , o $0; so! $0!' $0' $0 50 $0 Task ' ' 0 $0; $0' $o; 50; $0 $0 $0 Task400- Subtotal 0; o; 0! o'! o' o; 0' 0; o; o; o; OI' o o $o: $o' so' $0; $o: $o' $0' $o $o $0 Task - Project Com letion 1 p ` 4500 8; ! _ F 1 _.. ! 40 _488 $2.120 52,902' $630 ' $0 - , __ _$0 53,538 55,658 Task ! ! Y _ _ _ F - -- 0 W. $2! $0; SO:_ 50; , $0: ! $0 80 50 Task ! ' ! o $0: $o' $0: $0' ' $0 $0 $0 Task $00- Subtotal 8; 0; o�i 0; 0'! ■ 0', 40' 0 48 $2,120; $2,902' ■ $636' $0: $0: $0' $0' $0 $3,538 $5,658 All Phases Total 40' 0' 0: 0' 0'! 244' 0; Oi 0' 0' 0' 196; 0 480 $21,428' $29,327; $6,428; $0! $o: s0; 57,o05; $80 $37,441 $58,869 City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Transportation & Infrastructure Committee FROM: Laurel Humphrey, Council Analyst CC: Mayor Ekberg DATE: May 19, 2017 SUBJECT: Universal Garbage Collection ISSUE At the March 20, 2017 Regular Meeting, Council President Robertson requested and received Council consensus to add a discussion on universal garbage collection to an upcoming Council Committee agenda. DISCUSSION The City of Tukwila currently contracts with Waste Management for solid waste, recyclables and compostables collection services through 2019. The original contract included a provision that would have given residential customers a discount if the city were to implement a compulsory /universal collection law, but this provision expired in 2015. While the majority of single family residences in Tukwila subscribe to collection services, around 25% of residents do not. Most of these households self -haul to the Bow Lake Transfer Station. There is an even smaller minority of residents that allow garbage and waste to accumulate on their property, and this can make a big impact to a neighborhood's appearance and safety. The City's Code Enforcement division has for many years advocated for residential universal garbage service as a means to reduce nuisance code violations related to trash, debris, and pest violations. The City Council last addressed the issue of universal garbage collection in 2012, 2013, and 2014. A public hearing was held on April 23, 2012 where twelve of thirteen responding residents expressed opposition. The Utilities Committee discussed it again on November 18, 2013 and directed staff to return in 2014 with information on public engagement options. The Utilities Committee addressed it next on March 17, 2014 and received comments in opposition from two households. At that meeting the Committee declined to pursue it further and stated that the Council may wish to revisit in the future. DISCUSSION Staff is seeking Committee direction on next steps and determining if there is interest in dedicating staff resources to this in 2017. Another option is that the contract with Waste Management will be up for renewal in 2019 which will provide an opportunity for the Council to revisit the issue and for the City to gather public input to inform the contract negotiation process. ATTACHMENTS 11/18/13 Utilities Committee Minutes 3/17/14 Utilities Committee Minutes 113 Utilities Committee Minutes November 18. 2013 — Pape 2 C. Mandatory Garbage Collection In 2012 the City Council requested to revisit the topic of implementing mandatory garbage collection in Tukwila. A public hearing held on April 23, 2012 revealed opposition by 11 of the 12 people who submitted comments in person and in writing. Approximately 25 %, or 883, of Tukwila's single - family residences currently choose not to subscribe to garbage /recycling collection services from Waste Management, instead households are self - hauling to transfer stations or employing a variety of other methods both legal and illegal. There were 130 garbage - related code violation complaints logged in 2012, representing an increase from the previous year at 105 complaints. 14 King County Cities currently impose mandatory garbage collection. The new contract between the City and Waste Management provides that single - family customer rates would be reduced by $0.64 per month if mandatory garbage collection is implemented. This provision will expire if the City Council does not take advantage of it by November 2015. If mandatory collection is imposed, the 3,500 single - family residential customers would pay among the lowest solid waste rates in the region, saving approximately $26,880.00. The minimum level service would cost $4.89 per month. Implementation of this program would theoretically support the City's Strategic Plan goals regarding Inviting Neighborhoods and Community Identity, but would also require more staff time to support. If the City Council decides to pursue this topic further in 2014, staff advises another public hearing. Committee members and staff discussed next steps and the need for meaningful community engagement on this topic. They arrived at a recommendation for staff to bring this forward to the 2014 Utilities Committee with information and options about public engagement efforts as well as cost estimates for advisory ballot measures. This committee discussion should take place in the first quarter of 2014. INFORMATION ONLY. III. MISCELLANEOUS Councilmember Ekberg inquired about the City's latest efforts regarding the stop sign at Klickitat Dr. and its adverse impact on traffic flow. Staff indicated that the City continues to reach out to the State and this effort will remain ongoing. Meeting adjourned at 5:43 p.m. Next meeting. Monday, December 2, 2013 — 5:00 p.m. — Con£ Room No. 1. �7ACommittee Chair Approval Minut4 s by LH. Reviewed by GL. 114 City or Tukwila • Utilities Committee UTILITIES COMMITTEE Meeting Minutes March 17, 2014 — 5:15 p.m. — Foster Conference Room, 6300 Building PRESENT Councilmembers: Kate Kruller, Chair; Kathy Hougardy, Allan Ekberg Staff: David Cline, Bob Giberson, Robin Tischmak, Frank Iriarte, Mary Hulvey and Laurel Humphrey Guests: David Della, Candy Castellanos and Alan York, Waste Management; David Puki, Resident CALL TO ORDER: Committee Chair Kruller called the meeting to order at 5:15 p.m I. PRESENTATIONS Waste Management 2013 Annual Report Representatives from Waste Management presented the 2013 Annual Report to the City of Tukwila, representing the first full year of contract implementation. The report includes information on sustainability goals, strategic community investments, public education and outreach, and year end statistics. Staff indicated that Waste Management is consistently responsive to City requests and needs, and that communication efforts are reinforced via a monthly operations meeting attended by City and Waste Management staff. Committee members asked clarifying questions and expressed appreciation for outreach efforts at Tukwila community events such as the Backyard Wildlife Festival, Touch -a- Truck, and others. INFORMATION ONLY. II. BUSINESS AGENDA A. Mandatory Garbage Collection On November 18, 2013 the Utilities Committee requested that staff return in 2014 with information on public engagement options and advisory ballot measure logistics if the City were to recommend mandatory garbage collection for its residents. Approximately 25% of Tukwila's single - family residents do not subscribe to garbage services. Staff reminded Council that during public outreach efforts in 2012, the majority of the comments received were in opposition to mandatory garbage collection. The Council could hold another public hearing, issue a survey, and /or place an advisory measure on a future ballot if there is interest in pursuing mandatory garbage. A telephone survey would cost approximately $15,000 420,000, and an advisory measure ranges from $7,800 - $11,700, plus $500 -$600 for the voter's pamphlet. There is currently no budget for either of these options. Resident David Puki shared comments in opposition to mandatory garbage collection. He feels that effective code enforcement has made a noticeable decrease in unsightly garbage accumulation in residential neighborhoods. In addition, the new Bow Lake transfer station is a great facility for self - haulers. Committee Chair Kruller read into the record a letter from residents Diane and Ted Meyers in opposition to mandatory garbage collection. The letter posited that mandatory garbage collection in other communities has failed to meet its purpose, and that funds should be put toward code enforcement services instead. After a brief discussion, Committee members agreed they do not wish to pursue mandatory garbage collection at this time, noting that it can be revisited at a future date if the Council wishes. DISCUSSION ONLY. 115 Utilities Committee Minutes March 17, 2014 - Pape 2 B. Annual 2013 Small Drainage Program Project Completion and Acceptance Staff is asking Council to accept as complete Contract No. 13 -151 with Henderson Partners, LLC, for the 2013 Annual Small Drainage Project. The project provided drainage improvements at four locations in the City, including storm pipe and structure replacements, temporary erosion control, asphalt paving, asphalt thickened edge installation and site restoration. Construction was completed on January 24, 2014 and included one change order due to a time extension as a result of sub - freezing weather. The total amount paid was $307,233.51, which was under budget. The Council is also being asked to authorize the release of rtainage. UNANIMOUS APPROVAL. FORWARD TO APRIL 7, 2014 REGULAR CONSENT AGENDA. III. MISCELLANEOUS Meeting adjourned at 6:26 p.m. Next meeting: Monday, April 7, 2014 - 5:15 p.m. - Foster Conference Room Committee Chair Approval Minutes by LH. Attachment: Myers Letter dated March 15, 2014 116