HomeMy WebLinkAboutTIC 2018-04-09 COMPLETE AGENDA PACKETCity of Tukwila
Transportation and
Infrastructure Committee
❖ Thomas McLeod, Chair
❖ De'Sean Quinn
❖ Zak Idan
Distribution:
T. McLeod
D. Quinn
Z. Idan
V. Seal
D. Robertson
Mayor Ekberg
D. Cline
L. Humphrey
H. Hash
G. Labanara
City Engineer
P. Brodin
R. Turpin
A. Youn
Clerk File Copy
2 Extra
Place pkt pdf on Z:\Trans &
Infra Agendas
e-mail cover to: A. Le,
C. O'Flaherty, A. Youn,
D. Almberg, B. Saxton,
S. Norris, & L. Humphrey
AGENDA
MONDAY, APRIL 9, 2018 — 5:30 PM
FOSTER CONFERENCE ROOM — 6300 BUILDING
Item
Recommended Action
Page
1. PRESENTATION(S)
2. BUSINESS AGENDA
a) Water Reservoir and Pump Station
a) Forward to 4/16/18 Regular
Pg. 1
Consultant Agreement
Consent Agenda
b) CBD Sanitary Sewer Rehabilitation
b) Forward to 4/16/18 Regular
Pg. 11
Design Consultant Selection and Agreement for 2018-A
Consent Agenda
c) CBD Sanitary Sewer Rehabilitation
c) Forward to 4/16/18 Regular
Pg. 25
2018 Construction Management Contract with RH2
Consent Agenda
d) 2018 Annual Small Drainage Program
d) Forward to 4/16/18 Regular
Pg. 41
Consultant Selection and Agreement
Consent Agenda
e) Strander Boulevard Extension Phase 3
e) Forward to 4/16/18 Regular
Pg. 55
BP/Olympic Pipeline Reimbursement
Consent Agenda
f) 2019 Budget Proviso for SeaTac International Airport
f) Discussion Only
Pg. 67
Impact Study Update
3. SCATBd
4. MISCELLANEOUS
g) Agenda Approval Process
g) Discussion Only
5. ANNOUNCEMENTS
Future Agendas:
Crosswalks & Stop Signs
Overlay & Repair Program
Next Scheduled Meeting: Monday, April 23, 2018
SThe City of Tukwila strives to accommodate individuals with disabilities.
Please contact the Public Works Department at 206-433-0179 for assistance.
City of Tukwila
Allan Ekberg, Mayor
Public Works Department - Henry Hash, Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
!/iBYFROM: Henry Hash, Public Works Director /1//,/-
BY:
: Mike Cusick, Senior Program Manager
CC: Mayor Ekberg
DATE: April 6, 2018
SUBJECT: Water Reservoir and Pump Station
Project No. 91240102
Consultant Agreement
ISSUE
Approve a new consultant agreement with Carollo Engineers (Corollo) to complete the Water
Reservoir and Pump Station Study.
BACKGROUND
On November 21, 2017, Contract No. 17-199 with Carollo was issued to study the possibility of
Tukwila using extra capacity in Highline Water District's Crestview Reservoir. Tukwila must meet
the Washington State Department of Health's requirement for additional water storage. Using
excess capacity in an existing reservoir instead of Tukwila building a new reservoir was the focus
of the Water Reservoir and Pump Station Study.
DISCUSSION
Carollo needs additional time to complete the study due to scheduling issues. The original contract
with Carollo expired in February 2018 and staff was unable to process a supplemental agreement
before the expiration date. A new contract with the same consultant is necessary in this instance
instead of a supplemental agreement.
FINANCIAL IMPACT
There will be no new financial impact to the design budget as the new agreement will use the
remaining funds.
Water Reservoir and Pump Station Study
Carollo Engineers
Agreement 2018 Budget
$46,070.00 $50.000.00
RECOMMENDATION
Council is being asked to approve the new consultant agreement with Carollo Engineers for the
Water Reservoir and Pump Station Study in the amount of $46,070.00 and consider this item on
the Consent Agenda at the April 16, 2018 Regular Meeting.
Attachments: 2017 CIP, Page 71
Carollo Consultant Agreement with Scope of Work
W:\PW Eng \PROJECTS\A- WT Projects\Water Reservoir Siting Study (91240102)\ Info Memo Carollo Reservoir Study 031918.docx
PROJECT:
DESCRIPTION:
JUSTIFICATION:
STATUS:
MAINT. IMPACT:
COMMENT:
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
Water Reservoir and Pump Station Project No. 91240102
Design and construct a new 1.5 million gallon water storage reservoir with a 3,300 gpm pump station.
The Department of Health is requiring that the City provide additional water storage in the 360 pressure zone,
which includes the Commercial Business District. A pump station is needed for fire flow.
Design funds in 2017 will study the possibility of using Highline's CrestView Reservoir's extra capacity instead of
building a new reservoir. Siting study in 2013 showed optimal site location in the Manufacturing/Industrial Center
(MIC). May also be included in new PW Shop facilities.
Additional staff will be needed to provide maintenance for the new reservoir and pumps.
The pump station may not be required depending on the location of the proposed reservoir.
FINANCIAL
(in $000's)
Through Estimated
2015 2016 2017
2018
2019
2020
2021
2022
BEYOND TOTAL
EXPENSES
Design
26
50
500
500
1,076
Land (RNV)
100
100
Const. Mgmt.
400
400
800
Construction
2,600
2,600
5,200
TOTAL EXPENSES
26
0
50
0
600
3,500
3,000
0
0
7,176
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Bond
3,000
3,000
6,000
Mitigation Expected
0
Utility Revenue
26
0
50
0
600
500
0
0
0
1,176
TOTAL SOURCES
26
0
50
0
600
3,500
3,000
0
0
7,176
Location to be determined.
2017 - 2022 Capital Improvement Program 71
2
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and Carollo Engineers, hereinafter referred to as "the Consultant", in
consideration of the mutual benefits, terms, and conditions hereinafter specified.
1 Project Designation. The Consultant is retained by the City to perform engineering services
in connection with the project titled Water Reservoir and Pump Station.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31,2018, unless sooner
terminated under the provisions hereinafter specified. Work under this Agreement shall
commence upon written notice by the City to the Consultant to proceed. The Consultant shall
perform all services and provide all work product required pursuant to this Agreement no later
than September 4, 2018 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 $46,070.00 without express written modification of the Agreement signed by the
City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion of
the work under this Agreement and its acceptance by the City.
D. Payment as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
3
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances
and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, to the extent caused by the negligent acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and damages
caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage provided
by such insurance, or otherwise limit the City's recourse to any remedy available at law or in
equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury
and property damage of $1,000,000 per accident. Automobile Liability insurance
shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be
written on Insurance Services Office (ISO) form CA 00 01 or a substitute form
providing equivalent liability coverage. If necessary, the policy shall be endorsed to
provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability
arising from premises, operations, independent contractors and personal injury and
advertising injury. The City shall be named as an insured under the Consultant's
Commercial General Liability insurance policy with respect to the work performed
for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised : 1-2013
Page 2
4
4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self-insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Consultant
before commencement of the work. Certificates of coverage and endorsements as
required by this section shall be delivered to the City within fifteen (15) days of execution
of this Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds
due the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent
upon or resulting from the award or making of this contract. For breach or violation of this
warrant, the City shall have the right to annul this contract without liability, or in its discretion
to deduct from the contract price or consideration, or otherwise recover, the full amount of
such fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
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.
CA revised . 1-2013
Page 3
5
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. Severabilitv and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive termination
of this Agreement.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
Carollo Engineers, Inc.
1218 Third Avenue, Suite 1600
Seattle, WA 98101
18. The Consultant shall not be responsible for warranties, guarantees, fitness for a particular
purpose, breach of fiduciary duty, loss of anticipated profits or for economic, incidental or
consequential damages to the City or any third party arising out of breach of contract,
termination, or for any other reason whatsoever. Additionally, the Consultant shall not be
responsible for acts and decisions of third parties, including governmental agencies, other
than the Consultant's subconsultants, that impact project completion and/or success.
19. Standard of Care. The Consultant shall perform the services required hereunder in
accordance with the prevailing industry standard of care by exercising the skill and ability
ordinarily required of engineers performing the same or similar services, under the same or
similar circumstances, in the State of Washington
20. City -Provided Information and Services. The City shall furnish the Consultant available
studies, reports and other data pertinent to the Consultant's services; obtain or authorize the
Consultant to obtain or provide additional reports and data as required; furnish to the
CA revised : 1-2013
Page 4
6
Consultant services of others required for the performance of the Consultant's services
hereunder, and the Consultant shall be entitled to use and rely upon all such information and
services provided by the City or others in performing the Consultant's services under this
Agreement.
21. Estimates and Projections. The Consultant has no control over the cost of labor, materials,
equipment or services furnished by others, over the incoming water quality and/or quantity,
or over the way the City's plant and/or associated processes are operated and/or maintained.
Data projections and estimates are based on the Consultant's opinion based on experience
and judgment. The Consultant cannot and does not guarantee that actual costs and/or
quantities realized will not vary from the data projections and estimates prepared by the
Consultant and the Consultant will not be liable to and/or indemnify the City and/or any third
party related to any inconsistencies between the Consultant's data projections and estimates
and actual costs and/or quantities realized by the City and/or any third party in the future.
22. Third Parties. The services to be performed by the Consultant are intended solely for the
benefit of the City. No person or entity not a signatory to this Agreement shall be entitled to
rely on the Consultant's performance of its services hereunder, and no right to assert a claim
against the Consultant by assignment of indemnity rights or otherwise shall accrue to a third
party as a result of this Agreement or the performance of the Consultant's services
hereunder.
23. 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 , 2018.
CITY OF TUKWILA CAROLLO ENGINEERS, INC.
Allan Ekberg, Mayor
Attest/Authenticated:
By: t--dkA6`
Printed Name: Lara R. Kammereck, P.E., PMP
Title: Vice President
Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1-2013
Page 5
7
EXHIBIT A
Highline water district intertie
Water district 75 intertie
Water district #75 intertie
CITY OF TUKWILA
PRELIMINARY WATER RESERVOIR AND PUMP STATION FEASIBILITY STUDY
The City of Tukwila (City) has proposed leasing storage from Highline Water District (Highline)
rather than construct a City owned 1.3 MG reservoir and pump station, which was identified in
the City's 2013 Comprehensive Water Plan. In 2014, the City and Carollo evaluated sites for a
City owned reservoir and identified Cerini Hill (abandoned SWAT training facility) as the
preferred location for the planned $7,180,000 reservoir and pump station. This study will
consider the operational and cost effectiveness of leasing storage from Highline.
• Carollo Engineers, Inc. will be referred to as "Consultant" in this document.
• City of Tukwila will be referred to as "City" in this document.
• Highline Water District will be referred to as "Highline" in this document.
• The City will obtain water quality on Highline's finished water quality in electronic format.
No water quality data will be collected.
• No new water quality data will be collected as part of the study.
• The 2013 Water System Plan hydraulic model will be used as the basis for the analysis.
• The City will obtain costs for leasing storage from Highline.
• All costs will be AACE Class V estimates.
TASKS
1.
Summarize Water Quality - Summarize finished water quality from Highline and the City. It
is assumed the City will obtain the water quality data and provide it electronically. Compare
water quality to primary and secondary drinking water standards. No mixing study or
evaluating the corrosively either Highline or City water will be conducted as part of this work.
However, the data will be reviewed to confirm data availability for a future study. Additional
data collection will be recommended, if needed.
2. Purpose of Storage - Establish City's potential uses for the Highline reservoir (emergency
storage, fire storage, equalizing, etc.). Estimate the frequency of use, volume of storage and
flow rates required for each potential use.
o Meeting No. 1 — Storage Uses - Review water quality and identify storage uses for
leased reservoir with City staff. Establish criteria for hydraulic modeling and
comparison of alternatives.
o Meetina No. 3 — Hiahline Coordination - Meet with Highline Staff to discuss leasing
storage. Review purpose of uses, potential operations, and known infrastructure
challenges. Identify limitations by either Highline or the City.
3. System Analysis
o Update hydraulic model - Update the hydraulic model to incorporate piping changes
identified in the 2016 Pipeline Asset Management Update project. Develop potential
PRV settings for the Highline intertie based on the potential storage uses. Update
pw://Carollo/Documents/Client/WA/Tukwila/iog33Aoo/Project Mgmt/Contracts/Tukwila Reservoir Analysis Scope of Work docx
Page 1 of 2
8
EXHIBIT A
short-term modeling scenario to the year 2020. Demands will be increased based on
the 2013 Plan using a single multiplication factor across all model nodes. It is
anticipated that supply levels will also need to be increased to match the demand.
o Level of Service - Evaluate ability for leased Highline storage to meet designated
uses for the short-term (2020) and long-term (2035) planning horizon. Evaluate Peak
Hour Demand (PHD) and Maximum Day Demand (MDD) plus Fire Flow using the
criteria identified in the 2013 Water System Plan. Identify any conveyance
improvements need to use the leased storage. Recommend piping improvements for
any new deficiencies caused by the removal of a City owned reservoir. Prepare
AACE Class V costs for the updated intertie and any new distribution system
improvements.
o Compare Alternatives - Compare hydraulic modeling results for the 2013 Water
System Plan, 2014 Reservoir Siting Analysis, and the leased Highline Reservoir
scenarios. Prepare charts and tables to summarize differences in levels of service
and costs. It is anticipated that Highline will provide the cost of the leased storage
and any related improvements in Highline's system. Select a preferred Alternative for
City implementation.
o Meetina No. 2 Preferred Alternative - Review level of service and comparison of
alternatives with City staff. Select a preferred Alternative.
4. Technical Memorandum No. 1 - Prepare a short Technical Memorandum (TM)
documenting the study tasks. It is anticipated that the TM will be included as part of a DOH
Project Report for the preferred alternative.
5. Project Management - Direct all activities within the study as assigned by the City and
maintain the project within the contracted scope, schedule, and budget. This includes
project administration, monthly invoicing, client and team coordination and quality
assurance/quality control review. A study duration of 3 months is assumed for budgeting
purposes.
pw //Carollo/Documents/Client/WA/Tukwila/io933Aoo/Project Mgmt/Contracts/Tukwila Reservoir Analysis Scope of Work docx Page 2 of 2
9
EXHIBIT B
CITY OF TUKWILA
PRELIMINARY WATER RESERVOIR AND PUMP STATION FEASIBILITY STUDY
2/23/2018
1 of 1
2
N
c
Q
_
a)
_
(.
OTHER DIRECT COSTS
TASK / DESCRIPTION
-1 °
s 03
c
c2o
c"
Total
Carollo
Travel
TOTAL
To a,4 2
U
� � E � °'
N
� �
N 0)
m
c
� �
o
L
Hours
Labor
Cost
and PECE
Printing
' COST
a2Y rja
a`.H
Qau)
off
U
Total
Total Labor Rate
$ 226
$ 175
$ 155
$ 135
$ 135
$ 90
$11.70
ODC
Tasks
1
Water Quality
2.0
2.0
8.0
16.0
0.0
1.0
29
$ 4,292
$ - $ 339
$ 339
$ 4,631
2
Purpose of Storage
4.0
12.0
8.0
24.0
2.0
1.0
51
$ 7,844
$ 15 $ 597
$ 611
$ 8,455
3
System Analysis
8.0
16.0
16.0
80.0
8.0
1.0
129
$ 19,058
$ 25 $ 1,509
$ 1,534
$ 20,592
4
TM No. 1
4.0
8.0
4.0
24.0
8.0
0.0
48
$ 7,244
$ 100 $ 562
$ 662
$ 7,906
5
Project Managemer
4.0
16.0 0.0
2.0
0.0
2.5
25
$ 4,199
$ - $ 287
$ 287
$ 4,486
Total
22.0
_
54.0 36.0
146.0
18.0
5.5
282
42,637
$ 140 $ 3,294
$ 3,433
$ 46,070
2/23/2018
1 of 1
City of Tukwila
Allan Ekberg, Mayor
Public Works Department - Henry Hash, Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
FROM: Henry Hash, Public Works Director /1,'!
BY: Mike Cusick, Senior Program Manager
CC: Mayor Ekberg
DATE: April 6, 2018
SUBJECT: CBD Sanitary Sewer Rehabilitation
City Project No. 91140203
Design Consultant Selection and Agreement for 2018-A
ISSUE
Approve RH2 Engineering, Inc. to design the 2018-A CBD Sanitary Sewer Rehabilitation Project.
BACKGROUND
To date the City has re -lined over 10,000 feet of sanitary sewer pipe as part of CBD (Commercial
Business District) Sanitary Sewer Rehabilitation Program. For 2018, the City is under contract to
re -line approximately 4,000 feet of sewer pipe. As the overall sewer project proceeds, we are
completing sections as budget allows. In February 2018, we advertised the first construction
contract, which was awarded to Michels Corporation for $449,633.25. This design agreement will
continue the program for a second bid award in late 2018.
ANALYSIS & FISCAL IMPACT
Staff reviewed Statement of Qualifications from BHC Consultants, CHS Engineers and RH2
Engineering, Inc., which were listed in the Municipal Research and Services Center (MRSC)
Consultant Roster for design and construction management services for sewers. RH2 Engineers
(RH2) was selected for the design of the 2018-A CBD Sanitary Sewer Rehabilitation Project. RH2
has completed other design work for the City in the past and their work was satisfactory.
2018-A CBD Sanitary Sewer Rehabilitation
RH2 Agreement
$44$93.00
2018 Budget
$45,000.00
RECOMMENDATION
Council is being asked to approve the agreement with RH2 Engineering, Inc. in the amount of
$44,993.00 for the 2018-A CBD Sanitary Sewer Rehabilitation Project and consider this item on
the Consent Agenda at the April 16, 2018 Regular Meeting.
Attachments: Consultants Rating Sheet
2018 CIP Page 81
Consultant Agreement
Info Memo RH2 Eng 032218W:\PW Eng\PROJECTS \A- SW Projects\CBD Sewer Rehabilitation (91140203)\ Info Memo RH2 Eng 032218.docx
11
4I42018 CBD Sewer Rehab Qualification Review (1=Top Choce, 2 =Second Choice, 3 =Third Choice)
Relevant Project Experience
1
1
2
Similar Size Projects
1
1
2
Ability to Coordinate with City Staff
1
2
2
Ability to keep project on schedule and within Budget
1
1
1
Project Team Availability of Key Team Members
1
1
1
Accuracy of Pasted Project
1
1
1
TOTALS
(Lowest Total Score is best)
6
7
9
Firm Rank
(1 - 3, Lowest = Best)
1
2
3
is Choosen for the 2018 SEWER REHAB PROJECT
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
PROJECT: CBD Sanitary Sewer Rehabilitation Project No. 91140203
DESCRIPTION:
JUSTIFICATION:
STATUS:
MAINT. IMPACT:
COMMENT:
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.
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.
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.
Reduced maintenance and repair costs.
A Public Works Trust Fund loan was successfully obtained in 2012 for $750k.
FINANCIAL Through Estimated
(in $000's)
2015 2016 2017
2018
2019
2020
2021
2022
BEYOND TOTAL
EXPENSES
, Project Location
,
e = `
,
mow-
il
Design
323
37 '
45 1
45
45
495
Land (RNV)
1
•,
i
�,1 J
'_`r
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
1,265
1,214
0
0
0
0
6,578
FUND SOURCES
Awarded Grant
0
PW Trust Fund
750
750
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
422
1,662
1,265
1,265
1,214
0
0
0
0
5,828
TOTAL SOURCES
1,172
1,662
1,265
1,265
1,214
0
0
0
0
6,578
2017 - 2022 Capital Improvement Program
81
13
, Project Location
,
e = `
,
mow-
il
,,.
,_,.,,.„ _\
..
& ,
V.
•,
i
�,1 J
'_`r
INI
2017 - 2022 Capital Improvement Program
81
13
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
1 I.sij\(.,.'E NO L OF PAGES
Contract Number:
CONSULTANT AGREEMENT FOR
ENGINEERINGS SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and RH2 Engineering, INC (RH2), hereinafter referred to as "the
Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Proiect Designation. The Consultant is retained by the City to perform Engineering Design
services in connection with the project titled CBD Sanitary Sewer Rehabilitation.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement: Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending - 2c, 1 `l , 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 April 2, 2019 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 $44,993.03 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.
14
ORIGINAL". PAGE NO F PAGES
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the
Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's
liability hereunder shall be only to the extent of the Consultant's negligence. It is further
specifically and expressly understood that the indemnification provided herein constitutes the
Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the
purposes of this indemnification. This waiver has been mutually negotiated by the parties.
The provisions of this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non -owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a
substitute form providing equivalent liability coverage. If necessary, the policy
shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised : 1-2013
Page 2
15
ORIGINAL [ PAGE NO. OF IOPAAGES
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self-insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the
Consultant before commencement of the work. Certificates of coverage and
endorsements as required by this section shall be delivered to the City within fifteen (15)
days of execution of this Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds
due the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
10. Covenant Aaainst Continaent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent
upon or resulting from the award or making of this contract. For breach or violation of this
warrant, the City shall have the right to annul this contract without liability, or in its discretion
to deduct from the contract price or consideration, or otherwise recover, the full amount of
such fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
CA revised : 1-2013
Page 3
16
•
ORIGINAL ' PAGE NC) OF4' RAGES
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to
do so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law: Venue: Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in
any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive termination
of this Agreement.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
22722 29th Drive SE, Suite 210
Bothell, Wa 98021
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
CA revised : 1-2013
Page 4
17
DATED this
ORIGINAL}AGE NC) ' OF ,I AGES
day of , 20
CITY OF TUKWILA CONSULTANT
Allan Ekberg, Mayor
By:
Printed Name: / -.=
Title:
i. LIL14.,11
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1-2013
Page 5
18
ORIGINAL PAGF,i NO Ora t l> PAGE
EXHIBIT A
Scope of Work
City of Tukwila
Central Business District Rehabilitation Phase IV
Final Design and Services During Bidding
March 2018
Background
The City of Tukwila (City) has programmed yearly upgrades to the wastewater collection system in its
Central Business District (CBD). The pipe in the CBD has been especially prone to failure because of its
50- to 60 -year age, material of construction (asbestos cement), and submergence below the groundwater
table. The City conducted one major cured -in-place pipe (CIPP) project in 2014, another in 2016, and is
just beginning construction on a third round. This Scope of Work is for designing the fourth round of
pipeline improvements to be performed in 2018, which includes approximately 6,000 linear feet of sewer
main along Andover Park West between Strander Boulevard and Minkler Boulevard and along Strander
Boulevard between Southcenter Parkway and Christensen Road.
Task 1— Plans and Specifications for CBD Rehabilitation Phase IV
Objective: Prepare base maps and develop plan sheets, technical specifications, bid documents, and an
engineer's estimate of probable cost for construction of the CIPP lining.
Approach:
1.1
Conduct one (1) project initiation meeting and two (2) design review meetings (project manager
and project engineer) with the City's engineering and operations staff prior to the bid
advertisement.
1.2 Prepare preliminary plan sheets for the CIPP lining of existing gravity sewer at 1 inch equals 50 feet
plan scale, based on City -identified sewer pipelines that need CIPP lining. Plans will note pipe runs
to be lined and will use geographic information system (GIS) files provided by the City as the base
map. It is assumed that the CIPP contractor will submit traffic control and temporary wastewater
bypass plans for approval during the construction phase. Specify flow rates to be bypassed based
on information from the City. Estimate the quantity of required bid items to construct the project
and write payment descriptions for each item. Prepare a preliminary engineer's estimate of
probable construction costs for the proposed improvements based on historical costs of similar
projects in the vicinity, where possible. Provide preliminary review set, including the preliminary
cost estimate, for City review.
1.3 Prepare 95 -percent review sets of plans, technical specifications, bid documents, and
construction cost estimate based on City review comments. The CIPP lining will be split into two
(2) parts: 1) base bid; and 2) bid alternate. The bid alternate is to include work to be performed if
the bid prices are within the City's budget. A schedule of pipe size, length, and material will be
prepared for the pipes identified in the base bid and bid alternate. Assemble PDFs of technical
specifications, plans, bid documents, and construction cost estimate for the CIPP lining. Technical
specifications are to be based on the Washington State Department of Transportation/American
Public Works Association (WSDOT/APWA) format. Technical specifications are to be based on the
1
3/9/2018 3:33:46 PM Z:\Bothell\Data\TUK\540\2018 Sewer Rehab - Phase 4\PSA_SOW_CBD Rehab - Phase 4.docx
19
City of Tukwila
CBD Rehabilitation Phase IV — Final Design and SDB
ORIGINAL I PAGE NO =O '' PAGES
Exhibit A
Scope of Work
2018 edition of the Standard Specifications for Road, Bridge, and Municipal Construction. Perform
internal quality control review on the plans and technical specifications and integrate edits.
Provide 95 -percent review sets of plans, technical specifications, bid documents, and construction
cost estimate for City review.
1.4 Finalize plans, technical specifications, bid documents, and construction cost estimate based on
City review comments.
Assumptions:
• RH2 will rely on the accuracy and completeness of any information, data, or materials provided or
generated by the City or others in relation to this Scope of Work.
Participation or Information Needed from City:
• Attendance at project initiation meeting and two (2) design review meetings by members of City's
engineering and operations staff.
• Red -line comments on draft plan sets. Comments can be delivered to RH2 electronically via email
or file -sharing site using marked -up PDF files (preferred). Alternatively, red -lined hard copies can
also be used.
• GIS files of project area showing aerial imagery, existing pipelines and their diameters, manhole
rim and invert elevations, and pipe material, if any were updated since these were previously
provided. The clarity of the aerial imagery must be sufficient to allow bidders to plan areas for
traffic and wastewater diversions during lining operations.
• Video inspection records (both video and hard -copy summaries) of all pipelines to receive CIPP
lining, if available.
• Pump station flow rate records in the project area indicating approximate peak hour wastewater
flow rates in the pipelines to receive CIPP lining.
Information Previously Provided by the City:
• Identification of existing gravity sewer pipelines needing CIPP lining.
• Sewer Map Book for the lines to receive CIPP.
RH2 Deliverables:
• Attendance at three (3) meetings.
• Base maps and preliminary design plans. Preliminary cost estimate based on preliminary design.
To be provided electronically via email or file -sharing site (using PDF files) for review.
• PDF files of 95 -percent plans, technical specifications, bid documents, and construction cost
estimate (provided electronically via email or file -sharing site) for final review.
• PDF files of final plans, technical specifications, bid documents, and construction cost estimate
(provided electronically via email or file -sharing site).
• Three (3) hard copies of final plans (half-size), technical specifications, bid documents, and
construction cost estimate.
2
3/9/2018 333:46 PM Z.\Bothell\Data\TUK\S40\2018 Sewer Rehab - Phase 4\PSA_SOW_CBD Rehab - Phase 4.docx
20
City of Tukwila
CBD Rehabilitation Phase IV — Final Design and SDB
ORIGINAL_ PAGE INO__,'` OF&PAGES
Exhibit A
Scope of Work
Task 2 — Services During Bidding
Objective: Assist the City and project bidders during the bidding phase for the CBD Rehabilitation Phase
IV project.
Approach:
2.1 Convert bid package to PDF preferred by Builders Exchange of Washington (BXWA) and upload to
BXWA's website.
2.2 Respond to questions from bidders and City during the bidding phase via phone and email, as
requested by the City.
2.3 Prepare up to one (1) addendum to modify bid documents and provide clarification, if needed.
Assumptions:
• Because the project documents will be uploaded to BXWA, no hard copies of bid sets will be
provided to bidders.
• City will pay directly any advertising fees.
RH2 Deliverables:
• PDF file of one (1) addendum, if needed.
• Responses to technical questions.
Task 3 — Project Management Services
Objective: Coordinate with City staff; monitor scope, budget, and schedule; review and issue invoices;
and maintain project files and records.
Approach:
3.1 Coordinate with City staff regarding schedule, progress, and technical questions.
3.2 Prepare invoices. Review for consistency and monitor budget spent. Provide monthly status
updates.
3.3 Maintain project records and project files.
RH2 Deliverables:
• Teleconference and email communication to coordinate with City staff.
• Monthly invoices and coordinating status updates.
3
3/912018 3:33.46 PM Z:\Bothell\Data\TUK\S40\2018 Sewer Rehab - Phase <\PSA_S0W_CBD Rehab - Phase 4.docx
21
- 1 $ 5,052.03 1 $ 44,993.03 1
ORIGIN/11j PAGE NC) i OF 1° PAGES
EXHIBIT B
City of Tukwila
Central Business District Rehabilitation Phase IV
Final Design and Services During Bidding
Fee Estimate
Description
Total
Total Labor
Total Subconsultant
Total Expense
Total Cost
—
Hours
Classification
Task 1 PLANS AND SPECIFICATIONS FOR CBD REHABILITATION PHASE IV
204 $ 32,908.001 $
- $ 4,865.40 $ 37,773.40
Task 2 SERVICES DURING BIDDING
23 $ 3,796,00 1 $
-l3
100.30 $ 3,896.30
Task 3 PROJECT MANAGEMENT SERVICES
18 $ 3,237.00 $ -1 $ 86.33 $ 3,323.33
PROJECT TOTAL
245 r$ 39,941.00 1 $
Z:1BOOhellData \TUMS40\2018 Seim Rehab - Phase 4\PSA FEE CBD Rehab - Phase 4odsx 3/14/2018 5:00 PM
22
EXHIBIT C
RH2 ENGINEERING, INC.
2018 SCHEDULE OF RATES AND CHARGES
RATE LIST
RATE
UNIT
Professional
$138
$/hr
Professional II
$153
$/hr
Professional 111
$164
$/hr
Professional IV
$175
$/hr
Professional V
$191
$/hr
Professional VI
$203
$/hr
Professional VII
$219
$/hr
Professional VIII
$230
$/hr
Professional IX
$230
$/hr
Technician I
$100
$/hr
Technician II
$107
$/hr
Technician III
$132
$/hr
Technician IV
$140
$/hr
Administrative I
$69
$/hr
Administrative II
$81
$/hr
'Administrative III
$96
$/hr
Administrative IV
$114
$/hr
Administrative V
$131
$/hr
CAD/GIS System
$27.50
$/hr
CAD Plots - Half Size
$2.50
price per plot
CAD Plots - Full Size
$10.00
price per plot
CAD Plots - Large
$25.00
price per plot
Copies (bw) 8.5" X 11"
$0.09
price per copy
Copies (bw) 8.5" X 14"
$0.14
price per copy
Copies (bw) 11" X 17"
$0.20
price per copy
Copies (color) 8.5" X 11"
$0.90
price per copy
Copies (color) 8.5" X 14"
$1.20
price per copy
Copies (color) 11" X 17"
$2.00
price per copy
Technology Charge
2.50%
% of Direct Labor
Mileage
$0.545
price per mile
(or Current IRS Rate)
Subconsultants
15%
Cost +
Outside Services
at cost
Rates listed are adjusted annually.
NO/ J OF d -% PAGES
23
24
City of Tukwila
Allan Ekberg, Mayor
Public Works Department - Henry Hash, Director
INFORMATIONAL MEMORANDUM
TO: Transportation & Infrastructure Committee
FROM: Henry Hash, Public Works Director ��.
BY: Michael Ronda, Project Manager - Construction
CC: Mayor Ekberg
DATE: April 6, 2018
SUBJECT: CBD Sanitary Sewer Rehabilitation
Project Number 91140203
2018 Construction Management Contract with RH2
ISSUE
Approve an agreement with RH2 for construction engineering/construction management (CM)
support for the 2018 Commercial Business District (CBD) Sanitary Sewer Rehabilitation Project.
BACKGROUND
Council awarded the construction contract for the 2018 CBD Sanitary Sewer Rehabilitation Project
to Michels on March 5, 2018 for $449,633.25 (plus a 20% contingency). The City intends to staff
the inspection of this project with consultant services under Tukwila Project Manager (PM)
oversight. Three consultants were short listed from MRSC's Consultant Roster and specific
information was requested for final screening. RH2 Engineering was the successful consultant and
has the best mix of resources to provide appropriate support.
DISCUSSION & FISCAL IMPACT
The RH2 CM team will provide both extended engineering support during construction (ESDC) and
on-site construction management/inspection services. The construction is scheduled to be
performed at night to avoid disruption to transportation corridors in the Tukwila retail core. The total
fee for this construction management contract is $79,949.00 and is well within budget:
CBD Sewer Rehabilitation CM Services
RH2 Agreement
$79.949.00
2018 Budget
$120 000.00
RECOMMENDATION
Council is being asked to approve the construction management agreement with RH2 Engineering,
Inc in the amount of $79,949.00 for the CBD Sanitary Sewer Rehabilitation Project and consider
this item on the Consent Agenda at the April 16, 2018 Regular Meeting.
Attachments: CM Support Selection Ranking
Page 81, 2017-2022 CIP
CM Consultant Services Contract Scope and Fee with RH2
W:1PW Eng1PROJECTS\A- SW Projects\CBD Sewer Rehabilitation (91140203)12018 CBD Sewer Rehab\Construction\Consultant Selection1(010) - CM Scope And Encumbrancesllnfo Memo 2018 CBD Sewer - CM Contract -
Final.Docx
25
2018 CBD Sewer Rehab - Qualification Review 1)
OUTSTANDING; 2) AVERAGE/ADEQUATE; 3) INSUFFICIENT INFORMATION; 4) NO
INFORMATION
Relevant Project Experience
4
2
1
Quality of previous performance
1
2
2
Project Team & Availability of Key Team Members
4
2
2
Resumes/References
4
2
2
Knowledge of City Plans & Process
1
2
1
TOTALS
(Lowest Total Score is best)
14
10
8
Firm Rank
(1 - 4, Lowest = Best)
3
2
1
W:\PW Eng\PROJECTS\A- SW Projects\CBD Sewer Rehabilitation (91140203)\2018 CBD Sewer Rehab\Construction\Consultant Selection\(005) - CM Consultant
Selection\2018 CBD Sewer Rehab - CM Support Rating-MER.xls
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 tittle 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
East 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
2075 2096 2017
2018
2019
2020
2021
2022
BEYOND TOTAL
EXPENSES
5.
Project Location
� ;�,,i L
1
.af+.'
,tet}
Design
323
37
45
45
45
495
Land(RIW)
1
li
''''')
1
Const. Mgmt.
112
85
120
120
120
fr
$
ttik.
557
Construction
736
1,540
1,100
1,100
1,049
L
er#
a mose11
✓
.
5,525
TOTAL EXPENSES
1,172
1,662
1,265
1,265
1,214
0
0
0
0
6,578
FUND SOURCES
Awarded Grant
0
PW Trust Fund
750
750
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
422
1,662
1,265
1,265
1,214
0
0
0
0
5,828
TOTAL SOURCES
1,172
1,662
1,265
1,265
1,214
0
0
0
0
6,578
2017 - 2022 Capidaf Improvement' Program
81
27
5.
Project Location
� ;�,,i L
1
.af+.'
,tet}
its
8,.®,
1
9
li
''''')
.. /
I'
t Fit'f
�. 4,wer it
fr
$
ttik.
1
T
upt.v.,0 or
w
L
er#
a mose11
✓
.
G5
t
2017 - 2022 Capidaf Improvement' Program
81
27
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
CONSULTANT AGREEMENT FOR ENGINEERING DESIGN SERVICES FOR THE 2018 CBD Sewer
CIPP Lining — SDC
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and RH2 Engineering, Inc., hereinafter referred to as "the Consultant", in
consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the city to perform the engineering
services in connection with the project title 2018 CBD Sewer CIPP Lining — SDC.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2018, unless
sooner terminated under the provisions hereinafter specified. Work under this Agreement
shall commence upon written notice by the City to the Consultant to proceed. The
Consultant shall perform all services and provide all work product required pursuant to this
Agreement no later than December 31, 2018 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 $79,949.00 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.
28
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the
Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's
liability hereunder shall be only to the extent of the Consultant's negligence. It is further
specifically and expressly understood that the indemnification provided herein constitutes the
Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the
purposes of this indemnification. This waiver has been mutually negotiated by the parties.
The provisions of this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non -owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a
substitute form providing equivalent liability coverage. If necessary, the policy
shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised : 1-2013
Page 2
29
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self-insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the
Consultant before commencement of the work. Certificates of coverage and
endorsements as required by this section shall be delivered to the City within fifteen (15)
days of execution of this Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds
due the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent
upon or resulting from the award or making of this contract. For breach or violation of this
warrant, the City shall have the right to annul this contract without liability, or in its discretion
to deduct from the contract price or consideration, or otherwise recover, the full amount of
such fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
CA revised : 1-2013
Page 3
30
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to
do so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in
any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive termination
of this Agreement.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
RH2 Engineering, Inc.
22722 29th Drive SE, Suite 210
Bothell, Washington 98021
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
CA revised : 1-2013
Page 4
31
DATED this day of , 20
CITY OF TUKWILA CONSULTANT
By:
Allan Ekberg, Mayor
Attest/Authenticated:
Printed Name:
Title:
Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1-2013
Page 5
32
EXHIBIT A
Scope of Work
City of Tukwila
2018 CBD Sewer CIPP Lining - Services During Construction
March 2018
Background
The City of Tukwila (City) has awarded a contract to Michels Construction, using the design -bid -build process,
to construct the 2018 Central Business District cured -in-place pipe lining project. Work is anticipated to start
in this summer and to continue for two (2) to three (3) months. RH2 Engineering, Inc. (RH2) was selected to
perform the construction inspection and administration for this project under the direction of the City's
Project Manager (PM). The following is a scope of work to provide onsite construction inspection and
construction administration to the City for this project.
Task 1— Services During Construction (SDC) for Central Business District Sanitary
Sewer Rehabilitation
Objective: Assist the City with technical efforts during construction of the Central Business District Sanitary
Sewer Rehabilitation project, including on-site construction inspection.
Approach:
1.1 Pre -construction Meeting — Prepare for and lead one (1) pre -construction conference. Prepare an
agenda and meeting minutes for the pre -construction conference.
1.2 Submittal Review — Review shop drawings, submittals, and change order proposals of those items
requested in the technical specifications. Provide a written response to the contractor and the City
for each shop drawing and submittal reviewed.
1.3 Requests for Information and Pay Requests — Review written requests for information (RFIs) and
quantities for pay requests and provide written responses to the contractor and the City following
City review. Generate pay estimates for processing by City's PM.
1.4 Modify contract drawings to include work performed as recorded by the onsite construction inspector
and from verified contractor notes.
1.5 Construction Observation — Provide on-site construction inspection and associated administrative
duties, including: observation of the contractor and its subcontractors, bid item quantity tracking,
communications with City staff, and other tasks required in the field.
1.6 Establish quantity tracking spreadsheet and/or other pay note records as required to keep tally of
daily totals of contract bid items. Establish data measurement and recording protocols in manner
approved by City.
Assumptions:
• The City is performing the lead role in construction management and contract administration. RH2 is
performing all on site duties of inspection and project coordination under the supervision of the City.
• For Task 1.5, construction is assumed to last approximately ten (10) hours each day for twenty-five
(25) days during two separate phases of work. The first phase is expected to be roughly one week and
1
3/27/2018 2:36 PM Z:\NewBusiness\Proposal\TUK\20180314_TUK_M18045_CBD Sewer Rehab SDC\RH2 Contract - 2018 CBD Sewer CIPP-ExA-MERMarkup.docx 33
Client Name
Project Name
Exhibit A
Scope of Work
will investigate and verify the assumptions of the design. The second phase will be to carry out all
other scope of the construction contract. An RH2 Engineering, Inc., (RH2) team member will be present
at all times during on site investigation and construction.
• Construction phase services are variable in nature and depend in part on the contractor's approach to
the project. RH2's estimate is based upon previous experience with Michels Construction and their
construction approach and effort.
Provided by the City:
• Approve RFI responses to the contractor.
• Help to process the contractor's pay requests once quantities have been recorded and agreed to by
RH2 and Michels.
RH2 Deliverables:
• Pre -construction conference administration and documentation, including pre -construction
conference meeting agenda and minutes.
• On-site construction inspection and associated reports.
• Pay note records and Pay Estimate ledgers
• Initial coordination and responses to construction and materials submittals, RFI's and other project
correspondence.
• Design revisions as required to address changed conditions subject to the Management Reserve
protocol discussed below.
• Utility and/or permit field coordination in support of the project scope and objectives.
• Meetings and correspondence with the City and contractor, as needed, within the budgeted hours
identified in Exhibit B — Fee Estimate of Time and Expense.
Task 2 — Project Management for Central Business District Sanitary Sewer
Rehabilitation
Objective: Coordinate with City staff; monitor scope, budget, and schedule; review and issue construction
management (CM)/construction engineering (CE) invoices; and maintain project files and records for the
Central Business District Sanitary Sewer Rehabilitation project.
Approach:
2.1 Coordinate with City staff on schedule, progress, and technical questions.
2.2 Prepare for and attend two (2) construction progress meetings. Prepare an agenda and meeting
minutes for the construction progress meetings.
2.3 Prepare CM/CE invoices. Review for consistency and monitor budget spent. Provide monthly status
updates.
Provided by the City:
• Attendance at construction meetings by members of the City's staff.
2
3/27/2018 2:36 PM Z:\NewBusiness\Proposal\TUK\20180314_TUK_M18045_CBD Sewer Rehab SDC\RH2 Contract - 2018 CBD Sewer CIPP-ExA-MERMarkup.docx 34
Client Name
Project Name
Exhibit A
Scope of Work
Task 3 — Management Reserve
Objective: RH2 has specified a contingency as part of the Fee Estimate to accommodate for changed
conditions or unforeseen complications that may arise during the project. In this event, RH2 will notify the
City of the time and expense warranted to address the new issue(s) that arise and will request to authorize
use of the contingency funds. RH2 will not attempt to address these issues without the City's prior
authorization. RH2's PM will contact the City via email to request access to these funds should the need arise.
3
3/27/2018 2:36 PM Z:\NewBusiness\Proposal\TUK\20180314_TUK_M18045_CBD Sewer Rehab SDC\RH2 Contract - 2018 CBD Sewer CIPP-ExA-MERMarkup.docx 35
36
79,949 I
EXHIBIT B
City of Tukwila
2018 CBD Sewer CIPP Lining - SDC
Fee Estimate
$138.00
Tadashi A. Kibe
100% ACAD
$175.00
Kenny F. Gomez
90% ACAD
$230.00
John D. Hendron
20% ACAD
$140.00 $131.00
Steven D. Fletcher Stephanie A. Perkins
70% ACAD
$ 2.50 $ 10.00 $ 0.09 $ 0.545 2.50%
8 Sheets/Set 8 Sheets/Set
Task 1 SDC FOR CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION
1.1 Prepare for and attend one (1) pre -construction meeting
1.2 .Review shop drawings, submittals, and change order proposals
j 1.3 'Review RFIs and pay requests, and provide written response(s) to the City
1 1.4 Prepare record drawings
1.5 .Onsite Construction Observation
j 1.6 Establish quantity tracking spreadsheet and quantity collection protocols
238
12
16
16
190
4
(Task 2 PROJECT MANAGEMENT FOR CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABIUTATION 1 2
2.1 !Coordinate with City staff regarding schedule, progress, and technical questions
I 2.2 Prepare for and attend two 12) construction progress meetings
1 2.3 Prepare invoices and monitor project budget
53
6
6
5
2
32
2
22
4
6
2
1
21
2
2
1
16
10 1 344 1 $ 51,4291 37
12 $ 2,250 • 5
1
26 $ 4,366
13
5
23 5 3,543
21 $ 3,059
90 i 1560 1 51429 1 $ 2 367 1 $ 53,796
30 60 2250 $ 154 $ 2,404
20 4366 , $ 111 • $ 4,477
20 3543 5 90 $
20 3059 $
254 $ 36,948 32
B $ 1,263
3,633
78 $ 3,137
1500 36948 ' $ 1,901 $ ,., 38,849
1263 $ 32 $ 1,295
12
10
•
•
•
4
1 28 15 5,2001
(Task 3 MANAGEMENT RESERVE
j 3.1 �.ManagementReserve
8 $ 1,348
16
2
2
4 $
3,042
•
•
•
•
•
80 120 5200 1 $ 203 1 $ 5,403
20
50
120
1348
3042
36
146 $
810
10
810
21 $
1,384 I
3,188
8311
130
5
•
•
•
•
5
2
130
1 142 1_5 20,2451
142
20,245
20245 1 $
20245 $
506 1 $ 20 751
506 $ 20,751
Subtotal 2018 CBD Sewer CIPP Uning - SDC Tasks
370
70
37
23
14 1 514 1 $ 76,874 1 37
13 170 1680 76874 1 $ 3,075 1 $
PROJECT TOTAL
370 70 37 23 14 I 514
ZWewBusuasePmposaITUK20180014 7Ut M18045_CB0 Sewn Rehab SOCPSA FE E_2018 C80 Sewn CPP Wing -SOCA ss
$ 76,874
37 13 170 1680 76874 I $ 3,075 I $ 79,949
127/2018103 PM
Staff Engineer
Staff Engineer
Principal
Project Engineer
Administrative
Total
Description
Support
Total Labor
CAD Plots -
CAD Plots -
Copies (bw)
Technology
Total Expense
Total Cost
Hours
Half Size
Full Size
8.5" X 11"
Mileage
Charge
Classification
Professional I
Professional IV
I
Professional VIII
I
Technician IV
1
Administrative V
$138.00
Tadashi A. Kibe
100% ACAD
$175.00
Kenny F. Gomez
90% ACAD
$230.00
John D. Hendron
20% ACAD
$140.00 $131.00
Steven D. Fletcher Stephanie A. Perkins
70% ACAD
$ 2.50 $ 10.00 $ 0.09 $ 0.545 2.50%
8 Sheets/Set 8 Sheets/Set
Task 1 SDC FOR CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION
1.1 Prepare for and attend one (1) pre -construction meeting
1.2 .Review shop drawings, submittals, and change order proposals
j 1.3 'Review RFIs and pay requests, and provide written response(s) to the City
1 1.4 Prepare record drawings
1.5 .Onsite Construction Observation
j 1.6 Establish quantity tracking spreadsheet and quantity collection protocols
238
12
16
16
190
4
(Task 2 PROJECT MANAGEMENT FOR CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABIUTATION 1 2
2.1 !Coordinate with City staff regarding schedule, progress, and technical questions
I 2.2 Prepare for and attend two 12) construction progress meetings
1 2.3 Prepare invoices and monitor project budget
53
6
6
5
2
32
2
22
4
6
2
1
21
2
2
1
16
10 1 344 1 $ 51,4291 37
12 $ 2,250 • 5
1
26 $ 4,366
13
5
23 5 3,543
21 $ 3,059
90 i 1560 1 51429 1 $ 2 367 1 $ 53,796
30 60 2250 $ 154 $ 2,404
20 4366 , $ 111 • $ 4,477
20 3543 5 90 $
20 3059 $
254 $ 36,948 32
B $ 1,263
3,633
78 $ 3,137
1500 36948 ' $ 1,901 $ ,., 38,849
1263 $ 32 $ 1,295
12
10
•
•
•
4
1 28 15 5,2001
(Task 3 MANAGEMENT RESERVE
j 3.1 �.ManagementReserve
8 $ 1,348
16
2
2
4 $
3,042
•
•
•
•
•
80 120 5200 1 $ 203 1 $ 5,403
20
50
120
1348
3042
36
146 $
810
10
810
21 $
1,384 I
3,188
8311
130
5
•
•
•
•
5
2
130
1 142 1_5 20,2451
142
20,245
20245 1 $
20245 $
506 1 $ 20 751
506 $ 20,751
Subtotal 2018 CBD Sewer CIPP Uning - SDC Tasks
370
70
37
23
14 1 514 1 $ 76,874 1 37
13 170 1680 76874 1 $ 3,075 1 $
PROJECT TOTAL
370 70 37 23 14 I 514
ZWewBusuasePmposaITUK20180014 7Ut M18045_CB0 Sewn Rehab SOCPSA FE E_2018 C80 Sewn CPP Wing -SOCA ss
$ 76,874
37 13 170 1680 76874 I $ 3,075 I $ 79,949
127/2018103 PM
38
EXHIBIT C
RH2 ENGINEERING, INC.
2018 SCHEDULE OF RATES AND CHARGES
RATE LIST
RATE
UNIT
Professional I
$138
$/hr
Professional II
$153
$/hr
Professional III
$164
$/hr
Professional IV
$175
$/hr
Professional V
$191
$/hr
Professional VI
$203
$/hr
Professional VII
$219
$/hr
Professional VIII
$230
$/hr
Professional IX
$230
$/hr
Technician I
$100
$/hr
Technician II
$107
$/hr
Technician III
$132
$/hr
Technician IV
$140
$/hr
Administrative I
$69
$/hr
Administrative II
$81
$/hr
Administrative III
$96
$/hr
Administrative IV
$114
$/hr
Administrative V
$131
$/hr
CAD/GIS System
$27.50
$/hr
CAD Plots - Half Size
$2.50
price per plot
CAD Plots - Full Size
$10.00
price per plot
CAD Plots - Large
$25.00
price per plot
Copies (bw) 8.5" X 11"
$0.09
price per copy
Copies (bw) 8.5" X 14"
$0.14
price per copy
Copies (bw) 11" X 17"
$0.20
price per copy
Copies (color) 8.5" X 11"
$0.90
price per copy
Copies (color) 8.5" X 14"
$1.20
price per copy
Copies (color) 11" X 17"
$2.00
price per copy
Technology Charge
2.50%
% of Direct Labor
Mileage
$0.545
price per mile
(or Current IRS Rate)
Subconsultants
15%
Cost +
Outside Services
at cost
Rates listed are adjusted annually.
39
40
TO:
FROM:
BY:
CC:
DATE:
SUBJECT:
City of Tukwila
Allan Ekberg, Mayor
Public Works Department - Henry Hash, Director
INFORMATIONAL MEMORANDUM
Transportation and Infrastructure Committee
Henry Hash, Public Works Director 1.,.
Ryan Larson, Senior Program Manager
Mayor Allan Ekberg
April 6, 2018
2018 Annual Small Drainage Program
Project No. 91841201
Design Consultant Selection and Agreement
ISSUE
Approve KPG, Inc. to design the 2018 Annual Small Drainage Program.
BACKGROUND
The Annual Small Drainage Program repairs and installs needed surface water infrastructure that is
identified through maintenance activities as well as citizen complaints. For the 2018 Annual Small
Drainage Program, we are proposing the design of six projects for possible construction in 2018. In
addition, a feasibility analysis will be conducted on three projects.
DISCUSSION
The current MRSC Consultant Roster was reviewed and three firms were short-listed to provide
design services. The firms were; KPG, Inc., David Evans and Associates, and Otak. The Summary of
Qualifications were evaluated from each firm and KPG was selected as the firm that best met the
requirements. KPG has designed the Annual Small Drainage Program since 1991 and Public Works
staff continues to be very satisfied with their work. KPG also worked on the 2017 Annual Small
Drainage Program and is knowledgeable of the sites.
Public Works staff reviewed the list of known system deficiencies and compiled a list of six projects
for design and three projects for feasibility analysis in 2018. Two of the projects were substantially
designed in 2017, but not constructed due to budget constraints. The design and feasibility projects
are:
1. Gilliam Creek Outfall Access (finish design)
2. S 180th Street Bridge Retaining Wall (finish design)
3. Interurban Catch Basin Grates (new design)
4. 205 Levee Drainage Repair (new design)
FINANCIAL IMPACT
The proposed fee for the 2018 Small Drainage Program's design contract is $79,570.00 and the 2018
design budget is $80,000.
RECOMMENDATION
Council is being asked to approve a consultant agreement with KPG Inc, in the amount of $79,570.00
for the design of the 2018 Small Drainage Program and consider this item on the Consent Agenda at
the April 16, 2018 Regular Meeting.
5. TIB Sabey Pipe Abandonment (new design)
6. Interurban Ave S Rockery Drainage (feasibility)
7. S 148th St/42nd Ave S Creek Inlet (feasibility)
8. 10349 Beacon Ave S (feasibility)
Attachments: Qualification Review
Page 96, 2017-2022 CIP
Consultant Agreement
W:IPW Eng1PROJECTSW- DR ProjectslAnnual Small Drainage Programs12018 SDP (91741201)1DesignlConsullant SeleclionlInfo Memo Design 2018 SDP,docx
41
2018 Small Drainage - Qualification Review
(1= Top Choice, 2 = Second Choice, 3 = Third Choice) 4 c°41‘.
3C'
Relevant Project Experience
1
3
2
Experience with HPA/Creek Work
1
2
1
Small Scale Projects
1
2
1
Ability to keep project on schedule and within Budget
1
2
1
Project Team Availability of Key Team Members
2
2
2
Knowledge of City , Plan Process, Drainage System
1
2
2
TOTALS
(Lowest Total Score is best)
7
1 3
9
Firm Rank
(1 - 3, Lowest = Best)
1
3
2
C:\Users\susanWppData\Local\Microsoft\WindowsVNetCache\Content.Outlook\PHSHOORK\Proposal Rating 2018
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
PROJECT: Annual Small Drainage Program Project No. 9XX41201
DESCRIPTION: Select, design, and construct small drainage projects throughout the City.
JUSTIFICATION: Provide drainage corrections for existing/ongoing drainage problems throughout the City, including culvert
replacements, drain extensions, and pavement upgrades.
STATUS: Projects for this annual program are taken from Small Drainage Project List.
MAINT. IMPACT: Reduces maintenance.
COMMENT: Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar
years.
FINANCIAL Through Estimated
(in $000's)
2015 2016 2017
2018
2019
2020
2021
2022
BEYOND TOTAL
EXPENSES
Design
74
80
80
80
80
80
80
80
80
714
Streamgages/Monitor
10
10
35
35
36
36
36
36
40
274
Const. Mgmt.
62
80
80
80
80
80
80
80
80
702
Construction
255
515
515
515
514
514
514
513
513
4,368
TOTAL EXPENSES
401
685
710
710
710
710
710
709
713
6,058
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
401
685
710
710
710
710
710
709
713
6,058
TOTAL SOURCES
401
685
710
710
710
710
710
709
713
6,058
Project Location:
Entire System
2017 - 2022 Capital Improvement Program
96
43
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and KPG, Inc., hereinafter referred to as "the Consultant", in consideration
of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform engineering services
in connection with the project titled '2018 Small Drainage Program'.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2018, unless sooner
terminated under the provisions hereinafter specified. Work under this Agreement shall
commence upon written notice by the City to the Consultant to proceed. The Consultant shall
perform all services and provide all work product required pursuant to this Agreement no
later than December 31, 2018 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 $79,570.00 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.
44
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall be
endorsed to provide contractual liability coverage.
CA revised : 1-2013
Page 2
45
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
46
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
47
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:
KPG
753 9th Avenue North
Seattle, WA 98109
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
DATED this
CITY OF TUKWILA
day of , 2018.
Mayor, Allan Ekberg
CONSULTANT
By:
Printed Name:Nelson Davis, KPG
Title: Principal
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1-2013
Page 5
48
EXHIBIT A
City of Tukwila
2018 Small Drainage Program
Scope of Work
March 28, 2018
PROJECT DESCRIPTION
The Consultant shall prepare final Plans, Specifications and Estimates for the 2018 Small Drainage
Program. The project will include the following sites:
Site 1: Gilliam Creek Outfall Access Improvements
Install level access pad and fencing/railing to improve access and safety to flap gate apron. This site
may require an HPA and City of Tukwila Building Permit.
Site 2: S 180th Street Bridge Retaining Wall
Raise existing retaining wall and connect to bridge abutment. This project is to address a freeboard
deficiency that was identified in the recent Levee Certification analysis. This site may require an
HPA and City of Tukwila Building Permit.
Site 3: Interurban Catch Basin Grates
Existing concrete aprons around catch basins are cracking in a number of locations between Fort
Dent Way and S 137t Street. Project will repair catch basin aprons with possible modification to
City Standard detail to improve durability.
Site 4: Levee 205 Drainage Repair
Failing CMP storm sewer and manhole south of Strander Blvd. has been identified by the Corps of
Engineers for necessary repair. Replace approximately 100' of 12 " storm sewer and move manhole
behind levee. As an in-kind maintenance replacement, no permits are anticipated.
Site 5: Tukwila International Blvd. / Sabey pipe abandonment
Add type 1 catch basin and connection to downstream system. Fill and abandon existing
undercrossing of Tukwila International Boulevard.
The Consultant shall provide necessary surveying, project design, quantity and cost estimates, and utility
coordination required to complete final bid documents. It is anticipated that sites will be bid as a single
bid package for the 2018 Small Drainage Program as budget or other considerations allow.
The Consultant shall provide surveyed base maps with horizontal utility locations, or base maps created
from field measurements, ortho-photography, and GIS data as necessary for each site. If necessary,
surveyed base maps will include right-of-way line work based on available public records. Project
horizontal and vertical datum will be assumed on all sites.
City of Tukwila
2018 Small Drainage Program Page 1 of 5
KPG, Inc.
March 1018
49
The Consultant shall provide assistance to the City with preparation of a SEPA checklist and HPA
application where required. A building permit will be acquired for the access and safety projects if required.
No additional permits are anticipated.
It is the Consultants understanding that none of the 2018 Small Drainage Program sites require biological
assessments, additional permits beyond those listed, wetland delineations, geotechnical review, detention
facilities, or water quality treatment facilities. The budget assumes a straightforward approval process with
no special studies or extensive coordination. All work will be completed within City rights of way or
easements and no easement acquisition is anticipated.
In addition to the sites for the 2018 Small Drainage Program, the Consultant shall perform limited survey,
geotechnical studies and preliminary design / feasibility analysis for the following sites:
Site 6: Interurban Avenue S Rockery Drainage
Rockery across from Golf Course driveway and parking lot lacks formal drainage above and behind
rockery which causes water to flow onto the road and sidewalk creating significant icing problems.
The Consultant shall prepare topographic survey and develop alternatives, cost estimate, and
preliminary design to replace rockery with new wall system and tie in drainage from roadway and
alley above. Final design will be completed in a future small drainage program.
Site 7: S 148th Street / 42nd Avenue S Creek Inlet Structure
Creek inlet structure is prone to plugging, causing water to flow onto 42nd Ave S and create localized
flooding. Determine feasibility, cost, preliminary design, and easement needs for repair in a future
small drainage program. Previously completed survey will be utilized for preliminary design.
Site 8: 10349 Beacon Avenue S
Resident has reported roadway runoff entering property and causing damage to septic system.
Perform geotechnical study to determine if there is sufficient infiltration capacity and/or limited
survey to determine alternate pipe routing and prepare preliminary design and cost estimate for
repair in a future small drainage program. Aerial mapping will be used for preliminary design.
City of Tukwila
2018 Small Drainage Program Page 2 of 5
KPG, Inc.
March 1018
50
SCOPE OF WORK
TASK 1— 2018 Small Drainage Program Design
1.1 MANAGEMENT/COORDINATION/ADMINISTRATION
• The Consultant shall provide continuous project management and administration for the
duration of the Project. (Estimate 3 months).
• Hold project coordination meetings with the City to update progress and review submittals.
Assume (3) meetings.
• The Consultant shall provide monthly status reports and billings.
• The Consultant shall provide independent QA/QC reviews by senior in-house staff of all
deliverables prior to submittal to the City.
1.2 Previously obtained mapping for sites 1 and 2 will be utilized for those sites. Aerial base maps will
be utilized for site 3. The Consultant shall prepare a topographic base map for site 4 and 5.
1.3 The Consultant has previously prepared designs for site 1; however, the full improvements proposed
are cost prohibitive. The Consultant shall work collaboratively with City staff to determine a minimal
cost alternative to improve safety and access. This may include fencing, railing, minor grading, and
possibly some work to be completed by City maintenance staff outside of the drainage program.
1.4 The Consultant has previously prepared designs for site 2. This site shall be field reviewed to confirm
no significant changes that would affect project design. Minor updates and revisions are anticipated,
and will be included in the 90% Plans and Bid Documents.
1.5 The Consultant shall identify catch basin surrounds in need of replacement on aerial base maps and
work collaboratively with City staff for a modified catch basin surround detail to minimize risk of
future similar issues.
1.6 The Consultant shall prepare 90% and and final design for sites 4 and 5.
1.7 The Consultant shall develop plans to the 90% design level and prepare and submit building permit
applications for Sites 1 & 2. Specifications will be shown on the plan sheets and reference WSDOT
specifications as applicable. It is anticipated that detailed fabrication shop drawings will be provided
by the contractor and may be required for final building permit approval.
1.8 The Consultant shall coordinate with Washington Department of Fish and Wildlife to confirm
previously obtained HPA for sites 1 & 2 provides sufficient authorization to proceed with the work.
1.9 The Consultant shall prepare the Contract Specification per 2018 WSDOT Standard Specifications
for the 90% Review Submittal and the Bid Documents
1.10 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction
Cost for each review submittal and the Bid Documents.
1.11 The Consultant shall distribute 90% review submittals to franchise utility owners to identify potential
conflicts within the Project limits.
City of Tukwila KPG, Inc.
2018 Small Drainage Program Page 3 of 5 March 1018
51
1.12 The Consultant shall prepare final Bid Documents for the proposed improvements including the
following:
o Plans shall be prepared with such provisions in such detail as to permit field layout and
construction within a degree of accuracy acceptable to the City and per industry
standards.
o Details will be prepared for items not available as standard details from the City, State,
or WSDOT standard drawings.
o The plans shall illustrate complete details of construction of the proposed
improvements including limits of construction and removals, proposed invert
elevations, rim elevations and required construction materials.
o Drainage designs will be determined through consultation with City staff and from
previous experience rather than detailed basin modeling.
1.13 The Consultant shall provide bid period services to include responses to bidder inquiries, preparation
of addenda, attendance at bid opening, preparation of bid tabulation, and recommendation to award
or reject the apparent low bidder. The budget assumes a straight forward review process with the
low bidder receiving the contract award.
• Assumptions
o No federal funding is anticipated for the Project engineering or construction.
o No utility upgrades are anticipated in the project design.
o Drainage & Water Quality Reports will not be required.
o Geotechnical Engineering services will not be required.
o Environmental Documentation will not be required.
o Potholing of existing underground utilities will not be required.
o Any fees for City Building Permit will be paid by the City.
o Previously obtained SEPA and Shoreline approvals for sites 1 and 2 will be sufficient
for construction.
o Sites 3,4 and 5 will not require SEPA approval or permits. If permits are required, site
may be deferred to future Small Drainage Program.
• Deliverables
o Building permit applications to City
o 90% review submittal with Plans, Specifications, and Estimate (6 sets).
o Bid Documents and Engineer's Estimate (10 sets 1/2 size plans, specs, and estimate)
o 6 sets of Plans (11" X 17") and specifications provided for each review submittal.
o 10 sets of Plans (11" X 17") and specifications for the Bid Documents.
o Coordinate upload of Plans and Specifications to Builders Exchange.
City of Tukwila
2018 Small Drainage Program Page 4 of 5
KPG, Inc.
March 1018
52
TASK 2 — Preliminary Design / Feasibility Analysis
2.1 The Consultant shall prepare survey, analysis, and provide recommendation with preliminary
horizontal layout and cost estimate for preferred design on Site 6. Survey will extend the length of the
wall from the curb flowline to 10' behind wall and include all observed drainage facilities within the
limits as well as contributing upstream drainage structures where locations are known. Aerial mapping
may be utilized if improvements are recommended outside of detailed survey limits.
2.2 The Consultant shall field review previous design and easement documents prepared in 2002 for Site 7
and update to include current layout and cost estimates. The City will work with property owner to
obtain easement rights. Existing mapping will be supplemented with aerial mapping if necessary.
2.3 The Consultant shall subcontract with a geotechnical consultant to perform one (1) Pilot Infiltration
Test at the area of concern. Based on findings of infiltration results, the Consultant shall evaluate
feasibility of infiltration systems or piping extension and prepare preliminary layout and cost estimate
on aerial mapping.
Additional Services
The City of Tukwila may require other services of the consultant. These services could include additional
design, right of way, utility potholing, environmental documentation, construction phase services, or other
work tasks not included in the scope of work. At the time these services are required, the Consultant will
provide the City with a detailed scope of work and an hour and fee estimate. The Consultant will not
proceed with the work until the City has authorized the work and issued a Notice to Proceed.
City of Tukwila
2018 Small Drainage Program Page 5 of 5
KPG, Inc.
March 1018
53
HOUR AND FEE ESTIMATE
Project: City of Tukwila
2018 Small Drainage Program
EXHIBIT B
Ki c
• Architecture •
Landscape Architecture
• Civil Engineering •
Labor Hour Estimate
Total Fee
Task
Description
Project Senior Senior Project
Manager Engr Arch Engr/Sury
$ 202.00 $ 184.00 $ 148.00 $ 137.00
Design Engr/Sury
Engineer Technician
$ 128.00 $ 112.00 $ 165.00
Survey
Crew
Senior Office
Admin Admin
$ 112.00 $ 92.00
Fee
Task 1 - 2018 Small Drainage Program Design
1.1 Management/Coordination/Administration
6
0
0
0
0
0
0
6
6
$ 2,436.00
1.2 Survey and Base Maps
2
0
0
8
16
32
30
0
0
$ 12,082.00
1.3 Coordination and modifications to Site 1
2
2
4
8
8
0
0
0
0
$ 3,484.00
1.4 Field check and minor modifications to Site 2
0
0
0
0
8
0
0
0
0
$ 1,024.00
1.5 Site 3 design and detailing
2
0
0
0
16
8
0
0
0
$ 3,348.00
1.6 90% and final design for sites 4 and 5
2
4
0
8
16
24
0
0
0
$ 6,972.00
1.7 Prepare building permit applications for sites 1 and 2
0
0
8
4
0
0
0
4
0
$ 2,180.00
1.8 WDFW coordination
2
0
0
0
4
0
0
0
2
$ 1,100.00
1.9 Prepare Specifications
2
2
0
8
8
0
0
4
0
$ 3,340.00
1.10 Quantity and Cost Estimating
2
2
0
8
8
0
0
0
0
$ 2,892.00
1.11 Utility coordination
0
0
0
4
0
0
0
0
2
$ 732.00
1.12 Finalize Bid Documents
2
2
0
8
8
16
0
2
4
$ 5,276.00
1.13 Bid Period Services
2
0
0
4
8
0
0
0
2
$ 2,160.00
Reimbursable - Mileage
$ 200.00
Reimbursable - Reproduction
$ 1,200.00
Reimbursable - Structural Allowance
$ 5,000.00
Task 1 Total
24
12
12
60
100
80
30
16
16
$ 53,426.00
Task 2 - Preliminary Design / Feasibility Analysis
2.1 Site 5 Preliminary Design and Cost Estimates
4
4
0
8
24
16
24
0
0
$ 11,464.00
2.2 Site 6 Preliminary Design and Cost Estimates
2
0
0
4
8
8
0
0
0
$ 2,872.00
2.3 Site 7 Preliminary Design and Cost Estimates
2
4
0
4
8
8
0
0
0
$ 3,608.00
Reimbursable - Mileage
$ 100.00
Reimbursable - Reproduction
$ 100.00
Reimbursable - Geotechnical Allowance
$ 8,000.00
Task 1 Total
8
8
0
16
40
32
24
0
0
$ 26,144.00
Total Estimated Fee: $ 79,570.00
3/28/2018
City of Tukwila
Allan Ekberg, Mayor
Public Works Department - Henry Hash, Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
FROM: Henry Hash, Public Works Director /II/
BY: Steve Carstens, PE, Senior Program Manager
CC: Mayor Ekberg
DATE: April 6, 2018
SUBJECT: Strander Boulevard Extension Phase 3
Project No. 98610403
BP/Olympic Pipeline Design Reimbursement
ISSUE
Approve the BP/Olympic Pipeline reimbursement agreement for the Strander Boulevard Phase 3
Project.
BACKGROUND
The City of Renton completed Phase 1 of the Strander Boulevard/SW 27th Street (Oakesdale
Avenue to Naches Avenue) in 2008 and Phase 2 in 2014 (from Naches Avenue to the new Tukwila
Station/Sounder Commuter Rail Station parking lot, between BNSF and UPRR). Phase 3 is being
led by the City of Tukwila. Tukwila received Federal grant funding for the preliminary engineering
and right-of-way phases and is proceeding with the design process as part of the preliminary
engineering phase.
DISCUSSION
In order to proceed with the design and coordinate utility work for the project, BP/Olympic Pipeline
has indicated that there will be a $630,000 fee for their company to design the utility relocation of
their pipeline.
FISCAL IMPACT
Berger ABAM Design Contract
BP/Olympic Pipeline
Total
Estimate Budget
$4,147,328.00 $4,998,000.00
630,000.00
$4.777,328.00 $4,998,000.00
RECOMMENDATION
Council is being asked to approve the agreement with BP/Olympic Pipeline in the amount of
$630,000 for their design of utility relocation associated with the Strander Boulevard Extension
Phase 3 project and consider this item on the Consent Agenda at the April 16, 2018 Regular
Meeting.
Attachments: 2017 CIP, page 13 and proposed 2019 CIP
BP/Olympic Pipeline Agreement
W:IPW Eng IPROJECTSN- RW & RS Projects\Strander Extension (98610403)101_Preliminary Engineering120180326 Info Memo BP agrmnt.docx
55
PRO ECT:
DESCRIPTION:
CITY O TUKW LA CAPITAL PRO ECT SUM RY
2017 o 022
trander Blvd Extension Phase 3 Project No. 8610403
Design and construct arterial im rovem nts for a new roadway extending Strander Blvd/SW 27th St
from W st Valley Highway to 0 ksdale Ave in the City of Renton.
JUSTIFICATIO : East/west capacity between 1-405 and S 180 St is needed to serve Tukwila and Renton access.
Project segregated into three phases. Phase I extended Stander Blvd/SW 27th St from 0 ksdale Ave to
STATUS: Naches Ave SW Phase 11 constructed a 2 lane road from Naches to the Sounder Train's Tukwila Longacres
Station's parking lot. Paid Renton $1m for Phase I & II. Phase 111 will construct the undercrossing of the
UPRR and com tete the 4 lane roadway from W st Valley Hwy in Tukwila to Naches Ave SW in Renton.
M INT. IM ACT: New street.
CO NT:
Project partners include the City of Renton, Boeing, W DO , FM IB, Sound Transit, M tro, Am rak, and
BNSF and UP Railroads. Funds in 2015-16 are for updated cost estim tes and grant applications.
STP (PSRC), FAST Lane, and TIG R grants were subm tted in 2016.
FINANCIAL hrough stim ted
(in $000's)
015 016
017
018
019
020
021
022
EYO D
TO AL
EXPENSES
Project location
"0,1558,
5,55sr
�
.. `.
• ai
1`
Design
58
40
,500
,000
150 =,
r
":
v41
It
4,998
Land (R/W
104
50
,000
`may'
j
2019 to 2024
PROJECT: Strander Blvd Extension Phase 3 Project No. 98610403
DESCRIPTION:
Design and construct arterial improvements for a new roadway extending Strander Blvd/SW 27th St
from West Valley Highway to Oaksdale Ave in the City of Renton.
JUSTIFICATION: East/west capacity between 1-405 and S 180 St is needed to serve Tukwila and Renton access.
Project segregated into three phases. Phase I extended Stander Blvd/SW 27th St from Oaksdale Ave to
STATUS: Naches Ave SW. Phase II constructed a 2 lane road from Naches to the Sounder Train's Tukwila Longacres
Station's parking lot. Paid Renton $1m for Phase I & II. Phase 111 will construct the undercrossing of the
UPRR and complete the 4 lane roadway from West Valley Hwy in Tukwila to Naches Ave SW in Renton.
MAINT. IMPACT: New street.
Project partners include the City of Renton, Boeing, WSDOT, FMSIB, Sound Transit, Metro, Amtrak, and
COMMENT: BNSF and UP Railroads. Funds in 2015-16 are for updated cost estimates and grant applications.
STP (PSRC), FAST Lane, and TIGER grants were submitted in 2016.
FINANCIAL Through Estimated
(in $000's)
2015 2016 2017
2018
2019
2020
2021
2022
BEYOND TOTAL
EXPENSES
Design
58
301
341
2,500
1,659
4,859
Land (R/VV)
104
1,860
1,964
Wetland Mitigation
500
50
550
Const. Mgmt.
1,015
1,951
2,966
Construction
21,000
23,524
44,524
TOTAL EXPENSES
162
301
341
2,500
3,519
22,515
25,525
0
0
54,863
FUND SOURCES
Awarded STP Grant
255
1,000
2,637
3,892
Awarded Fastlane Grant
2,500
2,500
5,000
Awarded FMSIB Grant
2,500
2,500
5,000
State/Fed Appropriation
250
250
500
Proposed State TIB Grant
5,000
5,000
10,000
KC Metro
500
500
1,000
Sound Transit
500
500
1,000
PSRC Grant
4,760
4,760
City of Renton Funds
1,000
1,000
UPRR Funds
1,000
1,000
2,000
BNSF Funds
1,000
1,000
2,000
City Mitigation impact Fees
1,000
1,000
2,000
Other State Discretionary Funds
5,000
5,000
10,000
City Oper. Revenue 162
301
86
1,500
882
(2,495)
6,275
0
0
6,711
TOTAL SOURCES 162
301
341
2,500
3,519
22,515
25,525
0
0
54,863
57
2019 - 2024 Capital Improvement Program
REIMBURSEMENT AGREEMENT
MILEPOST: 114 approximate
PROJECT: Strander Blvd. Extension Project, Relocation of OPL 14 -inch R -P pipeline and OPL
12 -inch SeaTac lateral pipeline
LOCATION: A portion of NW Quarter of Section 25, Township 23 North, Range 04 East
OPL FILE REFERENCE: 3679 -KI -239 and 3678A -L -KI -5
THIS AGREEMENT, made and entered into this day of
2018 ("Effective Date"), by and between OLYMPIC PIPE LINE COMPANY LLC, a Delaware
limited liability company, whose address is 600 SW 39th Street, Suite 275, Renton, WA 98057
(hereinafter referred to as "OPL") and the CITY OF TUKWILA, a State of Washington municipal
corporation, whose address is 6200 Southcenter Boulevard, Tukwila, WA 98188 (hereinafter
referred to as "CITY").
WITNESSETH:
WHEREAS, CITY desires to proceed with a construction project on property at the
location identified above (the "Strander Boulevard Extension Project"), which will require the
eventual relocation of a portion of OPL'S fourteen -inch pipeline and twelve -inch pipeline, and
WHEREAS, it is in the mutual interest of OPL and CITY for OPL to perform and provide
necessary preliminary pipeline relocation activities and services, as specified herein, with OPL'S
regular personnel, or by a contractor or subcontractor paid under a contract let by OPL, and
WHEREAS, OPL requires payment for the estimated expense, loss, or damage either
caused or made necessary by the performance of such activities and the provision of such
services provided by OPL, as specified herein, whether it is incurred directly by OPL or others
on behalf of OPL at the request of OPL prior to beginning any such work, as well as payment for
any actual increased or additional costs above the estimated amount, as more fully described in
Section II of this Agreement.
NOW THEREFORE, FOR AND IN CONSIDERATION OF THE MUTUAL COVENANTS
HEREIN RECITED, OPL AND CITY DO HEREIN AGREE AS FOLLOWS:
1
58
Section I
OPL with its regular personnel at its standard schedule of wages and working hours, or
by a contractor or subcontractor, will perform the necessary activities as outlined in the scope of
work document being Exhibit "A" (the "Work") attached hereto and made a part hereof. The
preliminary estimated cost of the Work is Six Hundred Thirty Thousand Dollars ($630,000.00) as
set forth in attached Exhibit "B" ("Estimated Cost").
Section II
a) CITY shall pay any and all actual costs and expenses incurred by or on behalf of OPL in
connection with performance of the Work (the "Actual Cost"). Monthly, OPL will submit a
reimbursement request to the City that describes the work performed and the cost. The City will
pay OPL within 30 days of receipt of the request.
Section III
OPL shall perform the Work as defined and outlined in Exhibit "A".
Section IV
OPL shall have no obligation to start the Work until written notice has been provided by
CITY that the Work has been agreed to, approved by and authorized by CITY, a satisfactory
starting date has been mutually agreed upon by both CITY and OPL, and the Estimated Cost
has been paid. Prior to starting the Work, CITY shall cooperate with OPL in obtaining or
causing to be obtained, in a form acceptable to OPL, any right, permit, permission, easement
and access rights, at the sole cost and expense of CITY, required for OPL to perform the
WORK and CITY shall, if requested by OPL, survey and stake all easements and access rights
that pertain to the Work.
Section V
2
59
OPL, its contractor and sub -contractors, if any, shall not discriminate against any
employee or applicant for employment, to be employed in the performance of this contract, with
respect to his or her hire, tenure, terms, conditions or privileges of employment, or any matter
directly or indirectly related to employment, because of race, color, religion, sex, handicap,
national origin or ancestry.
Section VI
CITY HEREBY AGREES TO INDEMNIFY AND HOLD HARMLESS THE OPL, ITS
AFFILIATED COMPANIES (INCLUDING BUT NOT LIMITED TO ITS OPERATOR, BP
PIPELINES (NORTH AMERICA), INC.), AND ITS AND THEIR RESPECTIVE OFFICERS,
DIRECTORS, AGENTS, EMPLOYEES AND CONTRACTORS FROM AND AGAINST ANY
AND ALL LIABILITIES, CLAIMS, LOSSES, FINES, DAMAGES, COSTS AND EXPENSES
(INCLUDING COSTS AND EXPENSES OF DEFENSE), ARISING OUT OF ANY DUTY,
OBLIGATION OR SERVICE OF THE CITY PURSUANT TO THIS AGREEMENT OR ANY
ACTION OR CONDUCT PERFORMED BY THE CITY IN CONNECTION WITH THE
STRANDER BOULEVARD EXTENSION PROJECT; EXCEPT, HOWEVER, THIS INDEMNITY
SHALL NOT APPLY TO THE EXTENT OF THE GROSS NEGLIGENCE OR WILLFUL
MISCONDUCT OF OPL, ITS EMPLOYEES, AGENTS OR CONTRACTORS. IF ANY
PROVISION OF THIS INDEMNITY IS DETERMINED BY A COURT OF COMPETENT
JURISDICTION TO BE INVALID OR UNENFORCEABLE, THE REMAINING PROVISIONS OF
THIS INDEMNITY WILL REMAIN IN EFFECT TO THE MAXIMUM EXTENT PERMITTED BY
LAW.
NOTWITHSTANDING ANYTHING IN THIS AGREEMENT TO THE CONTRARY, NEITHER
PARTY HERETO SHALL BE LIABLE TO THE OTHER PARTY FOR CONSEQUENTIAL,
INCIDENTAL, EXEMPLARY OR PUNITIVE DAMAGES (INCLUDING, BUT NOT LIMITED TO,
LOST PROFITS, LOSS OF PRODUCTION OR OTHER DAMAGES ATTRIBUTABLE TO
BUSINESS INTERRUPTION) ARISING IN CONNECTION WITH THIS AGREEMENT.
3
60
Section VII
The term of this Agreement shall commence on the Effective Date and continue for a
period of twenty-four (24) months. The term of this Agreement shall not be extended unless an
authorized representative of OPL and CITY agree in writing to extend the term. If the Work is
not completed within the twenty-four (24) month term, or any agreed upon extension of the term,
OPL shall have the option to not perform or complete the Work and shall reimburse CITY the
amount that CITY has paid OPL less all actual costs incurred by OPL through the date of
termination of this Agreement. The provisions of Section VI of this Agreement shall survive any
termination and shall continue to remain in full force and effect upon termination of this
Agreement.
Section VIII
Without limitation or waiver of any of OPL'S rights elsewhere set forth in this Agreement,
OPL reserves the right, with or without cause, to stop the Work at any time and in addition
thereto to immediately terminate this Agreement without liability, and in such event OPL shall
reimburse CITY the amount that CITY has paid OPL less all actual costs incurred by OPL
through the date of termination of this Agreement.
Section IX
This Agreement constitutes the entire agreement, and supersedes all other prior
agreements and understandings, both written and oral, among the parties, with respect to the
subject matter of this Agreement. This Agreement may be amended, modified, or
supplemented but only in writing signed by an authorized representative of both OPL and CITY.
Section X
4
61
The provisions of this Agreement are solely for the benefit of the parties to this
Agreement and no provision of this Agreement should be deemed to confer upon any other
party any remedy, claim or right.
Section XI
If any term or provision of this Agreement shall be found to be invalid, illegal or otherwise
unenforceable, the same shall not affect the other terms or provisions hereof or the whole of this
Agreement, but such term or provision shall be deemed modified to the extent necessary to
render such term or provision enforceable, and the rights and obligations of the parties shall be
construed and enforced accordingly, preserving to the fullest permissible extent the intent and
agreements of the parties as set forth herein.
Section XII
This Agreement shall be construed in accordance with the laws of the United States and
the state where the Work is to be performed, without regard to such state's conflicts of law rules.
5
62
IN WITNESS HEREOF, the parties hereto separately and severally have caused this
AGREEMENT to be executed in their respective names by and through their duly authorized
representatives, as of the day and year first above written.
OLYMPIC PIPE LINE COMPANY LLC,
a Delaware limited liability company
By: h.
Typed: Mas- G {-or 1,3
Title: ?re_5 : dam*
FEIN: 1 9 -- (.O1 -I ZZ'?
CITY OF TUKWILA, a State of Washington
municipal corporation
By:
Typed:
Title:
FEIN:
6
63
Exhibit A
SCOPE OF WORK
Description of Work
OPL will develop a design and plan to relocate its 14 -inch and 12 -inch petroleum pipelines in
interference with the Strander Boulevard Expansion Project in Tukwila, WA. This relocation
will accommodate the CITY's expansion of Strander Boulevard. As a result OPL's 12 -inch
and 14 -inch pipelines are impacted and will need to be relocated.
Under this Agreement, OPL will perform the following preliminary engineering design work
associated with the modification or relocation of its facilities.
Project Management
• Organize and develop work plan and advance design development.
• Provide guidance on private property coordination and legal review of any easement,
and coordinate with CITY on replacement easements and/or reciprocal conveyances.
• Procurement of engineering, surveying, and construction contractors.
• Track right of way document development.
• Coordinate with the CITY on the design and construction methods of the proposed
relocation so the CITY can proceed with the permitting.
Potholing/Soil Borings
• Pothole elevation of 12" and 14" pipelines upstream/upland tie-in location.
• Probe/confirm elevation of 20" pipeline downstream tie-in location.
• If sufficient subsurface soil and groundwater information is not available, complete
soil borings as necessary.
Survey Contractor
• Update topographic gaps from CITY -provided CADD and mapping information.
• Modify data for design development.
• Survey location of items during design phase engineering.
Modeling
• From updated field investigation, model proposed alignment for design development.
Design
• Design pipe relocation, bends, and length of pipe.
• Prepare right of way plan sheets.
• Identify laydown area and ingress and egress areas.
• Coordinate with mechanical contractor on constructability issues.
• Prepare plan view and profile of pipe relocation.
• Prepare contract specifications.
Geotechnical
• Review, evaluate, analyze, and plan for site geotechnical conditions that may impact
construction of the petroleum pipeline relocations.
64
Permitting
• Washington State Department of Ecology (WSDOE) — NPDES Construction
Stormwater General Permit and approval of possible SEPA amendment
determination by City of Tukwila.
• City of Tukwila - permits required by City code and after consultation with City staff,
which may include permits for right-of-way use and grading. Additionally, depending
on the scope of work, determine with City staff whether a SEPA amendment and/or
additional Critical Areas Review is required to complete Olympic's work.
Deliverable
• Plans, Specifications & Estimates (PS&E) for the petroleum pipeline relocation, which
will be utilized by OPL to procure the relocation's construction.
Schedule (Tentative)
• Survey, site reconnaissance, and potholing (if necessary) - 2nd & 3rd Quarters 2018.
• Engineering design - 6 to 8 months; 2nd 3rd & 4th Quarters 2018.
• Permit package development & submittal — submittal date TBD.
Exhibit A Page 2 of 2
65
Strander Boulevard Expansion Project
Preliminary Engineering Agreement
Exhibit B Engineering Cost Estimate
Phase 3: Strander Boulevard Expansion
Labor $189,400
Travel & Expense $5,000
Engineering & Survey $278,600
Permitting $25,000
15% UAP $74,700
Overhead
sub total $572,700
10.00% $57,270
TOTAL* $630,000
NOTE:
UAP based on actual expense and not generated
from imbedded worksheet calculations
* Rounded to nearest $100
66
City of Tukwila
Allan Ekberg, Mayor
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
FROM: Brandon Miles, Mayor's Office
CC: Mayor Ekberg
DATE: April 6, 2018
SUBJECT: 2019 Budget Proviso for SeaTac International Airport Impact Study
ISSUE
Update on 2019 Budget Proviso for SeaTac International Airport Impact Study.
BACKGROUND
On February 26, 2018 Committee of the Whole was briefed on a proposed budget
proviso pending with the Washington State Legislature. The proviso would provide
funding for the Washington State Department of Commerce to study the impacts of
SeaTac International Airport on adjacent communities. The final adopted budget proviso
language as amended is as follows:
(63)(a) $300,000 of the general fund—state appropriation for fiscal year 2019 and
$300,000 of the general fund—local appropriation are provided solely for the
department to contract with a consultant to study the current and ongoing impacts of the
SeaTac International airport. The general fund—state funding provided in this
subsection serves as a state match and may not be spent unless $300,000 of local
matching funds is transferred to the department. The department must seek feedback
on project scoping and consultant selection from the cities listed in (b) of this
subsection.
(b) The study must include, but not be limited to:
(i) The impacts that the current and ongoing airport operations have on
quality of life associated with air traffic noise, public health, traffic,
congestion, and parking in residential areas, pedestrian access to
and around the airport, public safety and crime within the cities,
effects on residential and nonresidential property values, and
economic development opportunities, in the cities of Sea Tac, Burien,
Des Moines, Tukwila, Federal Way, Normandy Park, and other
impacted neighborhoods; and
(ii) Options and recommendations for mitigating any negative impacts
identified through the analysis.
(c) The department must collect data and relevant information from various
sources including the port of Seattle, listed cities and communities, and other
studies.
(d) The study must be delivered to the legislature by December 1, 2019.
67
INFORMATIONAL MEMO
Page 2
Following the adoption of the budget, the Chairs of the State House Appropriations
Committee and the State Senate Ways and Means Committee sent a letter to the
Department of Commerce with refined language (see attached). It was noted that the
language came too late to be included in the final draft of the State budget. The main
modification was that Commerce was also directed to look at the benefits of SeaTac
International Airport on surrounding cities as a result of proximity to the airport. The
options section was also expanded to include a discussion regarding "bolstering
potential benefits." Per the Department of Commerce, the adopted budget language
governs, but the letter provides good guidance on the legislative intent of the proviso.
The City of SeaTac's budget includes $250,000 for an "Airport Impact Analysis Project."
No other city listed in the proviso has formally committed funds for the local match of the
study.
Since final adoption provision, the City of Tukwila has not yet received a formal request
to provide a portion of the local match for the study. It's also unclear if this request
would come from the Department of Commerce, the City of SeaTac, or some other
entity.
DISCUSSION
Staff recommends this item remain in committee until additional information is obtained,
specifically a formal request to provide matching funds. It is still unclear how this match
will be allocated, based on proximity to the Airport, population, etc. As part of any
request for a match, staff would like to also understand the scope of the project, both
issues being examined, as well as the geographical scope. The impacts of SeaTac
Airport, both positive and negative, to the City of Tukwila differ than those cities
immediately adjacent to the Airport or those cities under the approach paths of the
Airport.
There has also been some discussion if the total amount of the study, $600,000
($300,000 State and $300,000 local match) is sufficient to adequately examine the
various impacts associated with the Airport.
RECOMMENDATION
Information Only. Staff suggests the item remain in committee until additional
information is obtained.
Attachments:
• City of SeaTac Letter to the City, dated February 12, 2018.
• City of Des Moines Letter of Support, dated February 14, 2018
• City of Federal Way adopted Resolution.
• Pages of State adopted budget with proviso language.
• Letter from Washington State Legislature to Department of Commerce, dated March 21, 2018.
• 2017/2018 City of SeaTac budget page.
68
Z:\Council Agenda Items\Mayors OfficelAirport Imact Study\Draft Memo, April 2018 sm.docx
4800 South 188th Street
SeaTac, WA 98188-8605
City Hall: 206.973.4800
Fax: 206.973.4809
TDD: 206.973,4808
Mayor
Michael J. Siefkes
Deputy Mayor
Erin Sitterley
Councilmembers
Rick Forschler
Joel Wachtel
Peter Kwon
Pam Fernald
Clyde Hill
City Manager
Joseph Scorcio
City Attorney
Mary Mirante Banolo
City Clerk
Kristina Gregg
February 12, 2018
The Honorable Allan Ekberg
Mayor, City of Tukwila
6200 Southcenter Blvd
Tukwila, WA 98188
Dear Mayor:
FEB 14 2018
C111
As we discussed, we are asking the City of Tukwila's active support of the 2018
Supplemental Budget proviso request to the State legislature to help fund a
comprehensive study of the current and ongoing impacts of the airport. The goal of this
effort is to establish a point -in -time baseline of the airport's positive and negative
impacts to our communities and help communicate those impacts to our residents and
other interested parties. It will also help provide objective measurements for all of our
communities with the anticipated growth at Sea -Tac Airport.
The proviso request is for $500,000 which must be matched by an equal amount split
between the cities of Burien, Des Moies, Federal Way, Normandy Park, SeaTac and
Tukwila. We have budgeted $250,000 toward this effort and are hoping that our partner
cities will jointly fund the balance of $250,000. These funds do not need to be formally
committed and budgeted at this time but would be a requirement of the proviso prior to
work being done on the study. The State's Department of Commerce would select the
consultant and manage the study.
I have attached the one-page overview of the proviso and the suggested proviso
language. The study has been well-received thus far by the legislature and based on
discussions with our neighbors, indications are that Burien, Federal Way, Des Moines
and Normandy Park are generally supportive of the proviso and are also considering
active support.
If you have any questions or wish to discuss this further, please do not hesitate to contact
me.
Thank you for your consideration of this important request.
Sincerely,
J,6seph Scor•io, AICP
City Manager
Cc: City Council
Enclosure
69
The City of SeaTac
2018 Supplemental Operating Budget Proviso
Request:
Airport Impact Study
More than 20 years have passed since the last airport study was completed
• As the host to Washington State's largest international airport, the City of SeaTac is
proud to welcome the many travelers entering and leaving our state. As the SeaTac
International Airport expands, SeaTac International Airport surrounding communities
request funding to continue to be a strong, welcoming community.
• Twenty years ago, when the third runway was in its planning stages, the State
conducted the Sea -Tac International Airport Impact Mitigation Study, which found that
"costs associated with these [airport] improvements are disproportionately borne by
those communities immediately surrounding the airport."
• The purpose of the study is to establish a point -in -time baseline of both positive and
negative community and economic impacts and provide objective data to communicate
this information to the residents of the cities and other interested parties.
Now is the time for an update to the study
• The Sea -Tac International Airport is the 6th fastest growing airport in the world.
• It's the 9th busiest airport in the United States (2014).
• Passenger levels increased approximately 13% from 2014.
• On-site activity of the airport supports 32,000 jobs.
• In 2013, $565 million in state and local tax revenue was generated.
• The Port of Seattle's Sustainable Airport Master Plan envisions further expansion of the
airport in the coming years.
City Investment
• The City of SeaTac has allocated $250,000 in local funds to updating the study and is
working with neighboring cities to gather additional community support.
Budget Proviso Language
$500,000 of the general fund — state appropriation for fiscal year 2019 - is provided solely as a state
match for distribution to the Department of Commerce to select a consultant to conduct an analysis of
current and ongoing community and economic impacts of the Sea -Tac International Airport not
otherwise covered by current airport related studies. The study shall be delivered to the legislature by
December 1, 2019. The Department shall seek feedback on project scoping and consultant selection from
the cities listed below.
71
The analysis will include, but not be limited to the impacts that current and ongoing airport operations
have on quality of life associated with air-traffic noise, public health, traffic, congestion, and parking in
residential areas, pedestrian access to and around the airport, public safety and crime within the cities,
effects on residential and non-residential property values, and economic development opportunities in
the cities of SeaTac, Burien, Des Moines, Tukwila, Federal Way and Normandy Park.
The Department will coordinate with the Port of Seattle and other entities to collect data on topics
identified by the study, utilizing existing data where available. The study will include recommendation
and options for mitigating any negative impacts identified through the analysis. The Department shall
not spend the appropriation unless $500,000 in local matching funds is transferred to the
Department. The City of SeaTac will serve as the fiscal agent for any local matching funds and remit to
the Department upon receipt of invoices for work completed.
73
ADMINISTRATION
2183011TH AVENUE SOUTH, SUITE A
DES MOINES, WASHINGTON 981086398
(206) 078-4695 T.D.D.: (208) 8244024 FAX: (200) 870-8640
'''4,),,..,;':agemotenisminwmintentomoommit`.
February 14, 2018
Representative Timm Ormsby
Chair, House Appropriations Committee
315 John L. O'Brien Building
Olympia, Washington 98504
Dear Chair Ormsby,
The City of Des Moines wishes to express our support for a budget proviso appropriation of
$500,000 for fiscal year 2019 as a state match for the Department of Commerce to select a
consultant to conduct an analysis of current and ongoing community and economic impacts of
Sea -Tac International Airport aircraft operations.
The City of Des Moines is one of several cities adjacent to the airport that received
disproportionate negative impacts from airport operations. This proviso is a high priority for our
cities. As Sea -Tac moves forward with significant planned expansion, it critical to assess
impacts on our cities resulting from that growth. This State effort will help document the issues
of noise and volume of air traffic, as well as other community health impacts.
Sea -Tac is the 9th busiest airport in the United States and is the 6th fastest growing airport in
the world. Yet Sea -Tac faces spatial constraints to growth resulting in more intense direct
impacts to those cities in proximity to the airport. We recognize the economic value to our
region of airport operations, at the same time we face disproportionate negative impacts — of
noise and air quality.
• The goal of this study is to establish a point -in -time baseline of the Airport's
positive and neaative impacts to our communities and to help communicate
those impacts to our residents and other interested parties.
• It will also help provide objective measurements for all of our communities as
we address continued growth at Sea -Tac Airport. Having a valid baseline will
allow all parties a greater degree of accountability in future discussions.
'7 e ZUareidagd e eq
Representative Timm Ormsby
February 14, 2018
Page Two
• The study is not tied to the Sustainable Airport MasterPlan (SAMP) or its
immediate environmental documents, but will be very important when the
project specific analyses are undertaken with future Airport projects (always
need a baseline to measure change).
• Having the State conduct this study (as they did in 1997) will provide a
neutral and balanced approach and assure greater confidence in the final
product and its future use by all parties.
Sincerely,
Matt Pina
Mayor, City of Des Moines
cc: Des Moines City Council
Representative Mike Pellicciotti, 30th Legislative District
Representative Tina L. Orwall, M.S.W. 33rd Legislative District
Representative Mia Gregerson, 33rd Legislative District
Senator Karen Keiser, 33rd Legislative District
Conner Edwards, City of Des Moines Legislative Advocate
City of Des Moines Aviation Advisory Committee
Michael Matthias, City Manager, City of Des Moines
Susan Cezar, Community Development Director and SEPA Official
Mr. Ken Rogers
Joseph Scorcio, City Manager, City of SeaTac
? e 2 ate'€rd eee,
66
76
RESOLUTION NO. 18-735
A RESOLUTION of the City of Federal Way, Washington, expressing
support for a state budget proviso appropriation for fiscal year 2019 to
fund an analysis of current and ongoing impacts associated with Sea -Tac
International Airport aircraft operations on surrounding airport
communities and their residents
WHEREAS, Sea -Tac International Airport is the 9th busiest airport in the United States and
the 6th fastest growing airport in the world; and
WHEREAS, Sea -Tac is currently planning significant expansion to meet demand, but faces
spatial constraints to growth that result in more intense direct impacts to those cities in proximity to
the airport; and
WHEREAS, the City of Federal Way is one of several cities located near Sea -Tac
International Airport that are disproportionately impacted by airport operations through increased
noise and air quality impacts; and
WHEREAS, it is critical to assess these impacts to the cities negatively affected by increased
airport operations, and having objective measurements for all communities impacted by airport
operations will allow all parties a greater degree of accountability in future discussions; and
WHEREAS, the fiscal year 2019 operating budgets passed by both the State Senate and the
State House currently contain a proviso that would provide a state match from the general fund for
the Department of Commerce to select a consultant to conduct an analysis of current and ongoing
impacts associated with Sea -Tac International Airport aircraft operations on surrounding airport
communities and their residents.
Resolution No. 18-735 Page 1 of 3
77
NOW THEREFORE, THE CITY COUNCIL OF THE CITY OF FEDERAL WAY,
RESOLVES AS FOLLOWS:
Section 1. The City Council of the City of Federal Way supports state efforts to fund a
Department of Commerce study to analyze the current and ongoing community impacts of the Sea -
Tac International Airport aircraft operations.
Section 2. Severability. If any section, sentence, clause or phrase of this resolution should be
held to be invalid or unconstitutional by a court of competent jurisdiction, such invalidity or
unconstitutionality shall not affect the validity or constitutionality of any other section, sentence,
clause, or phrase of this resolution.
Section 3. Corrections. The City Clerk and the codifiers of this resolution are authorized to
make necessary corrections to this resolution including, but not limited to, the correction of
scrivener/clerical errors, references, resolution numbering, section/subsection numbers and any
references thereto.
Section 4. Ratification. Any act consistent with the authority and prior to the effective date of
this resolution is hereby ratified and affirmed.
Section 5. Effective Date. This resolution shall be effective immediately upon passage by the
Federal Way City Council.
RESOLVED BY THE CITY COUNCIL OF THE CITY OF FEDERAL WAY,
WASHINGTON this 6th day of March, 2018.
Resolution No. 18-735 Page 2 of 3
78
ATTEST:
lilt (&2nG;
CITY OF FEDERAL WAY:
J IM F RI ELL, MAYOR
S'`I EPIIANTE COURTNEY, CN,1'CJ CITY CLERK
APPROVED AS TO FORM:
3NKe:.ee
J. RYAN CALL, CITY ATTORNEY
FILED WITH THE CITY CLERK: 03/01/2018
PASSED BY THE CITY COUNCIL: 03/06/2018
RESOLUTION NO.: 18-735
Resolution No. 18-735 Page 3 of 3
79
CERTIFICATION OF ENROLLMENT
ENGROSSED SUBSTITUTE SENATE BILL 6032
65th Legislature
2018 Regular Session
Passed by the Senate March 8, 2018 CERTIFICATE
Yeas 25 Nays 24
President of the Senate
Passed by the House March 8, 2018
Yeas 54 Nays 44
I, Brad Hendrickson, Secretary of
the Senate of the State of
Washington, do hereby certify that
the attached is ENGROSSED
SUBSTITUTE SENATE BILL 6032 as
passed by Senate and the House of
Representatives on the dates hereon
set forth.
Speaker of the House of Representatives
Approved FILED
Governor of the State of Washington
Secretary
Secretary of State
State of Washington
80
1 foundation to develop a comprehensive 3D spinal cord atlas with the
2 goal of providing clinicians and researchers with a digital map of
3 the spinal cord.
4 (59) $250,000 of the general fund—state appropriation for fiscal
5 year 2019 is provided solely for the department to contract with the
6 Washington state microenterprise association to assist people with
7 limited incomes in nonmetro areas of the state to start and sustain
8 small businesses and embrace the effects of globalization.
9 (60) $240,000 of the general fund—state appropriation for fiscal
10 year 2019 is provided solely for the implementation of Substitute
11 House Bill No. 2367 (child care collaboration task force). If the
12 bill is not enacted by June 30, 2018, the amount provided in this
13 subsection shall lapse.
14 (61) $174,000 of the general fund—state appropriation for fiscal
15 year 2019 is provided solely for the implementation of Third
16 Substitute House Bill No. 2382 (surplus public property). If the bill
17 is not enacted by June 30, 2018, the amount provided in this
18 subsection shall lapse.
19 (62) $31,000 of the general fund—state appropriation for fiscal
20 year 2019 is provided solely for the implementation of Substitute
21 House Bill No. 2667 (essential needs/ABD programs). If the bill is
22 not enacted by June 30, 2018, the amount provided in this subsection
23 shall lapse.
24 (63) (a) $300,000 of the general fund—state appropriation for
25 fiscal year 2019 and $300,000 of the general fund—local appropriation
26 are provided solely for the department to contract with a consultant
27 to study the current and ongoing impacts of the SeaTac international
28 airport. The general fund—state funding provided in this subsection
29 serves as a state match and may not be spent unless $300,000 of local
30 matching funds is transferred to the department. The department must
31 seek feedback on project scoping and consultant selection from the
32 cities listed in (b) of this subsection.
33 (b) The study must include, but not be limited to:
34 (i) The impacts that the current and ongoing airport operations
35 have on quality of life associated with air traffic noise, public
1 36 health, traffic, congestion, and parking in residential areas,
37 pedestrian access to and around the airport, public safety and crime
38 within the cities, effects on residential and nonresidential property
39 values, and economic development opportunities, in the cities of
p. 44
i
ESSB 6032.PL 81
1 SeaTac, Burien, Des Moines, Tukwila, Federal Way, Normandy Park, and
2 other impacted neighborhoods; and
3 (ii) Options and recommendations for mitigating any negative
4 impacts identified through the analysis.
5 (c) The department must collect data and relevant information
6 from various sources including the port of Seattle, listed cities and
7 communities, and other studies.
8 (d) The study must be delivered to the legislature by December 1,
9 2019.
`10 (64)(a) $125,000 of the general fund—state appropriation for
'11 fiscal year 2019 is provided solely for the department of commerce to
12 provide a grant to a nonprofit organization to assist fathers
13 transitioning from incarceration to family reunification. The grant
14 recipient must have experience contracting with:
15 (i) The department of corrections to support offender betterment
16 projects; and
17 (ii) The department of social and health services to provide
18 access and visitation services.
19 (b) The grant recipient must provide data on program outcomes to
20 the Washington statewide reentry council. This data must be included
21 in the Washington statewide reentry council's report of activities
22 and recommendations to the governor and appropriate committees of the
23 legislature as required by RCW 43.380.050.
24 (65) $1,000,000 of the general fund—state appropriation for
25 fiscal year 2019 is provided solely for the department of contract
26 with organizations and attorneys to provide legal representation
27 and/or referral services for legal representation to indigent persons
28 who are in need of legal services for matters related to their
29 immigration status. Persons eligible for assistance under this
30 contract must be determined to be indigent under standards developed
31 under chapter 10.101 RCW.
32 (66) $150,000 of the general fund—state appropriation for fiscal
33 year 2019 is provided solely for a small business innovation exchange
34 project to increase economic development opportunities for women,
35 minority, and veteran owned small businesses in the south King county
36 region.
37 (67) $100,000 of the general fund—state appropriation for fiscal
38 year 2019 is provided solely for a grant to the city of Federal Way
39 for an emergency shelter to serve homeless families with children.
p. 45 ESSB 6032.PL
82
a Oingtou Mate ' .ei i tature
March 21, 2018
Brian Bonlender, Director
Department of Commerce
1011 Plum Street SE
P.O. Box 42525
Olympia, WA 98504-2525
RE: Study on the current and ongoing impacts of the Seattle -Tacoma International Airport in ESSB
6032 - Section 127 (63)
Dear Director Bonlender:
Late in the legislative session, we received refined language related to the airport impact study
referenced in Section 127(63) of Engrossed Substitute Senate Bill (ESSB) 6032. Unfortunately, there
was not time to include the updated language. We respectfully ask the Department of Commerce to
implement the provisions of Section 127(63) of ESSB 6032 using the following language:
(63) (a) $300,000 of the general fund—state appropriation for fiscal year 2019 and $300,000
of the general fund—local appropriation are provided solely for the department to contract
with a consultant to study the current and ongoing impacts of the Seattle -Tacoma
international airport. The general fund—state funding provided in this subsection serves as a
state match and may not be spent unless $300,000 of local matching funds is transferred to
the department.
(b) The final study scope shall be developed by the department, in consultation with
organizations or entities including members of the legislature, the port of Seattle, and the
cities listed in subsection (c)(i).
(c) The study scope must include, but not be limited to:
(i) The impacts that the current and ongoing airport operations have air traffic
noise, public health, traffic, congestion, and parking in residential areas, effects
on residential and nonresidential property values, and economic development
opportunities, in the cities of SeaTac, Burien, Des Moines, Tukwila, Federal Way,
Normandy Park;
(ii) The benefits to the same cities referenced in (c)(i) derived due to proximity to the
airport, including wages and taxes from airport -related operations, property tax
derived from commercial development directly tied to airport -related operations,
and improved access to transit resulting from proximity to the airport; and
83
(iii) Options and recommendations for mitigating any negative impacts, or bolstering
potential benefits identified through the analysis, including what role the state
plays in addressing impacts and benefits.
(d) The department must collect data and relevant information from various sources
including the port of Seattle, listed cities and communities, regional planning agencies, and
other studies.
(e) The study must be delivered to the legislature by December 1, 2019.
Additionally, it is our intent that the $300,000 of local matching funds need not be received prior to
beginning the contracting process for the study and instead may be received, and deposited as local
revenue, as costs to the Department are incurred.
We intend to amend the 2017-19 Operating Budget next session to incorporate the updated
language, but do not wish to delay the study and we encourage the Department to implement the
study with the adjustments noted in this letter.
If you have further questions, please let us know, or contact our operating budget staff.
Sincerely,
.—‘442.4111
epresentativeTimm Ormsby Senator Christine Rolf
House Appropriations Com tee Senate Ways and Means Committee
cc: David Schumacher, Office of Financial Management Director
Jim Crawford, Office of Financial Management Assistant Director
Matt Bridges, Senate Democratic Caucus Senior Fiscal Analyst
K.D. Chapman, House Democratic Caucus Deputy Policy Director
Gwen Stamey, Office of Financial Management Budget Assistant
Claire Goodwin, Senate Ways and Means Fiscal Analyst
Meghan Morris, House Appropriations Committee
84
CITY OF SEATAC 2017-2018 BIENNIAL BUDGET
Council Approved Decision Cards
27
85
2017-2018 Expenses
Dept/Fund
Description
Total
One -Time ; Ongoing
GENERAL FUND (001)
City
Council
Additional Police Officer
City Services Cost Recovery Study
Fiber Optics System & Capacity Analysis
Human Services Donation Fund
$ 382,759
75,000
50,000
-
-
75,000
50,000
-
382,759
-
-
-
Court
Enhancements/Upgrades to Ocourt
Probation Counselor FTE
50,000
26,900
50,000
1,300
. -
25,600
CMO
Resident Satisfaction Survey
15,000
15,000
i -
Finance/IS/
GIS
Professional Services -GIS
Professional Services -Information Systems
20,000
20,000
-
-
20,000
20,000
City Clerk
Electronic Records Management System Expansion -Phase II
31,760
23,800
; 7,960
Fire
Corrections to Local Addressing Issues
Emergency Preparedness Mapping LTE
64,097
224,442
64,097
224,442
. -
-
Parks
OId Fire Station #45 Cleanout
Restore Funding for Contracted Janitorial Services
Seasonal Park Maintenance Workers
Special Events on Sound Transit Plaza
50,000
100,000
215,672
30,000
50,000
-
63,908
-
-
100,000
151,764
30,000
CED
Professional Services - Structural Plan Reviewer
Increase 0.75 FTE Senior Planner to 1.0 FTE Senior Planner
170,000
86,422
-
-
170,000
86,422
General Fund Decision Cards
$ 1,612,052
$ 617,547
$ 994,505
2017-2018 Expenses
Dept/Fund
Description
Total
One -Time
; Ongoing
Street (102)
ADA Transition Plan Survey/Study
City -Wide Parking Program
On -Call Surveying Services
On -Call Traffic Engineering/Modeling Support
100,000
575,000
60,000
100,000
100,000
575,000
-
-
-
-
60,000
100,000
h Street Decision Cards
$ 835,000
$ 675,000
$ 160,000
°1 • irport Impact Analysis Project
POS ILA' Master Pian for Tub Lake
(105) Highline Botanical Garden Master Plan
Outside Legal - Airport Related
250,000
25,000
25,000
100,000
250,000
25,000
25,000
-
$ . -
l
-
100,000
POS ILA Decision Cards
$ 400,000
$ 300,000
$ 100,000
Military Veterans' Memorial Structure
SeaTV Equipment
Municipal eTRAKiT Citizen Portal
CIP (301) iTRAKiT Inspection Module
Microsoft Office Upgrade
HVAC Controls
75,000
12,000
55,000
35,000
41,400
45,000
75,000
12,000
50,000
30,000
41,400
45,000
-
$ -
5,000
5,000
-
-
Municipal Capital Improvements Decision Cards
$ 263,400
$ 253,400
$ 10,000
Legal Costs Associated with ILA
SWM (403) LID Code Integration Review
Spot Drainage Repairs
SWM Personnel
50,000
35,000
400,000
280,094
50,000
35,000
-
-
-
-
400,000
280,094
SWM Decision Cards
$ 765,094
$ 85,000
$ 680,094
85