Loading...
HomeMy WebLinkAboutTIC 2019-02-20 COMPLETE AGENDA PACKETCity of Tukwila Transportation and Infrastructure Committee ❖ Zak Idan, Chair ❖ Kate Kruller ❖ Thomas McLeod AGENDA WEDNESDAY, FEBRUARY 20, 2019 Distribution: Z. Idan K. Kruller T. McLeod K. Hougardy D. Robertson Mayor Ekberg D. Cline R. Bianchi L. Humphrey H. Hash H. Ponnekanti G. Labanara B. Still 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, Z. Idan 5:30 PM HAZELNUT CONFERENCE ROOM (EAST ENTRANCE OF CITY HALL) CO nded Action PRESENTATIONS 2. CONSENT AGENDA a) 2018 Overlay and Repair Program Project Completion and Acceptance b) 42nd Ave S/Allentown Bridge Replacement BRAC Grant Application 3. BUSINESS AGENDA c) 2019 Small Drainage Program Proposed Project List d) 2019 - 2020 King County Solid Waste Recycling Grant Acceptance 4. SCATBd/RTC 5. MISCELLANEOUS e) Project Updates: • TIB Crosswalks at S 140th St • Upcoming Waste Management Contract Renewal 5. ANNOUNCEMENTS a a) Forward to 3/4/19 Regular Consent Agenda b) Committee Authorization c) Discussion Only d) Forward to 3/4/19 Regular Consent Agenda e) Discussion Only Future Agendas: Pg. 1 Pg. 5 Pg. 11 Pg. 19 Next Scheduled Meeting: Tuesday, March 5, 2019 SThe City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206-433-0179 for assistance. Allan Ekberg, Mayor Public Works 0epa, tment - Henry Hash, Director INFOR ATIO AL E ORANDU TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director BY: Scott Bates, Traffic Engineering Coordinator CC: Mayor Ekberg DATE: February 15, 2019 SUBJECT: 2018 Overlay and Repair Program Project No. 91810401, Contract No. 18-071 Project Completion and Acceptance ISSUE Accept contract as complete and authorize release of performance bond. BACKGROUND The Notice to Proceed for Contract No. 18-071 with ICON Materials, Inc. of Pacific, Washington was issued on May 18, 2018 for the 2018 Overlay and Repair Project. This overlay project provided hot mix asphalt (HMA) paving at three locations throughout the City and a portion of the parking lot at Fort Dent Park. The street improvements included: pavement grinding; asphalt paving; removing and replacing concrete curbs, gutters, sidewalks and ADA ramps; adjusting surface utilities to grade; and installing roadway channelization. ANALYSIS Construction was physically completed on July 20, 2018. No change orders were executed. The performance bond is held by the City. The budget for the 2018 Overlay & Repair construction was $1,003,742.78 and included a 5% contingency, which was not utilized. Under -runs were primarily due to fewer quantities needed during the unsuitable roadway excavation, haul and repair phase of the project. Construction ContractAmount Under -runs Total Amount Paid $ 955,945.50 (59,112.09) $ 896,833.41 RECOMMENDATION Council is being asked to formally accept and authorize the release of the performance bond, subject to standard claim and lien release procedures, for the 2018 Overlay and Repair Project with ICON Materials, in the final amount of $896,833.41 and consider this item on the Consent Agenda at the March 4, 2019 Regular Meeting. ATTACHMENT Notice of Completion Contract No. 18-071 1A1:11.VV Eng1PROJECTS1A- RW & RS Projects1Annual Overlay & Repair Programs12018 Overlay & Repair Program (91810401)1Constructon1ContractorIClose Out to TIC\ nto memo 2018 Overlay Closeout 120718 gl.docs 1 Date: lief Original [I] Revised # NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT 10-9-2018 Contractor's UBI Number: 601 006 854 Name & Mailing Address of Public Agency City of Tukwila 6200 Southcenter Blvd Tukwila, WA 98188 UBI Number: 91-6001519 Notice is hereby given relativ Project Name 2018 Annual Overlay Program 91810401 Department Use 0 y Assigned to: Date Assigned: o the completion of contract or project described below 18-071 Contract Number Job Order Contracting 11 Yes No Description of Work Done/Include Jobsite Address(es) Hot Mix Asphalt (HMA) Overlay at the following locations: Southcenter Blvd, 58th Ave S, S.133rd St and Ft dent park. Federally funded transportation project? Contractor's Name ICON Materials El Yes g No (if yes, provide Contract Bond Statement below) E-mail Address mark.eichelberger©iconmated Affidavit ID* 833761 Contractor Address 1508 Valentine Ave SE Pacific, WA 98047 Te ephone 206-575-3200 If Retainage is not withheld, please select one of the following and List Surety's Name & Bond Number. Retainage Bond LI Contract/Payment bond (valid for federally funded transportation projects) Name: Fidelity and deposit Company of Maryland Date Contract Awarded 5-11-2018 Date Work Commenced 5-18-2018 Bond Number: 9283910 Date Work Completed 7-20-2018 Date Work Accepted Were Subcontracters used on this project? If so, please complete Addendum A. YfYes LI No Affidavit ID* - No L&l release will be granted until al] affidavits are listed. Contract Amount Additions ( + ) Reductions ( - ) Sub -Total Sales Tax Rate n/a rule 171 % (If various rates apply, please send a breakdown) Sales Tax Amount Comments: $ 955,945.50 $ 59,112.09 $ 896,833.41 TOTAL $ 896.833.41 Liquidated Damages $ 0.00 Amount Disbursed $ 896,833.41 Amount Retained $ 0.00 NOTE: These two totals must be equal TOTAL $ 896,833.41 Note: The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract. NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates. Submitting Form: Please submit the completed form by email to all three agencies below. Contact Name: Diane Jaber Email Address: Diane.jaber@tukwilawa.gov Department of Revenue Public Works Section (360) 704-5650 PWC@dor.wa.gov Washinfiton St4te Ocrortyrent nf Labor & Industries Contract Release (855) 545-8163, option # 4 ContractRelease@LNIMA.GOV Title: Fiscal Specialist Phone Number: 206.433-1871 Employment Security Department Registration, Inquiry, Standards & Coordination Unit (360) 902-9450 pubtcworks@esd.wa.gov REV 31 0020e (10/26/15) F215-038-000 10-2014 2 Addendum A: Please List all Subcontractors and Sub -tiers Below This addendum can be submitted in other formats. Provide known affidavits at this time. No L&I release will be Eranted until all affidavits are ' d. Subcontractor's Name: UBI Number: (Required) Affidavit ID* Able Industries 603542604 832343 Northwest traffic 602140049 815657 Cascade 603407046 82 822 Bilbrey Construction 603002155 818138 O'Bunco 602045762 821890 SeaTac sweeping 601735583 819687 Northwest concrete cutting 603572428 G&G Electrical 601381635 823096 Ground up Road Construction 602790246 830219 Acme Construction 602170211 830917 0-Co Concrete 603560682 818171 Construction Testing Laboratories 601580376 For tax assistance or to request this document in an alternate format, please call 1-800-647-7706. Teletype (TTY) users may use the Washington Relay Service by calling 711. REV 31 0020e Addendum (10/26/15) F215-038-000 10-2014 3 4 Public Works Department - Henry Hash, Director INFO ATIONAL E ORANDU Allan Ekberg, Mayor TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director /2/7/. BY: Steve Carstens, Senior Program Manager CC: Mayor Allan Ekberg DATE: February 15, 2019 SUBJECT: 42nd Ave S/Allentown Bridge Replacement Project No. 91810404 Bridge Replacement Advisory Committee (BRAC) Grant Applications ISSUE Authorize the submittal of a grant application for funding from the Federal Highway Bridge Grant Program to replace the 42nd Ave S Bridge over the Duwamish River, next to the Tukwila Community Center, BACKGROUND The Washington State Department of Transportation has issued a Call for Projects to compete for approximately $75 million of BRAC funding. Tukwila currently has only one bridge which qualifies for funding during this call. The 42nd Ave S/Allentown Bridge is structurally deficient and is eligible for replacement. This project is currently programmed in the City's 6-year Transportation Improvement Program (TIP) and the 2019 Capital Improvement Program (CIP). DISCUSSION/FISCAL IMPACT Grant applications are due by April 26, 2019 with results in December 2019. A preliminary cost estimate of approximately $15 to $20 million has been prepared for the 42nd Ave S/Allentown Bridge. The Call for Projects indicates that 20% in matching design and construction funds should be assumed for this project and would require $3 to $4 million in local City matching funds. The BRAC grant application assumes the construction start date would be anticipated to begin in 2023. RECOMMENDATION Transportation and Infrastructure Committee authorize the submittal of a BRAC grant application for the 42nd Ave S/Allentown Bridge Replacement Project. ATTACHMENTS BRAC call for projects 2019 CIP, page 15 42nd Ave S Bridge Structural Assessment - Executive Summary W:1PW Eng1PROJECTSW RW 8, 85 Projects142nd Ave 5 Bridge Replacement (91516104)1Grants1BRAC 2019120190115 Info Memo grant rgst docx 5 CaII for projects - Federal Highways Bridge Program CaII for projects - OPEN closes Friday, April 26, 2019 WSDOT is anticipating the availability of approximately $75 million of Federal Local Bridge program funds for local agency bridge projects. The purpose of the Federal Local Bridge program is to improve the condition of bridges through replacement, rehabilitation, and preventative maintenance. In addition, by incentivizing agencies to use asset management strategies that provide cost-effective solutions to maximize the life expectancy of the structure. Eligibility Criteria All local agency bridge owners who currently have a structure greater than 20 feet in length that meets the following criteria are eligible to apply for funding. Replacement projects involve the total replacement of an existing structure with a new facility constructed in the same general traffic corridor. Rehabilitation projects involve major work required to restore the structural integrity and/or to correct major safety defects of a structure. This category of projects is focused on local agency bridges that are classified as structurally deficient. Proposals are encouraged to incorporate and/or demonstrate the utilization of practical solutions throughout the life of the structure. This includes identifying the asset management strategies utilized to maximize the life expectancy of the structure. Specific criteria for eligibility and funding are as follows: • Projects to receive a maximum award amount of $12 million per structure. • Only structurally deficient bridges with a sufficiency rating of less than 40 are eligible to apply for replacement funding. • Only structurally deficient bridges with a sufficiency rating of less than 80 are eligible to apply for rehabilitation funding. • Projects will require a 20% local match for the preliminary engineering/design and right of way phases. Projects that authorize construction by December 2023 are eligible for 13.5% local match. If construction is authorized after December 2023, 20% local match is required. • Structures that are considered functionally obsolete will not be considered for funding in these categories. Preventative maintenance projects involve extending the service life of an existing structure. The primary activities for this category include: steel bridge painting, scour mitigation, seismic retrofit, and deck resurfacing/repair. This includes identifying the asset management strategies utilized to maximize the life expectancy of the structure. A maximum award amount of $3 million per structure is available. Specific criteria for eligibility and funding are as follows: • Steel bridge painting for structures that have greater than 2% of total paint area in Condition State 4. • Scour mitigation for structures that are calculated or assessed as scour critical. • Seismic retrofit on structures located in higher risk seismic zones. • Deck resurfacing/repair on structures that have a total area of 2% or greater of patches and spalls in the deck surface (Condition State 2 plus Condition State 3). • Projects will require a 13.5% local match during the preliminary engineering/design and right of way phases. Projects that authorize construction by December 2023 are eligible for 100% federal funding for eligible costs. If construction is authorized after December 2023, 13.5% local match is required. Local agency bridge owners will also be allowed to bundle several structures into one project application to perform specific preventative maintenance activities. Specific criteria for eligibility and funding are as follows: • Deck sealing and thin overlays for concrete decks with full depth cracking. • Deck repair for timber decks or slabs for elements in Condition State 3 and 4. • Expansion joint replacement for elements that are in Condition State 3. • Concrete superstructure/substructure spall repair and patching for concrete elements that are in Condition State 3. • Timber substructure repair for timber elements that are in Condition State 3 and 4. • Bundled project applications will have a maximum award amount of $3 million per application. • Local agencies are encouraged to partner with adjacent counties or cities. • Match requirements are the same as those for preventative maintenance as stated above. Selection Process Proposals will be reviewed to ensure that they are complete and eligible for funding based on the following: • Field review assessments with Local Agency Bridge Engineer will consider the following: Replacement/Rehabilitation ■ Proposed structure type • Route importance (NHS, functional class, detour) ■ Planning level construction cost estimate Steel bridge painting • Existing structure type 6 • Route importance (NHS, functional class, detour) • Paint history ■ Maintenance (cleaning) history • Scour mitigation ■ Scour analysis on file • Scour history (inspection reports, soundings, countermeasures) • Route importance (NHS, functional class, detour) • Existing substructure design details • Seismic retrofit ■ Seismic analysis for the recommended retrofit • Route importance (functional class, NHS, detour) • Existing substructure design details Deck resurfacing/repair ■ Review of deck condition history (Deck Overall code in the last 10 years) • Route importance (NHS, functional class, detour) • Scope of work: concrete repair with new overlay or full deck replacement • Local agency bridge program compliance • Routine, Fracture Critical, Underwater and Special inspections performed on time • Timely release of inspections into the National Bridge Inventory • Completed and updated load ratings • Load postings • FHWA compliance visit findings • Structures on NHS routes and compliance with MAP-21 • Performance and delivery status of current bridge projects • Projects not yet started from previous call for projects • Delivery of projects according to project timelines A proposed list of projects will be presented to the bridge advisory group to evaluate and make recommendations. A prioritized list of projects will be submitted to the WSDOT Local Programs Director by August 2019, who will make final decisions on projects awards. Announcements are expected by October 2019. Program requirements Applicants are required to report quarterly on the status and expenditure plan of each project. Submittal Process Submittals must be sent by e-mail (paper and CD submittals will not be accepted). Project proposals must be received by midnight April 26, 2019. Project Applications 1. Project applications and supplemental documentation shall be submitted by email to hlpgrants@wsdot.wa.gov. 2. Electronic copies of the following are to be included in the submittal: a. Latest inventory and inspection reports for structures considered for all project applications. b. Latest or newly updated load ratings for replacement or rehabilitation project applications only. c. Electronic photos (640 x 480 pixels minimum .jpg) for all project applications. d. Current bridge scour evaluation and any preliminary hydraulic analysis and supporting documentation for scour mitigation project applications. e. Preliminary seismic evaluation and supporting documentation for seismic retrofit project applications. Program Contacts Region Local Program Engineers or John Ho at 360-705-7383 or Roman Peralta at 360-705-7870. Powered by Dru alai Copyright WSDOT © 2019 7 CITY OF T0NWILA CAPITAL PROJECT SUMMARY 2019 to 2024 PROJECT: 42md Ave SBridge Replacement Project No. S1n1u4U4 D�gna�c�u��a�p�n�en�mcmmhx�eo�d�4�dA�GB�g near the DE��pOPO�N' ' Tukwila Community Center. The current bridge has oouffidenoyrating nf7.G(out uf100).iaload veohi�edfor /�\8MTDType 3tmnxs �U$T|Fi�AT|�N� and isstructurally deficient. Truck speed was reduced Vo15mph in2O18. New pn�ectfor 2O19'2024C|P.|n2017.BhdgoReplacement Adviso�Comnni�eo(BRAC)funding was STATUS: submitted, but not awarded. If there is a BRAC funding round in 2019, staff will apply for those grant funds. M4|mT.|K8R«CT: New bridge. BFACfunding would beat80'& match for upto$12.5 million. Project partners may include BNSF COMMENT: Railroad as they have over 1,800 trips a day on the 42nd Ave S Bridge and it is the only ingress/egress available for their intermodal yard. FINANCIAL (in$o0V's) EXPENSES Through Estimated Design Land(R/W) VVedandx8itigadun8Nonitnhng Cons1MQmt. Construction TOTAL EXPENSES � V - � FUND SOURCES Awarded Grant Proposed Grant FundBo|unm+8ond Mitigation ChyOp*r. Revenue TOTAL SOURCES u O u n O u Project Location o O 0 1,600 1,280 320 1,600 1,000 250 800 450 D 1,250 250 %50 750 750 5,500 ,� 5,400 � 5,000 4,920 O U o O u " uV/o'xocvCapital Improvement Program 15 8 ,tWAIO **; The City of Tukwila Public Works August 2017 42nd Avenue South Bridge Structural Assessm TRANTECH Engineering LLC 12011 NE 1st Street, Suite 305 Bellevue, WA 98005 (425) 453-5545 9 Executive Summary The 42nd Avenue South Bridge is a 3-span 280-foot-long bridge built in 1949. The bridge is composed of a 220-foot-long fracture critical steel thru-truss main span with 30-foot- long concrete T-beam approach spans at each end. The existing bridge is both Structurally Deficient and Functionally Obsolete. A three-tier structure assessment has revealed that there are critical structural elements within the 42°d Ave bridge structure that have deteriorated into poor conditions. The examples of these are the short plinth columns at the bridge approaches, truss gusset plates, and main span deck structure. The bridge is currently nearing the end of its service life and requires strengthening, repainting, deck work, a seismic retrofit, and scour protection, if it were to remain in service. The cost of this work would be prohibitively expensive and would exceed the cost of a new bridge. The proposed new structure will have the added advantages of being a redundant concrete bridge with very low life cycle maintenance costs to the Bridge Program or to the City of Tukwila. A cost estimate for the proposed replacement bridge is presented in Appendix C. Furthermore, it is recommended that until the bridge can be replaced, the interim inspection. frequency remains at a six-month interval with special attention being paid to the critical structural elements identified in the structural analysis presented here. A monitoring plan has been developed and will be implemented by the City of Tukwila until bridge funding can be secured and the bridge can be replaced. 10 Allan Ekberg, Mayor Public Works Departinent - Henry Hash, Director INFOR ATIONAL E ORA DU TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director //he' BY: Ryan Larson, Senior Program Manager CC: Mayor Ekberg DATE: February 15, 2019 SUBJECT: Surface Water Fund - 2019 Annual SmallDrainage Program Project No. 91941201 Proposed Project List ISSUE Review the proposed 2019 Small Drainage Project list prior to consultant selection for design. BACKGROUND The Small Drainage Program constructs drainage projects throughout the City which are too large for City staff to complete but are smaller than a typical capital improvement project. The projects originate from citizen complaints and maintenance staff recommendations and are compiled on the Small Drainage Project List. Each year the projects are prioritized based on need, expense, permitting requirements, and length of time on the list. The highest priority projects are then designed and constructed to match the available budget. DISCUSSION Staff has reviewed and updated the Small Drainage Program list for 2019. It is recommended that projects with a Priority Ranking of 1 or 2 be constructed in 2019. The three projects ranked as Priority 1 are primarily worker safety repairs to drainage inlet structures that become plugged in high flow events and require work crews to clear them. The cast -in -place pipe (CIPP) projects listed as Priority 2 should be all constructed under the same construction contract since they involve specialty pipe lining work and high mobilization costs, so it is more cost effective to combine these projects under one contract. If design or permitting issues prevent construction of any of the projects in 2019, staff will look to a lower priority project that can be designed and constructed so that the available budget can be used to solve existing drainage needs. FISCAL IMPACT The 2019 Small Drainage Program has $80,000 available for design, $80,000 for construction engineering, and $600,000 for construction. The intent of future design and construction contracts will be to design and construct the selected projects within this budget. RECOMMENDATION Information and discussion item only. ATTACHMENTS 2019 CIP, page 88 2019 Small Drainage Project List VV:IPW Eng PROJECTSlA- DR ProjectsIAnnual Small Drainage Programst2019 SUP 9 201)IDesignlInfo Memo Bid SDP - Project List docx 11 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2019 to 2024 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 2017 2018 2019 2020 2021 2022 2023 2024 BEYOND TOTAL EXPENSES Design 50 80 80 80 80 80 80 80 80 690 Streamgages/Monitor 31 35 35 35 36 36 36 36 40 320 Const, Mgmt, 90 45 80 80 80 80 80 80 80 695 Construction 448 600 515 515 514 513 514 514 513 4,646 TOTAL EXPENSES 619 760 710 710 710 709 710 710 713 6,351 FUND SOURCES Awarded Grant 0 Proposed Grant 65 65 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 619 695 710 710 710 709 710 710 713 6,286 TOTAL SOURCES 619 760 710 710 710 709 710 710 713 6,351 Project Location: Entire $ystem G S 2019 - 2024 Capital Improvement Program 88 12 Staff Recommendation Only - Subject to Change February 5, 2019 Priority Ranking 2019 S Gilliam Creek & S. 15 t— Replace and improve drainage structure DR05540, "the cone". This is the structure at the inlet to the culvert that carries Gilliam Creek under Southcenter Blvd. 14811 42' Ave South — Inlet to pipe on this property frequently plugs up with debris, then overflows onto 42' Ave South, creating localized flooding. OJECT ST Rebuild needs to have something similar to the rack on the Gilliam Creek inlet that goes to the river and also improve access to this structure so the crew can maintain it. There might have been some design work started already. Install a type 2 CB on storm pipe DR13258 (the inlet pipe for the flow running across this property) with a beehive rack on top and trash rack on the inlet pipe to the new structure. Construction Eng/Cont 25% Total $100,000 25,000 25,000 Construction $50,000 Eng/Cont 25% 12,500 Total $ 62,500 Stairs at the Gilliam Creek Control Structure — Install new stairs for access to the debris grate. Possibly designed in 2016 but the Crystal Springs project prevented it from being done. Construction $75,000 Eng/Cont 15% 11,250 Total $86,250 Rip rap has been washed out from the end of outfalls at flapgates #27, #28 and #29 in Gateway Park. Add root wads Replace rip rap, add root wads, HPA needed. Construction $50,000 Eng/Cont 25% 12,500 Total $ 62,500 57th Ave South off Interurban Ave behind the Golden Nugget. Bring Type II manhole up to grade by removing 8 feet of 24" riser rings. Add 48"riser sections and new manhole ring & cover. Construction $ 15,000 Eng/Cont 25% 3,125 Total $ 18,125 4 (Hold, See note) Christensen Road at Kinko's — Need to connect storm systems on Christensen to solve pump problem during high river events. Need to check invert elevations Install 12" pipe between catch basins behind building. Note: This site is currently in for a development permit. Engineer has been told about issue and is proposing a pipcd system that drains both to Christensen Rd and to APE. High flows will be able to flow from Christensen to APE if needed if system i built. Construction Eng/Cont 15% Total Priori y Ranking ProblemState ent Project Description Cost 3 56th Ave at one-way street, bubbling problems at the catch basin. Replace 150 feet of 12" storm pipe and (2) Type II manholes. Construction $ 35,000 Eng/Cont 25%0 8,750 Total $ 46,250 3 Resident at 10349 Beacon Ave S. has roadway runoff entering her property causing damage to her septic system. Surveyed in 2008. There are three possible solutions to resolve this issue; 1) obtain easements from private property owners to construct new drainage system to the west, 2) construct a deep storm line to Ryan Way, 3) install several infiltration structures along the flow path. The preferred method will need to be determined during design. Construction $ 80,000 Eng/Cont 25% 20,000 Total $ 100,000 3 Allentown — 48th, 49th, S. 124th — These streets have no formal drainage and have always had problems with runoff into yards and homes from right-of-way. Install new drainage systems in street one street at a time. Construction $ 175,000 Eng/Cont 25% 43,750 Total (Each) $ 218,750 3 Trail #14 at S. 168th & 53`d— Install storm system under sidewalk to get rid of deep ditch to residence there. From dead end of S. 168th to storm line on 53`d. install (2) Type 1 catch basins and 400 feet of 12' pipe. Remove deep ditch on north side of home's property. Construction $ 100,000 Eng/Cont 25% 25,000 Total $ 125,000 3 S. 124th from 43`d to corner of 42"d, north side of street. Construct 275' of 12" pipe and approximately 5 Type 1 catch basins. Construction $ 80,000 Eng/Cont 25% 25,000 Total $ 105,000 3 On 34th & Military Road — Root plugged, old culvert the pipe. Replace 18" pipe from Military Road (through old gas station) to 34th, then to corner of S. 144th Street (Approximately 485 ft and 5 Type II manholes) Construction $ 125,000 Eng/Cont 25% 31,250 Total $ 152,525 3 Old broken pipe from ditch on 45th Ave. S. to S. 137th — Mismatched pipes, junk system. Replace approximately 450 feet of 12" pipe and add (8) catch basins on east side of 45th. Construction $ 130,000 Eng/Cont 25% 32,500 Total $ 162,500 Priority Ranking ProbleState e rt Project Description Cost 3 At the NE corner of 33rd Ave S. and S. 132'd, 3306 Replace/re-route system, HPA needed. Approximately Construction $ 40,000 S. 132nd manufactured home has 12" CMP/concrete culvert tile pipe running through yard to manhole under deck and then out to pond in neighbor's yard then to 34th, live stream 125' of 12" pipe and two type I CBs needed. Eng/Cont 35% 12,687 Total $52 687 3 38th Ave & S. 130`hto dead end —Needs new drainage Install new 12" storm system with catch basins and Construction $137,500 system. Old mismatched pipe, deep ditches, steep driveways. Water running into home on lower side of thickened edges to get water to new catch basins. Approximately 470 ft. of 12" pipe and 8 Type I CBs Eng/Cont 25% 34,375 road, needed. Total $175,875 4 S. 150th creek outfall to catch basin on S. 150'h (off Install new cone grate and Type II manhole. Construction $ 25,000 Macadam Road). Undersized inlet "debris plugs", south of Baptist church. Eng/Cont 15% 3.750 Total $ 28,750 *Design completed in 2016 4 56th Ave S & S. 141" to S. 139th problem area — Problem Install approx. 600 feet of 12" storm main and (4-6) Construction $165,000 ditch. Long berms need new drainage system to prevent homes from being flooded. catch basins from S. 141't to S. 139`h. Fill ditch, both sides of 56th Ave South. Eng/Cont 25% 41,250 Total $206,250 4 S. 133`d & S. 134`' — Clean rocks and other debris out of Debris plugs low flow pipe, hard to keep clean. NPDES Construction 30" CMP pipe on west branch of Southgate Creek. issue and private property issue. Eng/Cont 25% Total 4 West Valley Hwy at the CAT Rental Store — Railroad Replace 650 feet of 12" pipe and install (5) Type 1 catch Construction $175,000 tracks to the ditch. basins. Crossing OK, need R-O-W survey. Eng/Cont 25% 43.750 Total $218,750 4 S. 143rd & Interurban Ave South — Problem ditch from Install approx. 500 feet of 36" storm main, (1) manhole Construction $125,000 pipe on S 143`d to flapgate manhole on river. Almost impossible to clean and is a maintenance headache. point to point and till ditch to river. Eng/Cont 25% 31,250 Total $56,250 priority Ranking Problem Statement Project Description Cost 4 On S. 133' from Macadam Bridge to Weir Box on S. 134'4—Need to pipe problem ditch. Problem with trees, loose leaves, plugged ditch and storm structure, flooding over roadway and surrounding area. Install 600 feet of 24" pipe and (3) Type II manholes. Construction $150,000 Eng/Cont 25% 37.500 Total $187,500 4 On 37' Ave South from S. 126' to S. 128th, then down S. 126" to creek — Old mismatched pipe is broken, junk system etc. Replace 750 feet of 12" pipe and install (12) catch basins. Construction $200,000 Eng/Cont 25% 50,000 Total $250,000 4 On S. 130' at East Marginal Way on west side — Old mismatched pipe is broken, junk system etc. From East Marginal Way to 34" — Both sides of road, new system. Replace pipe from ditch on north side crossing with 950 feet of 12" pipe and (15) catch basins, including angle across street. Construction $250,000 Eng/Cont 25% 59,375 Total $309,375 5 Off S.. 135' between 37" and 35th — Local crawl space flooding due to no drainage in private alley. Install drainage and hook up homes. Work on Private Alleyway, need petition from property owners for project to proceed. Construction Eng/Cont 15% Total 4 Large Contech pot style vault at Gilliam Creek crossing on S. 154th — vault needs better access for pot cleaning and replacement. Pull lid from vault and add 2-3 feet riser section asphalt area. Add fences and gates for vehicle access for cleaning. Construction $ 25,000 Eng/Cont 25% 6,250 Total $31,250 4 Dead end of S. 109" and 50th — Gravel driveway, home below this issue could be a problem with any directing water over bank. Water runs off S. 109th to 501h, gravel driveway, washing ruts and flooding home. No easy fix — asphalt, pipe, catch basin, berm to bank?? Construction Eng/Cont 20% Total CIPP INING P' 1JECTS Priority Ranking Profile State en t Project Description Cost 2 Southcenter Blvd @ 61' Ave South — Storm main needs to be lined between DR04298 and DR04276 to prevent root intrusion, Approximately 110' of 18" pipe. There is also a repair that needs to be made 20' from the south end of this pipe where a guardrail post punctured the top of the pipe. Construction $ 30,000 Eng/Cont 25% 7,500 Total $37,500 2 S. 140`' Street @ 38th Ave South — Storm main needs to be lined between DR04742 and DR04743 and DR04744 to prevent root intrusion. Approximately 200' of 12" pipe. Construction $ 50,000 Eng/Cont 25% 12,500 Total $62,500 2 S. 152"d Street @ 42"d Ave South — Storm main needs to be lined between DR02222 and DR02223 and DR01867 Approximately 170' of 12" pipe. Construction $ 42,500 Eng/Cont 25% 10,625 to prevent root intrusion. Total $53,125 2 S. 130th Street @ 33`' Place South — Storm main needs to be lined between DR04373 and DR04372 and DR04371 and DR04370 to prevent root intrusion. Approximately 120' of 12" pipe. Construction $ 30,000 Eng/Cont 25% 7,500 Total $37,500 2 40t'` Ave South @ Southcenter Blvd — Storm main needs to be lined between DR01533 and DR01532 to prevent root intrusion. Approximately 45' of 8" pipe. Construction $ 30,000 Eng/Cont 25% 7.500 Total $37,500 18 Allan Ekberg, Mayor Department of Con munity Development _ Jack Pace, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Jack Pace, Community Development Director BY: Lynn Miranda, Senior Planner CC: Mayor Ekberg DATE: January 22, 2019 SUBJECT: 2019 - 2020 King County Solid Waste Recycling Grant Acceptance ISSUE Council approval is required to authorize the Mayor to sign an Interagency Agreement to receive $67,311 in grant funding that King County Solid Waste Division has awarded to the Tukwila Recycling Program. BACKGROUND Tukwila has received a Waste Reduction/Recycling (WRR) grant from King County Solid Waste to support the Recycling Program's work from January 1, 2019 through December 31, 2020. A signed agreement is required to receive the funds. Tukwila's Recycling Assistance Program operates exclusively through grant funding, without City of Tukwila General Fund or Utility Fund monies used. Tukwila has received the WRR grant for several years through a formula based on its population and employment. The WRR grant provides part of DCD's budget and is regularly included in the City's overall budget. DISCUSSION Waste Reduction/Recycling Grant (W/RR) The attached Waste Reduction/Recycling grant from the King County Solid Waste division totals $67,311 for the 24-month grant period. A portion of the WRR grant funds will be used to provide the required 25% match for the Coordinated Prevention Grant (CPG) grant from the Washington Department of Ecology. WRR grant funds are allocated as follows: • Residential Recycling Collection Events - $7,400 Funds will be used to support events in Spring 2019 and 2020 to collect secondary recyclables (i.e. "hard -to -recycle" goods such as i.e. tires, sinks, furniture, bulky yard debris, etc.) from Tukwila and King County residents. Tukwila City Hall 6200 Southrenter Boulevord » Tukwila,A 8188 206- -1800 Website: Tu vila A. ov 19 The bulk of the grant will assist Tukwila businesses on -site or through other methods as they reduce waste, start, or improve recycling programs, purchase recycled products, and use sustainable business practices. Staff will work focus onsites with property managers and rnu|Up|e tenants, including some multi -family sites. We will also work with City of Tukwila facilities and purchasing. Funding will support consultant assistance, Department of Community Development staff hours, printed materials such a resource guide gent to all businesses with their business license renewal, support materials such as special collection containers and bags. * Residentialxn—/�a�/Barrels �-$24YY The Recycling Program will purchase recycled plastic rain barrelsand/or and worm bins and distribute them hnresidents atreduced cost during the Residential Collection Event. * Residential Program — Tukwila Community Garage Sale -$3,500 The Recycling Program will also conduct the annual Tukwila Community Garage Sale bz encourage reuse and recycling among residents. Fundingwill heused to provide advertising and disseminate information about the event and reuse of goods to the public. FINANCIAL IMPACT None at this time. The WRR Grant does not require matching City funds. RECOMMENDATION Forward this item directly Uzthe Consent Agenda ofthe March 5.2U1 Meeting. This action will authorize the Mayor bosign anInteragency AoreemeOtViththaKiMgCounf»Gn|id Waste Division and accept grant funding for Tukwila's Recycling Assistance Program through December 31.2O2O. Attachment A: * Interagency Agreement for 2O1Qand 2D2Obetween KingCoUntyandtheCitymfTukwi|a 2 DocuSign Envelope ID: OD510CD3-2A8F-436A-AA52-8F12ED721B35 ATTACHMENT A CPA # 6060243 INTERAGENCY AGREEMENT FOR 2019 and 2020 Between KING COUNTY and the CITY OF TUKWILA This two-year Interagency Agreement "Agreement" is executed between King County, a Charter County and political subdivision of the State of Washington, and the City of Tukwila, a municipal corporation of the State of Washington, hereinafter referred to as "County" and "City" respectively. Collectively, the County and City will be referred to as "Party" or "Parties." PREAMBLE King County and the City of Tukwila adopted the 2001 King County Comprehensive Solid Waste Management Plan, which includes waste reduction and recycling goals. In order to help meet these goals, the King County Solid Waste Division has established a waste reduction and recycling grant program for the cities that operate under the King County Comprehensive Solid Waste Management Plan. This program provides funding to further the development and/or enhancement of local waste reduction and recycling projects and for broader resource conservation projects that integrate with waste reduction and recycling programs and services. This grant program does not fund household hazardous waste collection activities. Program eligibility and grant administration terms are discussed in the Grant Guidelines, attached to this Agreement as Exhibit B and incorporated herein by reference. Grant funding for this program is subject to the budget approval process of the King County Council. Grant funding approved by the King County Council is available to all King County cities that operate under the King County Comprehensive Solid Waste Management Plan. The City will spend its grant funds to fulfill the terms and conditions set forth in the scope of work, which is attached hereto as Exhibit A and incorporated herein by reference. The County expects that any information and/or experience gained through the grant program by the City will be shared with the County and other King County cities. I. PURPOSE The purpose of this Agreement is to define the terms and conditions for funding to be provided to the City by the County for waste reduction and recycling programs and/or services as outlined in the scope of work and budget attached as Exhibit A. 21 DocuSign Envelope ID: OD510CD3-2A8F-436A-AA52-8F12ED721B35 II. RESPONSIBILITIES OF THE PARTIES The responsibilities of the Parties to this Agreement shall be as follows: A. The City: 1. Funds provided to the City by the County pursuant to this Agreement shall be used to provide waste reduction and recycling programs and/or services as outlined in Exhibit A. The total amount of funds available from this grant in 2019 and 2020 shall not exceed $67,311. 2. This Agreement provides for distribution of 2019 and 2020 grant funds to the City. However, grant funds are not available until January 1, 2019. 3. During this two-year grant program, the City will submit a minimum of two (2), but no more than eight (8), progress reports to the County in a form approved by the County. Reports must be signed by a City official. These reports will include: a. a description of each activity accomplished pertaining to the scope of work; and b. reimbursement requests with both a Budget Summary Report Form, which is attached hereto as Exhibit D and incorporated herein by reference, and an Expense Summary Form, which is attached hereto as Exhibit E and incorporated herein by reference, unless the City has a spreadsheet similar to the Expense Summary Form already in use, in which case the City is free to use that spreadsheet instead of the Expense Summary Form. The City will submit the form or similar spreadsheet and not submit backup documentation for grant expenses. If backup documentation is submitted, SWD will not retain it. The City shall maintain this documentation in its records. If the City chooses to submit up to the maximum of eight (8) progress reports and requests for reimbursement during the two-year grant program, they shall be due to the County on the last day of the month following the end of each quarter (April 30, July 30, October 31, January 31) except for the final progress report and request for reimbursement, which shall be due by March 31, 2021. If the City chooses to submit the minimum of two progress reports and requests for reimbursement during the two-year grant program, they shall be due to the County by January 31, 2020 and March 31, 2021. Regardless of the number of progress reports the City chooses to submit, in order to secure reimbursement, the City must provide in writing to the County by the 5th working day of January 2020 and January 2021, the dollar amount of outstanding expenditures for which the City has not yet submitted a reimbursement request. 4. The City shall submit a final report to the County which summarizes the work completed under the grant program and evaluates the effectiveness of the projects for which grant funds were utilized, according to the evaluation methods specified in the scope of work. The final report is due within six (6) months of completion of the project(s) outlined in the scope of work, but no later than June 30, 2021. 22 2 DocuSign Envelope ID: OD510CD3-2A8F-436A-AA52-8F12ED721B35 5. If the City accepts funding through this grant program for the provision of waste reduction and recycling programs and projects for other incorporated areas of King County, the City shall explain the relationship with the affected adjacent city or cities that allows for acceptance of this funding and the specifics of the proposed programs and projects within the scope of work document related thereto. 6. The City shall be responsible for following all applicable Federal, state, and local laws, ordinances, rules, and regulations in the performance of work described herein. The City assures that its procedures are consistent with laws relating to public contract bidding procedures, and the County neither incurs nor assumes any responsibility for the City's bid, award, or contracting process. 7. During the performance of this Agreement, neither the City nor any Party subcontracting under the authority of this Agreement shall discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation, age, or presence of any sensory, mental, or physical handicap in the employment or application for employment or in the administration or delivery of or access to services or any other benefits under this Agreement as defined by King County Code, Chapter 12.16. 8. During the perforiTiance of this Agreement, neither the City nor any Party subcontracting under the authority of this Agreement shall engage in unfair employment practices as defined by King County Code, Chapter 12.18. The City shall comply fully with all applicable federal, state, and local laws, ordinances, executive orders and regulations that prohibit such discrimination. These laws include, but are not limited to, RCW Chapter 49.60 and Titles VI and VII of the Civil Rights Act of 1964. 9. The City shall use recycled paper for the production of all printed and photocopied documents related to the fulfillment of this Agreement. The City shall use both sides of paper sheets for copying and printing and shall use recycled/recyclable products wherever practical. 10. The City shall maintain accounts and records, including personnel, financial, and programmatic records, and other such records as may be deemed necessary by the County, to ensure proper accounting for all project funds and compliance with this Agreement. All such records shall sufficiently and properly reflect all direct and indirect costs of any nature expended and service provided in the performance of this Agreement. These records shall be maintained for a period of six (6) years after termination hereof unless permission to destroy them is granted by the Office of the State Archivist in accordance with RCW Chapter 40.14. These accounts shall be subject to inspection, review, or audit by the County and/or by federal or state officials as so authorized by law. 11. The City shall maintain a record of the use of any equipment that costs more than $1,000 and is purchased with grant funds from King County for a total period of three (3) years. The records shall be compiled into a yearly evaluation report, a copy of which shall be submitted to King County by March 31 of each year through the year 2023. 23 3 DocuSign Envelope ID: OD510CD3-2A8F-436A-AA52-8F12ED721B35 12. The City agrees to credit King County on all printed materials provided by the County, which the City is duplicating, for distribution. Either King County's name and logo must appear on King County materials (including fact sheets, case studies, etc.), or, at a minimum, the City will credit King County for artwork or text provided by the County as follows: "artwork provided courtesy of King County Solid Waste Division" and/or "text provided courtesy of King County Solid Waste Division." 13. The City agrees to submit to the County copies of all written materials which it produces and/or duplicates for local waste reduction and recycling projects which have been funded through the waste reduction and recycling grant program. Upon request, the City agrees to provide the County with a reproducible copy of any such written materials and authorizes the County to duplicate and distribute any written materials so produced, provided that the County credits the City for the materials. 14. The City will provide the King County Project Manager with the date and location of each Recycling Collection Event provided by the City, as well as copies of any printed materials used to publicize each event, as soon as they are available but no later than thirty (30) days prior to the event. If there is any change in the date or the location of an event, the City will notify the County a minimum of thirty (30) days prior to the event. If the event brochure is required for admission to the City's event, the City is exempt from having to provide the brochure to King County. 15. If the City accepts funding through this grant program for the provision of recycling collection events for adjacent areas of unincorporated King County, the City shall send announcements of the events to all residences listed in the agreed upon areas listed in Exhibit A. The announcements and all other printed materials related to these events shall acknowledge King County as the funding source. 16. This project shall be administered by Lynn Miranda, Senior Planner, or designee. B. The County: 1. The County shall administer funding for the waste reduction and recycling grant program. Funding is designated by the city and is subject to the King County Council's budget approval process. Provided that the funds are allocated through the King County Council's budget approval process, grant funding to the City will include a base allocation of $10,000 per year with the balance of funds to be allocated according to the City's percentage of King County's residential and employment population. However, if this population based allocation formula calculation would result in a city receiving less than $10,000 per year, that city shall receive an additional allocation that would raise their total grant funding to $10,000 per year. 24 4 DocuSign Envelope ID: OD510CD3-2A8F-436A-AA52-8F12ED721B35 2. Within forty-five (45) days of receiving a request for reimbursement from the City, the County shall either notify the City of any exceptions to the request which have been identified or shall process the request for payment. If any exceptions to the request are made, this shall be done by written notification to the City providing the reason for such exception. The County will not authorize payment for activities and/or expenditures which are not included in the scope of work and budget attached as Exhibit A, unless the scope has been amended according to Section V of this Agreement. King County retains the right to withhold all or partial payment if the City's report(s) and reimbursement request(s) are incomplete (i.e., do not include proper documentation of expenditures and/or adequate description of each activity described in the scope of work for which reimbursement is being requested), and/or are not consistent with the scope of work and budget attached as Exhibit A. 3. The County agrees to credit the City on all printed materials provided by the City to the County, which the County duplicates, for distribution. Either the City's name and logo will appear on such materials (including fact sheets, case studies, etc.), or, at a minimum, the County will credit the City for artwork or text provided by the City as follows: "artwork provided courtesy of the City of Tukwila" and/or "text provided courtesy of the City of Tukwila." 4. The County retains the right to share the written material(s) produced by the City which have been funded through this program with other King County cities for them to duplicate and distribute. In so doing, the County will encourage other cities to credit the City on any pieces that were produced by the City. 5. The waste reduction and recycling grant program shall be administered by Lucy Auster, Project Manager, King County Solid Waste Division, or designee. III. DURATION OF AGREEMENT This Agreement shall become effective on either January 1, 2019 or the date of execution of the Agreement by both the County and the City, if executed after January 1, 2019, and shall terminate on June 30, 2021. The City shall not incur any new charges after December 31, 2020. However, if execution by either Party does not occur until after January 1, 2019, this Agreement allows for disbursement of grant funds to the City for County -approved programs initiated between January 1, 2019 and the later execution of the Agreement provided that the City complies with the reporting requirements of Section II.A of the Agreement. 25 5 DocuSign Envelope ID: OD510CD3-2A8F-436A-AA52-8F12ED721B35 IV. TERMINATION A. This Agreement may be terminated by King County, in whole or in part, for convenience without cause prior to the termination date specified in Section III, upon thirty (30) days advance written notice. B. This Agreement may be terminated by either Party, in whole or in part, for cause prior to the termination date specified in Section III, upon thirty (30) days advance written notice. Reasons for termination for cause may include but not be limited to: nonperformance; misuse offunds; and/or failure to provide grant related reports/invoices/statements as specified in Section II.A.3. and Section II.A.4. C. If the Agreement is terminated as provided in this section: (1) the County will be liable only for payment in accordance with the terms of this Agreement for services rendered prior to the effective date of termination; and (2) the City shall be released from any obligation to provide further services pursuant to this Agreement. D. Nothing herein shall limit, waive, or extinguish any right or remedy provided by this Agreement or law that either Party may have in the event that the obligations, terms and conditions set forth in this Agreement are breached by the other Party. V. AMENDMENTS This Agreement may be amended only by written agreement of both Parties. Amendments to scopes of work will only be approved if the proposed amendment is consistent with the most recently adopted King County Comprehensive Solid Waste Management Plan. Funds may be moved between tasks in the scope of work, attached as Exhibit A, only upon written request by the City and written approval by King County. Such requests will only be approved if the proposed change(s) is (are) consistent with and/or achieves the goals stated in the scope and falls within the activities described in the scope. VI. HOLD HARMLESS AND INDEMNIFICATION The City shall protect, indemnify, and hold harmless the County, its officers, agents, and employees from and against any and all claims, costs, and/or issues whatsoever occurring from actions by the City and/or its subcontractors pursuant to this Agreement. The City shall defend at its own expense any and all claims, demands, suits, penalties, losses, damages, or costs of any kind whatsoever (hereinafter "claims") brought against the County arising out of or incident to the City's execution of, performance of, or failure to perform this Agreement. Claims shall include but not be limited to assertions that the use or transfer of any software, book, document, report, film, tape, or sound reproduction or material of any kind, delivered hereunder, constitutes an infringement of any copyright, patent, trademark, trade name, and/or otherwise results in unfair trade practice. 26 6 DocuSign Envelope ID: OD510CD3-2A8F-436A-AA52-8F12ED721B35 VII. INSU • , NCE A. The City, at its own cost, shall procure by the date of execution of this Agreement and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damages to property which may arise from or in connection with performance of work pursuant to this Agreement by the City, its agents, representatives, employees, and/or subcontractors. The minimum limits of this insurance shall be $1,000,000 general liability insurance combined single limit per occurrence for bodily injury, personal injury, and property damage. If the policy has an aggregate limit, a $2,000,000 aggregate shall apply. Any deductible or self -insured retentions shall be the sole responsibility of the City. Such insurance shall cover the County, its officers, officials, employees, and agents as additional insureds against liability arising out of activities performed by or on behalf of the City pursuant to this Agreement. A valid Certificate of Insurance and additional insured endorsement is attached to this Agreement as Exhibit C, unless Section VII.B. applies. B. If the Agency is a Municipal Corporation or an agency of the State of Washington and is self -insured for any of the above insurance requirements, a written acknowledgement of self-insurance is attached to this Agreement as Exhibit C. C. If the Agency is a Municipal Corporation or an agency of the State of Washington and is a member of the Washington Cities Insurance Authority (WCIA), a written acknowledgement/certification of current membership is attached to this Agreement as Exhibit C. VIII. ENTIRE CONT • . CT/WAIVER OF DEFAULT This Agreement is the complete expression of the agreement of the County and City hereto, and any oral or written representations or understandings not incorporated herein are excluded. Waiver of any default shall not be deemed to be a waiver of any subsequent default. Waiver of breach of any provision of this Agreement shall not be deemed to be waiver of any other or subsequent breach and shall not be construed to be a modification of the terms of this Agreement unless stated to be such through written approval by the County, which shall be attached to the original Agreement. IX. TIME IS OF THE ESSENCE The County and City recognize that time is of the essence in the performance of this Agreement. X. SEVE • , BILITY If any section, subsection, sentence, clause or phrase of this Agreement is, for any reason, found to be unconstitutional or otherwise invalid by a court of competent jurisdiction, such decision shall not affect the validity of the remaining portions. 27 7 DocuSign Envelope ID: OD510CD3-2A8F-436A-AA52-8F12ED721B35 XI. NOTICE Any notice required or permitted under this Agreement shall be deemed sufficiently given or served if sent to the King County Solid Waste Division and the City at the addresses provided below: If to the City: Lucy Auster, Project Manager, or a provided designee King County Solid Waste Division Department of Natural Resources and Parks 201 South Jackson Street, Suite 701 Seattle, WA 98104-3855 Lynn Miranda, Senior Planner, or a provided designee City of Tukwila 6300 Southcenter Blvd. Tukwila, WA 98188 IN WITNESS WHEREOF this Agreement has been executed by each Party on the date set forth below: City of Tukwila King County BY Allan Ekberg, Mayor Pat D. McLaughlin, Director Solid Waste Division For Dow Constantine, King County Executive Date Date 28 8 oocvSignEnvelope ID: noo1nc rl2Eo721e35 CITY OF TUKWILA Exhibit 2(}19-2020WRRGRANT Scope of ork A. Basic Information l. City nfTukwila 2. Waste Reduction and Recycling (VVRR) grant program 3. Contact Information: Lynn Miranda, Senior Planner City of Tukwila 63OOSouth center Boulevard Tukwila, WA 98188 206.43I7162(phone) 206.4313665(fax) Lynn. Miranda @TukwilaWa.gov 4. The City of Tukwila will work with a consultant to implement a business and multi -family recycling assistance program for 2019-2020. We plan to use Olympic Environmental Resources to Operate our Special Recycling Event. There are also several residential programs vvewill be continuing to support. The VVR/Rgrant will also fund labor costs for Tukwila staff that work on and manage all WR/R-funded programs and tasks. 5. Budget: $57,3l1Total, including: Task 1.Residential Recycling Collection Events $7,400 Task 2.Commercial/Multifamily Recycling $54,000 Task3. Residential Prngrann—Rain barrels $2,411 Task 4.Residential Program —Tukwila $3,500 Community Garage Sale B. Scope of Work Task 1:TukwiUa Residential Recycling Collection Events (RCE) a' Consultant Olympic Environmental Resources b' Schedule Spring, 2Ol9and 20ZO c' Progrann/Pro&ectSpecdOcs , Total number ofevents 'Two " Materials tobecollected: ' Appliances page1vfo Final Scope mWork October auzo18 29 oocvSignEnvelope ID: noo1nc rl2Eo721e35 Refrigerators and Freezers* Ferrous Metals Non-ferrous Metals Tires* Mattresses -Styrofoam - Lead Acid Batteries - Household Batteries - Porcelain Toilets and Sinks* - Propane Tanks* - Cardboard - Reusable Household Goods - Textiles - Used Motor Oil - Used Motor Oil Filters - Used Antifreeze - Used Petroleum Based Products - Electronic Equipment (*User fees apply) The following educational materials will bedistributed: Information onCity Recycling Programs Local Hazardous Waste Management Plan Educational Materials produced by King County Department ofNatural Resources Other educational materials asappropriate. Event promotional methods: Promotional flyer mailed directly to Tukwila residents, and placed in info stands atCity Hall sites and Tukwila Community Center. Notices on Tukvvi|a's vvebsite, social media, and cable channel (if available), and "Tukwila Reporter" community newspaper Publicizing the event through the King County Solid Waste Division Promotional Activities. Event staffing Key personnel will include City staff, consultant staff, and venders. Experienced qualified individuals will fill the event greeter, education personnel, and traffic control personnel positions. d. Performance and impact Objectives The City plans to send out approximately 8,000 promotional flyers to Tukwila households per event and publicize the event through King County promotional activities, including County websites and telephone assistance. The City of Tukwila's population isapproximately 19,6O0. Page zmo Final Scope mWork October »uzum 30 oocvSignEnvelope ID: noo1nc rl2Eo721e35 By collecting the materials listed above, they will be diverted from the waste stream and processed for recycling and reuse. The events will also provide an opportunity to recycle moderate risk waste. Public Health — Seattle & King County, the City of Tukwila, and Washington State Department of Ecology will pay for event expenses as well. By hosting Recycling Collection Events, Tukwila can reduce the amount Ofrecyclable material going tothe local landfill. Based on prior residential collection events, the City expects that approximately 375 to 475 households will actively participate each year by bringing recyclable materials to the event for proper disposal and recycling. This is expected to result in approximately 2O'I5tons ofmaterial diverted from the local waste stream for recycling per year. In addition to diverting materials from the City waste stream, attracting residents to events provides an opportunity to distribute educational material on City and King County recycling programs. The educational materials can enhance the knowledge of residents regarding recyclable materials, demonstrate the range of recycling opportunities, and improve behavior in the purchase, handling, and disposal of recyclable materials. e. Evaluation ° Number ofvehicles attending ° Volume ofeach material collected ~ Event cost by budget category ° Graphic or tabular comparison of 2019 and 2020 volumes and vehicles with prior years' events f. Budget: $7,4�]0for 2D1g/18 ^ 2019/20 2019 2020 TaskI: Tukwila Residential Recycling Collection Events Task Total $7,400 Task Total $3,700 Task Total $3,700 Consultant* —Adrninistration/ Event Staffing/ Graphics $4,700 $2,350 $2,350 Consultant — Materials Hauling Cost** $3,200 $1,100 $1,100 Event Supplies $SOO $250 $250 *Hourly rates for contracted staff are asfollows: Project Manager $7O10and Event Staff $55.00. ** Includes scrap metal, appliances, tires, styrofoom WR/R funds will provide the 25% required match for the State of Washington Department of Ecology's Coordinated Prevention Grant, which will fund the remaining 75Y6ofthe Recycling Prngrarn'sportion nfevent. Funding also comes from the Tukwila Fire Department and the Local Hazardous Waste Management Program Final Scope mwork October 30,zom 31 oocvSignEnvelope ID: noo1nc rl2Eo721e35 Task 2: Commercial/Multi-Family Recycling a' Project Manager Lynn Miranda, Senior Planner, City OfTukwila b. Consultant The City of Tukwila will work with a consultant/recycling technical assistance C. Schedule First quarter, ZOl9—December 31,Z0ZO 6. Program/Project Specifics Business Outreach/Technical Assistance The City of Tukwila will provide technical assistance to help businesses, including City of Tukwila facilities and some multi -family complexes, start, or improve recycling programs, waste prevention and purchase of recycled products either bye - mail, telephone, mail, or on -site visits. City of Tukwila staff, assisted by a Business Recycling and Waste Prevention Specialist (consultant to the City of Tukwila) will respond when individual businesses, multi -tenant properties and property managers request assistance. We expect to generate requests for recycling assistance by providing information about business recycling services on the City ofTukvvi|a's vvebsite, and by including information about City -sponsored recycling programs inthe "Tukwila Reporter,"and with business license mailings. We will send targeted postcards (and ernai|s as possible) to Tukwila businesses, advising them of free recycling service and technical assistance. We will offer free desk -side recycling containers made of recycled plastic as an incentive to businesses that start or improve recycling/waste red uction/stewa rdship programs. VVewill strive to improve recycling, waste reduction and environmentally -preferable purchasing practices at City of Tukwila facilities, and at City -sponsored events for the We will highlight outstanding business recycling programs throughout Tukwila through "Tukwila Green Works" and "Tukwila Business Recyder of the Year" programs. If other opportunities arise, we will adjust the work plan for greatest effectiveness. Timely, scheduled telephone follow-up will be provided to all businesses reached for technical assistance either by the staff project manager or the consultant. We will assist businesses with recycling, waste prevention and purchasing ofrecycled content goods, and, when possible, also furnish information about product stewardship, and conserving other resources used in typical business activities. We will Page of Final Scope mWork October »uzum 32 oocvSignEnvelope ID: noo1nc rl2Eo721e35 give them information about recycling onsite as well as proper offsite disposal/recycling of electronics and mercury bulbs. By contacting companies directly with individualized information we hope to prepare and motivate businesses to change and improve their solid waste behaviors. Tukvvi|a's solid waste contract with Waste Management includes embedded commercial recycling. We will work with Waste Management and other recycling companies to increase signups. We will continue to coordinate with King [ounty's Business Recycling Program byworking with any Tukwila business that is referred to us, and to participate in the Solid Waste Division's industry, topic, or area -specific campaigns. Prom otion/Educatinn We plan to promote non-residential recycling and waste prevention by through a variety of activities, including a selection of the following: w Recycling information onTukvvi|a'svvebsite w Informational materials promoting non-residential recycling and proper disposal of electronics, mercury bulbs, other hazardous materials. * "Tukwila Green Works" program to recognize outstanding business performance. • "Tukwila Business Recyc|er of the Year" award to stimulate interest in recycling • Purchase, distribute additional recycled content promotional materials (i.e. pens, pencils) • Update and distribute "Tukwila Business Recyc|er" pamphlets with business license renewals and to individual businesses. * Purchase and distribute desk side recycling containers free of charge as an incentive for businesses tnbegin orupgrade recycling programs. • Materials, such as in -unit collection bags or educational flyers, may be purchased for multi -family complexes. • Bill inserts. We will coordinate our prom otion/education activities with King[ount/s resources and programs asappropriate. e. Performance and Impact Objectives w Increase awareness among Tukwila businesses of the benefits of recycling and the technical assistance which the City offers. • Increase awareness ofand support for product stewardship. • Work with businesses and multi -family complexes to sign up for recycling services, including the free recycling services offered via contract with Waste Management, and to down -size garbage service to save money and/or be more environmentally friendly. * Expand the number of businesses and multi -family complexes who sign up for recycling and ultimately improve waste diversion. Page sofo Final Scope mWork October »uzom 33 oocvSignEnvelope ID: noo1nc rl2Eo721e35 ~ Reduce waste produced by businesses and ensure that businesses are recycling the correct items onsite, and bringing other items, such as computers, to proper recycling facilities. w Distribute approximately 4,000 "Tukwila Business Recyc|er" pamphlets directly to Tukwila companies to give information about recycling resources and generate requests for technical assistance. • Assistance to at |east5O businesses, including at least 2Oon-site visits. • Assistance to at least 5 multifamily complexes, including distributing materials to facilitate recycling, such asbags. Evaluation • Follow-up with selected businesses and/or multi -family complexes to see if they have implemented program changes and to determine which assistance measures were the most helpful in changing recycling -related behaviors. * Keep data including: - the number ofbusinesses and/or complexes assisted - type of assistance provided (mail, e'rnai|, nn'site, other) - a list nfbusiness names, addresses, contact persons, and telephone numbers (and other business data) for the businesses assisted; g. Budget: $GGi411for 2G19/20 Total 2019 2020 Task 2: Commercial/ multi -family assistance Task Total $54,000 Task Total $27,000 Task Total $27,000 Consultant ` $40,000 $20,000 $20,000 Staff/administrative $2,000 $1,000 $1,000 Supplies/Materials (containers,bags, etc) $8,000 $4,000 $4,000 Printing/Distribution $4`000 $2,000 $2,000 Task 3: Residential Program — Rain barrels a, Project Manager Lynn Miranda, Senior Planner, City of Tukwila b' Consultant We will work with Olympic Environmental Resources to distribute rain barrels during Residential Collection Events. C. Schedule Page snfo Final Scope mWork October »uzum 34 oocvSignEnvelope ID: noo1nc rl2Eo721e35 Rain Barrels to be sold in 3019 and I020. We have a surplus of rain barrels and vvorrn bins remaining from 2018to sell in 2019. Additional items may be purchased in3O2C\ifneeded. d' Program/Project Specifics Rain barrels are popular green gardening products for Tukwila residents. In prior years, the City has offered rain barrels for residents at significant subsidy. They have been well -received and have increased water conserving (rain barrel) behavior among Tukwila residents, as well as awareness of recycled content goods. This project will make it easier for Tukwila residents to buy and use recycled -content rain barrels to conserve water and practice other green gardening activities. Grant funds will be used to buy and stone barrels, and work with a contractor to sell the barrels atthe annual R[E. e. Performance and Impact Objectives w Encourage greater awareness and use of water conservation and green gardening strategies by(sing|e-farni|y)Tukwila residents • Help home gardeners to acquire and use recycled -content gardening equipment (i.e. recycled plastic rain barrels) • Buy approxinnate|y3] recycled plastic rain barrels to sell to Tukwila residents at a reduced cost * Divert plastic from the waste stream • Promote the use of recycled content products 9' Tukwila will purchase recycled plastic rain barrels and sell them at a 50 to 60 percent discount tnTukwila residents at Residential Recycling Collection Events (RCE) and at the Tukwila Backyard Wildlife Festival in I019 and 2020. To encourage purchase and use, we will charge the residents a reduced fee of approximately $35 per rain barrel. The City will publicize the distribution event(s) through its Residential Collection Event (R[E)mailing toall Tukwila residents and onthe Cit/svvebsite. Each recycled plastic rain barrel weighs approximately 40 pounds and diverts approximately twice that amount /8Opounds) from the waste stream. VVeexpect to sell all the bins. This will divert a significant amount of plastic from the waste stream and clearly demonstrate the use of o high -quality product made from recycled content. In addition to encouraging market development for plastics, distributing rain barrels encourages Tukwila residents to conserve water for reuse in the lawn and garden, and reduces surface water runoff. Evaluation w Track number ofrain barrels distributed tn residents. • Sample email survey ofrain barrel purchasers tndetermine use levels. Budget: $2,411 for 2019/2020 Page rmo Final Scope mWork October »uzom 35 oocvSignEnvelope ID: noo1nc rl2Eo721e35 CITY OF TUKWILA 2019-7020 WRR GRANT ` 2019-2020 2019 ^ 2020 Task 3: Residential Progremns-Rainbarra|s, Compost bins & Worm bins Task Total $2,411 Task Total $ZOD Task Total $2,011 Consultant sale ofbarrels & bins + barrel storage $400 $200 $200 Supplies Rain barrels and worm bins* $2,01I $O $2011 *33 rain barrels @ approximately $60 each Task4. Residential Program -Tukwila Community Garage Sale a' Project Manager Lynn Miranda, Senior Planner, City ofTukwila b' Schedule Summer, 2O19and ZOIO C. Program/Project Specifics VVA/Rfunds will supportTukvvi|a's recycling and reuse -oriented Community Garage Sale. Tukwila residents will hold garage/yard/rummage sales attheir homes across Tukwila for one summer weekend. Tukwila will use VVR/R funding to provide resources for staffing, advertising, and information about the event and reuse of goods tobe disseminated tothe public. d' Performance and Task Objectives w Support recycling, reuse of household goods, and waste prevention by supporting an event, such as the community -wide "garage sa|e" for Tukwila residents, and updating recycling information on the City ofTukwila xvebsite. • Promote reuse and recycling of goods by Tukwila residents who hold garagp/vard/runnrnagesales attheir homes * Raise awareness of reuse and recycling among the public that shops at Tukwila Community Garage Sale sites throughout the community. e. Evaluation ~ Track number residents participating inCommunity Garage Sale. • Survey all participants in the Community Garage Sale to see their satisfaction with the Community Garage Sale, and to gauge their interest in future recycling/waste prevention programs and activities. Budget: $3,500 for2019/2O Page xofo Final Scope mWork October »umm 36 DocuSign Envelope ID: OD510CD3-2A8F-436A-AA52-8F12ED721B35 CITY OF TUKWILA 2019-2020 WRR GRANT 2019-2020 2019 2020 Task 4. Community Garage Sale Task Total $3,500 Task Total $2, 000 Task Total $2, 000 Printing, distribution, and advertising $3,000 $1,500 $1,500 Staff costs $500 $250 $250 Page 9 of 9 Final Scope of Work October 30, 2018 37 DocuSign Envelope ID: OD510CD3-2A8F-436A-AA52-8F12ED721B35 Exhibit B 2019-2020 Grant Guidelines Program Eligibility: The King County Solid Waste Division (SWD) has prepared a Recycling Case Studies document with a number of innovative projects recently implemented by King County and several cities aimed at influencing waste prevention and recycling consistent with the King County Comprehensive Solid Waste Management Plan (Comp Plan) and the County's goals. SWD encourages consideration of these case study ideas in the development of grant proposals. Furthermore, in an effort to encourage collaboration, leveraging, and potential joint projects between cities and other partners, the Case Studies and the WRR application infon-nation has been shared with selected regional environmental firms. Grant funds may be used for a variety of Waste Reduction & Recycling (WRR) related programs consistent with the Comp Plan. Cities are encouraged to work together to leverage funds and have a greater influence on waste prevention and recycling. Cities may choose to use their funding on one program or a combination of programs. For WRR program ideas, please refer to the Case Studies document (Attachment 4), which includes the topics below. Examples of innovative projects: • King County SWD: Multicultural Recycling Outreach - Recicla Mas! Es Fascilisimo. • City of Bellevue: Multifamily Organics Recycling Technical Assistance. • City of Issaquah Recycling Outreach: Waste Wise Multifamily Outreach. • City of Bothell: Recycling Vouchers/Special Items Recycling Event. • Cedar Grove Composting, Inc.: Increasing Food Waste Diversion in Diverse Communities. • City of Redmond: Redmond Commercial Organics Collection. • Olympia School District: Purchase of Bulk Milk Containers for Schools. • Cities of Kirkland, Bellevue, Redmond, and Bothell: City Partnership - Eco Lunch Eastside Initiative/Reusable Lunch Kits. • King County SWD: EcoConsumer Program Repair Events. Please contact Lucy Auster at 206-477-5268 or lucy.auster(d,kingcountv.gov if you have questions about specific program eligibility, consistency with the Comp Plan, and/or are interested in obtaining a list of the environmental firms that SWD has provided notice to regarding this grant program. 1 38 DocuSign Envelope ID: OD510CD3-2A8F-436A-AA52-8F12ED721B35 The following are not eligible for funding: • Collection of garbage, except for residual garbage related to the collection of recyclables. • Collection of any household hazardous waste items including, but not limited to: > treated wood, > paint, > lead acid batteries, > oil, gasoline, and antifreeze, > fluorescent lights. • Household Hazardous Waste (HHW) education programs. Cities should pursue funding for HHW collection or education programs through the King County Local Hazardous Waste Management Program (LHWMP) or the Washington State Department of Ecology Local Solid Waste Financial Assistance (LSWFA) Program. Grant Administration Requests.for Reimbursement: Cities may submit one request for reimbursement per year during the funding cycle, due no later than March 19, 2019 and March 17, 2020. However, cities may submit requests for reimbursement as frequently as quarterly. A Budget Summary Report Form and an Expense Summary Report Form must be used when submitting requests for reimbursement and will be provided to Cities when the grant agreements are executed. Accrual Reporting: By the 51h working days of January 2019 and January 2020, cities must notify SWD of the amount of their total expenditures for work that has been completed but for which a request for reimbursement has not yet been submitted. Progress and Final Reports Progress reports describing program activities, accomplishments, and evaluation results must accompany each request for reimbursement. A final report describing the outcome of grant -funded activities is due with the final request for reimbursement. If, however, the city does not have the results of its program evaluation by the end of the grant cycle, the final narrative report may be submitted no later than six months after the end of the grant cycle (June 30, 2019). (Note: The final request for reimbursement would still need to be submitted by March 17, 2020.) All progress and final reports must be signed by a city official. Signed reports may be scanned and emailed. Amendments Formal amendments to grant Interagency Agreements (IAAs) are unnecessary unless the city wishes to significantly change its scope of work and/or budget. In general, a significant change would be one in which the city wishes to add or delete a task from their scope of work. A minor change, such as moving dollars between tasks, would only require written notification, which may be submitted via e- mail. However, the city should contact SWD when considering changes to their scopes and budgets to determine if a formal amendment is needed. 2 39 DocuSign Envelope ID: OD510CD3-2A8F-436A-AA52-8F12ED721B35 Exhibit C cities Insurance Authority 10-Jan-19 Cert#: 11879 King County Solid Waste Division -Dept. of Natural Resources and Parks Attn: Lucy Auster 201 S Jackson St Suite 701 Seattle, WA 98104-3855 RE: City of Tukwila Contract #5902881 Evidence of Coverage The above captioned entity is a member of the Washington Cities Insurance Authority (WCIA), which is a self insured pool of over 155 public entities in the State of Washington. P..0, Box. 88030 Tukwila, WA. 98138 hone: 206-575-6046 Ft2 X 206-575-74.26 WCIA has at least $4 million per occurrence limit of liability coverage in its self - insured layer that may be applicable in the event an incident occurs that is deemed to be attributed to the negligence of the member. Liability coverage includes general liability, automobile liability, stop -gap coverage, errors or omissions liability, employee benefits liability and employment practices liability coverage. WCIA was created by an interlocal agreement among public entities and liability is self funded by the membership. As there is no insurance policy involved and WCIA is not an insurance company, your organization cannot be named as an additional insured. Sincerely, Rob Roscoe Deputy Director cc: Peggy McCarthy cietter 40 DoeuSign Envelope ID: OD510CD3-2A8F-436A-AA52-8F12ED721B35 Exhibit D BUDGET SUMMARY REPORT FORM 2019-2020 Waste Reduction & Recycling Grant Program City: Address: Preparer's Name: Date: Phone: Invoice #: Report Period: Contract #: Total amount requested this period: Total amount previously invoiced: Original interlocal amount: Total amount charged to date: Amount remaining for completion of interlocal: Task # Scope of Work Description (Task/title) Budget Current Quarter Costs Amount Previously Invoiced Remaining Balance 1 $ 2 $ - 3 $ - 4 $ - 5 $ - 6 $ - 7 $ - TOTALS $ $ $ $ For King County Use Contract # Project 1126942 Purchase Order # Supplier # 0 Org 720122 Exp.Account 54150 Task 22.000' Supplier Pay Site Requisition # Invoice # Receipt Payment Type Total charges this period are approved for payment: Project Manager: Date 41 DocuSign Envelope ID: OD510CD3-2A8F-436A-AA52-8F12ED721B35 King County Waste Reduction Recycling Grant 2019/2020 Grant Cycle City of Reimbursement Request # Date Contract # Task Title & No. Total Vendor Date o Serviee Expense Summary Form Item Desel'il)tioll Invoice isio. Exhibit E Amount Paid 0