HomeMy WebLinkAboutTIC 2019-07-16 COMPLETE AGENDA PACKETCity of Tukwila
Transportation and
Infrastructure Committee
•
•
•
•
•
•
Zak Idan, Chair
Kate Kruller
Thomas McLeod
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
AGENDA
TUESDAY, JULY 16, 2019 — 5:30 PM
HAZELNUT CONFERENCE Room
(EAST ENTRANCE OF CITY HALL)
H. Kirkland
B. Still
R. Turpin
A. Youn
Clerk File Copy
2 Extra
Place pkt pdf on Z:\Trans &
Infra Agendas
e-mail cover to: F. Ayala,
A. Le, C. O'Flaherty, A.
Youn, B. Saxton, S. Norris,
L. Humphrey
Item
Recommended Action':
Page
1. PRESENTATIONS
2. BUSINESS AGENDA
a) WSDOT Transportation Demand Allocation 2019-2021
Forward to 8/5/19 Regular
Pg. 1
Consent Agenda
b) Surface Water — Storm Water Quality Retrofit Program
a) Forward to 8/5/19 Regular
Pg. 5
Design Consultant Selection and Agreement
Consent Agenda
c) Annual Bridge Inspections and Repair 2019
b) Forward to 8/5/19 Regular
Pg. 23
Consultant Amendment No. 1 with TranTech Engineering
Consent Agenda
d) South 144th Street Phase II (42nd Ave S — TIB)
c) Forward to 8/5/19 Regular
Pg. 35
Project Completion and Acceptance
Consent Agenda
e) Surface Water NPDES - Dept of Ecology 2019-21 Municipal
d) Committee approval
Pg. 39
Stormwater Capacity Building Grant Application
f) Public Works Capital Purchase
e) Forward to 7/22/19 C.O.W.
Pg. 41
Snow and Ice Response Equipment
and 8/5/19 Regular
3. SCATBd/RTC
g) • SCATBd May 21, 2019 Meeting Summary
g) Information Only
Pg. 43
• SCATBd June 18, 2019 Meeting Agenda
4 MISCELLANEOUS
• Traffic Calming Program Progress
h) Information Only
5. ANNOUNCEMENTS
Future Agendas:
Next Scheduled Meeting: Tuesday, August 20, 2019 (due toAugust6, 2019cancellation)
IS The 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
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
FROM: Jack Pace, DCD Directo
BY: Katie Wendel, Lead TransportationOmtreach Coordinator
Alison Turner, Transportation Outreach Coordinator
Chris Andree, TDM Program Assistant
CC: Mayor Ekberg
DATE: July 3, 2019
ISSUE
The Transportation Demand Management (TDM) Program is asking for approval to accept the
biennial Washington State Department of Transportation (WSDOT) TDM allocation for 2019-
2021 (formerly Commute Trip Reduction (CTR) Program).
BACKGROUND
-
Mstor«andeurnmnoryoftheuurrordTDMPruonanninTukvv|o:
* The program name has changed from CTR Program to TDM Program in accordance with
VV8C)OTchange innomenclature.
* The City'oTOyNProgram iamandated bystate and operational since 1SS1.
* The CTR Ordinance was updated and adopted in 3008. along with development ofTukmi|o'a
Local CTF|Plan and Growth Transportation Efficiency Center (GTEC)Plan.
w 18 affected Tukwila employers (including the City ofTukwila) provided T[)W1 programs for
their employees inthe 2017/2U1Ssurvey cycle.
* Employers are required tocomplete alternating biennial Program Reports and Employee
Surveys totrack progress toward goals.
• The City'aTl]K8 Program has no impact onthe general fund, consistent since its origin.
The City provides services to assist employers with implementation ofTDMPrograms, including
the following:
* Consultation, technical assistance, and connections to transportation resources offered to all
employers in Tukwila, including access tostatewide promotions such as Wheel Options and
other monthly incentive programs such as Bike Everywhere Month administered through
RideohoreOn|ine.00nn.
* Training for Employee Transportation Coordinators tocomplete Program Reports and
administer Employee Surveys.
* Preoentodon, transportation options training, orresource table ot company events, meetings
ornew hire orientations.
The City of Tukwila works closely with local agencies such as King County, local jurisdictions,
VV8DOT. the Puget Sound Regional Councj|, and others tocoordinate, innp|anlont, and promote
TOK8 activities and provide policy direction. TheTC)K8 Program is currently implementing a
VV8[}[>TRegional Mobility Grant through June 2O21.
1
INFORMATIONAL MEMO
Page 2
DISCUSSION
WSDOT has provided a biennial allocation for the City's TDM Program since 1993. The contract
for 2019-2021 is a renewal of previous allocation contracts and is in the amount of $74,205.00,
consistent with previous contracts.
FINANCIAL IMPACT
There is no impact to the general fund. The allocation provides a consistent source of funding
for the TDM Program, which is leveraged by concurrent TDM grants.
RECOMMENDATION
The Council is being asked to approve the WSDOT allocation contract for the Transportation
Demand Management Program in the amount of $74,205.00 and consider this item on the
Consent Agenda at the August 5, 2019 Regular Meeting.
ATTACHMENTS
Attachment A: City of Tukwila award letter
2
Transportation Building
310 Maple Park Avenue S.E.
P.O. Box 47300
Olyrnpia, WA 98504-7300
360-705-7000
TTY: 1-800-833-6388
www.wsdot.wa.gov
2 July 2019
Alison Turner
City of Tukwila
6300 Southcenter Blvd.
Tukwila, WA 98188
Subject: 2019-2021 Commute Trip Reduction (CTR) award
Dear Alison:
Notice of award
This letter serves as your organization's formal CTR grant award notification for the 2019-2021
biennium. Funding for your project is identified on page 2 of this letter. The notice of award does
not include funding for state employees' emergency ride home (ERH). This amount will be
determined when your contract is issued. A formal contract agreement will be sent under
separate notice.
Notice to proceed (authority to spend)
The City of Tukwila is hereby authorized to accrue grant -related expenditures for supported
costs incurred on or after July 1,2019. Expenditures that accrue prior to July 1 will not be
reimbursed.
Distribution methodology
The CTR Board determines the allocation of program funds made available to regional
transportation planning organizations, counties, cities, and towns for implementing commute trip
reduction plans.
Points of contact
Monica Ghosh is your Community Liaison. She will assist you in developing your project scope,
schedule of deliverables, budget, and contract execution. Monica can be reached at (206) 464-
1191 or GhoshMo wsdotwa Yov
Sincerely,
4
Don Chartock, Chartock, Grants and Community Partnerships Manager
Public Transportation Division
3
2019-2021 CTR grantees
Base CTR amount
City of Tukwila
$74,205
City of Redmond
$194,346
City of Seattle
$897,524
City of Tacoma
$151,093
Yakima Valley Conference of Governments
$148s 610
Community Transit
$245,806
City of Vancouver
$204,011
City of Bellevue
$204,946
City of Everett
$146,058
City of Federal Way
$38,869
City of Issaquah
$28,268
City of Renton
$81,272
City of SeaTac
$56,537
City of Kent
$106,007
Kitsap Transit
$165,469
Pierce County
$128,873
Thurston Regional Planning Council
$263,973
Whatcom Council of Governments
$153,316
King County Metro
$243,816
Spokane County
$367 001
4
Allan Ekberg, Mayor
Public Works Department Henry Hash, Director
INFORMATIONAL E ORANDU
TO: Transportation and Infrastructure Committee
FROM: Henry Hash, Public Works Director //, 4/.
BY: Mike Perfetti, Habitat Project Manager
CC: Mayor Allan Ekberg
DATE: July 12, 2019
SUBJECT: Surface Water Fund — Storm Water Quality Retrofit Program
Project No. 91241202
Design Consultant Selection and Agreement
ISSUE
Approve a contract with KPG, Inc. to provide project feasibility and design services for the Storm
Water Quality Retrofit Project in the amount of $282,440.
BACKGROUND
The Storm Water Quality Retrofit Project is intended to improve water quality at select City -owned
and operated stormwater discharge points at various locations throughout the City. The goal is to
reduce the amount of stormwater-generated pollutants that are being discharged to the Green-
Duwamish River from City roads in order to improve water quality conditions for endangered salmon
species and other fish and wildlife. The design phase of this project entails the evaluation and
prioritization of eight stormwater outfalls identified by City staff. Up to four of the sites will be designed
to 100%, for which construction funding sources will be sought at a later date.
DISCUSSION
Staff reviewed the current MRSC Consultant Roster and an RFP was sent to several dozen design
firms. Three firms submitted proposals; KPG, Inc., TetraTech and PACE Engineering. The proposals
were scored according to predefined criteria by a three -person selection committee. KPG was the
highest-ranking firm among all three committee members and was invited to interview. KPG has
designed the Annual Small Drainage Program since 1991 as well as other surface water projects
and Public Works staff continues to be very satisfied with their work.
FINANCIAL IMPACT
The proposed fee for the design work is $282,440 for the Storm Water Quality Retrofit Project. The
2019 design budget is $299,000 and a Department of Ecology Stormwater Financial Assistance
Program grant will fund $244,375 on a reimbursable basis.
RECOMMENDATION
Council is being asked to approve a consultant agreement with KPG Inc, in the amount of $282,440
for project feasibility and design of the Storm Water Quality Retrofit Project and consider this item
on the Consent Agenda at the August 5, 2019 Regular Meeting.
ATTACHMENTS
• Proposal Review Summary Sheet
• Page 89, 2019-2024 CIP
• Consultant Agreement
W:IPW Eng1PROJECTSIA- DR Projects\Storm Water Quality Retrofit (91241202)101 Preliminary EngineeringIConsultant SeleclionIKPG contractinglInfo Memo_KPG design contract_20190628.docx
Consultant Proposal Review Committee Scoring and Ranking Form
Tally Sheet
Project
Proposing Firm and Rank
Stormwater Outfall Water Quality Retrofit
Project Proposal Review (100 points max)
KPG
Pace
Tetra Tech
Hari Ponnekanti, City Engineer
Jeff Heglund, S&SW Maintenance Superintendent
.
Mike Perfetti, Habitat PM
TOTALS
(Lowest # is best)
,
.
( \
Cumulative Firm Rank
(Lowest # is best)
WAPW Eng1PROJECTS \A- DR Projects\Storm Water Quality Retrofit (91241202)\O1 Preliminary Engineering \Consultant Selection \SWQRP Proposal scoring sheet_template
6
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2019 to 2024
PROJECT: Storm Water Quality Retrofit Program Project No. 91241202
DESCRIPTION: Provide, design, and install water quality testing and improvements at selected drainage locations.
JUSTIFICATION: Most surface water is discharged directly to receiving water bodies untreated.
STATUS: Water quality was added to Interurban Ave S in 2015 and 53rd Ave S in 2018.
MAINT. IMPACT: Expected to increase maintenance.
COMMENT: Combine with other CIP projects for design and construction, where feasible. A 2017 WA State Department of
Ecology grant was awarded for $244,375 with a City match of $43,125.
FINANCIAL Through Estimated
(in $000's)
2017 2018 2019
2020
2021
2022
2023
2024
BEYOND TOTAL
EXPENSES
Design
1
299
20
20
10
10
15
20
395
Land (R/W)
0
Const. Mgmt.
15
15
15
15
15
10
15
100
Construction
45
80
1,000
40
80
80
80
1,405
TOTAL EXPENSES
1
0
359
115
1,035
65
105
105
115
1,900
FUND SOURCES
Awarded Grant
244
244
Proposed Grant
850
850
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
1
0
115
115
185
65
105
105
115
806
TOTAL SOURCES
1
0
359
115
1,035
65
105
105
115
1,900
Project Location:
Entire System
2019 - 2024 Capital Improvement Program
89
7
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
CONSULTANT AGREEMENT FOR
PROJECT FEASIBILITY, DESIGN AND ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and KPG, 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 project feasibility,
design and engineering services in connection with the project titled Stormwater Outfall
Water Quality Retrofit Project.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. 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 30, 2021 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 $282,440.00 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.
8
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
9
4. Professional Liability with limits no Tess 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 Tess 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
10
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; Attornev'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:
KPG
3131 Elliott Ave Suite 400
Seattle, WA 98121
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
11
DATED this
day of , 20
CITY OF TUKWILA CONSULTANT
Allan Ekberg, Mayor
By
Printed Name:
Title: 5r- pe-e17
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1-2013
Page 5
12
EXHIBIT A
City of Tukwila
Stormwater Outfall
Water Quality Retrofit Project
Scope of Work
June 6, 2019
This project will evaluate and prioritize eight existing ouffall locations that discharge untreated
stormwater into the Green and Duwamish Rivers, and prepare preliminary and final design for
stormwater treatment facilities for the four highest -ranked locations.
The City of Tukwila ("City") has obtained a grant from the State of Washington Department of Ecology
("Ecology") to fund this project. Specific requirements of the grant are documented in Agreement No.
WQC-2017-Tukwil-00158 ("Grant Agreement"), which has been executed by the City and Ecology.
KPG, P.S. ("KPG") will support this project by providing professional services as described in the
following Scope of Work.
TASK 1 — MANAGEMENT / COORDINATION / ADMINISTRATION
1.1 The Consultant will provide continuous project management for the project duration.
1.2 The Consultant shall prepare monthly progress reports identifying work in progress, upcoming
work elements, and reporting of any delays, problems, or additional information needs. The
monthly progress reports shall be submitted with invoices.
1.3 The Consultant will prepare for, attend and provide written meeting notes for six in -person
design coordination meetings with City staff held at Tukwila City Hall and six conference calls
or videoconferences.
1.4 The Consultant will provide internal quality assurance/quality control (QA/QC) reviews of all
major deliverables prior to submittal to the City.
Task 1 Deliverables:
■ Monthly progress reports
Task 1 Assumptions:
• Estimated project duration is 12 months
• City will prepare all progress reports and reimbursement requests for Ecology required by Task 1
of the Grant Agreement
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project Page 1 of 7
KPG, Inc.
June 6, 2019
13
TASK 2 — SITE EVALUATION AND PRIORITIZATION
This task will evaluate and prioritize nine potential storm water quality retrofit sites.
2.1 Obtain and review City GIS data, available record drawings, and aerial imagery for the eight
potential outfall retrofit sites and upstream tributary areas. This task will seek to:
• Determine the approximate configuration (horizontal and vertical) of the existing
drainage system in the vicinity of the outfall.
• Compare the elevation of the conveyance system to river water elevations (ordinary
high, flood stage).
• Determine if elevational drop exists within the drainage system upstream of the outfall.
• Estimate the size and characterize land use of the upstream drainage basin.
• Identify potential right-of-way constraints and utility conflicts.
• Identify additional information needed to complete the evaluation of each site.
2.2 Perform one site visit to each potential retrofit location to observe site conditions and obtain
additional information not available from record sources. Limited field survey of storm drainage
conveyance systems will be performed if required to identify rim and invert elevations not
available in GIS data.
2.3 Prepare conceptual retrofit design for each site. Create GIS and/or record drawing -based
maps for each potential retrofit site showing contributing tributary areas and potential water
quality retrofit system configurations.
2.4 Prepare planning -level cost estimates for each potential retrofit site/alternative.
2.5 Perform retrofit site/alternative evaluation and document findings in an evaluation matrix.
Evaluation criteria to include pollution reduction (treatment area and land use), construction
cost, maintenance cost, permitting requirements, and other criteria to be discussed with the
City. Utilize numerical criteria ratings and weighting factors to develop a draft prioritization list.
Subconsultants GeoDesign (geotechnical) and Parametrix (permitting) will provide input to this
subtask.
2.6 Revise and finalize site/alternative figures and evaluation matrix based on input from the City.
Task 2 Deliverables:
• Site/alternative retrofit figures/maps (draft and final - PDF)
• Site/alternative evaluation matrix (draft and final - PDF)
• Permit matrix (PDF)
Task 2 Assumptions:
■ City will provide current GIS data (shapefiles) consisting of storm drainage pipes, structures, open
channels, and elevation contours, buildings, and pavement edges (as available).
• City will provide available record drawings for existing public and private improvements in vicinity
of outfall retrofit site locations.
■ Alternative water quality retrofit concepts will be developed to an approximate 10% level of design.
• Retrofits utilizing pump stations will not be considered.
City of Tukwila KPG, Inc.
Stormwater Outfall Water Quality Retrofit Project Page 2 of 7 June 6, 2019
14
TASK 3 — SURVEY AND BASE MAPPING
This task will provide topographic survey and base map preparation for four retrofit site locations. This
task will also include the work necessary to establish the existing right of way (ROW) and parcel lines
using King County recorded documents.
3.1 Establish horizontal and vertical control points along the corridor for field topographic survey.
Basis of control will be: Horizontal NAVD 83/2011, Vertical NAVD 88. Control points will be
established and will be made available for use during design/construction. The consultant will
locate, field survey, and calculate positions for monuments and control points throughout the
project limits, using the Washington State Plane coordinate system. Conventional or GPS
surveying methods will be used on this project.
3.2 The Consultant will perform field survey of planimetric features and utilities. Consultant shall
subcontract with a utility locating company to paint all underground utility locations within
survey area prior to performing field surveys. Topographic mapping of the existing ground will
be taken at approximately at 25-foot intervals (to provide 2-foot contour intervals). Irrigation
systems will not be included. Perform observation and measure -downs of existing storm drain
catch basins and manholes and sewer manholes. The approximate size, type (brick,
concrete), and general condition of the structures to confirm suitability for continued use, and
approximate size and location of pipes will be documented. These observations will be made
from the surface.
3.3 The Consultant will perform CADD mapping work to prepare 1 "=20' topographic base map and
digital terrain model (DTM) in AutoCAD 2018 format of the project within the project area.
3.4 The locations of utility potholes will be surveyed and added to the base map.
3.5 The Consultant shall calculate right of way and parcel lines within the project area to be shown
on the base map.
Task 3 Deliverables:
• Electronic Base Map showing utility locations, surface features, contours, and existing right-of-
way.
Task 3 Assumptions:
• The level of effort Task 3 has been developed prior to selection of the retrofit locations and
configurations. Selection of retrofit alternatives with a size and complexity greater than assumed
may require modification to the scope of work and budget.
• Base map will be prepared in AutoCAD Civil 3D 2018 using KPG drafting standards
• Right-of-way plans, legal descriptions, or acquisition will not be required.
• Potholing, if required, will be provided by private utility owners.
TASK 4 — GEOTECHNICAL
4.1 Geotechnical services will be performed to support design and construction of the new water
quality retrofit facilities. The purpose of these services will be to explore subsurface conditions
at the proposed locations of the improvements and provide geotechnical services to support
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project Page 3 of 7
KPG, Inc.
June 6, 2019
15
design of the planned improvements. This work will be performed by subconsultant
GeoDesign, Inc. The specific scope of services will include:
• Plan and conduct a geotechnical field investigation at up to four site locations. Each site
location will include up to two soil borings to a depth of up to 20 feet below ground surface
(BGS) (up to eight borings total) and installation of a standpipe piezometer at up to two site
locations. The wells will be installed within one of the borings.
• Obtain right-of-way (ROW) permits.
• Complete a site visit to mark the subsurface exploration locations for utility locates.
• Provide traffic control during the subsurface explorations.
• Explore subsurface conditions at up to four site locations by completing up to two hollow -stem
auger borings to a depth of up to 20 feet BGS. Install a standpipe piezometer at up to two site
locations to monitor groundwater levels.
o A site plan of proposed boring locations will be provided to KPG and the City for review
prior to starting field explorations.
o All borings will be patched with EZ Street brand polymer -modified patch compound.
An HS-20 rated, steel, flush -mount monument will be installed at the well locations.
• Maintain a detailed log of the explorations and collect samples of the pavement, base, and
subgrade materials encountered.
• Collect soil samples at select depths in the explorations and complete laboratory testing on
select samples. Up to eight moisture content determinations and four percent fines content
determinations will be completed.
Task 4 Deliverables:
■ Geotechnical Report (draft and final - PDF)
Task 4 Assumptions:
• Borings will be located within the public ROW and that the City will waive any permit fees
associated with obtaining the permits to complete our field work.
TASK 5 — PERMITTING
5.1 Executive Order (EO) 05-05 requires all state agencies with capital improvement projects to
consult with the Department of Archaeology and Historic Preservation (DAHP) and concerned
tribes. Complying with EO 05-05 will involve completing the following tasks:
• Identification of the project's area of potential impacts (API). The API shall be mapped and
include all areas proposed for ground disturbance, including staging areas.
• Preparation of Ecology's EO 05-05/Section 106 NHPA Project Review Form.
• Preparation of an Inadvertent Discovery Plan (IDP) utilizing Ecology's standard lDP form.
An allowance has been included for preparation of a cultural resources assessment by
subconsultant Cultural Resource Consultants, if required as a result of agency/tribal
consultation.
5.2 The Consultant shall prepare SEPA documentation consisting of a draft Environmental
Checklist for finalization by the City. This subtask will be performed by subconsultant
Parametrix.
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project Page 4 of 7
KPG, Inc.
June 6, 2019
16
5.3 The Consultant shall prepare an application form for a Shoreline Substantial Development
Permit for the project improvements. A written discussion of project consistency with the
Review Guidelines will be included. This subtask will be performed by subconsultant
Parametrix.
Task 5 Deliverables:
• EO 05-05 Project Review Form (draft & final — PDF).
• Inadvertent Discovery Plan (draft & final — PDF).
• Draft SEPA Checklist & ESA Screening Checklist (PDF).
• Shoreline Substantial Development Permit application (PDF).
Task 5 Assumptions:
• EO 05-05 Project Review Form and IDP will be submitted to Ecology by City.
• Fees, signage, and public notice of SEPA will be by the City.
• No sensitive areas special studies will be required.
• No water resources permits (WDFW Hydraulic Project Approval, Corps of Engineers 404/10
Permit, Ecology 401 Water Quality Certification) will be required.
TASK 6 — PRELIMINARY AND FINAL DESIGN
The Consultant shall prepare preliminary design and final plans, specifications and cost estimate for
review and approval by the City and Ecology. Plans shall be formatted to provide sufficient detail for
convenient field layout of all proposed facilities and City standard details and WSDOT standard plans
will be supplemented with project specific details as required. This task shall also include preparation
of items required for the Design Report and 90% Design Package submittals to Ecology, contents of
which shall be prepared in accordance with the Ecology publication "Design Deliverables for
Stormwater Projects with Ecology Funding", dated June 2018.
6.1 The Consultant shall perform preliminary design of facilities at the four selected retrofit
locations and prepare 30% drawings. In general, these plans will convey the proposed
horizontal locations of improvements but will not include construction notes, specific
construction details; however preliminary storm drainage profiles will be provided. If required
based on the results of the topographic survey, additional alternative retrofit configurations will
be analyzed at a 10% level of design to supplement the alternatives analysis performed for
site evaluation and prioritization (Task 2), prior to completing the 30% drawings.
6.2 The Consultant shall prepare a Design Report to document the design as specified in the
Ecology publication "Design Deliverables for Stormwater Projects with Ecology Funding",
dated June 2018.
6.3 The Consultant shall respond to Ecology comments on Design Report submittal, and prepare
a revised Design Report if required.
6.4 The Consultant shall coordinate with City and franchise utility companies impacted by the
project improvements. This effort will include sending letters to all utility providers serving the
project site areas to confirm utility locations, identify planned upgrades, identify potential
conflicts, and develop plans for resolving conflicts.
City of Tukwila KPG, Inc.
Stormwater Outfall Water Quality Retrofit Project Page 5 of 7 June 6, 2019
17
6.5 Following Ecology acceptance of the Design Report, the Consultant shall prepare 90% design
drawings for the project. The 90% submittal will include responses to all comments received
from the 30% review by the City. Following an initial review by the City, the same 90% design
plans will be submitted to Ecology as part of the 90% Design Package specified by the grant
agreement.
6.6 The Consultant shall respond to Ecology comments on 90% Design Package, and if required
prepare a revised 90% Design Package for submittal to Ecology.
6.7 Following Ecology acceptance of the 90% Design Package, the Consultant shall prepare
100% design drawings for the project for submittal to the City. The 100% submittal will include
responses to all comments received from the 90% review by the City.
6.8 The Consultant will calculate quantities and prepare construction cost opinions in support of
the 30%, 90% and 100% Plans.
6.9 The Consultant will prepare specifications for review and approval by the City at the 90% and
100%. Specifications will be based on 2018 WSDOT Standard Specifications, using contract
boilerplate and general special provisions provided by the City.
Task 6 Deliverables:
• 30% Plans and Cost Estimate (PDF)
• Design Report (draft and final - PDF)
• Design Report resubmittal (if required by Ecology - PDF)
• 90% Plans, Cost Estimate and Specifications (PDF)
• 90% Package resubmittal (if required by Ecology - PDF)
• Responses to City Comments (30%, Design Report, 90% - PDF)
• Responses to Ecology Comments (Design Report, 90% - PDF)
• 100% Plans, Cost Estimate and Specifications (PDF)
Task 6 Assumptions:
• The level of effort for final design of four selected retrofit sites has been developed prior to
selection of the retrofit locations and configurations. Selection of retrofit alternatives with a size
and complexity greater than assumed may require modification to the scope of work, potentially
reducing the number of sites to be taken to final design and/or elimination of the 100% design
subtask.
• 30% Plans content:
1 Cover Sheet
1 Legend and Abbreviations
6 Site Preparation and TESC Plans
6 Storm Drainage Plans
4 Storm Drainage Profiles
Total: 18 Sheets
• 90% & 100% Plans content:
1 Cover Sheet
1 Legend and Abbreviations
6 Site Preparation and TESC Plans
1 TESC Notes and Details
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project Page 6 of 7
KPG, Inc.
June 6, 2019
18
6 Storm Drainage Plans
4 Storm Drainage Profiles
6 Storm Drainage Details
4 Landscape Plans and Details
Total: 29 Sheets
Additional Services
The City may require additional services of the Consultant in order to advance the project corridor
through final design, bidding and/or construction. This work may include items identified in the current
task authorizations as well other items, which may include, but are not necessarily limited to the following:
• Public outreach support
• Water resources permits
• Right of way and easement research and/or acquisition
• Providing bid documents and bid period assistance
• Providing construction phase support
• Preparation of Record Drawings
These services will be authorized under a future contract supplement if necessary. At the time these
services are required, the Consultant shall provide a detailed scope of work and an estimate of costs.
The Consultant shall not proceed with the work until the City has authorized the work and issued a
notice to proceed.
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project Page 7 of 7
KPG, Inc.
June 6, 2019
19
EXHIBIT B
PRIME CONSULTANT COST COMPUTATIONS
Client: City of Tukwila
Project: Stormwater Outfall Water Quality Retrofits
KPG PROJECT NUMBER: 19057
DATE: June 2019
Task No.
Prindpal
232
Engineering
Mgr
Sr Const Mgr
Survey Mgr
21()
Sc Engineer
Aviation Mgr
184
Construction
Mgr
Urban Design
Mgr
Senior Project
Engineer
Sr. Architect
188
Sr. Trans!).
Planner
CAD Mgr
Business
Manger
15�
Project
Engineer
Project
Surveyor
Sr. Resident
Engineer
140
Labor Hour Estimate
Senior Const
Observer
Project Land.
Arch.
128
Resident
Engineer
Construdton
Office Engr
Architect I
128
Architecture
Technician II
Design
Engineer
Sr. CAD
Technician
Survey
Technician
117
Documentation
Specialist
Sr. Admin
Engineering
Technician
Architecture
Technician
CAD
Technician
TranSpOrtatiOn
Planner
100
Survey Crew I
166
Survey Crew II
21
Office Admin
Construction
Observer
Technician
Landscape
Technician
92
Engineering
Assistant
Survey
Assistant
Construction
Assistant
Office Assistant
Construction
Technician
Total Hours and Labor Fee
Estimate by Task
Hours
Fee
Task 1 - Management/Coordination/Administration
1.1
Project management and administrative services
2
12
12
26
4,052.00
1.2
Progress reports
12
12
2,208.00
1.3
1.4
City staff coordination meetings & conference calls
QA/QC reviews
12
24
24
18
18
60
36
9,924.00
7,200.00
Task Total
14
0
72
18
0
18
0
0
0
12
0
0
0
0
0
134
23,384.00
Task 2 - Site Evaluation and Prioritization
2.1
2.2
2.3
2.4
2.5
Obtain and review GIS data and record drawings
Perform site reconnaissance and invert elevation survey
Prepare conceptual retrofit designs
Prepare planning -level cost estimates
Perform draft retrofit site/alternative evaluation
1
2
4
4
1
2
8
12
20
2
4
16
20
20
8
16
8
8
16
28
64
53
11
24
4,304.00
9,856.00
8,024.00
1,636.00
3,736.00
2.6
Perform final retrofit site/alternative evaluation
2
4
8
15
2,384.00
Task Total
4
0
21
50
0
88
0
0
16
0
0
16
0
0
0
195
29,940.00
Task 3 - Survey and Base Mapping
3.1
Establish horizontal and vertical control
2
10
2,148.00
3.2
3,3
3.4
3.5
Perform field survey
Perform CADD mapping
Survey potholes
ROW research and calculations
4
2
20
88
4
40
12
40
84
90
16
20
16,120.00
10,716.00
2,460.00
2,800.00
Task Total
0
8
0
0
0
20
0
0
92
0
0
52
0
0
220
34,244.00
Task 4 - Geotechnical Report
4.1 iGeotechnical exploration and report for 4 sites
Task Total
0
0
4
4
0
0
4
4
0
0
0
0
0
0
0
0
0
8
8
1,296.00
1,296.00
Task 5 - Permitting
5.1
Cultural resources: API, 05-05 form, IDP
2
12
14
$ 2,048.00
5.2
SEPA documentation
2
2
4
648.00
5.3
Shoreline permit application
Task Total
0
0
5
0
0
2
16
0
0
0
0
0
0
0
0
0
21
464.00
3,160.00
Task 6 - Preliminary and Final Design
6.1
6.2
6.3
6.4
Prepare 30% design drawings
Prepare Design Report
Respond to Ecology comments on Design Report
Utility coordination
2
16
16
4
2
24
40
8
8
40
8
40
40
8
40
162
96
20
18
21,672.00
14,264.00
3,000.00
2,816.00
6.5
6.6
6.7
6.8
6.9
Prepare 90% design drawings
Respond to Ecology comments on 90% Design Package
Prepare 100% design drawings
Prepare construction cost estimates (30%, 90%, 100%)
Prepare specifications (90%, 100%)
Task Total
4
2
2
2
12
0
32
4
8
12
102
80
8
12
16
16
212
0
100
8
36
24
24
240
24
8
40
0
120
24
232
0
24
8
72
0
0
16
8
24
0
400
20
98
58
62
934
55,080.00
3,184.00
13,312.00
8,976.00
9,712.00
132,016.00
N.)
Total Labor Hours and Fee
204
280
386
2
68
2
224,040.00'
Subconsultants
Utility Locate Service
Geotechnical - GeoDesign Inc.
Permitting - Parametrix (Site Evaluation, SEPA & Shorelines)
Cultural resources survey/assessment (if required) - Cultural Resource Consultants
$ 5,000.00
$ 26,100.00
$ 21,700.00
$ 5,000.00
Subtotal
$ 57,800.00
Administrative Charge (0%)
Total Subconsultant Expense
$ 57,800.00
Reimbursable Direct Non -Salary Costs
Mileage at current IRS rate
Reproduction Allowance
$ 600.00
Total Reimbursable Expense
$ 600.00
Total Estimated Budget
$ 282,440.00
22
Allan Ekberg, Mayor
TO:
FROM:
Public Works Department - Henry Hash, Director
INFOR ATIONAL E ORANDU
Transportation and Infrastructure Committee
Henry Hash, Public Works Director
BY: Adam Cox, Transportation Project Manager
CC: Mayor Ekberg
DATE: July 12, 2019
SUBJECT: Annual Bridge Inspections and Repairs 2019
Project No. 91910402, Contract 18-244
Design Consultant Amendment No. 1 - Bridge Support Services
ISSUE
Approve Amendment No. 1 for the 2019 Bridge Program Engineering Support Services contract with TranTech
Engineering, LLC (TranTech) for the S 196th/200th St Bridge improvements, 42nd Ave S Bridge Replacement funding
assistance, and miscellaneous bridge program support.
BACKGROUND
The City has been monitoring the S 196th/200th St Bridge for the settlement on the west end of the structure. This
settlement now requires action to be taken by the City to remedy the issue as part of a construction project. The City is
also required to update and provide load rating analysis of the 42nd Ave S Bridge to meet FHWA requirements. The City
also requires technical support for the 42nd Ave S Bridge BRAC replacement grant that was submitted in April 2019.
ANALYSIS
Originally it was believed that the design/repair of the S 196th/200th St Bridge would be a fairly simple process of jacking
up one end of the bridge. Upon further analysis, a full pier retrofit is needed, which will require full design. TranTech has
requested Amendment No. 1 to finish design and supply construction management support during construction.
Additional funds will also support the 42nd Ave S Bridge load ratings and BRAG grant application along with
miscellaneous bridge support.
FINANCIAL IMPACT
TranTech has provided a consultant fee determination of an additional fee of $68,163.00 to perform Task 1 through Task
4 (refer to the attachment) services as part of the 2019 Annual Bridge Inspections and Repair Project. The S 196th/200th
St Bridge will be a two-year process and we will be using funding from 2019 and 2020 for design and construction.
Contract 2019 Bridge Budget
Original Bridge Support Services $39,517.00
Amendment No. 1 68,163.00
Total $107,680,00 $335,000.00
RECOMMENDATION
Council approve Amendment No. 1 to Contract No. 18-244 with TranTech Engineering for bridge engineering in the
amount of $68,163, for a new total contract of $107,680, and consider this item on the Consent Agenda at the August
5, 2019 Regular Council meeting.
ATTACHMENTS
• 2019 CIP, page 17
• Contract for Services Amendment No. 1
23
W:1PW Eng1PROJECTS1A- RW & RS Projects1Bridge Inspection Programs1Bridge Inspections 2019 (91910402)102 - 196th200th bridge inspeconslinto Memo PE TranTech Adm 1 071219.docx
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2019 to 2024
PROJECT: Annual Bridge Inspections and Repairs Project No. 9xx10402
DESCRIPTION: Ongoing program of bi-annual inspections, repairs, painting and rehabilitation of the 22 City bridges.
Federally required program identifies safety or repair needs in the early stages to minimize hazards and
JUSTIFICATION: costs. The number of bridge inspections necessary each year can vary year to year. Inspection frequencies
vary from bridge to bridge and King County has provided some inspection services.
STATUS: Construction projects will be determined from inspection reports and noted deficiencies/problems.
MAiNT.|MPACT: Reduces maintenance costs.
COMMENT: Ongoing project, only one year actuals are shown in the first column.
FINANCIAL Through Estimated
(in*0VV's)
BEYOND TOTAL
EXPENSES
Design
141
45
45
45
55
55
05
05
05
581
Lond(R8N)
O
Conn1. MgmL
1
40
40
40
50
50
00
OO
00
401
Construction
32
250
250
250
300
300
325
325
525
2.557
TOTAL EXPENSES
174
335
335
335
405
405
450
450
450
3.339
FUND SOURCES
Awarded Grant
Proposed Grant
0
Mitigation Actual
O
Mitigation Expected
0
City Oper. Revenue
174
335
335
335
405
405
450
450
450
3.339
2019 2024capxm Improvement Program
17
24
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 18-244
CONTRACT FOR SERVICES
Amendment # 1
Between the City of Tukwila and TranTech Engineering, LLC
That portion of Contract No. 18-244 between the City of Tukwila and
TranTech Engineering, LLC is amended as follows:
Section 1 & 2:
The scope has been updated to reflect that some of the original work has been completed
and to include the requested work currently under way. See the attached Exhibit Al .
Section 4A:
The "not to exceed" amount is increased by S68,163.00 to S107,680.00 per the attached
Exhibit B1.
Al! other provisions of the contract shall remain in full force and effect.
Dated this
day of , 20
CITY OF TUKWILA CONTRACTOR TranTech Engineering, LLC
Allan Ekberg, Mayor Printed Name: Grant D Griffin
ATTEST/AUTHENTICATED APPROVED AS TO FORM
Christy O'Flaherty, MMC, City Clerk City Attorney
Page 1 of 1
25
PROJECT DESC
SCOPE OF WORK
TRANTECH Engineering
2019 Bridge Program Engineering Support
Amendment 1
Exhibit Al
CITY of Tukwila, WA
IPTION
The CITY of 'Tukwila (CITY) has entered into an on -call engineering services contract with
TranTech Engineering, LLC (TranTech) to provide ongoing bridge program support for 2019.
These tasks originally include providing construction support for the west approach slab repairs of
the 196th/ 200th Street Bridge, continued permit load rating services to manage the load posting of
the 42nd Avenue Truss, funding support for the 42nd Avenue Truss, and providing miscellaneous
engineering support for other bridge program tasks as identified by the CITY. The scope of this
agreement has changed at the request of the CITY as detailed below.
The CITY has requested revisions to the existing PS&E package previously prepared for the
196th/2001h Street Bridge. These changes have been proceeding as directed by the CITY. In
addition, TranTech has provided unplanned miscellaneous engineering support as a stopgap for an
unanticipated personnel shortfall at the CITY. Progress on the original tasks along with these
unexpected additions have exhausted the remaining available budget for Agreement 18-244.
Amendment 1 provides additional funds to complete the requested revisions to the 196th/200th
Street Bridge Repair PS&E, to continue the miscellaneous engineering support as these tasks are
transitioned to a new CITY employee, and to continue engineering support for the original tasks.
SC EDULE
The Agreement shall remain in effect through December 31, 2019. However, all tasks will be
completed per the time requirements and submittal schedules of the individual tasks as agreed to
with the CITY.
SCOPE OF WORK — TEC NICAL APP
•
OAC
All work shall be in accordance with WSDOT/ FHWA procedures and requirements and with the
requirements of the National Bridge Inspection Standards (NBIS) where applicable.
Task 1 — 196"/ 200' Street Bridge Repair Project
Task 1.1 — PS&E
•
evisions
The CITY has requested changes to the current PS&E package to provide a more
permanent repair than previously scoped. Task 1.1 provides additional funds for this effort
as TranTech provides requested changes as directed by the CITY.
2019 Tukwila Bridge Program Engineering Support - Amendment 1 -- SCOPE OF WORK Page 1
TRANTECH ENGINEERING
26
Task 1.2 - Construction Management Support
The 19011/200`" Street Bridge Repair Project will move to the construction phase in
Summer 2019. Task 1.2 provides for on -call construction management support as
requested by the CITY.
Task 2 — 42"d Street Load ating Services
TranTech will provide load rating analysis for all trucks requiring permit access to cross the load
posted bridge as requested by the CITY.
The CITY has contacted two primary truck dispatchers in BNSF and Baker Commodities that
utilize this bridge for their truck route to provide their specific truck information to be used for
load rating purposes.
Deliverables
• Structural Memo to supplement the current load rating report that identifies the rating
factors associated with the specific pen -nit truck information.
• Electronic PDF copies of all reports generated provided on compact disk.
Task 3 — 42"d Ave Bridge Replacement Funding Assistance
A Federal Bridge Program Call for Projects was advertised in early 2019. Task 3 originally
consisted of assisting the CITY in the development of a bridge replacement application package
to be submitted to the Local Agency Bridge Program for the 42nd Avenue South Truss in
Allentown. TranTech assisted the CITY in assembling and updating the existing construction
estimates and analysis.
TranTech has provided and submitted the initial funding request per the Call for Projects
requirements and deadlines. Amendmentl provides for continued support through the spring and
summer candidate review period and through the funding meeting expected in the Fall of 2019.
Task 4 — iscellaneous Bridge Program Support
TranTech shall provide miscellaneous engineering support as directed by the CITY of
Tukwila's Project Manager. Anticipated work will include tasks identified related to current
on -going projects not specified in the preceding tasks above, such as tasks associated with
the continued support of Tukwila Bridge -Program, general engineering support, and other
projects as needed.
2019 Tukwila Bridge Program Engineering Support - Amendment 1 -- SCOPE OF WORK Page 2
TRANTECH ENGINEERING
27
Exhibit B1 - Consultant Fee Determination
City of Tukwila 2019 Bridge Program Engineering Support
Task 1.1 - 196th/ 200th Street Bridge PS&E Revisions $ 42,007
Task 1.2 - 196th/ 200th Street Bridge Repair CM Support $ 10,461
Task 2 - 42nd Avenue Load Rating Services $ 4,160
Task 3 - 42nd Ave Bridge Replacement Funding Assistance $ 1,283
Task 4 - Miscellaneous Bridge Program Support $ 9,753
Direct Costs $ 500
Grand Total $ 68,163
28
EXHIBIT B1'Budget
City of Tukwila 2019 Bridge Program Engineering Support
Project QA/QC Senior Project Senior Const. Senior Clerical Total
Task Items Nvunugmr Eng: Struc. Struo. Civil Engr. CAD
Engr. Engc Engr.
Tanh1] 180N2O0thStreet Bridge PS&ERevisions 3 13 75 71 50 2 80 7 301
Tota|Manhoum 3 13 75 71 50 2 00 7 301
Direct Labor Rates (DLR) 8 57.50 8 59.00 $ 58.00 $ 55.00 $ 52.00 $ 79.00 $ 37.00 $ 22.00
Profit at 30% ofDLR *4,520
Overhead a\1.4881 dmo*DLR *22.420
Total Labor Cost $43.007
Note — The sum of the above Profit and Overhead is equal to a combined multiplier of 2.7881
EXHIBIT B1 - Budget
City of Tukwila 2019 Bridge Program Engineering Support
Task Items
Task 1.2 - 196th/ 200th Street Bridge Repair CM Support
Project QA/QC Senior Project Staff Senior Senior Const. Assistant Clerical Total
Manager Engr. Struc. Struc. Struc. Traffic CAD Engr. Inspector
Engr. Engr. Engr. Engr.
4 2 2 2 2 2 6 16 56 4 96
Total Manhours 4 2 2 2 2 2 6 16 56 4 96
Direct Labor Rates (DLR) $ 57.50 $ 59.00 $ 58.00 $ 55.00 $ 39.00 $ 50.00 $ 37.00 $ 56.00 $ 36.00 $ 22.00
Total Direct Salary Cost $230 $118 $116 $110 $78 $100 $896 $2,016 $88 $3,752
Profit at 30% of DLR $1,126
Overhead at 1.4881 times DLR $5,583
Total Labor Cost $10,461
Note — The sum of the above Profit and Overhead is equal to a combined multiplier of 2.7881
EXHIBIT B1 - Budget
City of Tukwila 2019 Bridge Program Engineering Support
Task Items
Task 2 - 42nd Avenue Load Rating Services
Project QA/QC Senior Project Staff Senior Senior Const. Assistant Clerical Total
Manager Engr. Struc. Struc. Struc. CAD Civil Engr. Inspector
Engr. Engr. Engr. Engr.
4 2 2 10 10 4 32
Total Manhours 4 2 2 10 10 0 0 0 0 4 32
Direct Labor Rates (DLR) $ 57.50 $ 59.00 $ 58.00 $ 55.00 $ 39.00 $ 37.00 $ 52.00 $ 56.00 $ 36.00 $ 22.00
Total Direct Salary Cost $230 $118 $116 $550 $390 $0 $0 $0 $88 $1,492
Profit at 30% of DLR $448
Overhead at 1.4881 times DLR $2,220
Total Labor Cost $4,160
Note — The sum of the above Profit and Overhead is equal to a combined multiplier of 2.7881
EXHIBIT B1 - Budget
City of Tukwila 2019 Bridge Program Engineering Support
Task Items
Project QA/QC Senior Project Staff Senior Senior Const. Assistant Clerical Total
Manager Engr. Struc. Struc. Struc. CAD Civil Engr. Inspector
Engr. Engr. Engr. Engr.
Task 3 - 42nd Ave Bridge Replacement Funding Assistance 8
Total Manhours 8 0 0 0 0 0 0 0 0 0 8
Direct Labor Rates (DLR) $ 57.50 $ 59.00 $ 58.00 $ 55.00 $ 39.00 $ 37.00 $ 52.00 $ 56.00 $ 36.00 $ 22.00
Total Direct Salary Cost $460 $0 $0 $0 $0 $0 $0 $0 $0 $0 $460
Profit at 30% of DLR $138
Overhead at 1.4881 times DLR $685
Total Labor Cost $1,283
Note — The sum of the above Profit and Overhead is equal to a combined multiplier of 2.7881
EXHIBIT B1 - Budget
City of Tukwila 2019 Bridge Program Engineering Support
Project QA/QC Senior Project Staff Senior Senior Office Const. Clerical Total
Task Items Manager Engr. Struc. Struc. Struc. Coating Traffic Engineer Engr.
Engr. Engr. Engr. Engr. Engr.
Task 4 - Miscellaneous Bridge Program Support 8 2 2 4 4 4 4 40 4 2 74
Total Manhours 8 2 2 4 4 4 4 40 4 2 74
Direct Labor Rates (DLR) $ 57.50 $ 59.00 $ 58.00 $ 55.00 $ 39.00 $ 40.00 $ 50.00 $ 45.00 $ 56.00 $ 22.00
Total Direct Salary Cost $460 $118 $116 $220 $156 $160 $200 $1,800 $224 $44 $3,498
Profit at 30% of DLR $1,049
Overhead at 1.4881 times DLR $5,205
Total Labor Cost $9,753
Note — The sum of the above Profit and Overhead is equal to a combined multiplier of 2.7881
34
Allan Ekberg, Mayor
Public Works Department - Henry Hash, Director
INFOR ATIONAL E ORANDU
TO: Transportation and Infrastructure Committee
FROM: Henry Hash, Public Works Director d/i.
BY: Peter Lau, Senior Program Manager
CC: Mayor Allan Ekberg
DATE: July 12, 2019
SUBJECT: South 144th Street Phase II (42nd Ave S - Tukwila International Blvd)
Project No. 99510402; Contract No. 17-052
Project Completion and Acceptance
ISSUE
Accept construction contract as complete and authorize release of retainage.
BACKGROUND
The Notice to Proceed for Contract Number 17-052 with Marshbank Construction, Inc. of Lake Stevens, Washington
was issued on April 24, 2017. This project reconstructed 780 lineal feet of street improvements on South 144th St,
including asphalt paving, new curbs, gutters, sidewalks, bicycle lanes, on -street parking, retaining walls, utility
adjustments, storm drainage, illumination, and a new traffic signal at 42nd Ave S and S 144th St.
DISCUSSION
The construction project was physically completed on June 6, 2018. The extended time for project closeout was due to
the one-year plant establishment requirement for the project.
FISCAL IMPACT
The construction budget for the South 144th Street Phase II Project was $2,166,479.28. Four change orders were
executed for a total of $47,691.44. Unit price over -runs were mainly due to unexpected site changes and utility conflict
resolutions. Retainage is being held by the City in the amount of $95,710.93. Final project costs were under budget and
funding was received by the Transportation Improvement Board, King County Library, Tukwila Village Development,
Seattle City Light, Century Link, and traffic impact fees.
Construction Contract Amount (pre-tax)
Change Order Nos. 1 to 4
Unit Price Over -runs
WA State Sales Tax
Total Contract Amount
Expenses
$1,863,539.00
47,691.44
2,988.12
17,826.41
$1,932.044.97
RECOMMENDATION
Council is being asked to formally accept the South 144th Street Phase II contract with Marshbank Construction, Inc. in
the amount of $1,932,044.97 as complete, and authorize the release of the retainage subject to standard claim and
lien release procedures, and to consider this item on the Consent Agenda at the August 5, 2019 Regular Council
Meeting.
ATTACHMENT
Notice of Completion, Contract #17-052
1/V:1PW Eng1PROJECTSIA- RW it RS Projects1S 144th St Phase II TIB - 42 (99510402)1Construc0onVt.700 - Post Construction & Closeouttinto Memo for S 144th St Ph 2 closeout, 6-19-19.docx
35
g Original
—1 Revised #
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
Date: June 19, 2019
Contractor's UBI Number: 601649423
Name & Mailing Address of Public Agency
City of Tukwila
6200 Southcenter Boulevard
Tukwila. WA 98188
UBI Number: 179000208
Department Use On
Assigned to:
Date Assigned:
Notice is hereby given relative to the completion of contract or project described below
Project Name
South 144th Street Phase II Project 99510402
Contract Number
17-052
Job Order Contracting
H Yes d No
Description of Work Done/Include Jobsite Address(es)
Construction of approximately 780 lineal feet of street improvements on South 144th Street, including asphalt paving,
curbs, gutters, concrete sidewalks, bike lanes, on -street parking, retaining walls, utility adjustments, drainage works,
illumination, & new traffic signal.
Federally funded transportation project? I- Yes No (if yes, provide Contract Bond Statement below)
Contractor's Name
E-mail Address
Affidavit ID*
Marshbank Construction, Inc.
daniel@marshbankconst.com
864666
Contractor Address
Te
ephone #
P.O. Box 97, Lake Stevens, WA 98258
425-377-9708
If Retainage is not withheld, please select one of the following and List Surety's Name & Bond Number.
I] Retainage Bond ] Contract/Payment bond (valid for federally funded transportation projects)
Name: Bond Number:
Date Contract Awarded
Date Work Commenced
Date Work Completed
Date Work Accepted
February 21, 2017
April 24, 2017
June 6, 2018
Were Subcontracters used on this project? If so, please complete Addendum A.
EYes n No
Affidavit ID* - No L&I release will be granted until all affidavits are listed.
Contract Amount
Additions (+ )
Reductions (- )
Sub -Total
Sales Tax Rate
10 %
(If various rates apply, please send a breakdown)
Sales Tax Amount
TOTAL
$ 1,863,539.00
$ 50,679.56
$ 1,914,218.56
Liquidated Damages $ 0.00
Amount Disbursed $ 1,836,334.04
Amount Retained $ 95,710.93
$ 17826.41
$ 1.932.044.97
NOTE: These two totals must be equal
TOTAL $ 1,932,044.97
Comments:
The bid proposal was submitted at 9.5%, but the entire contract was paid at 10% sales tax.
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: Peter Lau & Han Kirkland
Email Address: peter.lau@tukwilawa.gov
& han.kirkland@tukwilawa.gov
Department of Revenue
Public Works Section
(360) 704-5650
PWC@dor.wa.gov
0 Washington State Department of
Labor & Industries
Contract Release
(855) 545-8163, option # 4
ContractRelease@LN I.WA.GOV
Title: Senior Program Manager
Phone Number: 206-431-2454
Employment Security
Department
Registration, Inquiry,
Standards & Coordination
Unit
(360) 902-9450
publicworks@esd.wa.gov
36
REV 31 0020e (10/26/15) F215-038-000 10-
Reset This Form
Print This Form
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 granted until all affidavits are listed.
Subcontractor's Name:
UBI Number: (Required)
Affidavit ID*
Corliss Resources, Inc.
602237779
823316
Delmar Concrete CTNG&CRNG LLC
603490906
769358
Lavelle Vac & Drainage LLC
602318053
777437
Mak's Dump Truck LLC
602671980
756844
Olson Brothers Excavating, Inc.
601161685
751435
Olson Brothers Trucking
601102280
751442
Olson Brothers Pro -Vac LLC
602170975
791664
Evergreen Concrete Cutting, Inc.
601605667
783312
PacWest Grinding
603493970
758738
Northwest Traffic, Inc.
602140049
788443
ICON Materials
601006854
785470
OCC Pioneer Cable Contract
604087197
836641
Concrete Services, Inc.
601334103
852126
O'Bunco Engineering Intl., Inc.
602045762
836542
Landmark Landscaping
602931171
836408
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
37
38
Allan Ekberg, Mayor
Public Works Department - Bob Giberson, Director
INFOR ATIONAL E ORANDU
TO: Transportation and Infrastructure Committee
FROM: Henry Hash, Public Works Director
BY: Greg Villanueva, NPDES Coordinator
CC: Mayor Ekberg
DATE: July 12, 2019
SUBJECT: Surface Water - National Pollutant Discharge Elimination System Program (NPDES)
Project No. 99341210
Department of Ecology 2019-21 Municipal Stormwater Capacity -Building Grant
ISSUE
Committee approval to apply for the 2019-2021 Municipal Stormwater Capacity -Building Grant for
NPDES and stormwater project funding.
BACKGROUND
The 2019 Washington State Legislature has provided funding in the amount of $50,000 for local
governments covered by a municipal stormwater permit. An additional $45,000 has also been
awarded for hardship -eligible communities such as Tukwila.
ANALYSIS
The Department of Ecology has notified Tukwila that Stormwater Capacity Grants will be awarded
to all NPDES municipal permittees requesting funding through the State's Ecology's Administration
of Grants & Loans (EAGL) web -base management system by August 2, 2019. All projects must
support compliance with stormwater permit programs as outlined in the 2019-2024 NPDES Western
Washington Phase II Municipal Stormwater Permit.
FISCAL IMPACT
No fiscal impact as this is a non -matching grant.
RECOMMENDATION
The Transportation and Infrastructure Committee is being asked to approve submission of the
2019-2021 Municipal Stormwater Capacity -Building Grant application in the amount of $95,000.
W:1PW Eng1PROJECTS1A- DR Projects\NPDES Program (99341210)12019 Capacity Grantlinfo Memo 2019 Capacity Building Grant App.docx
39
40
2906
TO:
FROM:
BY:
DATE:
SUBJECT:
f 11
Public Works Department - Henry Hash, Director
INFOR ATIONAL E ORANDU
Transportation and Infrastructure Committee
Henry Hash, Public Works Director /I//
Bryan Still, Operations Manager
July 12, 2019
Public Works Capital Purchase
Purchase of Snow & Ice Response Equipment
Allan Ekberg, Mayor
ISSUE
Approve purchase of 10,000-gallon storage salt brine tank with 180 GPM pump, 325-gallon anti -ice sprayer, 2-cubic
yard poly sander, and an 8-foot plow for a 1-ton dump truck.
ANALYSIS
During the winter months, there is a need to use a de-icing agent to prevent roads and bridge decks from freezing and
becoming dangerous for traffic throughout the City. Tukwila has an ongoing contract with the City of SeaTac to
purchase a salt brine solution as SeaTac owns a salt brine production plant at their city maintenance yard.
After the snowstorms in February 2019, staff determined that winter operations would be more efficient and reliable
with a salt brine storage tank on site. Benefits of a storage tank at the Public Works Shop would include; elimination of
multiple trips to SeaTac to obtain brine solution as the crew can only fill a 325-gallon tank at a time; avoid waiting in
long lines for brine with other municipalities; and have de-icing operations halted if the brine maker is out of operation.
In 2019, the crew took 52, 40-minute roundtrips to SeaTac to obtain brine. Having a tank on site would save
approximately $4,992 in labor, fuel, wear and tear on vehicles, and improve customer service by reducing response
time. The Street crew would be able to de-ice most of our City streets with a 10,000-gallon storage tank, saving 31
trips to SeaTac. The anti -ice sprayer, sander, and plow would be used to equip a Facilities Maintenance truck to
remove snow and ice from City facilities, which was needed this last winter.
FINANCIAL IMPACT
Costs paid to SeaTac for the salt brine have averaged $2,470 a year since 2015 and these brine costs would continue,
but our efficiency to de-ice City streets would significantly improve. Due to savings in labor costs, the storage tank
should pay for itself in two to four years.
Equipment would be purchased from the street maintenance fund. Due to unexpected expenses related to the Seattle
City Light incident and the February snowstorms, this fund is overbudget. However, the City will be reimbursed for our
costs related to the Seattle City Light incident. Purchase of unbudgeted capital equipment of $5,000 or more requires
Council approval per Policy FP-7.
10,000-gallon salt brine storage tank with pump
325-gallon anti -ice Sprayer
2-cubic yard poly Sander
8-foot Plow
Sales Tax
Total
$19,950.00
10,083.00
10,608.00
6,872.00
4,751.30
$52,264.30
RECOMMENDATION
Council is being asked to authorize purchase of a 10,000-gallon salt brine storage tank with pump, 325-gallon anti -ice
sprayer, 2-cubic yard poly sander, and 8-foot plow in the amount of $52,264.30 and consider this item at the July 22,
2019 Committee of the Whole and subsequent August 5, 2019 Regular Meeting.
Attachment: Photos of equipment
WAShared Copy Only \Streets2019 Info Memo Brine Tank 070119.docx
41
10,000 Gallon Salt Brine Storage Tank
325 Gallon Anti -ice Sprayer
2 Cubic Yard Poly Sander
8-Foot Plow
42
SOUTH COUNTY AREA TRANSPORTATION BOARD (S[AT8o)
May Meeting Summary May 2l,I019
1. Introductions &Approval of April Meeting Summary— April meeting summary approved.
I. Repprts& Communications:
• City of Burien did take a stand against the (initiative 976) car tabs initiative.
• The bill to create a task force to locate a second regional airport passed out of the
legislature.
• Puget Sound Gateway Project: Bill passed that accelerates the priority ofthe project
and construction ofSKSU9to|'S. Bellevue added 405tolling into this bill.
* SR518 study being conducted on traffic impacts, deadline extended to provide more in-
depth analysis.
3. Rob Gannon: Metro General Manager, Mobility Framework. Mr. Gannon showed avideo that
defined what mobility means to Metro and how it is becoming a mobility agency. The effort is
transforming Metro from being abus transit agency tobecoming concerned with mbroader
mobility goal to include walking, rideshare, biking, and other alternative approaches toward
getting on transit. The Seattle area has the largest growth in transit usage in the nation. Metro
is responding to that change in the industry much like 90-100 years ago when transportation
shifted from horses to cars. Trying tobeasadaptive osprivate industry, geared tokeep pace
with regional growth and expectations ofdemand. Income inequality is growing. Near|y5UOk
people have incomes less than twice the federal poverty level. That is one quarter of the
county'stota| population. Climate change isathreat multiplier. Vulnerability plus exposure
equals risk. We are transferring from a diesel to a diesel hybrid agency and now to a zero
emission agency inthe future. 8y2O34transitionin8tozero emissions agency. Transportation
emissions are 36% of regional greenhouse gas emissions and regional vehicle mileage traveled is
increasing. Metro's emission reduction goals: 25%by2OIO; 50V6by2030;80%by2050. Equity
is a focus of Metro and a keystone initiative from the King County Executive and, Council. The
role of government is to provide service and resources to all members of the community. Mr.
Gannon described how Metro will use all of its policy documents toward transitionin0to
become abroader mobility agency. Hedescribed how Metro has established anequity cabinet
of citizens to prepare a report to be issued this fall that will consider which of Metro's policies
should be revised tnbecome more equitable.
Metro Connects (Metro's strategic plan) calls for a great expanse of service that is underfunded.
Only 6'7years ofMetro's ten year plan isfunded. Seattle's Transportation Improvement District
needs to be renewed in 2020 and it currently isn't supporting enough of Seattle's demand. The
Seattle City Council is considering Seattle renewal vs. a countywide approach. Metro has
prepared a preliminary report that will assess the options and funding gap to be delivered to the
Council inMay. Outreach will occur inJune, July and August.
CC Excellent presentation and how the agency is looking toward at more seamless transit
connections. Particularly the look at upstream investments in communities that haven't had the
resources to invest. Likely that there may bemore investments inSKing County. N/eknow that
there ore many communities not as well served in the S King County. We want to bring more
43
service to those areas, odeparture from our service guidelines that allow Metro toaddress
growing demand. Thefundingpiece iscritical. All 40areas ofthe county wont more service.
Countywide. Metro wants toƒac8itotepartnerships with local communities.
Ci: 1.5Mhours nffunding gap. What does that translate tointerms ofcost per hour? Working
unareport now that clearly gives the funding gap. Roughly the cost per operating hour is $100
per hour and $260fu8yloaded cost per hour.
[i: Great presentation. Exemplifies the complexities ofthe whole system. Great Metro
communication would be a presentation like this for us in 5 King County. Focus this
presentation to S King County so local city council study sessions could view a shorter,
abbreviated presentation. N/oare looking otdoing that. Recognize that there /soso/esjobthat
has tooccur /nSKing County.
(}: Remarks asamember nfthe Regional Transit Committee: Metro isbecoming amobility
agency — not just about just buses in our communities, but getting to the buses. Think about
how we can get access to informatinn—|inkstowebsites. In Tukwila there's "Tuwki|aTa|k" or
"Tukvvi|o Neighbors" for example. Give us tools or links, photos wecan share.
4. Pierce Transit Bus Rapid Transit Update— Kim McGi|veryfrom Pierce Transit provided the
update showing a video about bus rapid transit, how it is different, and how it works. Off board
paying, level boarding, bringing bikes on board, wifi, queue jumps, dedicated lanes, fewer stops.
Pierce Transit ioconsidering Bus Rapid Transit for Route 1. l2%ofall ridership onRoute 1from
Downtown Tacoma to5panaway14.4miles.
Q;|sthis part ofST3? Yes. /naddition toƒundingfronnFederal Transit Authority, New Starts
Program. Sound Transit 3 funds and Sound Transit ispartnering with us tocreate this line.
Meeting adjourned 10:10a.m.
44
SOUTH COUNTY AREA TRANSPORTATION BOARD (SCATBd)
MEETING AGENDA
Tuesday June 18, 2019
9:00 — 10:30 a.m.
SeaTac City Hall
4800 South 188th Street
SeaTac
1.
Open Meeting
(Breakfast treats provided by the City of Federal Way)
• Introductions
• Approve May SCATBd Meeting Summary
Action
9:00 a.m.
2.
Reports and Communications
• Chair or Vice Chair
• Participant Updates (from RTC and Other Regional
Committees)
Report and
Discussion
9:05 a.m.
3.
1-5 System Partnership Report & Update
Patty Rubstello
Assistant Secretary of Urban Mobility & Access
Discussion
9:10 a.m.
4.
King County Parks Levy
Doug Hodson, King County Parks Financial Manager
Discussion
9:40 a.m.
5.
• Public Comment
• Good of the order:
V JULY SCATBd Meeting Cancelled -- Summer
Vacation
✓ Next SCATBd Meeting: Tuesday, August 20, 2019
V Breakfast treats provided by the City of Kent
Discussion
10:10 a.m.
45