Loading...
HomeMy WebLinkAboutTIC 2019-10-08 COMPLETE AGENDA PACKETCity of Tukwila Transportation and Infrastructure Committee • • • • • • Zak Idan, Chair Kate Kruller Thomas McLeod AGENDA 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 TUESDAY, OCTOBER 8, 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 SharePoint: Z Trans & Infra Agendas e-mail cover to: F. Ayala, A. Le, C. O'Flaherty, A. Youn, B. Saxton, S. Norris, L. Humphrey (tern ' Recommended Action" Page 1. PRESENTATIONS 2. BUSINESS AGENDA a) Surface Water Fund — 2019 Annual Small Drainage Program a) Forward to 10/21/19 Pg. 1 Bid Award Consent Agenda b) Surface Water Fund — 2019 Annual Small Drainage Program b) Forward to 10/21/19 Pg. 7 Construction Management Amendment with KPG Consent Agenda c) Surface Water Fund — Riverton Creek Flap Gate Removal c) Forward to 10/21/19 Pg. 17 Accept Cooperative Watershed Management Grant Consent Agenda d) Surface Water Fund — NPDES d) Forward to 10/21/19 Pg. 29 Accept DOE's Water Quality Stormwater Capacity Grant Consent Agenda e) Public Safety Plan — PW Shops First Phase e) Forward to 10/21/19 Pg. 35 Amendment No. 5 with Lydig Construction for Demolition Consent Agenda f) Public Safety Plan — PW Shops First Phase f) Forward to 10/14/19 Pg. 37 Master Plan Next Steps Committee of the Whole 3. SCATBd/RTC 4. MISCELLANEOUS 5. ANNOUNCEMENTS Future Agendas: • Reckless Driving • Street Operations Next Scheduled Meeting: Tuesday, October 22, 2019 I} The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206-433-0179 for assistance. Allan Ekberg, Mayor 11 Public Works Department Henry Rosh, Director I F • TI L TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director BY: Ryan Larson, Senior Program Manager CC: Mayor Ekberg DATE: October 4, 2019 SUBJECT: Surface Water Fund - 2019 Annual Small Drainage Program Project No. 91941201 Bid Award ISSUE Award a contract to KC Equipment LLC for construction of the 2019 Annual Small Drainage Program. BACKGROUND The Small Drainage Program constructs drainage projects throughout the City that 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. The 2019 Annual Small Drainage Program was advertised to provide drainage improvements at up to seven locations as noted in the attached vicinity map. DISCUSSION The 2019 Annual Small Drainage Program was advertised for bids on August 20 and 27, 2019. Three bids were received and opened on September 10, 2019. The bids were checked, tabulated, and no errors were found. KC Equipment LLC is the apparent low bidder with an overall bid of $434,267.50. The engineer's estimate was $493,662.00. BUDGET AND BID SUMMARY (All amounts include sales tax) Bid Results Estimate 2019 Budget Bid Amount (Schedule A & B) $ 434,267.50 $ 493,662.00 $ 515,000.00 Contingency (10%) 43,426.75 Total $ 477,694.25 $ 493 662.00 $ 515.000.00 RECOMMENDATION Council is being asked to award the construction contract for the 2019 Annual Small Drainage Program to KC Equipment LLC in the amount of $434,267.50 and consider this item on the Consent Agenda at the October 21, 2019 Regular Meeting. Attachments: 2019 CIP, page 88 Project Vicinity Map KPG Project Award Recommendation Letter 091019 Bid Tabulation W:1PW Eng1PROJECTS1A- DR ProjectslAnnual Small Drainage Programs12019 SDP (91941201)106 - Final Bid Docs\Bid AwardlInfo Memo Bid Award 2019.docx CITY OFTUKWILACAPITAL PROJECT SUMMARY 2019 to 2024 PROJECT: Annual Small Drainage Program Project No. 9XX412O1 DESCRIPTION: Select, design, and construct small drainage projects throughout the City. JUSTIFICATION: Pmv�odminaSeco�ocdonokxe�sUn�ongoingdnminagepmb|oms1hmughomtheCby.indudinScu|vo� replacements, drain extensions, and pavement upgrades. STATUS: Projects for this annual program are taken from Small Drainage Project List. MA|NT. IMPACT: Reduces maintenance. COMMENT: Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar years. FINANCIAL Through Estimated BEYOND TOTAL EXPENSES Design 50 80 80 80 80 80 80 80 00 690 SXroamgagos8Noni0or 31 35 35 35 30 30 30 30 40 320 Conot. Mgmt. 80 45 xO 80 80 00 00 80 80 895 Construction 448 000 515 515 514 513 514 514 513 4.040 TOTAL EXPENSES 619 760 710 710 710 709 710 710 713 6.351 FUND SOURCES Awarded Grant O Proposed Grant 05 05 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 019 095 710 710 710 709 710 710 713 0.208 TOTAL SOURCES 619 760 710 710 710 709 710 710 713 8.351 Project Location: Entire System 2019 2024 Capital Improvement Program 88 2 3 KPG SEATTLE •TACOM, September 10, 2019 City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Attention: Felipe Ayala Reference: City of Tukwila 2019 Small Drainage Program Contract No. #91941201 Subject: Project Award Recommendation Mr. Ayala, As requested, KPG has completed the verification for KC Equipment Company, LLC for the 2019 Small Drainage Program. We have checked the status of KC Equipment Company, LLC on the Washington State Labor and Industries web page to confirm they are currently insured, bonded, and licensed. Additionally, no strikes or debarment records arose federally or statewide regarding KC Equipment Company, LLC. There were four subcontractors listed on their bid form to confiuw. We phoned the references listed in KC Equipment Company, LLC's bid and were able to speak with 2: Paul Garrett, Syed Kazmi, and Eugene Pike. Paul Garrett is with KBA who provided construction management services for the City of Bonney Lake and the Seattle Department of Transportation on several of KC Equipment's project. He had positive comments about KC Equipment and stated the contractor did good work. Eugene Pike provided construction management services on six different entities: the Seattle Department of Transportation, the Port of Seattle, Seattle City Light, Soos Creek Water & Sewer District, the City of Renton, and the City of Des Moines. Mr. Pike was enthusiastic about KC Equipment's work ethic and felt they were a great contractor to work with. It is KPG's recommendation that the 2019 Small Drainage Program project be awarded to KC Equipment Company, LLC. We have enclosed the contractor verification package and reference checks for your review. Respectfully, Ariana Vallejos Assistant Resident Engineer KPG, Inc. CC: Andy Youn, City of Tukwila Kelly Clark, KPG Mike Ronda, City of Tukwila 4 CITY OF TUKWILA - DEPARTMENT OF PUBLIC WORKS 2019 Small Drainage Program BID TABS 09/10/19 No. Section No. Item Total Quantity Unit Engineer's Estimate Unit Cost Total Cost LOW BIDDER KC Equipment, LLC Unit Cost Total Cost 2nd Low Bidder Nordvind Company, LLC. Unit Cost Total Cost 3rd Low Bidder Road Construction Northwest Unit Cost Total Cost RO AY (SCHEDULE A) 1 1-04 Unexpected Site Changes 1 FA $6,000.00 $ 6,000 $6,000.00 $ 6,000 $6,000.00 $ 6,000 $6,000.00 $ 6,000 2 1-09 Mobilization 1 LS $35,000.00 $ 35,000 $20,000.00 $ 20,000 $25,000.00 $ 25,000 $21,000.00 $ 21,000 3 1-10 Project Temporary Traffic Control 1 LS $50,000.00 $ 50,000 $20,000.00 $ 20,000 $120,000.00 $ 120,000 $54,000.00 $ 54,000 4 4-04 Off -Duty Uniformed Police Officer 20 HR $130.00 $ 2,600 $125.00 $ 2,500 $200.00 $ 4,000 $125.00 $ 2,500 5 8-01 Temporary Water Pollution / Erosion Control 1 LS $20,000.00 $ 20,000 $5,000.00 $ 5,000 $15,000.00 $ 15,000 $5,000.00 $ 5,000 6 8-04 Cement Conc. Traffic Curb and Gutter 55 LF $200.00 $ 11,000 $35.00 $ 1,925 $20.00 $ 1,100 $85.00 $ 4,675 7 8-14 Cement Conc. Sidewalk and Curb Ramp 1 EA $5,000.00 $ 5,000 $3,500.00 $ 3,500 $5,000,00 $ 5,000 $4,000.00 $ 4,000 ROADSIDE DEVELOPMENT (SCHEDULE A) 8 8-02 Property Restoration FA $3,000.00 $ 3,000 I $3,000.00I $ 3,000 STORM DRAINAGE (SCHEDULE A) $3,000,00 $ 3,000 $3,000.00 $ 3,000 9 7-04 Pipe Repair 2 EA $5,000.00 $ 10,000 $10,000.00 $ 20,000 $5,000.00 $ 10,000 $3,000.00 $ 6,000 10 7-08 Rehabilitate 8" CMP Pipe, 40th Ave S 50 LF $100.00 $ 5,000 $80.00 $ 4,000 $81.76 $ 4,088 $215.00 $ 10,750 11 7-08 Rehabilitate 12" Cement Conc. Pipe, S 130th St 130 LF $125.00 $ 16,250 $250,00 $ 32,500 $81.76 $ 10,629 $110.00 $ 14,300 12 7-08 Rehabilitate 12" Cement Conc./CMP Pipe, S 140th St 296 LF $130.00 $ 38,480 $250.00 $ 74,000 $81.76 $ 24,201 $70.00 $ 20,720 13 7-08 Rehabilitate 12" Cement Conc./CMP Pipe, S 152nd St 172 LF $130.00 $ 22,360 $250.00 $ 43,000 $81.76 $ 14,063 $100.00 $ 17,200 14 7-08 Rehabilitate 18" Cement Conc./CMP Pipe, 61st Ave S 110 LF $150.00 $ 16,500 $250.00 $ 27,500 $203.96 $ 22,436 $180.00 $ 19,800 15 7-20 Temporary Stormwater Bypass System 1 LS $33,000.00 $ 33,000 $10,000.00 $ 10,000 $25,000.00 $ 25,000 $28,400.00 $ 28,400 Schedule A Total $ 274,190.00 $ 272,925.00 $ 289,516.08 $ 217,345.00 ROADWAY (SCHEDULE B) 16 1-04 Unexpected Site Changes 1 FA $6,000.00 $ 6,000 $6,000.00 $ 6,000 $6,000.00 $ 6,000 $6,000.00 $ 6,000 17 1-09 Mobilization 1 LS $10,000.00 $ 10,000 $10,000.00 $ 10,000 $10,000.00 $ 10,000 $26,500.00 $ 26,500 18 1-10 Project Temporary Traffic Control 1 LS $12,500.00 $ 12,500 $20,000.00 $ 20,000 $10,000.00 $ 10,000 $20,000.00 $ 20,000 19 2-01 Clearing and Grubbing 1 LS $5,000.00 $ 5,000 $5,000.00 $ 5,000 $10,000.00 $ 10,000 $10,000.00 $ 10,000 20 2-09 Structure Excavation Class B Incl. Haul 80 CY $40.00 $ 3,200 $75.00 $ 6,000 $100.00 $ 8,000 $80.00 $ 6,400 21 4-04 Crushed Surfacing Base Course 26 TN $40.00 $ 1,040 $75.00 $ 1,950 $100.00 $ 2,600 $85.00 $ 2,210 22 4-04 Trail Surface Aggregate 3 TN $110.00 $ 330 $125,00 $ 375 $150.00 $ 450 $350.00 $ 1,050 23 6-04 Timber Stairs 1 LS $30,000.00 $ 30,000 $20,000.00 $ 20,000 $20,000.00 $ 20,000 $73,700.00 $ 73,700 24 6-20 Metal Stair Structure 1 LS $95,000.00 $ 95,000 $50,000.00 $ 50,000 $45,000.00 $ 45,000 $93,250.00 $ 93,250 25 8-01 Temporary Water Pollution / Erosion Control 1 LS $18,000.00 $ 18,000 $2,500.00 $ 2,500 $5,000.00 $ 5,000 $2,450.00 $ 2,450 26 8-15 Quarry Spats & Hand Placed Rip Rap 20 CY $100.00 $ 2,000 $200.00 $ 4,000 $100.00 $ 2,000 $275.00 $ 5,500 27 8-24 Rock Wall 160 SF $50.00 $ 8,000 $75.00 $ 12,000 $25.00 $ 4,000 $95.25 $ 15,240 ROADSIDE DEVELOPMENT (SCHEDULE B) 28 29 30 31 32 33 8-02 8-02 8-02 8-02 8-02 8-02 Topsoil Type A PSIPE Acer Circinatum/Vine Maple; 1 Gal Cont. PSIPE Mahonia Aguifolium/Oregon Grape; 1 Gal Cont. PSIPE Rubus Parvifolia/Thimbleberry; 1 Gal Cont. PSIPE Symphoricarpus Albus/Snowberry; 1 Gal Cont. Property Restoration Schedule B Subtotal 8 12 26 26 26 CY 1 $60.001 $ EA 1 $85.00 1 $ EA 1 $25.00 1 $ EA $25.00 EA 1 $25.00 1 $ FA 1 $5,000.00I $ Schedule B WSST 10% Schedule B Total BID TOTAL 480 1,020 650 650 650 5,000 199,520.00 19,952.00 219,472.00 493,662.00 $200.00 $25.00 $25.00 $25.00 $25.00 $5,000.00 1,600 300 650 650 650 5,000 $ 146,675.00 14,667.50 161,342.50 434,267.50 $100.00I $ $100.00I $ $100.00I $ $100.00 $100.00I $ $5,000.001 $ 800 1,200 2,600 2,600 2,600 5,000 137,850.00 13,785.00 151,635.00 441,151.08 $96.00I $ $32.001 $ $32.00I $ $32.00 $32.00I $ $5,000.00I $ 768 384 832 832 832 5,000 270,948 27,094.80 298,042.80 515,387.80 5 CO City of Tukwila Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director 7/ /./ BY: Michael Ronda, Construction Project Manager CC: Mayor Allan Ekberg DATE: October 4, 2019 SUBJECT: Surface Water Fund - 2019 Annual Small Drainage Program Project No. 91941201, Contract No. 19-061 Construction Management Amendment No. 1 Allan Ekberg, Mayor ISSUE Approve Amendment No. 1 to Contract No. 19-061 with KPG, Inc. (KPG) for construction management (CM) services for the 2019 Annual Small Drainage Program. BACKGROUND The Annual Small Drainage Program repairs and installs needed surface water infrastructure that is identified through maintenance activities as well as citizen complaints. For the 2019 Annual Small Drainage Program, the project was bid with seven different sites for repair/improvements. KPG was the Designer of Record for the design of these features and has a detailed understanding of the issues at each site. DISCUSSION The current MRSC Consultant Roster was reviewed and six firms were evaluated for their CM services capabilities. Following the initial review of the Summary of Qualifications, three firms were contacted to discuss general work scope and availability and two firms were asked to provide additional information for evaluation. From this information, KPG was selected as the firm that best met the requirements for CM support. KPG has designed the Annual Small Drainage Program since 1991 and Public Works continues to be satisfied with their work. KPG also worked on the 2018 Annual Small Drainage Program and has an unparalleled knowledgeable of the work scope at the seven 2019 sites. FINANCIAL IMPACT The 2019 Small Drainage CM budget is $80,000 and KPG's proposed fee for the 2019 Small Drainage Program's CM contract is $70,222.00. The remaining CM budget is being reserved for in- house billing (project management and other City resources). RECOMMENDATION Council is being asked to approve the Amendment No 1 to Contract No. 19-061 with KPG, Inc. for construction management services in the amount of $70,222.00 for the 2019 Small Drainage Program and to consider this item on the Consent Agenda at the October 21, 2019 Regular Meeting. attachments: CM Support Proposal Rating 2019 KPG Consultant Agreement 7 WAPIA/ FnnIPRn.IFC.TSIA. nP PrniortelAnnlinl gmall nrninnno PrnnrnmeM1 Cnp 0:11 WA 911111119 _ Po indinn nnd Pinnnrelrnneillf,nf CalarfinnI/111K1 _ rnn !NA 11110 Ono 0 2019 Small Drainage - Qualification Review �Qc� �.lti �� �Q,Q' ��a'� �gQ • (1= Top Choice, 2 = Second Choice, 3 = Third Choice, 4 = Lower/UNK) �a` Relevant Project Experience 1 2 4 3 4 4 Experience with HPA/Creek Work 1 2 4 3 4 4 Small Scale Projects 2 1 3 4 4 4 Ability to keep project on schedule and within Budget 1 2 4 3 4 4 Project Team Availability of Key Team Members 2 2 UNK UNK UNK UNK Knowledge of City , Plan Process, Drainage System 1 2 4 3 4 4 TOTALS (Lowest Total Score is best) 8 11 19 16 20 20 Firm Rank (1 - 3, Lowest = Best) 1 2 4 3 5 5 W:\PW Eng\PROJECTS\A- DR Projects\Annual Small Drainage Programs \2019 SDP (91941201)\02 - Funding and Finance \Consultant Selection \(015) - CM Consultant Selection \CM Support Proposal Rating 2019.xlsx 8 CONTRACT FOR SERVICES Amendment #1 Between the City of Tukwila and KPG, P.S. That portion of Contract No. 19-061 between the City of Tukwila and KPG, P.S. is hereby amended as follows: Article 2, Scope of Services, shall be supplemented with the following: The Consultant agrees to provide construction services in accordance with the scope of work included as Exhibit A-1. Article 3 - Duration of Agreement; Time for Performance shall be modified as follows: This Agreement shall be in full force and effect for a period commencing upon execution and ending July 15, 2020, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than July 15, 2020 unless an extension of such time is granted in writing by the City. Article 4, Payment, shall be modified as follows: Payment for work provided by Consultant shall be made as provided on Exhibit B-1, attached hereto, provided that the total amount of payment to the Consultant for this work not exceed $70,442.00 without express written modification of the Agreement signed by the City. The new total contract shall not exceed $149,426.00 without express written modification of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. Dated this day of , 20 CITY OF TUKWILA CONTRACTOR Allan Ekberg, Mayor Printed Name: Nelson Davis, KPG. P.S. ATTEST/AUTHENTICATED APPROVED AS TO FORM Christy O'Flaherty, MMC, City Clerk Office of the City Attorney 9 EXHIBIT A-1 Construction anage ent Services Scope of ork Septe ber 30, 2019 City of Tukwila — 2019 Small Drainage Program This work will provide construction management services for the construction contract to complete the City of Tukwila — 2019 Small Drainage Program. These services will include design support, as well as a limited scope for project management, documentation control, inspection, materials testing, and contract administration during the construction of the project, as detailed below. KPG ("Consultant") will provide to the City of Tukwila ("City") construction management services for the project. A detailed scope for the Contract follows: 1. INTRODUCTION The following scope of services and associated costs are based upon the assumptions outlined below. General Assumptions: The proposed project team will include one part-time Resident Engineer, a part-time inspector, project design staff as needed, and a sub -consultant to provide services for materials testing. It is anticipated that part-time site observation will be dedicated primarily to the two access improvements (to be scheduled in 4-hour minimum increments) but not limited to these areas, allocated at the City's direction, which may include night work on select sites. • The level of service is based on a construction project duration of approximately 60 working days. • KPG estimates a total project construction duration of 80 working days (16 weeks) including two weeks for preconstruction service, twelve weeks for construction services, and two weeks for project closeout and record drawing preparation. No suspensions or stop work periods are anticipated during this duration. It is anticipated that the City will review and execute the insurance, bonds, and the Construction Contract. It is anticipated that the Contractor will do all public outreach, and ensure affected business and residents are notified of impending contractor activities one week prior to work. KPG will hand out the night work notices for the work in front of City Hall. • The design engineers from KPG will be available during construction to answer questions during construction and review RAM's, shop drawings, and answer RFI's as required. City of Tukwila — 2019 Small Drainage Program Construction Management Services Scope of Work Page 1 of 5 KPG Project Number 19039 9/25/2019 10 EXHIBIT A-1 Services will be performed in accordance with the Contract plans & special provisions, and City engineering standards. II. SCOPE OF WORK The objective and purpose of this Construction Management Services Agreement is for the Consultant to successfully deliver the construction of the Project to the City by ensuring that the improvements are constructed in accordance with the approved Plans and Specifications, as may be amended or revised, that all of the required Project documentation is accounted for. TASK 1 — MANAGEMENT/COORDINATION/ADMINISTRATION Provide overall project management, coordination with the City, and monthly invoicing. This effort will include the following elements. • Organize and layout work for project staff. Review monthly expenditures and CM team scope activities. Prepare and submit invoices describing CM services provided each month. Deliverables • Monthly invoices reports TASK 2 — PRECONSTRUCTION SERVICES 2.1 Preconstruction Conference: The City will prepare an agenda for, distribute notices of, and conduct a preconstruction conference in the City's offices. The Consultant's project manager, resident engineer, and inspector will attend the preconstruction conference. The City will prepare a written record of the meeting and distribute copies of the minutes to all attendees and affected agencies, staff, etc. At the Pre -construction conference, the Consultant shall facilitate discussions with the Contractor concerning the plans, specifications, schedules, issues with utilities, unusual conditions, Federal, State, and local requirements and any other items that will result in better project understanding among the parties involved. Deliverables • Attend Preconstruction Conference TASK 3 — CONSTRUCTION SERVICES - FIELD 3.1 On -site Observation: The Consultant shall provide the services of one part-time inspector for site observation will be dedicated primarily to the two access improvements (to be scheduled in 4- hour minimum increments) but not limited to these areas, allocated at the City's direction during construction activities and other tasks necessary to monitor the progress of the work. Construction staff shall oversee the following items of work, on the project site, and will observe the technical progress of the construction, including providing day-to-day contact with the Contractor and the City: o Preparation including mobilization, clearing, and grubbing. City of Tukwila — 2019 Small Drainage Program Page 2 of 5 KPG Construction Management Services Scope of Project Number 19039 Work 9/25/2019 EXHIBIT A-1 o Erosion Control o CIPP repairs o Utility repairs o Restoration prior to lining, and drainage access features construction o And all incidental items necessary to complete the Work as described in the Plans and/or Specifications. Field inspection staff will perform the following duties while on site as a matter of their daily activities over the course of the part-time inspection, as determined and directed by the City: o Observe technical conduct of the construction, including providing day-to-day contact with construction contractor, City, utilities, and other stakeholders, and monitor for adherence to the Contract Documents. The Consultant's personnel will act in accordance with Sections 1-05.1 and 1-05.2 of the Standard Specifications. o Observe material, workmanship, and construction areas for compliance with the Contract Documents and applicable codes, and notify construction contractor of noncompliance. Advise the City of any non -conforming work observed during site visits. o Document all material delivered to the job site in accordance with the contract documents. o Prepare daily inspection reports, recording the construction contractor's operations as actually observed by the Consultant; includes quantities of work placed that day, contractor's equipment and crews, and other pertinent information. o Interpret Contract Documents in coordination with the City and KPG. o Resolve questions which may arise as to the quality and acceptability of material furnished, work performed, and rate of progress of work performed by the construction contractor. o Establish communications with adjacent property owners. Respond to questions from property owners and the general public. Distribution of notice of night work to be provided by City PM. o Prepare field records and documents to help assure the Project is administered in accordance with the funding requirements. o Collect and calculate delivery tickets and salesman's daily reports of aggregate. All tickets will be initialed with correct bid item and stationing identified (Construction Manual 10- 2). o Attend and actively participate in regular on -site weekly construction meetings. o Take periodic digital photographs during the course of construction, and record locations. o Coordinate with the City's maintenance personnel. o Punch list. Upon substantial completion of work, coordinate with the Client and affected agencies, to prepare a 'punch list' of items to be completed or corrected. Coordinate final inspection with those agencies. Assumptions: • Consultant will provide observation services for the days/hours that the contractor's personnel are on -site, part-time inspection to be scheduled in 4-hour minimum increments as directed by the City. • Consultant will provide qualified personnel for inspection of all bid item work during City of Tukwila — 2019 Small Drainage Program Page 3 of 5 KPG Construction Management Services Scope of Project Number 19039 Work 9/25/2019 12 EXHIBIT A-1 inspection shifts. • The Consultant's monitoring of the construction contractor's activities is to ascertain whether they are performing the work in accordance with the Contract Documents; in case of noncompliance, Consultant will reject non -conforming work, and pursue the other remedies in the interests of the City, as detailed in the Contract Documents. The Consultant cannot guarantee the construction contractors' performance, and it is understood that Consultant shall assume no responsibility for: proper construction means, methods, techniques; project site safety, safety precautions or programs; or for the failure of any other entity to perform its work in accordance with laws, contracts, regulations, or City's expectations. 3.2 Substantial Completion: Upon substantial completion of work, coordinate with the City and other affected agencies, to perform a project inspection and develop a comprehensive list of deficiencies or 'punchlist' of items to be completed. A punchlist and Certificate of Substantial Completion will be prepared by the Consultant and issued by the City. 3.3 Materials Testing: Coordinate the work of the materials testing technicians and testing laboratories in the observation and testing of materials used in the construction; document and evaluate results of testing; and address deficiencies. Frequency of testing shall be determined by the resident engineer. Deliverables • Construction Reports with project photos from the elements of work observed — submitted on a weekly basis. • Punch List, Certificate of Substantial Completion • Review test reports for compliance TASK 3.4 — CONSTRUCTION SERVICES — OFFICE A. Plan Interpretations: Provide technical interpretations of the drawings, specifications, and contract documents, and evaluate requested deviations from the approved design or specifications. Coordinate with City for resolution of issues involving scope, schedule, and/or budget changes. B. Weekly Meetings: Lead weekly meetings, including preparation of agenda, meeting minutes, and distribution of minutes to attendees. Outstanding issues to be tracked on a weekly basis. C. Record Drawings: Review record drawings prepared by the Contractor, and prepare a conformed set of project record drawings based on Contractor provided information and from inspection notes. Record drawings to be verified on a monthly basis, as part of the progress payment to the Contractor. Upon project completion, contractor provided markups will be verified for completeness and supplemented with inspection information. The Consultant will provide the marked up plan sheets with both the contractors and inspectors as -built information to the design team to make revisions in AutoCAD and prepare record my lars. D. Physical Completion Letter: Following completion of all punchlist work, prepare physical completion letter to the contractor, and recommend that City and/or Utilities accept the project. E. Project Closeout: Transfer all project documents to the City for permanent storage. • Meeting agendas and notes • Physical Completion Letter • Final Project Documents • Record Drawings (AutoCAD, .pdf, and 1 full size mylar copy) City of Tukwila — 2019 Small Drainage Program Page 4 of 5 KPG Construction Management Services Scope of Project Number 19039 Work 9/25/2019 13 EXHIBIT A-1 TASK 3.5 — SUBMITTAL/RFI PROCESSING A. Submittals: Coordinate review process for shop drawings, samples, traffic control plans, test reports, and other submittals from the Contractor for compliance with the contract documents. Key submittals to be transmitted to the City for their review and approval. Submittals shall be logged and tracked. B. Request for Information (RFI): Review and respond to RFI's. RFI's shall be logged and tracked. Deliverables • Submittal log • RFI Log City of Tukwila — 2019 Small Drainage Program Page 5 of 5 KPG Construction Management Services Scope of Project Number 19039 Work 9/25/2019 14 HOUR AND FEE ESTIMATE EXHIBIT B-1 Project: City of Tukwila 2019 Small Drainage Program Amendment No. 1 - Construction Services 60 working day + 2 weeks startup and 2 weeks closeout 16 weeks • Architecture • Landscape Architecture • Civil Engineering • loAPASTIVANVOCAZICIMOSOW 1 -Management, Coordination, Administration (Estimated duration 16 w eekly level of effort by Classification 1 11$00 $ inoo -MINESTIWIMISITMAIMISWOMi "Vm 147 1 0 0 1 0 Preconstruction Budget Estimate 16 0 0 0 2 - Preconstruction Services (Estimated duration 2 wee 0 0 0 16 0 $ 4,496.00 I Weekly level of effort by Classification L 1 8 I 8 2 0 0 0 Preconstruction Budget Estimate 3 - Construction Services (Estimated duration 12 weeks) Weekly level of effort by Classification 2 16 16 4 0 0 0.5 8 18 2 0 0 0 0 4,808.00 Construction Period Budget Estimate 6 4 - Closeout/Record Dwg Services (Estimated duration 2 weeks) 96 216 24 0 0 Weekly level of effort by Classification I 1 16 8 Closeout / Record Dwg Budget Estimate trm-r"-uo:vaggr4y,u-,_y"-7' _ 0 0 0 81010 8 0 43,212.00 32 16 8 16 0 0 16 0 $ 10,676.00 Reimbursables & Subconsultants 111141.111411$11111111WIlf1 1*atitil& Material Testing Allowance Structural subconsultant shop dwg review $ Construction Vehicle Mileage $ Miscellaneous - Repro, Field Supplies $ Mylar record drawings $ 2,500.00 2,500.00 750.00 500.00 1,000.00 IfialSre, mtwattIMSOMIS 1$10V114411410117,4101-111•42WAKSS 1111111:01011111•11„111•111101 lionanti 11111-'-r-*----1111111111411101s14100* Atittla 1411timisittostalit stmadtmettligordstiSinsf 9/30/2019 15 City of Tukwila • Allan Ekberg, Mayor Public li-Vorks Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director 4,4 BY: Mike Perfetti, Habitat Project Manager CC: Mayor Ekberg DATE: October 4, 2019 SUBJECT: Surface Water Fund - Riverton Creek Flap Gate Removal Project No. 99830103 Acceptance of Cooperative Watershed Management Grant ISSUE Authorize the Mayor to sign a grant agreement with King County for the Cooperative Watershed Management grant for the Riverton Creek Flap Gate Removal Project. BACKGROUND Earlier this year, the City appealed to WRIA 9 to request support to fund additional scope items as requested by the Salmon Recovery Funding Board, a project grantor. On May 1, 2019, staff submitted a Cooperative Watershed Management (CWM) grant application and is now being offered $140,000 in CWM funds. DISCUSSION CWM funds are distributed annually to each WRIA in King County and WRIA 9's 2019 share is $1,756,563. The City applied for and was awarded $140,000 towards the design and construction of the Riverton Creek Flapgate Removal Project. FISCAL IMPACT The CWM grant requires a match of $950,000, which is roughly the sum of the City's existing RCO grant (PSAR+ SRFB funds). The remainder of the match will come from Surface Water Utility revenue with $310,000 currently budgeted in 2019/2020. Grant Award 1 Match CWM $ 140,000 RCO 1 $ 946,965 City 3,035 Total $ 140,000 $ 950,000 RECOMMENDATION Council is being asked to approve the King County CWM grant agreement for $140,000 for the Riverton Creek Flap Gate Removal Project and consider this item on the Consent Agenda at the October 21, 2019 Regular Meeting. Attachments: 2019 CIP, page 93 GIS Project Rendering and photos CWM Project Agreement: Riverton Creek Flap Gate Removal 4.9.19.003 17 W:\PW Eng \OTHER \Forms \01 TIC Items & Agendas \TIC Agenda Items \TIC 10-08-19\03 Riverton Creek \01 Info Memo CWM grant acceptance_20191004 docx CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2019 to 2024 PROJECT: Riverton Creek Flap Gate Removal Project No. 99830103 Remove two culverts and flap gates at Duwamish River; install pipe arch, create open channel DESCRIPTION: confluence, install trail bridge over new channel, restore/revegetate 200 feet of creek channel and 450 ft. of pond shoreline. JUSTIFICATION: Increase available salmonid rearing habitat and increase flood refuge in lower Duwamish River. Improve fish access to Riverton Creek and enhance salmon rearing and resting area. STATUS: Design underway in 2018. Construction grant of $846k from WA State RCO. MAINT. IMPACT: Expected to increase maintenance. COMMENT: Project used as mitigation for East Marginal Way Pipe Replacement Project and HPA Control #133763-1 requires work to be completed by June 11, 2019, which will need to be extended. FINANCIAL Through Estimated in $000's 2017 2018 2019 2020 2021 2022 2023 2024 BEYOND TOTAL EXPENSES Design 204 100 40 344 Land (R/W) 0 Monitoring 15 15 15 15 15 15 90 Const. Mgmt. 184 184 Construction 918 918 TOTAL EXPENSES 204 100 1,142 15 15 15 15 15 15 1,536 FUND SOURCES Awarded Grant 72 847 919 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 132 100 295 15 15 15 15 15 15 617 TOTAL SOURCES 204 100 1,142 15 15 15 15 15 15 1,536 2019 - 2024 Capital Improvement Program 93 18 CS) N- 0 N Duwamish River in foreground, looking south east at Riverton Creek pouring into the river through the flapgates. Riverton Creek Flapgate Removal Project site photos for 2019 CWM grant application Riverton Creek separated from the Duwa- mish River by the fill prism and revetment viro***,r The 1/4 acre backwater pool, looking north from the SR 599 off ramp. 21 Project Name: Riverton Creek Flapgate Removal Award Number: 4.9. 9.003 AGREEMENT FOR AWARD OF COOPERATIVE WATERSHED MANAGEMENT GRANT FUNDS BETWEEN THE CITY OF TUKWILA AND KING COUNTY This Agreement is made between King County, a municipal corporation, and the City of Tukwila ("Recipient"), for the purposes set forth herein. This Agreement shall be in effect from the date of execution to May 31, 2022. Primary Contact for King County: Kim Harper, Grant Administrator, 206-477-6079, Kim.harper a,kingcounty.gov. Primary Contact for Recipient: Mike Perfetti, 206-433-7192, Mike.perfetti@tukwilawa.gov. 1.1 SECTION 1. RECITALS Whereas, the King County Flood Control District ("District") is a quasi -municipal corporation of the State of Washington, authorized to provide funding for cooperative watershed management arrangements and actions for purposes of water quality, water resource, and habitat protection and management; 1.2 Whereas King County is the service provider to the District under the terms of an interlocal agreement ("ILA") by and between King County and the District, dated February 17, 2009, as amended, and as service provider implements the District's annual work program and budget; 1.3 Whereas, the Board of Supervisors of the District (the "Board"), the District's governing body, passed Resolution FCD 2018-09 on November 5, 2018, authorizing the King County executive or his designee to develop and administer a grant award program of up to $4,684,168 in 2019 for water quality, water resources and habitat restoration and management projects and activities allocated in the amounts of $929,807 for the Snoqualmie Watershed, $1,756,563 for WRIA 8, $1,756,563 for WRIA 9, and $241,235 for WRIA 10 projects in King County, provided that the project list is approved by the Board; 1.4 Whereas, in accordance with Resolution FCD2012-07.2 and in its capacity as service provider to the District, King County has established a grant award program, called the Cooperative Watershed Management Award Program, to fund water quality, water resources and habitat restoration and management projects and activities; 1.5 Whereas, the Recipient submitted an application to its respective WRIA forum or committee for the Project, as described in Exhibit A attached hereto and incorporated herein by this reference, and that body has recommended the Project for funding under the Cooperative Watershed Management Grant Program in accordance with King County's Cooperative Watershed Management Grant Program Policies and Procedures, a copy of which has been furnished by King County to the Recipient and which are incorporated herein by this reference ("Grant Policies and Procedures"); Page 1 of 7 22 Project Name: Riverton Creek Flapgate Removal Award Number: 4.9. 9.003 1.6 Whereas the District's Board of Supervisors has received a list of proposed projects that includes the Project, and the Board of Supervisors, in Resolution FCD2019-10, has approved the Project for funding up to the amount of $140,000; 1.7 Whereas King County has received a Scope of Work and a Budget for the Project from the Recipient and has determined that the Scope of Work, attached hereto and incorporated herein as Exhibit B ("Scope of Work"), and the Budget, attached hereto and incorporated herein as Exhibit C ("Budget Summary"), are consistent with the Grant Policies and Procedures; 1.8 Whereas, King County and the Recipient desire to enter into this Agreement for the purpose of establishing the teluts and conditions under which King County will provide funding from the District in accordance with the Policies and Procedures, and the Recipient will implement the Project. SECTION 2. AGREEMENT 2.1. The Recitals are an integral part of this Agreement and are incorporated herein by this reference. 2.2. King County agrees to award the Recipient an award in the total amount of $140,000 from District funds (the Award). The Award shall be used by the Recipient solely for the performance of the Project. King County shall pay the Recipient in accordance with the Grant Policies and Procedures. 2.3. The Recipient represents and warrants that it will only use the Award for the Scope of Work of this Agreement and in accordance with the Project Budget. The Recipient shall be required to refund to King County that portion of the Award which is used for work or tasks not included in the Scope of Work. Further, the Recipient agrees that King County may retain any portion of the Award that is not expended or remains after completion of the Scope of Work and issuance of the Final Report, as further described below. 2.4. Activities carried out for this Project and expenses incurred by the Recipient may predate the execution date of this Agreement provided that 1) they have been identified by Recipient as being within the scopes of numbers 2) and 3) below, and have been approved by King County as being within such scopes; 2) The activities are specified in the Scope of Work of this Agreement; 3) the expenses are incurred in carrying out the Scope of Work and are authorized by the Award as identified in the Budget of this Agreement; 4) such activities and expenses otherwise comply with all other terms of this Agreement; and 5) such activities and expenses do not occur prior to the date the grants were approved by the District and reimbursements shall be paid to the Recipient only after this Agreement has been fully executed. 2.5. The Recipient shall invoice King County for incurred expenses using the Request for Payment form and Progress Report form for those documented and allowable expenses identified in the Budgets and according to the rules set forth in the Grant Policies and Page 2 of 7 23 Project Name: Riverton Creek Flapgate Removal Award Number: 4.9. 9.003 Procedures. Blank forms shall be provided to the Recipient by King County upon execution of this Agreement. Progress reports for each project (with or without requests for payment) shall be made no less frequently than every six months after the effective date of this Agreement nor more frequently than every three months after the aforementioned date. A Progress Report form shall be submitted with all payment requests. A one-time advance may be allowed, in the discretion of King County, for expenses anticipated to be incurred in the three months following the date of submission of the advance Request for Payment only for work that is included in the Scope of Work of this Agreement, and identified as such in the Request for Payment. The amount of the advance may not exceed 20% of the total award amount. Documentation of payments made from advances shall be submitted to King County prior to any further requests for payment. 2.6. The Recipient shall be required to submit to King County a final report which documents the Recipient's completion of the work in conformance with the terms of this Agreement within thirty (30) days after the completion of the work. The final report may be submitted on the Close-out Report form unless a more detailed final report is specified in the scope of work. A blank Close-out Report form shall be provided to the Recipient by King County upon execution of this Agreement. The final report shall include a summary of the Project's successes and shall address the watershed benefits accomplished by the work. 2.7. The Recipient's expenditures of Award funds shall be separately identified in the Recipient's accounting records. If requested, the Recipient shall comply with other reasonable requests made by King County with respect to the manner in which Project expenditures are tracked and accounted for in the Recipient's accounting books and records. The Recipient shall maintain such records of expenditures as may be necessary to conform to generally accepted accounting principles as further described in Section 2.8 below, and to meet the requirements of all applicable state and federal laws. 2.8. The Recipient shall be required to track project expenses using the Budget Accounting and Reporting System for the State of Washington ("BARS") or Generally Accepted Accounting Principles set forth by the Financial Accounting Standards Board or by the Governmental Accounting Standards Board. 2.9. King County or its representative, and the District or its representative shall have the right from time to time, at reasonable intervals, to audit the Recipient's books and records in order to verify compliance with the terms of this Agreement. The Recipient shall cooperate with King County and the District in any such audit. 2.10. The Recipient shall retain all accounting records and project files relating to this Agreement in accordance with criteria established by the Washington State Archivist Local Government Common Records Retention Schedule (CORE) as revised. 2.11. The Recipient shall ensure that all work performed by its employees, agents, contractors or subcontractors is performed in a manner which protects and safeguards the environment and natural resources and which is in compliance with local, state and Page 3 of 7 24 Project Name: Riverton Creek Flapgate Removal Award Number: 4.9. 9.003 federal laws and regulations. The Recipient shall implement an appropriate monitoring system or program to ensure compliance with this provision. 2.12. The Recipient agrees to indemnify, defend and hold hailnless King County, and the District, their elected or appointed officials, employees and agents, from all claims, alleged liability, damages, losses to or death of person or damage to property arising out of any acts or omissions of the Recipient, its employees, agents, contractors or subcontractors in performing its obligations under the terms of this Agreement. 2.13. The Recipient agrees to acknowledge the District as a source of funding for the Project on all literature, signage or press releases related to the Project. SECTION 3. GENERAL PROVISIONS 3.1. This Agreement shall be binding upon and inure to the benefit of the parties and their respective successors and assigns. 3.2. This Agreement constitutes the entire agreement between the parties with respect to the subject matter hereof. No prior or contemporaneous representation, inducement, promise or agreement between or among the parties which relate to the subject matter hereof which are not embodied in this Agreement shall be of any force or effect. 3.3. No amendment to this Agreement shall be binding on any of the parties unless such amendment is in writing and is executed by the parties. The parties contemplate that this Agreement may from time to time be modified by written amendment which shall be executed by duly authorized representatives of the parties and attached to this Agreement. 3.4. Each party warrants and represents that such party has full and complete authority to enter into this Agreement and each person executing this Agreement on behalf of a party warrants and represents that he/she has been fully authorized to execute this Agreement on behalf of such party and that such party is bound by the signature of such representative. 3.5. The Project shall be completed by no later than May 31, 2022. In the event that the Project is not completed by this date, King County has the discretion, but not the obligation to teiminate this Agreement and retain any unexpended Award funds. 3.6. This Agreement may be signed in multiple counterparts. 3.7. If any provision of this Agreement shall be wholly or partially invalid or unenforceable under applicable law, such provision will be ineffective to that extent only, without in any way affecting the remaining parts or provision of this Agreement, and the remaining provisions of this Agreement shall continue to be in effect. 3.8. The amount of the Award has been fully funded by the District. To the extent that funding of the Award requires future appropriations by the King County Council, King County's obligations are contingent upon the appropriation of sufficient funds by the King County Council to complete the Scope of Work. If no such appropriation is made, Page 4 of 7 25 Project Name: Riverton Creek Flapgate Removal Award Number: 4.9. 9.003 this Agreement will terminate at the close of the appropriation year for which the last appropriation that provides funds under this Agreement was made. This document has been approved as to foiin by the King County Prosecuting Attorney's Office as of July 15, 2016. KING COUNTY: RECIPIENT: By By Name Name Title Title Date Date Page 5 of 7 26 Project Name: Riverton Creek Flapgate Removal Award Number: 4.9.19.003 EXHIBIT A: PROJECT DESCRIPTION PROJECT RECIPIENT DESCRIPTION MATCH AWARD Riverton Creek Flapgate Removal City of Tukwila Improve habitat conditions along the lower 1,200 lineal feet of Riverton Creek and restore fish access between the creek and the Duwamish River, providing off -channel rearing habitat for five species of anadromous salmon and trout, including ESA listed Chinook and Steelhead. The property is located along the Green River Trail on the left bank of the Duwamish River at RM 6.5, all within the tidally influenced estuary. Restoration will include a) adding large wood to the creek channel, b) removing invasive vegetation and installing native plants c) daylighting the creek and replacing two perched culverts and flapgates with a bridge for the regional Green River Trail. $950,000 $140,000 Project Location: The site is across the river from the Duwamish Gardens and Chinook Wind habitat restoration projects, and adjacent to the SR 599 off ramp to Tukwila International Boulevard. It is located at Duwamish River Mile 6.5, left bank. .,M c. :e5 Page 6 of 7 27 Project Name: Riverton Creek Flapgate Removal Award Number: 4.9. 9.003 EXHIBIT B: SCOPE OF WORK Task Title Task Description (Include Activities and Deliverables) Estimated Percent of Total Budget Month/Year Task will be Completed Task 1: Project Administration (Required) Submit reimbursement request forms, backup documentation for billing, and progress reports at least every 6 months. Submit a Fiscal Closeout form and a Closeout Report form with the final reimbursement request. 1% May 2022 Task 1: Design and permitting: The City will work with its consultant to complete the design and permitting coordination and deliverables. 4% June 2020 Task 2: Bank protection: the Contractor will modify the FCD revetment to allow the daylighting of the Creek. Bank protection includes the installation of boulders, riprap and gravels installed to maximize habitat gain, as well as a footing and abutments for the new regional trail bridge. 20% September 2020 Task 3: Upland protection: the Contractor will install an anchored sheet pile wall adjacent to the road on the left bank and a retaining wall adjacent to commercial property on the east bank. 20% July 2021 Task 4: Large Woody Debris Installation: large woody debris will be incorporated both as part of a step down configuration and upereek as part of the backwater improvements such as riffle and pool formation and increased juvenile residency time during low water conditions. 15% September 2020 Task 5: Channel Excavation, Grading and Erosion Control: the fill prism and culverts with flapgates will be removed to daylight the creek. The steep lower channel slopes will be graded to a gentler pitch and protected with erosion control fabric. Temporary bypass silt containment will be placed during in -water work periods. 20% August 2020 Task 6: Planting Restoration: the Contractor will install native riparian plants along 1,200 lineal feet of Riverton Creek and 400 lineal feet of the Duwamish River. Restoration includes the removal of invasive plants. 10% February 2022 Task 7: Construction Management: The City of Tukwila and its consultant will oversee construction to ensure Contract compliance. 10% May 2022 EXHIBIT C: BUDGET SUMMARY Budget Item Grant Requesst Staffing $1,389 Commercial Services & Crew Time $138,611 TOTAL $140,000 Page 7 of 7 28 Public Works Deportment - Henry Hash, Director I F A TI 1 L A Allan Ekberg, Mayor TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director / BY: Greg Villanueva, NPDES Coordinator CC: Mayor Ekberg DATE: October 4, 2019 SUBJECT: NPDES (National Pollutant Discharge Elimination System) Project No. 99341210 Accept Department of Ecology's Water Quality Stormwater Capacity Grant ISSUE Authorize the Mayor to sign the Washington State Department of Ecology's (DOE) Water Quality Stormwater Capacity Grant for the 2019-2021 Biennial. BACKGROUND The 2019 State Legislature provided funding for local jurisdictions to assist implementing new NPDES Phase II permit requirements. The City applied for $95,000 of the 2019-2021 Biennial Stormwater Capacity Grant. ANALYSIS The City has been awarded $95,000 for the 2019 - 2021 Biennial Stormwater Capacity Grant and the agreement is now ready for signature. FISCAL IMPACT This State Capacity Grant is non-competitive and no matching funds are required. RECOMMENDATION Council is being asked to accept Washington's State Department of Ecology's 2019-2021 Water Quality Stormwater Capacity Grant Agreement for $95,000 and consider this item on the Consent Agenda at the October 21, 2019 Regular Meeting. Attachment: Water Quality Stormwater Capacity Grant Agreement No. WQSWCAP-1921-Tukwila-00053 W:1PW EnglOTHER1Forms101 TIC Items & Agendas\TIC Agenda Items1TIC 10-08-19104 NPDES Stormwater Capacity Grant Agreement101 Info Memo1921CapacityGrantAccept.docx 29 Agreement No. WQSWCAP-1921-Tukwil-00053 WATER QUALITY STORMWATER CAPACITY AGREEMENT BETWEEN THE STATE OF WASHINGTON DEPARTMENT OF ECOLOGY AND CITY OF TUKWILA This is a binding Agreement entered into by and between the state of Washington, Department of Ecology, hereinafter referred to as "ECOLOGY," and City of Tukwila, hereinafter referred to as the "RECIPIENT," to carry out with the provided funds activities described herein. GENERAL INFORMATION Project Title: Total Cost: Total Eligible Cost: Ecology Share: Recipient Share: The Effective Date of this Agreement is: The Expiration Date of this Agreement is no later than: Project Type: 2019-2021 Biennial Stormwater Capacity Grants $95,000.00 $95,000.00 $95,000.00 $0.00 07/01/2019 03/31/2021 Capacity Grant Project Short Description: This project will assist Phase I and II Permittees in implementation or management of municipal stormwater programs. Project Long Description: N/A Overall Goal: This project will improve water quality in the State of Washington by reducing stormwater pollutants discharged to state water bodies. 30 State of Washington Department of Ecology Agreement No: WQSWCAP-1921-Tukwil-00053 Project Title: 2019-2021 Biennial Stormwater Capacity Grants Recipient Name: City of Tukwila RECIPIENT INFORMATION Organization Name: City of Tukwila Federal Tax ID: 91-6001519 DUNS Number: 010207504 Mailing Address: 6300 Southcenter Blvd Tukwila, WA 981.88 Physical Address: 6300 Southcenter Blvd, Suite 100 Tukwila, Washington 98188 ryan.larson@tukwilawa.gov (206) 433-0179 Organization Email: Organization Fax: Contacts Page 2 of 20 Template Version 10/30/2015 31 Agreement No: Project Title: Recipient Name: State of Washington Department of Ecology WQSWCAP-1921-Tukwil-00053 2019-2021 Biennial Stormwater Capacity Grants City of Tukwila Page 3 of 20 Project Manager Greg Villanueva NPDES Cordinator 6300 Southcenter Blvd Tukwila, Washington 98188 Email: greg.villanueva@tukwilawa.gov Phone: (206) 431-2442 Billing Contact Gail Labanara Public Works Analyst 6300 Southcenter Blvd STE 100 Tukwila, Washington 98188 Email: gail.labanara@tukwilawa.gov Phone: (206) 431-3660 Allan Ekberg Authorized Mayor Signatory 6200 Southcenter Blvd Tukwila, Washington 98188 Email: allan.ekberg@tukwilawa.gov Phone: (206) 433-1850 Template Version 10/30/2015 32 State of Washington Department of Ecology Agreement No: WQSWCAP-1921-Tukwil-00053 Project Title: 2019-2021 Biennial Stormwater Capacity Grants Recipient Name: City of Tukwila ECOLOGY INFORMATION Mailing Address: Department of Ecology Water Quality PO BOX 47600 Olympia, WA 98504-7600 Physical Address: Water Quality 300 Desmond Drive SE Lacey, WA 98503 Contacts Page 4 of 20 Kyle Graunke Project Manager PO Box 47600 Olympia, Washington 98504-7600 Email: kygr461@ecy.wa.gov Phone: (360) 407-6452 Kyle Graunke Financial Manager PO Box 47600 Olympia, Washington 98504-7600 Email: kygr461@ecy.wa.gov Phone: (360) 407-6452 Template Version 10/30/2015 33 State of Washington Department of Ecology Agreement No: WQSWCAP-1921-Tukwil-00053 Project Title: 2019-2021 Biennial Stormwater Capacity Grants Recipient Name: City of Tukwila AUTHORIZING SIGNATURES Page 5 of 20 RECIPIENT agrees to furnish the necessary personnel, equipment, materials, services, and otherwise do all things necessary for or incidental to the performance of work as set forth in this Agreement. RECIPIENT acknowledges that they had the opportunity to review the entire Agreement, including all the terms and conditions of this Agreement, Scope of Work, attachments, and incorporated or referenced documents, as well as all applicable laws, statutes, rules, regulations, and guidelines mentioned in this Agreement. Furthermore, the RECIPIENT has read, understood, and accepts all requirements contained within this Agreement. This Agreement contains the entire understanding between the parties, and there are no other understandings or representations other than as set forth, or incorporated by reference, herein. No subsequent modifications or amendments to this agreement will be of any force or effect unless in writing, signed by authorized representatives of the RECIPIENT and ECOLOGY and made a part of this agreement. ECOLOGY and RECIPIENT may change their respective staff contacts without the concurrence of either party. This Agreement shall be subject to the written approval of Ecology's authorized representative and shall not be binding until so approved. The signatories to this Agreement represent that they have the authority to execute this Agreement and bind their respective organizations to this Agreement. Washington State Department of Ecology City of Tukwila By: By: Heather R. Bartlett Water Quality Program Manager Template Approved to Form by Attorney General's Office Date Allan Ekberg Mayor Date Template Version 10/30/2015 34 TO: FROM: BY: CC: DATE: SUBJECT: City of Tukwila Public Works Deportment - Henry Hash, Director INFORMATIONAL MEMORANDUM Transportation and Infrastructure Committee Henry Hash Public Works Director /1,71 Hari Ponnekanti, Deputy PW Director Mayor Ekberg October 4, 2019 Public Safety Plan — Public Works Shops — First Phase Project No. 91630601, Contract No. 18-001 Amendment No. 5 with Lydig Construction for Demolition Al[an Ekberg, Mayor ISSUE Approve Amendment No. 5 to Contract No. 18-001 to allow Lydig Construction to demolish the Lifestyles landscape building and the coffee shop outbuilding as part of the new Public Works Shops. BACKGROUND The City purchased the Heiser property at 11210 and 11234 Tukwila International Blvd in 2018 for the new Public Works Shops. These properties came with buildings and facilities that are not needed by Public Works or any other City department. Council adopted Resolution No. 1964 at the August 19, 2019 Regular Meeting that declared the large fixtures, equipment, and outbuildings as surplus and authorized their sale or disposal. ANALYSIS The demolition of the two buildings is the first step for the needed improvements to accommodate the new Public Works Shops First Phase. Also, removal of the buildings at the Heiser location is necessary to prevent the public nuisance from squatters and trespassers. Adding Amendment No. 5 for the demolition into the existing contract with Lydig Construction would enable us to perform the demolition quickly and efficiently. Lydig is currently seeking bids from sub- contractors for the demolition and bids are expected to be opened on October 2, 2019. The work is estimated to cost $100,000 and we will have firm costs at the October 8, 2019 TIC meeting. FINANCIAL IMPACT Land Purchases SOJ Contract SHKS Contract Misc Charges Survey, Attorney Bond Debt Service Charges Lydig Demolition Estimate Total $ 25,334,123.00 166,757.52 267,226.09 128,826.35 171,141.01 26.068.073.97 Total Estimated Expenditures Expenditures Balance Owing $ 49,270.91 /00,000.00 $ 149 270.91 526,217,344.88 2019 Budget $ 30,000,000.00 $ 30.000.000.00 RECOMMENDATION Council is being asked to approve the estimatedAmendment No. 5 to Contract No. 18-001 for up to $100,000 with Lydig Construction for the demolition of two buildings at the new Public Works Shops and to consider this item on the Consent Agenda at the October 21, 2019 Regular Council meeting. Attachments: 2019 CIP, page 59 Lydig Amendment No. 5 will be available at 10/8/19 TIC hPWStore1PW Common$1PW EngtOTHER1Hari PonnekantilInfo Memo demolition PW Shops.docx 35 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 3019 to 2024 PROJECT: Public Works Shops Project No. 91630601 DESCRIPTION: Cnns�uotanew ChyPubUoVVo�smaintenance and opemdonsoo�e�combining aUopemdnne|funnhnno atone location. Facility may also include a City Clerk & Police Records Center and Police evidence storage. Existing Public Works operations and maintenance areas are inadequate structurally and seismically. Current JUSTIFICATION: land for staging dirt and vactor materials is only temporary. Project includes selling dirt/vactor land, Minkler Shops, and George Long Shops Voacquire the real estate 1nbuild anequipment operations center that meets current code --- STATUS: Separate from the Public Safety Plan. Was formerly known as City Maintenance Facility. MAINT. IMPACT: Improves safety and efficiency for First Responders and maintenance operations. COMMENT: Based on usage and bonefits, hisestimated that the Water, Sewer, and Surface water enterprise funds will fund 5O%ofthe Public Works Shops with the other 5O%funded byStreets, Facilities, & Equipment Rental. FINANCIAL Through Estimated in $000's BEYOND TOTAL EXPENSES Design/PM 284 357 1.379 1.501 3.521 Land(R8W) 21.978 21.879 ConsLMgm1 0 Construction 1.500 5.000 4.500 TOTALEXPENSES 284 23.336 2.879 4.501 0 V 0 0 V 30.000 FUND SOURCES Enterprise Funds 12.250 3.750 10.000 Cnunoi|matic8nnd 10.000 750 10.750 REET Funds 3.000 3.000 Mitigation Expected 0 300Fund Balance 204 (2.914) (1.821) 4.501 V 0 0 0 0 250 TOTAL SOURCES 284 23.336 2.879 4.501 U V 0 0 0 30.000 Project Location 2019 2024capxa Improvement Program 59 36 City of Tukwila Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director BY: Hari Ponnekanti, City Engineer CC: Mayor Allan Ekberg DATE: October 4, 2019 SUBJECT: Public Safety Plan — Public Works Shops First Phase Project No. 91630601 Master Plan Next Steps Allan Ekberg, Mayor ISSUE Update on the Public Works Shops Master Plan and seek approval for financing the improvements to the Heiser property. BACKGROUND The City hired SHKS Architects to conduct a Master Planning and Programming effort for the City's Public Works Maintenance Shops facilities in September 2018. SHKS conducted several meetings with PW staff, visited the existing facilities, toured similar PW facilities in the region and developed a Master Planning and Programming Report. Several options were discussed and the selected Master Plan option and the proposed tenant improvements to the Heiser site are the most practical and least expensive option. The completion of improvements will enable the City to move the George Long operations to the Heiser site. The current George Long building lacks sufficient spacing for routine maintenance and is also the most seismically deficient City building. The new site will be much safer for our employees and provides more space, therefore increasing operation efficiency. In addition, some of the equipment from Minkler Shops can also be moved to Heiser, allowing more space at Minkler Shops for maneuverability and productivity. ANALYSIS The findings from the Public Works Shops Master Plan are summarized in the attached PowerPoint presentation. The City took possession of the two Heiser properties in July 2019 and will take possession of the UPS site in 2023. Master Plan Summary • The Master Plan envisions the redevelopment of over 13 acres of land, which will serve the Public Works Department into the future with planned growth through the year 2045. • The Master Plan comprises roughly 66,000 sf of interior program space, roughly 58,000 sf of exterior program space, parking for 285 vehicles, and facilities for 67 employees. • The Public Works Shops First Phase of the Master Plan focuses on relocating the PW Fleet Maintenance and Facilities divisions from George Long Shops to the Heiser property after seismic retrofitting and upgrades. The First Phase will also include moving the Police vehicle evidence storage and spoils from the Longacres site. • The Public Works Final Phase will include the entire buildout of the Heiser and UPS sites. Next Steps Approval of $4.4 million for funding the PW Shops First Phase (to move forward with Heiser improvements) • Demolition of two outbuildings at the Heiser site. Oct/Nov 2019 • Design of seismic retrofitting, and interior and exterior improvements. Upgrades to HVAC, mechanical, electrical, and storm drainage. Nov 2019 — April 2020 • Advertise and award seismic retrofitting and improvements. April 2020 • Project completion. December 2020 37 W:1PW Eng1PROJECTS1A- BG Projects101 Public Safety Plan1PW Shops First PhasedukoMernontes 100419 docx Informational Memo Page 2 A Possession of UPS site in 2023. Staff will return to Council for further direction. FINANCIAL IMPACT Expenditures 2019 Budget Budget Request Land Purchases $ 25,334,123.00 $ 30,000,000.00 Contracts & Demolition 883,221.88 PW Shops First Phase General Fund $ 2,200,000.00 Utilities 2,200,000.00 Total $ 26,217,344.88 $ 30,000,000.00 Budget Balance $ 3,782,655.12 $ 4,400,000.00 SHKS estimates that the PW Shops First Phase's costs will be $5.8 million and soft costs at $2.4 million, for an estimated total project cost of $8.2 million. Project soft costs include design fees, construction management fees, construction contingency, and sales tax. The 2019 CIP's PW Shops budget is $30 million and to date $26,217,344,88 is estimated to be spent, which leaves a balance of $3.783 million. To complete the PW Shops First Phase at an estimated cost of $8.2 million, additional funding of $4.4 million is needed. Both Water and Sewer Utilities appear to have sufficient unreserved fund balance to absorb the additional costs, further analysis is needed to determine if the Surface Water utility can absorb the additional costs within the current rate model. FINANCING PLAN To fund the gap of $2.2 million in the General fund, funds can come from two sources. A transfer of $1 million from the general fund to the arterial street fund is currently budgeted in 2020. Because there is currently a healthy fund balance due to impact fees exceeding budget, the budgeted transfer can be redirected to the PW Shops project fund. Additionally, the 2020 general fund budget has a budgeted surplus of $1.4 million and could be utilized to fund the remaining request of $1.2 million. Staff will walk through the entire financing plan at the meeting on October 8, 2019, RECOMMENDATION Council is being asked to approve project funding of $8.2 million for the Public Works Shops First Phase and allow staff to move forward with the negotiation of the design contract of the Heiser improvements and to consider this item at October 14, 2019 Committee of the Whole. attachments: PW Shops Master Plan PowerPoint Link to PW Shops Master Plan httns://shksarchitects.sharefile,cninjd-cC633ROP59a6467c8 38 W:IPW Eng1PROJECTS1A- BG Projects101 Pubic Safety PlantPW Shops First Phasehttlemorrasturplanupdo*HP 100419 docx TUKWILA PUBLIC WORKS FACILITY SHKSARCHITECTS H I T E C T S 39 TUKWILA PUBLIC WORKS FACILITY: WHATWE HAVE DONE • KICKOFF MEETINGS AND GOALS EXERCISE • SITE VISITS OF EXISTING FACILITIES • 2-3 ROUNDS OF INTERVIEWS • JOB SHADOW OF OPERATIONS • TOURS OF LOCAL PUBLIC WORKS FACILITIES • ALL -HANDS MEETING PRESENTED (2) TEST - TO - FIT OPTIONS • SHARED FINALIZED MASTER PLANNING OPTION AT ALL -HANDS MEETING • III 00 0) bb N CN II 1 PROGRAM NEEDS ASSESSEMNT / GOAL SETTING • II .1 I .1 • I • I MASTER PLAN DEVELOPMENT • STAFF INTERVIEWS • TEAM MEETINGS • SITE VISITS • ALL - HANDS MEETING • PUBLICWORKSTOURS • COUNCIL MEETING CY) o = N O 0 N N • • • NOV DEC JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC 2020 SHKSARCHITECTS 2 TUKWILA PUBLIC WORKS FACILITY: EXISTING PROGRAM MINKLER 64' Street, Water, Sewer, Surface Water o' 32' FLEET MAINTENANCE ADMIN + SHOPS GEORGE LONG Facilities, Fleet Maintenance COVERED STORAGE FLEET PARKING UNCOVERED STORAGE FLEET MAINTENANCE PARKING SPOILS fb STAFF PARKING 50' 100' 0 LONG ACRES Spoils 0' 100' 200' 0 SHKSARCHITECTS 3 41 TUKWILA PUBLIC WORKS FACILITY: CURRENT FACILITIES GEORGE LONG MINKLER SHKSARCHITECTS 4 42 TUKWILA PUBLIC WORKS FACILITY: NEW SITES HEISER HEISER -OPEN SHOPS SER -OPEN SHOPS SHKSARCHITECTS 5 43 TUKWILA PUBLIC WORKS FACILITY: EXISTING VS 2045 PROJECTED PROGRAM AREAS FLEET MAINTENANCE ADMIN + SHOPS STAFF/VISITOR PARKING 10,760 SF 20,195 SF 22,150 SF 41,650 SF 14,050 SF 12,910 SF COVERED FLEET PARKING 3,860 SF 29,310 SF DECANT + BRINE WASH RACK SPOILS BULK BINS COVERED STORAGE UNCOVERED STORAGE POLICE IMPOUND SHKSARCHITECTS 0 SF 4,750 SF 0 SF 1,900 SF 13,260 SF 15,600 SF 3,500 SF 6,000 SF 3,620 SF 5,300 SF 12,630 SF 14,000 SF 6,250 SF 6,250 SF EXISTING NEW REGIONAL PUBLIC WORKS PROGRAM SIZES 300 - 600 SQUARE FEET PER PERSON* TUKWILA PUBLIC WORKS PROGRAM 560 SQUARE FEET PER PERSON *RANGE OF PROGRAM SIZES DUE TO VARYING PROGRAM REQUIREMENTS 6 TUKWILA PUBLIC WORKS FACILITY: GUIDING PRINCIPLES FROM GOAL SETTING SAFE The facility provides a safe environment for workers and visitors and improves employee health and wellness. FUNCTIONAL The facility housesa collaborative Public Works Department with the capacity and flexibility to support the operations of tomorrow efficiently and effectively. FORWARD LOOKING The facility conveys the Department's values to its customers and employees. It supports a long-term investment strategy to raise existing facility standards and plans for technological advancements that improve service to the public. STEWARDS OF THE ENVIRONMENT The facility will exemplify environmental and regulatory standards for a sustainable future. It promotes human and environmental health. SHKSARCHITECTS 7 TUKWILA PUBLIC WORKS FACILITY: MASTER PLAN / / / / SOUTH 112TH ST UNCOVORD STOR-A►G PROPERTY LINE PROPOSED WETLAND BY KING"OUNTY ADMIN +VISITOR PARKING PROGRAM LEGEND U ADMIN + SHOPS • FLEET MAINTENANCE FLEET MAINTENANCE PARKING INTERIOR FLEET PARKING COVERED FLEET PARKING UNCOVERED FLEET PARKING DECANT + BRINE SPOILS ▪ COVERED STORAGE BULK BINS UNCOVERED STORAGE ESTIMATED COSTS CONSTRUCTION COSTS: S53,000,00 SOFT COSTS: S21 ,200,000 TOTAL PROJECT COST: S74,200,000 SHKSARCHITECTS 8 TUKWILA PUBLIC WORKS FACILITY: NEXT STEPS TENANT IMPROVEMENTAND SPOILS STORAGE SOUTH 112TH ST L HEISER BUILDING PROPERTY LINE POLICE IMPOUND UNCOVERED STORAGE UNCOVER°ED STORAG N r dommb SITE VEHICLE ACCESS BUILDING VEHICLE ACCESS STAFF PARKING FLEET PARKING SPOILS UNCOVERED STORAGE FLEET MAINTENANCE PARKING SITE REGRADING SECURITY FENCING SHKSARCHITECTS 9 TUKWILA PUBLIC WORKS FACILITY:TENANT IMPROVEMENT TEST -TO -FIT VEHICLE ACCESS FLEET MAINTENANCE OFFICE + SUPPORT FACILITIES SHOPS FACILITIES STORAGE SPOILS/ORGANICS FLEX/OVERNIGHT PARKING SHKSARCHITECTS TUKWILA PUBLIC WORKS FACILITY: NEXT STEPS EXAMPLES OF COMPLETED FACILITIES OFFICE SPACE LOCKER ROOM SHKSARCHITECTS 49 TUKWILA PUBLIC WORKS FACILITY: NEXT STEPS COST SUMMARY ESTIMATED CONSTRUCTION COST - $5,800,000 ESTIMATED SOFT COSTS - $2,400,000 THESE COSTS ARE TYPICALLY PAID FOR BY THE OWNER AND ARE IN ADDITION TO THE CONTRACTOR'S COSTS. THESE COSTS INCLUDE: • A/E FEES- ARCHITECT AND CONSULTANTS UNDER THE ARCHITECT'S CONTRACT. (11.5%) • ENGINEERING FEES AND STUDIES - OTHER PROJECT SPECIFIC CONSULTANTS NOT UNDER THE ARCHITECT'S CONTRACT (EX: ENVIRONMENTAL IMPACT, GEOTECH, SURVEY, LOCATION WORK, ETC). (35%) • PERMITS AND FEES- INCLUDES MUP, BUILDING PERMITS, FIRE DEPARTMENT REVIEW, ETC. (2%) • COMMISSIONING- THIRD PARTY SYSTEM COMMISSIONING. (1%) • WA STATE SALES TAX. (1O%) • FURNITURE, FIXTURES AND EQUIPMENT ALLOWANCE. (1.5%) • OWNER'S CONTINGENCY. (1O%) ESTIMATED TOTAL PROJECT COST - $8,200,000 NOTE: CONSTRUCTION COSTS AND SOFT COSTS WILL BE MORE ACCURATE ONCE DESIGN PROGRESSES SHKSARCHITECTS P TUKWILA PUBLIC WORKS FACILITY QUESTIONS? SHKSARCHITECTS