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