HomeMy WebLinkAboutTIC 2021-02-08 COMPLETE AGENDA PACKET
The City of Tukwila strives to accommodate individuals with disabilities.
Please contact the Public Works Department at 206-433-0179 for assistance.
AGENDA
MONDAY, FEBRUARY 8, 2021 – 5:30 PM
Virtual Meeting - Members of the public may listen by dialing 1-253-292-9750 and entering conference ID 832324833#
Click here to join the meeting
6300 BUILDING, SUITE 100)
Next Scheduled Meeting: Monday, February 22, 2021
City of Tukwila
Transportation and
Infrastructure Services
Committee
❖ Verna Seal, Chair
❖ De’Sean Quinn
❖ Thomas McLeod
Distribution:
V. Seal
D. Quinn
T. McLeod
K. Kruller
L. Humphrey
H. Ponnekanti
G. Labanara
B. Still (email)
City Attorney (email)
A. Youn
Clerk File Copy
Place pkt pdf on SharePoint:
Z Trans & Infra Agendas
email cover to: F. Ayala,
A. Le, C. O’Flaherty, A.
Youn, B. Saxton, S. Norris,
L. Humphrey
Item Recommended Action Page
1. PRESENTATIONS
2. BUSINESS AGENDA
a) Sewer Lift Stations No. 2, 4, & 12
Design and Construction Mgmt Ag (Adib Altallal)
a) Forward to 2/22/21 Special
Consent Agenda
Pg. 1
b) Fleet Purchase Replacement Vactor Unit 2326
(Hari Ponnekanti & Garron Herdt)
b) Forward to 02/22/21 Special
Consent Agenda
Pg. 21
c) 2021 - 2022 King County Solid Waste Recycling
Grant Acceptance (Nancy Eklund) c) Forward to 02/22/21 Special
Consent Agenda
Pg. 49
d) Transportation & Infrastructure Service Committee
Work Plan (Hari Ponnekanti)
d) Discussion only Pg. 73
3. MISCELLANEOUS
Future Agendas:
• PW Fleet & Facilities Bid
Award
• MWPAAC Resolution
https://tukwilawa.sharepoint.com/sites/publicworks/engineering/PW Drop Box/01 TIC Agenda/2021 Agenda Items/TIC 02 -08-21/1. Sewer Lift Stations 2, 4 & 12 Design+CM/1. Info Memo 2021 Agreement LS2-4-12.docx
INFORMATIONAL MEMORANDUM
TO: Transportation & Infrastructure Committee
FROM: Hari Ponnekanti, Public Works Director
BY: Adib Altallal, Utilities Engineer
CC Mayor Allan Ekberg
DATE: February 5, 2021
SUBJECT: Sewer Lift Stations No. 2, 4, and 12
Project Nos. 90440205, 91640202
Design and Construction Management Agreement
ISSUE
Approve design and construction management agreement with PACE Engineers for the Sewer Lift
Station No. 2 Upgrades, Sewer Lift Station No. 4 Electrical Upgrades, and Sewer Lift Station No. 12
Wet Well Remediation projects.
BACKGROUND
The aging electrical and physical assets of Sewer Lift Stations No. 2, 4, and 12 prompted for
investigative work in 2016 and the subsequent hiring of PACE as the consultant engineer to design the
various upgrades necessary to provide a safe and functioning system. Additionally, in January 2021
during a routine repair of the Sewer Lift Station 2 force main, a sizeable crack was discovered along the
entire force main connecting the sewer lift station to the manhole.
DISCUSSION
PACE was the primary design consultant on these projects and are well suited to perform the rest of
the design and subsequent construction management services as required by the City.
FINANCIAL IMPACT
The PACE consultant contract is proposed in the amount of $71,410.00. The funds required to
complete the construction management services will be from the 2021 Sewer budget for the Sewer Lift
Station No. 2 Retrofit, Sewer Lift Station No. 4 Electrical Upgrades, and Sewer Lift Station No. 12 Wet
Well Repair.
Contract 2021 Budget
PACE Contract $71,410.00 $150,000.00
RECOMMENDATION
Council is being asked to approve the design and construction management agreement with PACE
Engineers in the amount of $71,410.00 for the Sewer Lift Station No. 2 Retrofit, Sewer Lift Station No. 4
Electrical Upgrades, and Sewer Lift Station No. 12 Wet Well Remediation projects and to consider this
item on the Consent Agenda at the February 22, 2021 Special Meeting.
Attachments: 2021 CIP Pages 68, 71, 72
Pace Engineers Agreement, scope of work, & fee
Sewer Lift Station Drawings
1
2
3
4
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional services)
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as “the City ”, and PACE Engineers, hereinafter referred to as “the Consultant”, in
consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform design and
construction m anagement services in c onnection with the projects titled Sewer Lift Station 2
Retrofit, Sewer Lift Station 4 Electrical Upgrades, and Sewer Lift Station 12 Wet Well Repair.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit s
“A” attached hereto, inc luding the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2021, unless
sooner terminated under the provisions hereinafter specified. Work under this Agreement
shall commence upon written notice by the City to the Consultant to proceed. The
Consultant shall perform all services and provide all work product required pursuant to this
Agreement no later than December 31, 2021 unless an extension of such time is granted in
writing by the City.
4. Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit s
“B” attac hed hereto, provided that the total amount of payment to the Consultant shall
not exceed $71,410.00 without express written modification of the Agreement signed by
the City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be
made to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will
be made promptly upon its ascertainment and verification by the City after the
completion of the work under this Agreement and its acceptance by the City.
D. Payment as provided in this sec tion shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary
to complete the work.
E. The Consultant’s records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
5
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they a re made is
ex ecuted or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant’s endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and loc al laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement , except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to pers ons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant ’s liability
hereunder shall be only to the extent of the Consultant ’s negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the
Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the
purposes of this indemnification. This waiver has been mutually negotiated by the parties.
The provisions of this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims f or injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant’s maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City’s recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non-owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a
substitute form providing equivalent liability coverage. If necessary, the policy
shall be endorsed to provide contractual liability coverage.
2. Commercial G eneral Liability insurance with limits no less than $2,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall
cover liability arising f rom premises, operations, stop-gap independent contractors
and personal injury and advertising injury. The City shall be named as an
additional insured under the Consultant’s Commercial General Liability insurance
policy with respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO endorsement form CG 20 26.
3. Workers’ Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
6
4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant’s profession.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the Public Entity shall be insured for
the full available limits of Commercial General and Excess or Umbrella liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract or whether any certificate of
insurance furnished to the Public Entity evidences limits of liability lower than those
maintained by the Contractor.
C. Other Insurance Provision. The Consultant’s Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be prim ary insurance with respect to the City. Any Insurance, self -insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant’s
insurance and shall not be contributed or combined with it.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
E. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Contractor
before commencement of the work. Upon request by the City, the Consultant shall
furnish certified copies of all required insurance policies, including endorsements,
required in this Agreement and evidence of all subcontractors’ coverage.
F. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of t heir receipt of such notice.
G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
imm ediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds
due the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing t o the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, an y
fee, comm ission, percentage, brokerage fee, gifts, or any other consideration contingent
upon or resulting from the award or making of this contract. For breach or violation of this
warrant, the City shall have the right to annul this contract without l iability, or in its discretion
to deduct from the contract price or consideration, or otherwise recover, the full am ount of
such fee, commission, percentage, brokerage fee, gift, or contingent fee.
7
11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this
Agreement, will not discriminate on the gr ounds of race, religion, creed, color, national origin,
age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation,
the presence of any disability , or any other protected class status under state or federal law,
in the selection and retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non-Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the projec t, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney’s Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in
any such action shall be entitled to its attorney’s fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is dec lared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive termination
of this Agreement.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
Ken Nilsen, P.E.
11255 Kirk land Way #300
Kirkland, WA 98033
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
8
DATED this _________ day of ____________________________, 20_____.
CITY OF TUKWILA CONSULTANT
____________________________________ By: ___________________________________
Allan Ekberg, Mayor
Printed Name:
Title: __________________________________
Attest/Authenticated: Approved as to Form:
_________________________ ______________________________________
City Clerk, Christy O’Flaherty Office of the C ity Attorney
9
Engineers | Planners | Surveyors
PACE Engineers, Inc.
11255 Kirkland Way | Suite 300
Kirkland, Washington 98033-6715
p 425.827.2014 | f 425.827.5043
www.paceengrs.com
November 3, 2020
Mr. Adib Altallal
Public Works
City of Tukwila
6300 Southcenter Blvd
Tukwila, Washington 98188
Subject: Lift Station Retofit Projects (LS’s #2, #4 and #12)
Proposal for Construction Support Services - Revised
Dear Adib:
PACE Engineers, Inc., appreciates the opportunity to submit this proposal for providing construction
administration support for the Lift Stations Retofit (LS #2, #4 and #12) Project.
It is our understanding that the City will be providing the inspection and construction management for
this project but would like support from the PACE team for specific items associated with the
construction and pump station start-up. Follett Engineers, the electrical consultant on this project, will
be supporting PACE in this effort along with QCIC which will provide coating inspection. Based on our
understanding, our proposed scope of work is as follows:
Scope of Work – Construction Support Services
1. Attend the pre-construction conference.
2. Review material submittals for compliance with the contract documents for all three lift stations
with Follet Engineers coordinating all the electrical submittals.
3. Respond to RFIs and contractor questions for all three lift stations with Follet Engineers
coordinating all the electrical RFI’s and Systems Interface (under separate contract with the
City) providing additional support on LS #4 as needed.
4. Prepare change orders as necessary, including all documentation and coordination with the
contractor.
5. Attend the pump station start-up and testing for LS #2 and LS #4 (LS #12 does not require
start-up).
6. Final walk through and punch list for all three lift stations with Follet Engineers coordinating all
the electrical submittals.
7. Provide inspection of the coating for LS #12 wetwell rehab. QCIC has budgeted 3-site visits for
this process.
Fee Estimate
We propose to provide the services listed above on a time-and-expense basis for a fee of $48,412. The
breakdown for the above fee is shown on the attached budget worksheets. This amount is not to be
exceeded without prior authorization for revised or additional scope of services. If the City would like
the PACE team to provide inspection or other construction support services, we would be happy to
10
November 3, 2020 Engineers | Planners | Surveyors
Mr. Adib Altallal
City of Tukwila
Page 2 of 2 www.paceengrs.com
P:\P13\13497.00 City of Tukwila Sewer Lift Station No.2\CONSTRUCTION MANAGEMENT\PROPOSAL\Proposal for LS Retrofits CM Services_110220.docx
include those additional services.
Again, we are pleased to submit this scope of work to accomplish the above tasks for the Lift Station
Retrofit Projects. Please do not hesitate to contact me at 425.827.2014 or kenn@paceengrs.com if you
have any comments or questions.
Sincerely,
PACE Engineers, Inc.
Kenneth H. Nilsen, P.E.
Vice President
Attachment
11
EXHIBIT A
SCOPE OF SERVICES
LS #2 REVIONS INCL. NEW FORCEMAIN , LS #4 and LS #12 Bid Documents
Project Understanding
The existing sanitary sewer Lift Station No. 2 located at the southwest corner of Andover Park
West and Minkler Boulevard is a critical infrastructure serving the area south of Minkler
Boulevard from I-5 on the west to the Green River and City limits on the east. The forcemain
leaving Lift Station No. 2 recently experienced a break requiring emergency repairs. City staff
would like to replace this existing forcemain with a new line that is sized for the future build out
flows and to straighten the alignment within the road section.
The PACE team had previously prepared a combined set of construction documents for LS #2,
LS #4 and LS #12. It is the City’s desire to split out LS #4 and LS#12 into a separate set of
construction documents and also create a new set of construc tion documents for LS #2
including the proposed forcemain improvements with Andover Park West. This attached scope
of work and budget plan provides for:
• Creating a separate set of construction plans and specs for LS #4 and LS #12. This
includes both civil and electrical work
• Creating a new set of construction plans and specs for LS #2, including the previously
designed civil and electrical improvements along with the new forcemain design within
Andover Park West.
•
Scope of Services
This proposal includes necessary civil and electrical services necessary to bring these projects
to construction this winter. PACE will be the prime consultant for the entire Scope of Work and
will oversee and administer this Scope of Work. PACE will complete all civil engineering
services in-house. PACE will subcontract with Follett Engineering for the electrical engineering
portion of the project.
We anticipate starting this work immediately. The estimated cost for this work is approximately
$23,000 - (see Exhibit B). The budget is based on our 2021 Municipal Rates.
12
SCOPE OF WORK
Task 1 – Project Management/Coordination/Meetings
PACE will prov ide project administration and coordination of the project. The following items
are included in this task:
• Attend coordination meetings with the City as required. For budgetary purposes we
are budgeting one review meeting with the City.
• Coordination with subconsultant (Follett Engineering).
• In-house project administration, scheduling, and direction of design team staff.
• Quality Assurance review of all plans and documents.
Task 2 – Construction Document Update
The PACE Team will update the plans and specifications to produce new bid ready sets of bid
documents with the anticipation of going to bid the winter. Specific items are as follows:
• Update the Project Manual (specifications) specific to LS #2 improvements including the
new forcemain.
• Update the Project manual for a combined project including both LS #4 and LS #12.
• Update the civil and electrical plans set specific to LS #2 including the new forcemain.
• PACE will also confirm the hydraulics of the new forcemain to verify the size iof the new
main (it is anticipated that an 18 -inch forcemain is sufficient) including the determination
if there is sufficient size within the drywell to upsize the existing and proposed pipes and
fittings. If there is insufficient room within the drywell, the upsizing would occur outside of
the lift station.
• Update the civil and electrical plans set specific to the combined project including LS #4
and LS #12 as previously designed.
• Provide updated anticipated construction cost estimates for each project.
13
PA
C
E
E
n
g
i
n
e
e
r
s
Pr
o
j
e
c
t
B
u
d
g
e
t
W
o
r
k
s
h
e
e
t
-
2
0
2
0
M
u
n
i
c
i
p
a
l
R
a
t
e
s
Pr
o
j
e
c
t
N
a
m
e
Lo
c
a
t
i
o
n
:
Prepared By:
Pr
o
j
e
c
t
#
:
Bi
l
l
i
n
g
G
r
o
u
p
#
:
Ta
s
k
#
:
Date:
La
b
o
r
H
o
u
r
s
b
y
C
l
a
s
s
i
f
i
c
a
t
i
o
n
St
a
f
f
T
y
p
e
#
(
S
e
e
L
a
b
o
r
R
a
t
e
s
T
a
b
l
e
)
La
b
o
r
Co
d
e
1
14
7
5
1
1
8
St
a
f
f
T
y
p
e
H
o
u
r
l
y
R
a
t
e
$2
3
6
$
1
6
7
$
1
1
8
$
1
1
8
Dr
a
w
i
n
g
/
T
a
s
k
T
i
t
l
e
Jo
b
Ti
t
l
e
Se
n
i
o
r
Pr
i
n
c
i
p
a
l
En
g
i
n
e
e
r
Pr
o
j
e
c
t
En
g
i
n
e
e
r
C
A
D
T
e
c
h
I
I
Sr
.
P
r
o
j
e
c
t
Ad
m
i
n
i
s
t
r
a
t
o
r
Hour Total
a
b
c
d
e
f
g
h
i
j
k l m
CM
S
U
P
P
O
R
T
Ta
s
k
5
-
C
M
S
u
p
p
o
r
t
L
S
'
s
15
6
8
6
2
91
Pr
e
c
o
n
(
o
n
e
m
e
e
t
i
n
g
a
l
l
3
L
S
'
s
)
6
6.0
Su
b
m
i
t
t
a
l
R
e
v
i
e
w
s
(
a
l
l
3
L
S
'
s
-
e
l
e
c
t
r
i
c
a
l
t
o
V
i
n
c
e
)
4
16
20.0
RF
I
'
s
(
a
l
l
3
L
S
'
s
-
e
l
e
c
t
r
i
c
a
l
t
o
V
i
n
c
e
)
2
1
2
14.0
Pu
m
p
S
t
a
t
i
o
n
S
t
a
r
t
-
u
p
(
#
2
o
n
l
y
-
V
i
n
c
e
o
n
l
y
#
4
a
n
d
#
1
2
n
o
t
n
e
e
d
e
d
)
2
6
8.0
Pu
n
c
h
L
i
s
t
a
n
d
F
i
n
a
l
w
a
l
k
t
h
r
o
u
g
h
(
a
l
l
3
L
S
'
s
)
2
12
14.0
Ad
d
e
n
d
u
m
s
(
a
l
l
3
L
S
'
s
)
1
8
4
2
15.0
Mi
s
c
I
t
e
m
s
4
8
2
14.0
Ho
u
r
s
T
o
t
a
l
15
.
0
6
8
.
0
6
.
0
2
.
0
91.0
La
b
o
r
T
o
t
a
l
$3
,
5
4
0
$
1
1
,
3
5
6
$
7
0
8
$
2
3
6
$15,840.00
Ex
p
e
n
s
e
s
Re
i
m
b
u
r
s
a
b
l
e
Su
b
c
o
n
s
u
l
t
a
n
t
s
ra
t
e
/
u
n
i
t
Q
u
a
n
t
i
t
y
C
o
s
t
El
e
c
t
r
i
c
a
l
L
S
#
2
C
M
$1
2
,
2
7
4
Po
s
t
a
g
e
/
C
o
u
r
i
e
r
El
e
c
t
r
o
c
a
l
L
S
#
4
C
M
$1
2
,
2
7
4
Pl
o
t
t
e
r
Co
a
t
i
n
g
I
n
s
p
e
c
t
i
o
n
L
S
#
1
2
$3
,
5
0
0
PACE Billed Labor Total
$
1
5
,
8
4
0
.
0
0
Ph
o
t
o
/
V
i
d
e
o
Reimbursable Expenses
$
3
1
6
.
8
0
Mi
l
e
a
g
e
/
T
r
a
v
e
l
/
P
e
r
D
i
e
m
Subconsultants
$
3
2
,
2
5
5
.
2
0
Mi
s
c
e
l
l
a
n
e
o
u
s
Su
b
c
o
n
s
u
l
t
a
n
t
S
u
b
t
o
t
a
l
28
,
0
4
8
.
0
0
Total Project Budget $48,412.00
Te
c
h
n
o
l
o
g
y
F
e
e
(
2
%
o
f
l
a
b
o
r
)
$3
1
6
.
8
0
Ma
r
k
u
p
15
%
To
t
a
l
$3
1
6
.
8
0
$3
2
,
2
5
5
.
2
0
To
t
a
l
Tu
k
w
i
l
a
L
S
'
s
Tu
k
w
i
l
a
KHN 11/2/2020
Fi
l
e
:
T
u
k
w
i
l
a
L
S
'
s
_
C
M
_
1
1
0
3
2
0
,
F
e
e
W
o
r
k
s
h
e
e
t
Pa
g
e
1
o
f
1
Printed: 11/4/2020, 9:54 AM 14
PACE Engineers
Project Name Location:Prepared By:
Project #:Billing Group #:Task #:Date:
Labor Hours by Classification
Staff Type # (See Labor Rates Table)
Labor
Code 1 14 74 118
Staff Type Hourly Rate $240 $170 $132 $120
Drawing/Task Title
Job
Title
Senior Principal
Engineer
Project
Engineer CAD Tech III
Sr. Project
Administrator
Hour
Total
Dollar
Totalabcdefghijklmn
Task 1 - Project Management 8 8.0 $1,920
Task 2 -Revisions to Plans Civil and electrical
Civil Plans 4 36 24 64.0 $10,248
Electrical Plans 2 2 4.0 $820
Specifications 2 4 16 22.0 $3,080
QA 4 4 2 10.0 $1,880
Hours Total 20.0 46.0 24.0 18.0 108.0
Labor Total $4,800 $7,820 $3,168 $2,160 $17,948.00
Expenses Reimbursable Subconsultants
rate/unit Quantity Cost Utility Locate
Postage/Courier Mechanical Engineer
Plotter Electrical Engineer $4,000 PACE Billed Labor Total
Photo/Video Geotechnical Engineer Reimbursable Expenses
Mileage/Travel/Per Diem I & C Engineer Subconsultants
Miscellaneous Subconsultant Subtotal 4,000.00 Total Project Budget
Technology Fee (2% of labor)$450.00 Markup 15%
$450.00 $4,600.00
Project Budget Worksheet - 2021 Washington EOR Rates
$17,948.00
$450.00
$4,600.00
$22,998.00
Total
LS #2 Revisons Incl New Foremain Tukwila KN
1/22/2021
Total
File: 7. LS2 Additional Design & CM, Fee Worksheet Page 1 of 1 Printed: 2/3/2021, 2:59 PM
15
PACE Engineers, Inc.2021 Washington
Billing Rate Table =Engineer of Record Rates
Staff Type ST#Billing Rate
Senior Principal Engineer 1 $240.00
Senior Principal Planner 2 $240.00
Principal Engineer 10 $222.00
Sr. Project Manager 11 $205.00
Project Manager 12 $190.00
Sr. Project Engineer 13 $180.00
Project Engineer 14 $170.00
Sr. Engineer 15 $158.00
Engineer II 16 $132.00
Engineer I 17 $120.00
Jr. Engineer 18 $109.00
Sr. Structural Engineer 19 $180.00
Sr. Project Designer 20 $180.00
Project Designer II 21 $170.00
Project Designer I 22 $158.00
Project Designer 23 $144.00
Designer II 24 $120.00
Designer I 25 $109.00
Designer III 26 $132.00
Designer 27 $92.00
IT Manager 28 $180.00
Principal Planner 30 $222.00
Sr. Project Planner 31 $180.00
Project Planner 32 $170.00
Sr. Planner 33 $158.00
Planner III 34 $144.00
Planner II 35 $132.00
Planner I 36 $120.00
Jr. Planner 37 $92.00
Planner 38 $109.00
Intern 39 $74.00
Sr. Principal Surveyor 40 $205.00
Principal Surveyor 41 $190.00
Survey Project Manager 43 $180.00
Sr. Project Surveyor 44 $170.00
Sr. Survey Tech 45 $144.00
Project Surveyor 46 $158.00
Survey Tech II 48 $92.00
Survey Tech I 49 $74.00
Survey Tech IV 51 $120.00
Two-Person Crew 58 $205.00
Sr. Two-Person Crew 59 $222.00
GIS Analyst III 62 $144.00
GIS Analyst II 63 $132.00
GIS Analyst I 64 $120.00
GIS Tech 65 $109.00
Sr. Project GIS Analyst 66 $170.00
Sr. GIS Analyst 67 $158.00
Engineer III 68 $144.00
File: 7. LS2 Additional Design & CM, Labor Rates Page 1 of 2 Printed 2/3/2021, 2:59 PM
16
PACE Engineers, Inc.2021 Washington
Billing Rate Table =Engineer of Record Rates
Staff Type ST#Billing Rate
Survey Tech III 69 $109.00
CAD Manager 70 $158.00
Sr. CAD Tech 71 $144.00
CAD Tech 72 $92.00
Project CAD Tech 73 $158.00
CAD Tech III 74 $132.00
CAD Tech II 75 $120.00
CAD Tech I 76 $109.00
Jr. CAD Tech 77 $74.00
Sr. Project Inspector 80 $158.00
Sr. Inspector 81 $144.00
Inspector III 82 $132.00
Inspector II 83 $120.00
Inspector I 84 $109.00
Inspector 85 $92.00
Jr. Inspector 86 $74.00
Engineer Tech 87 $74.00
Engineer Tech I 88 $92.00
Planning Project Manager 89 $190.00
Project Administrator 91 $109.00
Sr. Office Tech 92 $92.00
Office Tech III 93 $74.00
Office Tech II 94 $63.00
Office Tech I 95 $49.00
File: 7. LS2 Additional Design & CM, Labor Rates Page 2 of 2 Printed 2/3/2021, 2:59 PM
17
18
19
20
https://tukwilawa.sharepoint.com/sites/publicworks/engineering/PW Drop Box/01 TIC Agenda/2021 Agenda Items/TIC 02 -08-21/2. Vactor Replacement/2326 Info Memo.docx
TO: Transportation & Infrastructure Committee
FROM: Hari Ponnekanti, Public Works Director
BY: Garron Herdt, Fleet Superintendent
CC: Mayor Allan Ekberg
DATE: February 5, 2021
SUBJECT: Fleet Purchase Replacement
Surface Water Vactor Unit 2326
ISSUE
Approve the purchase of the replacement Vactor truck that was included in the 2019/2020 Budget
and inadvertently left out of the 2021/2022 Budget as a carryover item.
BACKGROUND
The 2009 Vactor Unit 2311 used solely by the Surface Water Department was scheduled for
replacement in 2020. Factors such as Fleet staffing, department and vendor specifications,
meeting availability, and COVID-19 ramifications caused significant delay to the purchasing
process. The replacement Vactor was not purchased as budgeted in 2020. During the 2021/2022
budget process, this approved expenditure was inadvertently not included in the 2021 carryover
notice to Finance.
ANALYSIS
The 2009 Vactor Unit 2311 has reached its 10-year replacement period and costs for repair are
increasing. The unit should be replaced for continued timely and efficient maintenance. Funds
were allocated for in the 2019-2020 Budget and an amendment is being requested in order to
purchase the replacement in 2021.
FISCAL IMPACT
The Fleet Replacement Program allotted $593,000 in the 501-fund balance for the replacement of
Vactor Unit 2311 with a new Vactor Unit 2326. The 2019/2020 Biennial Budget had $600,000
budgeted. The current cost of the final version of the Surface Water Vactor truck is $540,500.
RECOMMENDATION
Council is being asked to approve the purchase of Vactor Unit 2326 for $540,500 using 501 Fleet
Replacement funding in the Surface Water fund that will be included in the annual budget
amendment process for 2021/2022 and consider this item on the Consent Agenda at the February
22, 2021 Special Meeting.
Attachments: Proposal Summary
2019/2020 Biennial Budget
Purchase Order
21
2
2
2
3
2
4
2
5
2
6
2
7
2
8
2
9
3
0
3
1
3
2
3
3
3
4
3
5
3
6
3
7
3
8
3
9
4
0
4
1
4
2
4
3
4
4
Unit (s):2326
Vehicle Part # Qty Description Total Item Cost
1 Base vehicle 538,936.97$
UNIT 2311 TRADE IN CREDIT (50,000.00)$
Sales Tax 50,849.44$
State Contract Total 539,786.41$
501.02.594.480.64.00 BASE VEHICLE SUB TOTAL 539,786.41$
Licensing 65.00$
BASE VEHICLE GRAND TOTAL 539,851.41$
1 VHF Radio 400.00$
1 Pair of Wheel Chocks 45.00$
1 FIRE EXTINGUISHER 25.00$
1 FIRST AID KIT 28.00$
1 BBP KIT 16.00$
Graphics 50.00$
OUTFITTING TOTAL 564.00$
In-house Outfitting Labor
539,851.41$
564.00$
600,000.00$
540,415.41$
59,584.59$
540,415.41$
Date:
Date:
Date:
Date:
Budget
NOTE: All items listed are based on proper outfitting of this particular make, model and year of vehicle. All prices are
based on supplier's pricing at time of quote and is subject to change without notice.
Finance Director's Signature:
Department Director's Signature:
Public Works Director's Signature:
CITY ADMINISTRATOR Signature:
2021 SW VACTOR
2019-2020 Biennial Budget Pg 379 Line 24
2021 BUDGET AMENDMENT - TIC COMMITTEE TBD
2021 Freightliner 114SD Vactor 2100i Plus
Cost Summary
Approvals
Base vehicle
Outfitting
Grand Total Capitalization
(Over) / Under Budget
Outfitting Labor
Grand Total
501.02.594.480.64.00
501.01.548.650.34.02
Printed: 1/19/202145
2019 2020
POLICE (a)
1 SGT. SUV 1743 83,000 2026 SGT. SUV
2 PATROL 1732 80,000 2024 PATROL SUV
3 PATROL 1731 80,000 2024 PATROL SUV
4 NEW 80,000 2024 PATROL, SRO (b)
5 EVIDENCE VAN 1204 50,000 2029 EVIDENCE VAN
6 PATROL 1745 80,000 2025 PATROL SUV
7 ADMIN SEDAN 1433 58,000 2028 ADMIN SUV
8 ADMIN SEDAN 1727 58,000 2028 ADMIN SUV
9 DETECTIVE SEDAN 1436 33,000 2030 DETECTIVE SEDAN
10 RADAR TRAILER 1024 12,800 2030 RADAR TRAILER
FIRE (c)
11 TRAINING SUV 1286 55,000 2028 TRAINING PICKUP
12 TRAINING SUV 5587 55,000 2028 TRAINING PICKUP
13 BC VEHICLE 1281 90,000 2028 BC TRUCK
14 RESCUE TRUCK 1353 250,000 2028 RESCUE TRUCK
PW MAINTENANCE SHARED
15 (d)NEW 45,000 2034 MOWER, SPIDER
SEWER
16 STEP VAN 1283 100,000 2040 1 1/2-TON SERVICE TRUCK
STREET
17 3/4-TON PICKUP W/ TANK 1258 35,000 2035 3/4-TON PICKUP W/ TANK
18 1-TON DUMP TRUCK 1318 58,000 2035 1-TON DUMP TRUCK
19 1-TON DUMP TRUCK 1378 58,000 2035 1-TON DUMP TRUCK
20 MOWER, SIDE FLAIL 1410 195,000 2034 MOWER, SIDE FLAIL
21 MOWER, BOOM FLAIL 1416 200,000 2034 MOWER, BOOM FLAIL
22 NEW 80,000 2035 1-TON PICKUP (DE-
ICER/STRIPER)
SURFACE WATER
23 3/4-TON PICKUP 1230 38,000 2039 3/4-TON PICKUP
24 VACTOR 2311 600,000 2030 VACTOR
WATER
25 STEP VAN 1277 100,000 2035 STEP VAN
RECREATION
26 15-PASSENGER VAN 1222 42,000 2029 FORD TRANSIT 12-PASS VAN
27 15-PASSENGER VAN 1233 42,000 2030 FORD TRANSIT 12-PASS VAN
28 1/4-TON PICKUP 1225 38,000 2029 FORD EXPLORER
PARKS
29 3/4-TON PICKUP W/WATER
TANK & LIFT GATE 1242 47,000 2034 FORD F350 CREW CAB 8'
BED W/ RACK
30 MOWER, WIDE AREA
TURBO 1678 42,000 2034 MOWER
31 MOWER, FRONT DECK 1680 22,000 2035 MOWER
NEW & REPLACEMENT PURCHASES IN 2019-2020
PURCHASE YEARUNIT
#
Estimated
Replacemen
t Year
REPLACEMENT
UNITCURRENT UNIT NEW
UNIT #
46
City of Tukwila
6200 Southcenter Blvd, Tukwila, WA 98188-2544
206-433-1800
PURCHASE ORDER
NAME CONTACT OR
SALESPERSON
STREET
ADDRESS
PHONE
NUMBER
CITY/STATE/ZIP EMAIL
ADDRESS
VENDOR INFORMATION
PURCHASE INFORMATION GENERAL LEDGER ACCOUNT PROJECT ACCOUNTING
QUANTITY DESCRIPTION FUND DEPT BASUB ELEMENT OBJ SUB-OBJ PROJECT PHASE TASK SUB-TASK AMOUNT
Subtotal
Sales Tax
TOTAL
NUMBER
DATE
VENDOR
QUOTE DATE
VENDOR
QUOTE DATE
OTHER QUOTES
PURCHASER/
INITIATED BY
DEPARTMENTAL
APPROVAL
EXECUTIVE
APPROVAL
NOTES
APPROVALS
(Required if more than $20,000.00)
The PO number is the three-character department code
and today’s date, in the following format: XXXMMDDYY
XXX = Department Code (FIN, PWM, FIR, POL, etc…)
MM = Month (01, 02, 11, etc…)
DD = Day (01, 21 ,29, 30, etc…)
YY = Year (14, 15, etc…)
Example: For a Fire PO created on June 1, 2014,
the PO number would be: FIR060114
47
48
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Jack Pace, Community Development Director
BY: Nancy Eklund, Senior Planner
CC: Mayor Ekberg
DATE: February 5, 2021
SUBJECT: 2021 - 2022 King County Solid Waste Recycling Grant Acceptance
ISSUE
Council approval is required to authorize the Mayor to sign an Interagency Agreement to receive
$69,717 in grant funding that King County Solid Waste Division has awarded to the Tukwila
Recycling Program.
BACKGROUND
Tukwila has received a Waste Reduction/Recycling (WRR) grant from King County Solid Waste
to support the Recycling Program’s work from January 1, 2021 through December 31, 2022. A
signed agreement is required to receive the funds.
Tukwila’s Recycling Assistance Program operates exclusively through grant funding, without
City of Tukwila General Fund or Utility Fund monies used. Tukwila has received the WRR grant
for several years through a formula based on its population and employment. The WRR grant
provides part of DCD’s budget and is regularly included in the City’s overall budget.
DISCUSSION
Waste Reduction/Recycling Grant (W/RR)
The attached Waste Reduction/Recycling grant from the King County Solid Waste division totals
$69,717 for the 24-month grant period. A portion of the WRR grant funds will be used to
provide the required 25% match for the Coordinated Prevention Grant (CPG) grant from the
Washington Department of Ecology. WRR grant funds are allocated as follows:
• Residential Recycling Collection Events
Funds will be used to support events in Spring 2021 and 2022 (pandemic permitting) to
collect secondary recyclables (i.e., “hard-to-recycle” goods such as i.e., tires, sinks,
furniture, bulky yard debris, etc.) from Tukwila and King County residents.
49
2
• Commercial/Multifamily Recycling
The bulk of the grant will assist Tukwila businesses on-site or through other methods as
they: reduce waste; start or improve recycling programs; purchase recycled products; and
use sustainable business practices. Staff will also work on multifamily properties with
property managers and tenants, focusing on those properties with low recycling rates. We
will also work with City of Tukwila facilities and purchasing. Funding will support consultant
assistance, Department of Community Development staff hours, printed materials such a
resource guide sent to all businesses with their business license renewal, and support
materials such as special collection containers and bags.
• Residential Program – Rain Barrels
The Recycling Program will purchase recycled plastic rain barrels and/or compost and worm
bins and distribute them to residents at reduced cost during the Residential Collection Event
and other City events, such as the Backyard Wildlife Festival.
• Residential Program – Tukwila Community Garage Sale
The Recycling Program will also conduct the annual Tukwila Community Garage Sale to
encourage reuse and recycling among residents, pandemic permitting. Funding will be used
to provide advertising and disseminate information about the event and reuse of goods to
the public.
FINANCIAL IMPACT
None at this time. The WRR Grant does not require matching City funds.
RECOMMENDATION
Forward this item directly to the Special Meeting Consent Agenda of the February 22, 2021,
Committee of the Whole meeting. This action will authorize the Mayor to sign an Interagency
Agreement with the King County Solid Waste Division and accept grant funding for Tukwila’s
Recycling Assistance Program through December 31, 2022.
Attachment A:
• Interagency Agreement for 2021 and 2022 between King County and the City of Tukwila
50
1
CPA # 6203573
INTERAGENCY AGREEMENT FOR 2021 and 2022
Between
KING COUNTY and the CITY OF TUKWILA
This two-year Interagency Agreement “Agreement” is executed between King County, a Charter County
and political subdivision of the State of Washington, and the City of Tukwila, a municipal corporation of
the State of Washington, hereinafter referred to as "County" and "City" respectively. Collectively, the
County and City will be referred to as “Party” or “Parties.”
PREAMBLE
King County and the City of Tukwila adopted the 2019 King County Comprehensive Solid Waste
Management Plan (Comp Plan), which includes waste reduction and recycling goals. In order to help
meet these goals, the King County Solid Waste Division has established a waste reduction and recycling
grant program for the cities that operate under the Comp Plan . This program provides funding to further
the development and/or enhancement of local waste reduction and recycling projects and for broader
resource conservation projects that integrate with waste reduction and recycling programs and services.
This grant program does not fund household hazardous waste collection activities. Program eligibility
and grant administration terms are discussed in the Grant Guidelines, attached to this Agreement as
Exhibit B and incorporated herein by reference. Grant funding for this program is subject to the budget
approval process of the King County Council.
Grant funding approved by the King County Council is available to all King County cities that operate
under the Comp Plan. The City will spend its grant funds to fulfill the terms and conditions set forth in
the scope of work, which is attached hereto as Exhibit A and incorporated herein by reference. The
County expects that any information and/or experience gained through the grant program by the City will
be shared with the County and other King County cities.
I. PURPOSE
The purpose of this Agreement is to define the terms and conditions for funding to be provided to the
City by the County for waste reduction and recycling programs and/or services as outlined in the scope of
work and budget attached as Exhibit A.
51
2
II. RESPONSIBILITIES OF THE PARTIES
The responsibilities of the Parties to this Agreement shall be as follows:
A. The City
1. Funds provided to the City by the County pursuant to this Agreement shall be used to provide
waste reduction and recycling programs and/or services as outlined in Exhibit A. The total
amount of funds available from this grant in 2021 and 2022 shall not exceed $69,717.
2. This Agreement provides for distribution of 2021 and 2022 grant funds to the City. However,
grant funds are not available until January 1, 2021.
3. During this two-year grant program, the City will submit a minimum of two (2), but no more than
eight (8), progress reports to the County in a form determined by the County. Reports must be
signed by a City official. These reports will include:
a. a description of each activity accomplished pertaining to the scope of work; and
b. reimbursement requests with both a Budget Summary Report Form, which is attached
hereto as Exhibit D and incorporated herein by reference, and an Expense Summary Form,
which is attached hereto as Exhibit E and incorporated herein by reference, unless the City
has a spreadsheet similar to the Expense Summary Form already in use, in which case the
City is free to use that spreadsheet instead of the Expense Summary Form. The City will
submit the form or similar spreadsheet and not submit backup documentation for grant
expenses. If backup documentation is submitted, SWD will not retain it. The City shall
maintain this documentation in its records.
If the City chooses to submit up to the maximum of eight (8) progress reports and requests for
reimbursement during the two-year grant program, they shall be due to the County on the last day
of the month following the end of each quarter (April 30, July 31, October 31, January 31), except
for the final progress report and request for reimbursement, which shall be due by March 17,
2023.
If the City chooses to submit the minimum of two progress reports and requests for
reimbursement during the two-year grant program, they shall be due to the County by March 18,
2022 and March 17, 2023.
Regardless of the number of progress reports the City chooses to submit, in order to secure
reimbursement, the City must provide in writing to the County by the 5th working day of January
2022 and January 2023, the dollar amount of outstanding expenditures for which the City has not
yet submitted a reimbursement request.
52
3
4. If the City accepts funding through this grant program for the provision of waste reduction and
recycling programs and projects for other incorporated areas of King County, the City shall
explain the relationship with the affected adjacent city or cities that allows for acceptance of this
funding and the specifics of the proposed programs and projects within the scope of work
document related thereto.
5. The City shall be responsible for following all applicable Federal, state, and local laws,
ordinances, rules, and regulations in the performance of work described herein. The City assures
that its procedures are consistent with laws relating to public contract bidding procedures, and the
County neither incurs nor assumes any responsibility for the City’s bid, award, or contracting
process.
6. During the performance of this Agreement, neither the City nor any Party subcontracting under
the authority of this Agreement shall discriminate on the basis of race, color, sex, religion,
nationality, creed, marital status, sexual orientation, age, or presence of any sensory, mental, or
physical handicap in the employment or application for employment or in the administration or
delivery of or access to services or any other benefits under this Agreement as defined by King
County Code, Chapter 12.16.
7. During the performance of this Agreement, neither the City nor any Party subcontracting under
the authority of this Agreement shall engage in unfair employment practices as defined by King
County Code, Chapter 12.18. The City shall comply fully with all applicable federal, state, and
local laws, ordinances, executive orders and regulations that prohibit such discrimination. These
laws include, but are not limited to, RCW Chapter 49.60 and Titles VI and VII of the Civil Rights
Act of 1964.
8. The City shall use recycled paper for the production of all printed and photocopied documents
related to the fulfillment of this Agreement. The City shall use both sides of paper sheets for
copying and printing and shall use recycled/recyclable products wherever practical.
9. The City shall maintain accounts and records, including personnel, financial, and programmatic
records, and other such records as may be deemed necessary by the County, to ensure proper
accounting for all project funds and compliance with this Agreement. All such records shall
sufficiently and properly reflect all direct and indirect costs of any nature expended and service
provided in the performance of this Agreement.
These records shall be maintained for a period of six (6) years after termination hereof unless
permission to destroy them is granted by the Office of the State Archivist in accordance with
RCW Chapter 40.14. These accounts shall be subject to inspection, review, or audit by the
County and/or by federal or state officials as so authorized by law.
10. The City shall maintain a record of the use of any equipment that costs more than $1,000 and is
purchased with grant funds from King County for a total period of three (3) years. The records
shall be compiled into a yearly evaluation report, a copy of which shall be submitted to King
County by March 31 of each year through the year 2025.
53
4
11. The City agrees to credit King County on all printed materials provided by the County, which the
City is duplicating, for distribution. Either King County’s name and logo must appear on King
County materials (including fact sheets, case studies, etc.), or, at a minimum, the City will credit
King County for artwork or text provided by the County as follows: “artwork provided courtesy
of King County Solid Waste Division” and/or “text provided courtesy of King County Solid
Waste Division.”
12. The City agrees to submit to the County copies of all written materials which it produces and/or
duplicates for local waste reduction and recycling projects which have been funded through the
waste reduction and recycling grant program. Upon request, the City agrees to provide the
County with a reproducible copy of any such written materials and authorizes the County to
duplicate and distribute any written materials so produced, provided that the County credits the
City for the materials.
13. The City will provide the King County Project Manager with the date and location of each
Recycling Collection Event provided by the City, as well as copies of any printed materials used
to publicize each event, as soon as they are available but no later than thirty (30) days prior to the
event. If there is any change in the date or the location of an event, the City will notify the
County a minimum of thirty (30) days prior to the event. If the event brochure is required for
admission to the City’s event, the City is exempt from having to provide the brochure to King
County.
14. If the City accepts funding through this grant program for the provision of recycling collection
events for adjacent areas of unincorporated King County, the City shall send announcements of
the events to all residences listed in the agreed upon areas listed in Exhibit A. The
announcements and all other printed materials related to these events shall acknowledge King
County as the funding source.
15. This project shall be administered by Nancy Eklund, Senior Planner, or designee.
B. The County:
1. The County shall administer funding for the waste reduction and recycling grant program.
Funding is designated by the city and is subject to the King County Council’s budget approval
process. Provided that the funds are allocated through the King County Council’s budget
approval process, grant funding to the City will include a base allocation of $10,000 per year with
the balance of funds to be allocated according to the City's percentage of King County's
residential and employment population. However, if this population based allocation formula
calculation would result in a city receiving less than $10,000 per year, that city shall receive an
additional allocation that would raise their total grant funding to $10,000 per year.
54
5
2. Within forty-five (45) days of receiving a request for reimbursement from the City, the County
shall either notify the City of any exceptions to the request which have been identified or shall
process the request for payment. If any exceptions to the request are made, this shall be done by
written notification to the City providing the reason for such exception. The County will not
authorize payment for activities and/or expenditures which are not included in the scope of work
and budget attached as Exhibit A, unless the scope has been amended according to Section V of
this Agreement. King County retains the right to withhold all or partial payment if the City’s
report(s) and reimbursement request(s) are incomplete (i.e., do not include proper documentation
of expenditures and/or adequate description of each activity described in the scope of work for
which reimbursement is being requested), and/or are not consistent with the scope of work and
budget attached as Exhibit A.
3. The County agrees to credit the City on all printed materials provided by the City to the County,
which the County duplicates, for distribution. Either the City’s name and logo will appear on
such materials (including fact sheets, case studies, etc.), or, at a minimum, the County will credit
the City for artwork or text provided by the City as follows: “artwork provided courtesy of the
City of Tukwila” and/or “text provided courtesy of the City of Tukwila.”
4. The County retains the right to share the written material(s) produced by the City which have
been funded through this program with other King County cities for them to duplicate and
distribute. In so doing, the County will encourage other cities to credit the City on any pieces that
were produced by the City.
5. The waste reduction and recycling grant program shall be administered by Lucy Auster, Project
Manager, King County Solid Waste Division, or designee.
III. DURATION OF AGREEMENT
This Agreement shall become effective on either January 1, 2021 or the date of execution of the
Agreement by both the County and the City, if executed after January 1, 2021, and shall terminate on
June 30, 2023. The City shall not incur any new charges after December 31, 2022. However, if
execution by either Party does not occur until after January 1, 2021, this Agreement allows for
disbursement of grant funds to the City for County-approved programs initiated between January 1, 2021
and the later execution of the Agreement provided that the City complies with the reporting requirements
of Section II.A of the Agreement.
55
6
IV. TERMINATION
A. This Agreement may be terminated by King County, in whole or in part, for convenience without
cause prior to the termination date specified in Section III, upon thirty (30) days advance written
notice.
B. This Agreement may be terminated by either Party, in whole or in part, for cause prior to the
termination date specified in Section III, upon thirty (30) days advance written notice. Reasons for
termination for cause may include but not be limited to: nonperformance; misuse of funds; and/or
failure to provide grant related reports/invoices/statements as specified in Section II.A.3. and Section
II.A.4.
C. If the Agreement is terminated as provided in this section: (1) the County will be liable only for
payment in accordance with the terms of this Agreement for services rendered prior to the effective
date of termination; and (2) the City shall be released from any obligation to provide further services
pursuant to this Agreement.
D. Nothing herein shall limit, waive, or extinguish any right or remedy provided by this Agreement or
law that either Party may have in the event that the obligations, terms and conditions set forth in this
Agreement are breached by the other Party.
V. AMENDMENTS
This Agreement may be amended only by written agreement of both Parties. Amendments to scopes of
work will only be approved if the proposed amendment is consistent with the most recently adopted King
County Comprehensive Solid Waste Management Plan. Funds may be moved between tasks in the scope
of work, attached as Exhibit A, only upon written request by the City and written approval by King
County. Such requests will only be approved if the proposed change(s) is (are) consistent with and/or
achieves the goals stated in the scope and falls within the activities described in the scope.
VI. HOLD HARMLESS AND INDEMNIFICATION
The City shall protect, indemnify, and hold harmless the County, its officers, agents, and employees from
and against any and all claims, costs, and/or issues whatsoever occurring from actions by the City and/or
its subcontractors pursuant to this Agreement. The City shall defend at its own expense any and all
claims, demands, suits, penalties, losses, damages, or costs of any kind whatsoever (hereinafter "claims")
brought against the County arising out of or incident to the City’s execution of, performance of, or failure
to perform this Agreement. Claims shall include but not be limited to assertions that the use or transfer
of any software, book, document, report, film, tape, or sound reproduction or material of any kind,
delivered hereunder, constitutes an infringement of any copyright, patent, trademark, trade name, and/or
otherwise results in unfair trade practice.
56
7
VII. INSURANCE
A. The City, at its own cost, shall procure by the date of execution of this Agreement and maintain for
the duration of the Agreement, insurance against claims for injuries to persons or damages to
property which may arise from or in connection with performance of work pursuant to this
Agreement by the City, its agents, representatives, employees, and/or subcontractors. The minimum
limits of this insurance shall be $1,000,000 general liability insurance combined single limit per
occurrence for bodily injury, personal injury, and property damage. If the policy has an aggregate
limit, a $2,000,000 aggregate shall apply. Any deductible or self-insured retentions shall be the sole
responsibility of the City. Such insurance shall cover the County, its officers, officials, employees,
and agents as additional insureds against liability arising out of activities performed by or on behalf
of the City pursuant to this Agreement. A valid Certificate of Insurance and additional insured
endorsement is attached to this Agreement as Exhibit C, unless Section VII.B. applies.
B. If the Agency is a Municipal Corporation or an agency of the State of Washington and is self-insured
for any of the above insurance requirements, a written acknowledgement of self-insurance is attached
to this Agreement as Exhibit C.
C. If the Agency is a Municipal Corporation or an agency of the State of Washington and is a member of
the Washington Cities Insurance Authority (WCIA), a written acknowledgement/certification of
current membership is attached to this Agreement as Exhibit C.
VIII. ENTIRE CONTRACT/WAIVER OF DEFAULT
This Agreement is the complete expression of the agreement of the County and City hereto, and any oral
or written representations or understandings not incorporated herein are excluded. Waiver of any default
shall not be deemed to be a waiver of any subsequent default. Waiver of breach of any provision of this
Agreement shall not be deemed to be waiver of any other or subsequent breach and shall not be
construed to be a modification of the terms of this Agreement unless stated to be such through written
approval by the County, which shall be attached to the original Agreement.
IX. TIME IS OF THE ESSENCE
The County and City recognize that time is of the essence in the performance of this Agreement.
X. SEVERABILITY
If any section, subsection, sentence, clause or phrase of this Agreement is, for any reason, found to be
unconstitutional or otherwise invalid by a court of competent jurisdiction, such decision shall not affect
the validity of the remaining portions.
57
8
XI. NOTICE
Any notice required or permitted under this Agreement shall be deemed sufficiently given or served if
sent to the King County Solid Waste Division and the City at the addresses provided below:
Lucy Auster, Project Manager, or a provided designee
King County Solid Waste Division
Department of Natural Resources and Parks
Lucy.auster@kingcounty.gov
If to the City:
Nancy Eklund, Senior Planner, or a provided designee
City of Tukwila
6300 Southcenter Boulevard
Tukwila, WA 98188
IN WITNESS WHEREOF this Agreement has been executed by each Party on the date set forth below:
City of Tukwila King County
Allan Ekberg, Mayor
______________________________________ BY___________________________________
Pat D. McLaughlin, Director
Solid Waste Division
For Dow Constantine, King County Executive
______________________________________ _____________________________________
Date Date
58
CITY OF TUKWILA 2021-2022 WRR GRANT
Page 1 of 8
Final Scope of Work January 15, 2021
Scope of Work
A. Basic Information
1. City of Tukwila
2. Waste Reduction and Recycling (WRR) grant program
3. Contact Information:
Nancy Eklund, Senior Planner
City of Tukwila
6300 South center Boulevard
Tukwila, WA 98188
206.433.7141 (phone)
Nancy.Eklund@TukwilaWa.gov
4. The City of Tukwila will work with a consultant to implement a business and multi-family
recycling assistance program for 2021-2022. We plan to use Olympic Environmental Resources
to operate our Special Recycling Event. There are also several residential programs we will be
continuing to support. The WR/R grant will also fund labor costs for Tukwila staff that work on
and manage all WR/R-funded programs and tasks.
5. Budget: $69,717 Total, including:
Task 1. Residential Recycling Collection Events
Task 2. Commercial/Multifamily Recycling
Task 3. Residential Program – Rain barrels
Task 4. Residential Program – Tukwila Community Garage Sale (if restrictions on gathering due
to the pandemic are removed)
B. Scope of Work
Task 1: Tukwila Residential Recycling Collection Events (RCE)
a. Consultant
Olympic Environmental Resources
b. Schedule
Spring, 2021 and 2022 (dates may vary depending on COVID-19 impacts)
c. Program/Project Specifics
• Total number of events - Two
• Materials to be collected:
- Appliances
- Refrigerators and Freezers*
59
CITY OF TUKWILA 2021-2022 WRR GRANT
Page 2 of 8
Final Scope of Work January 15, 2021
- Ferrous Metals
- Non-ferrous Metals
- Tires*
- Mattresses
- Styrofoam (TBD)
- Lead Acid Batteries
- Household Batteries
- Porcelain Toilets and Sinks*
- Propane Tanks*
- Cardboard
- Reusable Household Goods
- Textiles
- Used Motor Oil
- Used Motor Oil Filters
- Used Antifreeze
- Used Petroleum Based Products
- Electronic Equipment
(*User fees apply)
• The following educational materials will be distributed:
- Information on City Recycling Programs
- Local Hazardous Waste Management Plan Educational Materials produced by King
County Department of Natural Resources
- Other educational materials as appropriate.
• Event promotional methods:
- Promotional flyer mailed directly to Tukwila residents, and if open, placed in info
stands at City Hall sites and Tukwila Community Center.
- Notices on Tukwila’s website, social media, and cable channel (if available), and
“Tukwila Reporter” community newspaper
- Publicizing the event through the King County Solid Waste Division Promotional
Activities.
• Event staffing
- Key personnel will include consultant staff, and venders. Experienced qualified
individuals will fill the event greeter, education personnel, and traffic control
personnel positions.
d. Performance and Impact Objectives
The City plans to send out approximately 8,000 promotional flyers to Tukwila
households per event and publicize the event through King County promotional
activities, including County websites and telephone assistance. The City of Tukwila has
approximately 7,200 households.
60
CITY OF TUKWILA 2021-2022 WRR GRANT
Page 3 of 8
Final Scope of Work January 15, 2021
By collecting the materials listed above, they will be diverted from the waste stream and
processed for recycling and reuse. The events will also provide an opportunity to recycle
moderate risk waste. Public Health – Seattle & King County, the City of Tukwila, and
Washington State Department of Ecology will pay for event expenses as well.
By hosting Recycling Collection Events, Tukwila can reduce the amount of recyclable
material going to the local landfill. Based on prior residential collection events, the City
expects that approximately 375 to 475 households will actively participate each year by
bringing recyclable materials to the event for proper disposal and recycling. This is
expected to result in approximately 20-25 tons of material diverted from the local waste
stream for recycling per year.
In addition to diverting materials from the City waste stream, attracting residents to
events provides an opportunity to distribute educational material on City and King County
recycling programs. The educational materials can enhance the knowledge of residents
regarding recyclable materials, demonstrate the range of recycling opportunities, and
improve behavior in the purchase, handling, and disposal of recyclable materials.
e. Evaluation
• Number of vehicles attending
• Volume of each material collected
• Event cost by budget category
• Graphic or tabular comparison of 2021 and 2022 volumes and vehicles with prior years’
events
WRR funds will provide the 25% required match for the State of Washington
Department of Ecology’s Local Solid Waste Financial Assistance (LSWFA) grant, which
will fund the remaining 75% of the Recycling Program’s portion of event. Funding also
comes from the Tukwila Fire Department and the Local Hazardous Waste Management
Program
Task 2: Commercial/Multi-Family Recycling
a. Project Manager
Nancy Eklund, Senior Planner, City of Tukwila
b. Consultant
The City of Tukwila will work with a consultant/recycling technical assistance specialist.
c. Schedule
First quarter, 2021 – December 31, 2022
d. Program/Project Specifics
61
CITY OF TUKWILA 2021-2022 WRR GRANT
Page 4 of 8
Final Scope of Work January 15, 2021
Business Outreach/Technical Assistance
The City of Tukwila will provide technical assistance to help businesses, including City of
Tukwila facilities, start, or improve recycling programs, waste prevention and purchase of
recycled products either by e-mail, telephone, mail, or on-site visits.
City of Tukwila staff, assisted by a Business Recycling and Waste Prevention Specialist
(consultant to the City of Tukwila), will respond when individual businesses, multi-tenant
properties and property managers request assistance. We expect to generate requests for
recycling assistance by providing information about business recycling services on the City of
Tukwila’s website, articles in the Chamber of Commerce’s social media, and by including
information and articles about City-sponsored recycling programs in the City’s newsletter, the
“Tukwila Hazelnut”. We will send targeted postcards (and emails as possible) to Tukwila
businesses, advising them of free recycling service and technical assistance. We will offer free
desk-side recycling containers made of recycled plastic as an incentive to businesses that start
or improve recycling/waste reduction/stewardship programs. If other opportunities arise,
especially given the impact of the pandemic on business operations in the City, we will
adjust the work plan for greatest effectiveness.
We will strive to improve recycling, waste reduction and environmentally preferable
purchasing practices at City of Tukwila facilities, and at any City-sponsored events for the
public.
We will highlight outstanding business recycling programs throughout Tukwila through
“Tukwila Green Works” and “Tukwila Business Recycler of the Year” programs. Timely,
scheduled telephone follow-up will be provided to all businesses reached for technical
assistance either by the staff project manager or the consultant.
We will assist businesses with recycling, waste prevention and purchasing of recycled content
goods, and, when possible, also furnish information about product stewardship, and
conserving other resources used in typical business activities. We will give them information
about recycling onsite, as well as proper offsite disposal/recycling of electronics and mercury
bulbs. By contacting companies directly with individualized information, we hope to prepare
and motivate businesses to change and improve their solid waste behaviors.
Tukwila’s solid waste contract with Waste Management includes embedded commercial
recycling. We will work with Waste Management and other recycling companies to
increase signups. We will continue to coordinate with King County's Business Recycling
Program by working with any Tukwila business that is referred to us, and to participate in
the Solid Waste Division’s industry, topic, or area-specific campaigns.
Multifamily Outreach/Technical Assistance
City of Tukwila staff, assisted by a Recycling and Waste Prevention Specialist (consultant to
the City of Tukwila) will respond when multifamily residential properties and property
managers request assistance to help set up, right-size, or problem-solve with onsite
62
CITY OF TUKWILA 2021-2022 WRR GRANT
Page 5 of 8
Final Scope of Work January 15, 2021
recycling and/or composting issues. We will dovetail with Waste Management on
identifying those sites that are low-level recyclers and reach out directly to property owners
and managers to provide information, conduct on-site education, act as an interface with
the solid waste provider, and provide promotional materials for recycling, such as collection
bags, signage, etc. We will follow up on issues identified by Waste Management interns
during their summer outreach efforts (if permitted by the pandemic).
In the winter and spring of 2021, when outreach opportunities at multifamily sites will most
likely be restricted due to impacts from the pandemic, we will be creating informational
handouts, and purchasing promotional items and in-unit collection bags to be used for
creating home recycling kits. These will be distributed at a variety of community gathering
locations, such as the Tukwila King County Library during book pick up/drop off, at Tukwila
parks during outreach and meal drop off by the Parks Department, and other locations as
the opportunities arise.
We will also be investigating using a portion of the funding to develop transcreated
materials on recycling and waste prevention for distribution to Tukwila’s diverse residential
population.
Commercial and Residential Promotion/Education
We plan to promote residential and non-residential recycling and waste prevention by
through a variety of activities (as permitted by the pandemic restrictions), including a
selection of the following:
• Recycling and waste prevention information on Tukwila’s website.
• Preparing a Business Recycling Guide including information promoting non-residential
recycling and proper disposal of electronics, mercury bulbs, other hazardous materials.
• “Tukwila Green Works” program to recognize outstanding business performance.
• “Tukwila Business Recycler of the Year” award to stimulate interest in recycling
• Purchase, distribute additional recycled content promotional materials (i.e. pens,
pencils, sporks, kitchen-counter composting buckets)
• Purchase and distribute desk side recycling containers free of charge as an incentive for
businesses to begin or upgrade recycling programs (as permitted by the pandemic
restrictions).
• Materials, such as in-unit collection bags or educational flyers, may be purchased and
distributed to multi-family complexes.
• Transcreated materials in the top five languages in Tukwila.
• Waste Management and City of Tukwila utility bill inserts.
We will coordinate our promotion/education activities with King County’s resources and
programs as appropriate.
e. Performance and Impact Objectives
• Increase awareness among Tukwila businesses of the benefits of recycling and the
technical assistance which the City offers.
• Increase awareness of and support for product stewardship.
63
CITY OF TUKWILA 2021-2022 WRR GRANT
Page 6 of 8
Final Scope of Work January 15, 2021
• Work with businesses and multi-family complexes to sign up for recycling services,
including the free recycling services offered via contract with Waste Management, and
to down-size garbage service to save money and/or be more environmentally friendly.
• Expand the number of businesses and multi-family complexes who sign up for
recycling and ultimately improve waste diversion.
• Reduce waste produced by businesses and ensure that businesses are recycling the
correct items onsite, and bringing other items, such as computers, to proper recycling
facilities.
• Assistance to at least 50 businesses, including at least 20 on-site visits (as permitted by
pandemic restrictions).
• Assistance to at least 5 multifamily complexes, including distributing materials to
facilitate recycling, such as bags.
f. Evaluation
• Follow-up with selected businesses and/or multi-family complexes to see if they have
implemented program changes and to determine which assistance measures were the
most helpful in changing recycling-related behaviors.
• Keep data including:
- the number of businesses and/or complexes assisted
- type of assistance provided (mail, e-mail, on-site, other)
- a list of business names, addresses, contact persons, and telephone numbers (and
other business data) for the businesses assisted;
Task 3: Residential Program – Rain barrels
a. Project Manager
Nancy Eklund, Senior Planner, City of Tukwila
b. Consultant
We will work with Olympic Environmental Resources to distribute rain barrels during
Residential Collection Events.
c. Schedule
Rain Barrels to be sold in 2021 and 2022. We will be purchasing additional rain barrels for
sale.
d. Program/Project Specifics
Rain barrels are popular green gardening products for Tukwila residents. In prior years, the
City has offered rain barrels for residents at significant subsidy. They have been well-
received and have increased water conserving (rain barrel) behavior among Tukwila
residents, as well as awareness of recycled content goods. This project will make it easier
for Tukwila residents to buy and use recycled-content rain barrels to conserve water and
practice other green gardening activities.
64
CITY OF TUKWILA 2021-2022 WRR GRANT
Page 7 of 8
Final Scope of Work January 15, 2021
Grant funds will be used to buy and store barrels, and work with a contractor to sell the
barrels at the annual RCE.
e. Performance and Impact Objectives
• Encourage greater awareness and use of water conservation and green gardening
strategies by (single-family) Tukwila residents
• Help home gardeners to acquire and use recycled-content gardening equipment (i.e.
recycled plastic rain barrels)
• Buy recycled plastic rain barrels to sell to Tukwila residents at a reduced cost.
• Divert plastic from the waste stream
• Promote the use of recycled content products
Tukwila will purchase recycled plastic rain barrels and sell them at a 50 to 60 percent
discount to Tukwila residents at Residential Recycling Collection Events (RCE) and at the
Tukwila Backyard Wildlife Festival (if pandemic does not restrict) in 2021 and 2022. To
encourage purchase and use, we will charge the residents a reduced fee per rain barrel.
The City will publicize the distribution event(s) through its Residential Collection Event (RCE)
mailing to all Tukwila residents and on the City’s website.
Each recycled plastic rain barrel weighs approximately 40 pounds and diverts approximately
twice that amount (80 pounds) from the waste stream. We expect to sell all the bins. This
will divert a significant amount of plastic from the waste stream and clearly demonstrate
the use of a high-quality product made from recycled content. In addition to encouraging
market development for plastics, distributing rain barrels encourages Tukwila residents to
conserve water for reuse in the lawn and garden, and reduces surface water runoff.
f. Evaluation
• Track number of rain barrels distributed to residents.
• Sample email survey of rain barrel purchasers to determine use levels.
Task 4. Residential Program - Tukwila Community Garage Sale
a. Project Manager
Nancy Eklund, Senior Planner, City of Tukwila
b. Schedule
Summer, 2021 and 2022, if permitted per the pandemic restrictions. If the pandemic
precludes holding this event, we will reallocate the funding for this task.
c. Program/Project Specifics
WRR funds will support Tukwila’s recycling and reuse-oriented Community Garage Sale.
Tukwila residents will hold garage/yard/rummage sales at their homes across Tukwila for
one summer weekend. Tukwila will use WRR funding to provide resources for staffing,
65
CITY OF TUKWILA 2021-2022 WRR GRANT
Page 8 of 8
Final Scope of Work January 15, 2021
advertising, and information about the event and reuse of goods to be disseminated to the
public.
d. Performance and Task Objectives
• Support recycling, reuse of household goods, and waste prevention by supporting an
event, such as the community-wide “garage sale” for Tukwila residents, and updating
recycling information on the City of Tukwila website.
• Promote reuse and recycling of goods by Tukwila residents who hold
garage/yard/rummage sales at their homes
• Raise awareness of reuse and recycling among the public that shops at Tukwila
Community Garage Sale sites throughout the community.
e. Evaluation
• Track number residents participating in Community Garage Sale.
• Survey all participants in the Community Garage Sale to see their satisfaction with the
Community Garage Sale, and to gauge their interest in future recycling/waste
prevention programs and activities.
66
Exhibit B
2021-2022 WRR Grant Guidelines - Revised
Program Eligibility:
The King County Solid Waste Division (SWD) SWD has updated the WRR Recycling Case Studies
document (Attachment 3) and created a WRR Case Studies Summary (Attachment 4), which include
many creative and innovative project ideas for WRR Grant proposals/scopes of work. These case
studies offer ideas for influencing waste prevention and recycling consistent with Title 10 of King
County Code, the King County Strategic Climate Action Plan, and the King County 2019
Comprehensive Solid Waste Management Plan, all of which have policies to achieve Zero Waste of
Resources by 2030. SWD strongly encourages consideration of these projects in the development of
grant proposals and encourages Cities to leverage WRR grant funds with multi-City projects.
Grant funds may be used for a variety of WRR related programs consistent with the Comp Plan. Cities
are encouraged to work together to leverage funds and have a greater influence on waste prevention
and recycling. Cities may choose to use their funding on one program or a combination of programs.
For WRR program ideas, please refer to the Case Studies, which includes the examples below.
Examples of innovative projects:
• City Development of Contracts for “Responsible Recycling.”
• King County Solid Waste Division Market Development for Recycled Materials.
• King County Climate Action Through Low Embodied Carbon Purchasing.
• King County SWD: Multicultural Recycling Outreach - Recicla Mas! Es Fascilisimo.
• Regional Code Development for C&D Diversion.
• Purchase School Milk Dispensers and Reusable Cups to Replace Single-use Milk Cartons.
• City of Auburn Commercial Food Waste Outreach.
• City of Bellevue Recycling Unusual of Bulky Items.
• City of Kirkland Organics Contamination Enforcement – Cart Tagging
Please contact Lucy Auster at 206-477-5268 or lucy.auster@kingcounty.gov if you have questions
about specific program eligibility and/or consistency with the Comp Plan.
The following are not eligible for funding:
• Collection of garbage, except for residual garbage related to the collection of recyclables.
• Household Hazardous Waste (HHW) education programs.
• Collection of any household hazardous waste items including, but not limited to:
treated wood, paint, lead acid batteries, oil, gasoline, and antifreeze, fluorescent lights.
Cities should pursue funding for HHW collection or education programs through the King County
Hazardous Waste Management Program (Haz Waste) or the Washington State Department of Ecology
Local Solid Waste Financial Assistance (LSWFA) Program.
67
Grant Administration
Requests for Reimbursement:
Cities may submit one request for reimbursement per year during the funding cycle, due no later than
March 18, 2022 and March 17, 2023. Alternately, cities may submit requests for reimbursement as
frequently as quarterly. A Budget Summary Report Form and an Expense Summary Report Form must
be used when submitting requests for reimbursement and will be provided to Cities when the grant
agreements are executed.
Accrual Reporting:
By the 5th working days of January 2022 and January 2023, Cities must notify SWD of the amount of
their total expenditures for work that has been completed but for which a request for reimbursement
has not yet been submitted, so that SWD can accrue the amounts.
Progress Reports
Progress reports describing program activities, accomplishments, and evaluation results must
accompany each request for reimbursement. All progress reports must be signed by a City official.
Signed reports may be scanned and emailed.
Amendments
Formal amendments to grant Interagency Agreements (IAAs) are unnecessary unless the City wishes
to significantly change its scope of work and/or budget. In general, a significant change would be one
in which the City wishes to add or delete a task from their scope of work. A minor change, such as
moving dollars between tasks, would only require written notification, which may be submitted via e-
mail. However, the City should contact SWD when considering changes to their scopes and budgets to
determine if a formal amendment is needed.
SWD has streamlined the amendment process to make it easier for Cities to make changes. A City
wishing to amend it scope of work will send an email to Lucy Auster with a revised scope of work,
including the following:
• A brief description of any new tasks, the amount, and the start and end dates.
• A brief description of additional work you will do in any existing task you wish to move funds
into from another task, the amount, and start and end dates.
• A brief description of work currently in your scope that you will not be doing, the amount that
will either be going to a new task or moving to an existing task and if so which one, and a start
date.
Any work included in the new scope still needs to be consistent with the Comp Plan. Once the new
scope of work is approved, SWD will follow up with a unilateral amendment to your agreement, which
does not require City signature.
68
cities
Insurance Authority
10/22/2020
King County Solid Waste
Attn: Lucy Auster
201 S Jackson St
Seattle, WA 98104
Re: City of Tukwila
WRR GRANTS 2021-2022
P.O. Box 88030
Tukwila, WA 98138
Phone 206-575-6046
Fax: 20C-5'75-742CJ
Ref#: 13012
Evidence of Coverage - Exhi bit C
The City of Tukwila is a member of the Washington Cities Insurance Authority (WCIA), which is
a self-insured pool of over 160 public entities in the State of Washington.
WCIA has at least $4 million per occurrence limit of liability coverage in its self-insured layer that
may be applicable in the event an incident occurs that is deemed to be attributed to the
negligence of the member. Liability coverage includes general liability, automobile liability, stop
gap coverage, errors or omissions liability, employee benefits liability and employment practices
liability coverage.
WCIA provides contractual liability coverage to the City of Tukwila. The contractual liability
coverage provides that WCIA shall pay on behalf of the City of Tukwila all sums which the
member shall be obligated to pay by reason of liability assumed under contract by the member.
WCIA was created by an interlocal agreement among public entities and liability is self-funded
by the membership. As there is no insurance policy involved and WCIA is not an insurance
company, your organization cannot be named as an additional insured.
Sincerely,
Rob Roscoe
Deputy Director
cc: Vicky Carlsen
Lynn Miranda
69
Exhibit D
City:
Invoice #:
Total amount requested this period:
Total amount previously invoiced:
Original interlocal amount:
Total amount charged to date:
Amount remaining for completion of interlocal:
Task
#
1
2
3
4
5
6
7
For King County Use
Contract #
Project Org Task
Purchase Order #Requisition #Receipt
Supplier #Supplier Pay Site Invoice #Payment Type
Total charges this period are approved for payment:
Project Manager:Date
BUDGET SUMMARY REPORT FORM
2021-2022 Waste Reduction & Recycling Grant Program
Date:
Address:Phone:
Report Period:
-$
Preparer's Name:Contract #:
-$
Scope of Work
Budget
Current Amount
Description Quarter Previously
-$
Remaining
(Task/title)Costs Invoiced Balance
-$
-$
-$
-$
-$
-$
1126942 720122 Exp.Account 54150 22.000'
$
TOTALS -$ -$ -$ -$
0
70
Exhibit E
King County Waste Reduction Recycling Grant Expense Summary Form
City of ____________
Reimbursement Request # _______
Date _____________
Contract # _________
Task Title & No.Vendor Date of Service Item Description Invoice No.Amount Paid
Total 0
2021-2022 Grant Cycle
71
72
City Co uncil Transportation & Infrastructure Services Committee – 2021 Work Plan
Updated January 28, 2021 1 City of Tukwila
Verna Seal, Chair; De’Sean Quinn, Thomas McLeod
Description Qtr Action or
Briefing
Status
Transportation
1. 42nd Avenue South Phase III/Gilliam Creek Culvert
Project Closeout 1 A
2. 53rd Avenue S (S 137th – S 144th St) & Water/Sewer/SSWM
Project Closeout 1 A
3. S 152nd St Safe Routes to School
Design Consultant Contract 2 A RFP for design issued in 1Q with award of
design expected in 2Q. No funding for
construction at this time.
4. Neighborhood Traffic Calming Program/Residential Safety
Various activities/updates As
needed
B Unfunded for 2021.
5. Annual Overlay and Repair Program
Bid Award for 2021 Project 2 A
2022 Design Contract 4 A
6. Annual Bridge Inspections and Repairs
Annual contract 1 B Work order for 2021 inspections is in
progress.
7. West Valley Hwy (I-405-Strander)
Bid Award 1 A 90% PS&E done. Ad date dependent on
WSDOT approval and permit approvals.
8. Boeing Access Road over Airport Way Seismic Retrofit
Project Closeout 3 A Project is currently under construction.
9. 42nd Ave S Bridge Replacement
Project Update at 30% Design 2 B TranTech has been hired to perform the
30% design.
10. Transportation Element of the Comp Plan/Walk & Roll
Consultant Agreement 3 A Beginning Fall 2021. Adoption by June 2024.
73
City Co uncil Transportation & Infrastructure Services Committee – 2021 Work Plan
Updated January 28, 2021 2 City of Tukwila
11. Green River Trail Improvements
Design Contract 3 A
12. OTHER
Grant Applications and Acceptances 1-4 A Ongoing
Transportation Demand Management Programs Updates & Grants 1-4 A, B As needed
Transportation Improvement Program Resolution 2 A Adoption by June 30 each year
Facility Improvements 2 A As needed.
Surplus Equipment Resolution - Fleet 2 A As needed.
Utilities
1. Water Reservoir and Pump Station
Land 2 A
Design contract 4 A
2. Macadam Rd S Water Upgrade
Design contract 1 A Completed 1/25/21
3. CBD Sanitary Sewer Rehabilitation
Design contract 1 A
Construction award 3 A
4. Water & Sewer Comprehensive Plans
Data collection and modeling ongoing 4 A
5. GIS Inventory of Water/Sewer/SWM System
Consultant Agreement 4 A Ongoing
6. Sewer Lift Stations and Generator Upgrades
Design and Const Mgmt contract 1 A Completed 2/8/21
Bid Award 3 A
7. Annual Small Drainage Program
Bid Award 2021 2 A
Design contract for 2022 4 A
8. East Marginal Way S Stormwater Outfalls
Closeout 4 A
9. Tukwila 205 Levee Certification
Status Update 2 B
10. Stormwater Quality Retrofit Project
Approve DOE grant application 3 A
74
City Co uncil Transportation & Infrastructure Services Committee – 2021 Work Plan
Updated January 28, 2021 3 City of Tukwila
11. Gilliam Creek Fish Barrier Removal
Approve grant application (target new King County grant program) 1-4 A If it becomes available
12. Riverton Creek Flapgate Removal
Contract close-out Alia 4 A Depending on progress
Contract close-out At Work! 4 A Depending on progress
13. Green the Green
Applied Ecology contract close-out 1 A
Award 2-year maintenance contract 1 A
Approve (CFT) grant application for acquisition 1 A Depends on availability
14. Nelsen Side Channel
Approve grant application (target new King County grant program) 1-4 A If it comes available
15. Chinook Wind
Award design contract (trail) 2 A
16. Surface Water Comprehensive Plan
Consultant contract 2 A
17. S 131st Place Drainage Improvements
Consultant Agreement 2 A
18. Other
Franchise utility agreements and approvals (SCL,
Century Link, Comcast, Cascade Water, Sewer
district)
As needed
19. Standard Reports/Briefings
Waste Management Update A
n
n
u
a
l
PW
NPDES A
n
n
u
a
l
PW
20. Public Works Facilities
Monthly Update 1-4 B Ongoing
Bid Award & Options 1 A
Possible development agreement
75