HomeMy WebLinkAboutTIS 2021-08-23 COMPLETE AGENDA PACKETCity of Tukwila
Transportation and
Infrastructure Services
Committee
❖ Verna Seal, Chair
❖ De'Sean Quinn
❖ Thomas McLeod
AGENDA
Distribution:
V. Seal
D. Quinn
T. McLeod
K. Kruller
C. Hougardy
H. Ponnekanti
M. Musa
D. Nguyen (email)
B. Still (email)
City Attorney (email)
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
MONDAY, AUGUST 23, 2021 — 5:30 PM
Virtual Meeting - Members of the public may listen by dialing 1-253-292-9750 and entering conference ID, 299274146#
Click here to join the meeting
)
Item
Recommended Action
Page
1. PRESENTATIONS
2. BUSINESS AGENDA
a) Neighborhood Traffic Calming Program
a) Discussion only
Pg. 1
Update (Cyndy Knighton)
b) Tukwila Community Center Exterior Painting Contract
b) Forward to the 08/23/2021
Pg. 5
Bid Award (H. Ancira)
Committee of the Whole Meeting and
Special Meeting Consent Agenda
c) Riverton Creek Flapgate Removal Project
c) Forward to the 09/13/2021 Special
Pg. 15
Agreement Authorization with WSDOT (M. Pellet)
Meeting Consent Agenda
d) Municipal Broadband Project
d) Forward to the 09/13/2021
Pg. 25
DOC Grant Request (J. Bush)
Committee of the Whole
3. MISCELLANEOUS
Future Agenda:
. 42nd Ave S Bridge Design
Supplemental Agreement
Next Scheduled Meeting: Monday, September 13, 2021
S. The City of Tukwila strives to accommodate individuals with disabilities.
Please contact the Public Works Department at 206-433-0179 for assistance.
City of Tukwila
Allan Ekberg, Mayor
Pc+b1 C Warks IDeparrralent - Puri Ponnekanti, £ frrector/City Engineer'
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Hari Ponnekanti, Public Works Director/ City Engineer
BY: Cyndy Knighton, Senior Program Manager
Scott Bates, Traffic Engineering Project Manager
CC: Mayor Ekberg
DATE: August 20, 2021
SUBJECT: Neighborhood Traffic Calming Program
Project No. 82110301
2021 Status Update
ISSUE
Provide a status update for the Neighborhood Traffic Calming Program (NTCP).
BACKGROUND
The NTCP was adopted at the end of 2018 to address neighborhood concerns with traffic safety.
The Council wanted to ensure that traffic calming safety decisions are based on technical
engineering and applied in a uniform and consistent manner. With the funding changes in
2020/2021, the City's abilities to implement traffic calming strategies on residential streets and
other safety improvements throughout Tukwila were greatly reduced.
DISCUSSION
When the NTCP was adopted 2018, staff had a list of 22 requests. To date, 72 individual requests
have been made for traffic calming. Currently, there are 30 requests waiting for action, waiting for
funding, or are reoccurring complaints that staff have left open for continued reference. With the
possibility of some funding being restored in 2021 and/or 2022, Staff identified ten priority projects
that could be completed with a dedicated budget. The staff recommended projects were selected
to address priority concerns across many areas of the City and include some proactive projects
around schools and the TCC.
FINANCIAL IMPACT
The attached table shows the Staff recommendations for implementation should funding be made
available in 2021 or 2022 for the Neighborhood Traffic Calming Program. Potential treatment
options are identified as well as an estimated cost range for each of the potential projects. Funding
needed to accomplish the recommendations ranges from $266,000 to $538,000 in addition to
staff time. Any additional funding would be used toward assessing the remaining requests and
implementing any appropriate treatments.
RECOMMENDATION
Discussion only.
ATTACHMENTS
Page 2, 2021 CIP
Top 10 NTCP Priority List
Top 10 NTCP Priority Map
1
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: Traffic Calming/Residential Safety Improvements Project No. 8xx10301
Programmatic approach to addressing neighborhood traffic concerns through a variety of methods.
DESCRIPTION: Residential street improvements with sidewalks, safety improvements, and bike facilities.
JUSTIFICATION: Neighborhood revitalization by improving residential streets.
STATUS: Future candidates are listed in the citywide comprehensive update and safety -based prioritization of
residential street improvements, sidewalks, and bike lanes.
MAINT. IMPACT: Varies, depends on treatment(s) used.
COMMENT: Residential improvements and traffic calming features to reduce speeds and improve pedestrian and bicycle
safety such as the speed cushions, RRFB crossings, LED enhanced signs, Radar driver feedback signs, etc.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022
2023
2024
2025
2026
BEYOND TOTAL
EXPENSES
Design
63
50
113
Land (R/W)
0
Const. Mgmt.
37
37
Construction
148
0
148
TOTAL EXPENSES
248
50
0
0
0
0
0
0
0
298
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
248
50
0
0
0
0
0
0
0
298
TOTAL SOURCES
248
50
0
0
0
0
0
0
0
298
2021 - 2026 Capital Improvement Program
2
2
Staff Top -10 Recommended NTCP Projects
3
Project Details Potential Treatment Options Estimated Cost Range
A
Allentown Neighborhood Speed and
Since 2018, five individual requests for traffic calming have been recorded in the NTCP list of requests; however, traffic complaints have been
Safety Study
made to the City over prior years. Addressing traffic safety concerns in Allentown is a top priority for the City.
Study neighborhood -wide volume, speed, classification
and safety issues. Design plan for Level 1 and Level 2
treatments throughout Allentown.
Level 1: Improved signage; radar feedback signs;
pavement marking modifications
Level 2: Curb extensions
$50,000-80,000
B
Tukwila Elementary School Safety
Since 2018, 12 traffic calming requests have been made in the Cascade View neighborhood, with a significant number of them near Tukwila
Improvements
Elementary School. Common complaints have been over speeding and crosswalk or pedestrian safety. Additionally, the Council has asked for
proactively addressing or anticipating concerns, specifically around school zones. Some improvements have been made around Tukwila
Elementary School already but more improvements are needed.
Address speeding and crosswalk safety concerns.
Level 1: Improved signage; radar feedback signs;
pavement marking modifications
$30,000-80,000
Level 2: Curb extensions; RRFB installation; ADA ramp
upgrades; improved illumination
C
Impact Charter School Safety
A request specific to the newly opened Impact Charter School was received in 2019. The request was to provide a signed school zone, which
Improvements
Tukwila has provided along with signs marking school crossings on 5 148th Street. ADA -compliant ramps have not been installed at the
marked school crossings. The charter school has expanded their site to the north with a need for consideration of a school zone on S 146th
Street and other potential improvements for children's safety. Additionally, the Council has asked for proactively addressing or anticipating
concerns, specifically around school zones.
Provide school crossing improvements, establish school
zone on S 146th Street, if needed. Provide school crossing
improvements, observe operating speeds, if necessary
establish speed zone.
Level 1: Improved signage for school zones on S 148th
Street and S 146th Street; crosswalk installation
Level 2: ADA ramp improvements; curb extensions
$8,000-15,000
D
Cascade View Elementary School Safety
Since 2018, the Tukwila Hill neighborhood has seen 9 requests for traffic calming. Four of the locations are around the speeding, school
Improvements
crossing and pedestrian safety around the Cascade View Elementary School. 85th Percentile speeds of '30MPH in the 25MPH zones have
been recorded, but analysis to separate whether the speeding is even more than the posted school zone has not been done. Additionally, the
Council has asked for proactively addressing or anticipating concerns, specifically around school zones.
Upgrade School Zone signing, design and install
pedestrian crossing improvements.
Level 1: Improved signage for school zones on S 148th
Street and S 146th Street; crosswalk installation
$8,000-15,000
Level 2: ADA ramp improvements; curb extensions
E
Tukwila Community Center Pedestrian
The City Council has expressed desire for the NTCP to have a proactive element in addressing traffic calming and safety needs throughout the
Crossing Safety Improvements
City. The TCC is a well -utilized facility by the Allentown neighborhood as well as the entire City and surrounding area. Concerns over the
pedestrian crossings on S 124th Street have been raised by staff and residents in the past, along with the larger complaints of speeding in
Allentown. Increasing pedestrian visibility to improve safety in this high -use area is a recommended top priority for the NTCP.
Design and install mid -block pedestrian safety
improvements on S 124th Street.
Level 1: Improve pedestrian crossing signage
Level 2: RRFB installations; upgrade ADA ramps; curb
extensions; improved illumination
$80,000-100,000
F
Macadam Road Speed and Safety
At least five requests for traffic calming, specific to speeding (and some secondary reasons) have been made since 2018. A radar feedback
Improvements
sign was placed near the 13700 block in 2019 but requests have continued to be made. Additional analysis is warranted to determine what
other improvements could be used to address the speeding, especially where Macadam has extremely limited sight distance due to the curvy
nature of the roadway.
Design and install treatments addressing speeding and
curve safety north of S 144th Street.
Level 1: Improved signage; LED chevron signs;
channelization modifications
$10,000 - 30,000
Level 2:
G
Southcenter Boulevard/65th Avenue S
Staff identified the need for improvement pedestrian safety at this location several years ago. Southcenter Boulevard is a 5 -lane roadway
Pedestrian Safety Improvements
with known speeding issues along with curves that restrict sight distance. A high pedestrian usage at this intersection accessing the King
County Metro bus stop that services both the Rapid Ride F -Line and Route 150, both workhorses of the south County transit network, justifies
improving pedestrian crossing safety. This intersection is slated for full signalization in the future, but interim pedestrian safety
improvements should be considered sooner.
Design and install pedestrian safety improvements
Level 1: Improved signage for pedestrian crossing
$50,000-$90,000
Level 2: RRFB installation; ADA ramp upgrades; improved
illumination
H
City-wide Residential Speed Limit Review
As part of the City Council's expressed desire to proactively look at traffic calming needs, a full review of the residential street posted speed
limits is recommended by staff. State law establishes city speed limits at 25MPH unless an engineering study is completed to justify higher
speed limits. Most residential streets are posted at 25MPH today, but there are many that are posted at 30MPH or 35MPH. Likely, those
speed limits are legacies of past annexation areas, where a speed study was completed by King County. The general impression Staff has is
that most residents and elected officials would be happier with lower speed limits. City of Seattle has also recently lowered all speed limits
nearly city-wide to be 25MPH.
Identify residential streets with speed limits currently
above 25MPH. Conduct volume, speed and safety review.
Level 1: Modify speed limit ordinance; as needed; install
new signs; as needed.
$5,000-8,000
Recommend changes to speed limits, as necessary.
Level 2:
I
S Ryan Way Pedestrian Safety
Two requests for traffic calming to address speeding and pedestrian crossing safety in the Ryan Hill area have been made in 2021. New
Improvements
developments are coming forward that will increase the residential population of this part of the City with multi family developments. The
speed concerns, especially along S Ryan Way, coupled with the new housing developments increasing the likelihood of increased pedestrian
activity, warrants this analysis be recommended as a top priority.
Safety study on S Ryan Way from MLK Jr. Way to east city
limits, focusing on speeding and pedestrian safety.
Level 1: Improved signage
Level 2: Curb extension, improved illumination
$10,000-100,000
Recommend Level 1 and Level 2 improvements. Design
and construct improvements.
1
S 144th Street/46th Avenue S ADA Ramps
The Tukwila School District requested school crossing safety improvements at this intersection in 2017. A new Rectangular Rapid Flashing
Beacon was installed in early 2019. At the time the RRFB was installed, the City was also submitting a grant application for the 46th Avenue S
Safe Routes to School project, which would improve pedestrian safety between this intersection south to 5 150th Street, and would include
either a raised pedestrian crosswalk at the RRFB or install ADA -compliant curb ramps. The grant was not awarded. State law requires ADA
ramps be brought up to current standards anytime a new signal, including the RRFB, is installed. Since grant monies for the larger
improvement are not expected in the short term, staff recommends this as a priority to comply with all state and federal laws regarding
Americans with Disabilities Act requirements.
Design and install ADA -compliant ramps at the
intersection.
Level 1:
Level 2: ADA upgrades to ramps at RRFB (not done at time
of RRFB installation due to budget constraints)
$15,000-20,000
Total Cost Range $266,000 - 538,000
3
Lake Washington
City of
Tukwila
Top 10 Staff
Recommended
NTCP Projects
s
Not to Scale
8
Vicinity Map
King County
U:\PW Eng \GIS General Maps \Streets_11 x17_Sept2018.mxd
Date: 09/09/18 By: R. Linsao
Disclaimer:
The location of features and boundaries
are approximate and are intended for
reference only. Data is based on best
information available.
TO:
FROM:
By:
CC:
DATE:
SUBJECT:
City of Tukwila
Allan Ekberg, Mayor
Public Works Deportment - Hod Ponnekrznti, Director/City Engineer
INFORMATIONAL MEMORANDUM
Transportation and Infrastructure Services Committee
Hari Ponnekanti, Public Works Director/ City Engineer
Henry Ancira, Facilities Superintendent
Mayor Allan Ekberg
August 20, 2021
Tukwila Community Center Exterior Painting Contract
Project No. 92130302
Issue
Award a contract with Long Painting Company to paint the exterior of the Tukwila Community Center.
Background
The Tukwila Community Center's siding was recently replaced in several areas around the building due to damage. The siding
damage was the result of water intrusion over many years, due to inferior or absent flashing protection. Construction of the
siding was physically completed on November 18, 2020. Painting the exterior of the Tukwila Community Center will protect
and preserve the recently installed siding repairs.
Analysis:
Bids for the Tukwila Community Center Exterior Paint Project were received by three contractors. The bids were checked,
tabulated, and no errors were found. Two of the contractors rescinded their bids due to full schedules through 2021. The
remaining contractor was Long Painting Company, with a cost estimate of $107,478, plus tax of $10,855, for a contract total
of $118,333.28.
Financial Impact
Painting the Tukwila Community Center exterior is budgeted in the 2021 CIP through the 303 Fund. Long Painting Company
has provided a cost estimate of $107,478, plus tax of $10,855, for a contract total of $118,333.28. The contract costs fall
within the project budget.
Long Painting Contract
Sales Tax (10.1%)
Total
Contract Amount
$107,478.00
10,855.28
$118,333.28
Project Budget
$140,000
Recommendation
Council is being asked to award the contract with Long Painting Company in the amount of $118,333.28 and consider this
item at the August 23, 2021 Committee of the Whole Meeting and the Special Meeting Consent Agenda to follow that same
night.
Attachments: Contract For Services
2021 CIP Page 47
Fleet &Faci/ityServices -14000interurban Avenue, Tukwila, WA 98168 - 206-431-0166
Tukwila City Hail * 62007 Sauthcenter&vulevard * Tukwila, WA 98t&& 206-433-,1800 * Website: TakwiloWA_griv
5
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA98188
CONTRACT FOR SERVICES
Contract Number:
This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter
optional municipal code city hereinafter referred to as "the City," and Long Painting Company, hereinafter
referred to as "the Contractor," whose principal office is located at 21414 68th Avenue South, Kent, WA
98032.
WHEREAS, the City has determined the need to have certain services performed for its citizens
but does not have the manpower or expertise to perform such services; and
WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms
and conditions; now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform
those services described on Exhibit A attached hereto and incorporated herein by this reference as if
fully set forth. In performing such services, the Contractor shall at all times comply with all Federal,
State, and local statutes, rules and ordinances applicable to the performance of such services and the
handling of any funds used in connection therewith. The Contractor shall request and obtain prior
written approval from the City if the scope or schedule is to be modified in any way.
2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit A attached hereto and incorporated herein by this
reference. The total amount to be paid shall not exceed $107,478 + Washington State Sales Tax.
3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City
whenever the Contractor desires to amend its budget in any way.
4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing
September 13 2021 and ending November 1, 2021, unless sooner terminated under the provisions
hereinafter specified.
5. Independent Contractor. Contractor and City agree that Contractor 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
Contractor nor any employee of Contractor 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 contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
6. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or
suits including attorney fees, arising out of or in connection with the performance of this Agreement,
except for injuries and damages caused by the sole negligence of the Public Entity.
CA Revised May 2020
Page 1 of 4
6
Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115,
then, in the event of liability for damages arising out of bodily injury to persons or damages to property
caused by or resulting from the concurrent negligence of the Contractor and the Public Entity, its
officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the
extent of the Contractor's negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor'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.
7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in connection with
the performance of the work hereunder by the Contractor, their agents, representatives, employees or
subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required
herein shall not be construed to limit the liability of the Contractor 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 Scope of Insurance. Contractor shall obtain insurance of the types and with the limits
described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and
property damage of $1,000,000 per accident. Automobile liability insurance shall cover all
owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services
Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If
necessary, the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products -completed operations aggregate
limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations, independent
contractors, products -completed operations, stop gap liability, personal injury and advertising
injury, and liability assumed under an insured contract. The Commercial General Liability
insurance shall be endorsed to provide a per project general aggregate limit using ISO form
CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability
arising from explosion, collapse or underground property damage. The City shall be named
as an additional insured under the Contractor's Commercial General Liability insurance policy
with respect to the work performed for the City using ISO Additional Insured endorsement CG
20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or
substitute endorsements providing at least as broad coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
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 Contractor's Automobile Liability and Commercial General
Liability insurance policies are to contain, or be endorsed to contain that they shall be primary
insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage
maintained by the City shall be excess of the Contractor's insurance and shall not contribute 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.
CA Revised May 2020 Page 2 of 4
7
E. Verification of Coverage. Contractor 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 Contractor shall furnish certified copies of all required
insurance policies, including endorsements, required in this Agreement and evidence of all
subcontractors' coverage.
F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance
coverage that complies with all applicable requirements of the Contractor -provided insurance as
set forth herein, except the Contractor shall have sole responsibility for determining the limits of
coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public
Entity is an additional insured on each and every Subcontractor's Commercial General liability
insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this
work with written notice of any policy cancellation, within two business days of their receipt of such
notice.
H. Failure to Maintain Insurance. Failure on the part of the Contractor 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 Contractor to correct the breach, immediately terminate the contract
or, at its discretion, procure or renew such insurance and pay any and all premiums in connection
therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion
of the City, offset against funds due the Contractor from the City.
8. Record Keeping and Reporting.
A. The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any
nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of this Agreement.
B. These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter
40.14 and by the City.
9. Audits and Inspections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by law during the performance of
this Agreement.
10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty
(30) days written notice of the City's intention to terminate the same. Failure to provide products on
schedule may result in contract termination. If the Contractor's insurance coverage is canceled for any
reason, the City shall have the right to terminate this Agreement immediately.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, 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 and Subcontract. The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
13. Entire Agreement: Modification. This Agreement, together with attachments or addenda, represents
the entire and integrated Agreement between the City and the Contractor and supersedes all prior
negotiations, representations, or agreements written or oral. No amendment or modification of this
Agreement shall be of any force or effect unless it is in writing and signed by the parties.
CA Revised May 2020
Page 3 of 4
8
14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or
unenforceable or limited in its application or effect, such event shall not affect any other provisions
hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which
by their sense and context are reasonably intended to survive the completion, expiration or cancellation
of this Agreement, shall survive termination of this Agreement.
15. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
16. Applicable Law: Venue: Attorney's Fees. This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. 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.
DATED this 21st day of July 2021.
CITY OF TUKWILA CONTRACTOR
Allan Ekberg, Mayor
ATTEST/AUTHENTICATED:
City Clerk, Christy O'Flaherty
APPROVED AS TO FORM:
Office of the City Attorney
CA Revised May 2020
By:
Printed Name and Title:
Address:
Page 4 of 4
9
EXHIBIT A
LI LONG
July 7 2021
City of Tukwila
Attn: Mike Sodon
Project: Tukwila Community Center Repaint
Scope of Work: Pressure wash, prep and apply two full coats of finish to the exterior.
BASE BID PRICING
1) Base Bid
UNIT VALUE
LS $ 107,478
General Clarifications:
Assumes matching existing colors & color schemes with two full coats of Sherwin
Williams A-100 latex finish.
Owner will be responsible for cutting back all shrubs and trees needed for use to access
scope of work.
All stained wood and factory -finished items (man doors, gutters and downspouts) are
excluded from our scope of work.
Proposal assumes painting lower flashing in with the body color please see attached
scope.
Proposal assumes some soffit repairs under entry please see attached scope.
Proposal assumes painting all sprinkler pipe and previously painted man doors and
frames.
Base Bid Inclusions:
Includes a 1 -year warranty from date of completion.
Lifts and safety equipment as necessary to complete this scope.
Mask and protect all finishes not scheduled for paint.
Pressure wash all areas to receive paint finish and all gutters and downspouts.
Overlay all existing caulked areas needed before applying finishes.
Apply two full coats of latex finish to all previously painted surfaces. Excluding areas
mentioned above in clarifications.
Clean all work areas daily.
Exclusions:
Washington sales tax
Pressure washing brick.
Please feel free to contact me at (253) 234-8084, if you have any further questions.
Sincerely,
LONG PAINTING COMPANY
21414 68th Avenue S.
Kent, WA 98032
(253) 234-8050
'OUR PARTNER IN SAFETY, QUALITY AND SERVICE"
www.longpainting. corn
1120 NE 146th Street
Vancouver, WA 98685
(4b0) 952-4400
Mitchell Higgins
Project Manager/Estimator - Email: Mitchellh@longpainting.com
21414 68th Avenue S.
Kent, WA 98032
(253) 234-8050
OLONG
PAINTING COMPANY
'OUR PARTNER IN SAFETY, QUALITY AND SERVICE"
www.longpainting. corn
1120 NE 146th Street
Vancouver, WA 98685
(4q)0) 952-4400
�
•
.:
§h
q
/
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: Facility Improvements Project No. Various
DESCRIPTION: Yearly improvements and required maintenance to City facilities that are located throughout the City.
JUSTIFICATION: Maintenance of existing facilities and required updating and improvements.
STATUS: Ongoing.
MAINT. IMPACT: None.
COMMENT: Ongoing project, only one year actuals are shown in first column.
FINANCIAL Through Estimated
(in $000's)
2019 2020
2021 2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Engineering
4
50
50
50
50
50
50
304
Land (R/W)
0
Construction
32
156
140
150
150
150
150
150
150
1,228
TOTAL EXPENSES
32
160
190
150
200
200
200
200
200
1,532
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
32
160
190
150
200
200
200
200
200
1,532
TOTAL SOURCES
32
160
190
150
200
200
200
200
200
1,532
Facility Projects scheduled for 2021-2022
TCC Exterior Paint/Stain
TCC Retrofit HVAC Chiller
City Hall Seismic Study
City Hall Siding Repairs
Fire Station 53 Exterior Paint/Stain
$ 140,000 2021
10,000 2021
40,000 2021
$ 190,000
100,000 2022
50,000 2022
2021 - 2026 Capital Improvement Program 47
14
City of Tukwila
Allan Ekberg, mayor
Puhric Works 0emcrtar/ant - Harr Ponnekanti, Otrectorf 'try Engineer
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Hari Ponnekanti, Public Works Director/ City Engineer
BY: Mike Perfetti, Habitat Project Manager
CC: Mayor Ekberg
DATE: August 20, 2021
SUBJECT: Surface Water Fund - Riverton Creek Flapgate Removal Project
Project Number 99830103
Maintenance Agreement Authorization with WSDOT
ISSUE
Approve a 10 -year maintenance agreement with the Washington State Department of Transportation (WSDOT) for the Riverton
Creek Flapgate Removal Project.
BACKGROUND
The City's Riverton Creek Flapgate Removal Project, which is due to be completed in the fall of 2021, is being executed in
accordance with a local agency construction agreement between the City and WSDOT since part of the area lies within WSDOT
right of way (ROW). In the early months of 2021, plants were installed to restore vegetation at the project site. Actively managing
the restored vegetation during the plant establishment period is critical to ensuring that the restoration is successful, our
investments are protected, and grantee obligations are met.
DISCUSSION
Approximately two acres of native plant restoration are within WSDOT ROW. As part of the grant agreement with the State
Recreation and Conservation Office (RCO) and the Salmon Recovery Funding Board (SRFB), the City has an on-going obligation
to maintain the restoration project for a minimum of ten (10) years.
FISCAL IMPACT
Over a period of 10 years, maintenance costs are expected to be professionally contracted for a total of approximately $100,000-
$150,000 over the life of the agreement. The overall project budget is sufficient to fund the additional maintenance costs. Grant
funding opportunities to cover maintenance expenses will also be examined. By way of example, the City has been awarded grant
funding for the last two years of plant maintenance at the Green the Green pilot CIP project through WRIA 9's Regreen the Green
grant program.
Project Expenses Budget
Encumbered Expenses $ 2,428,891.16
Maintenance 150,000.00
Utility Revenue 1,083,000.00
Funding from 205 Levee Certification 336,699.86
Awarded Grants (CWM, Opp, RCO) 1,166,965.00
Total $ 2,578,891.16 $2,586,664.86
RECOMMENDATION
Council is being asked to approve a 10 -year maintenance agreement with WSODT and consider this item on the Consent Agenda
at the September 13, 2021, Special Council Meeting.
Attachments: Maintenance Agreement between the City of Tukwila and WSDOT
Riverton Creek — SR 599/SR 99 Vicinity Map
2021 CIP, Page 90
15
Maintenance Agreement between
The City of Tukwila
and the
Washington State Department of Transportation (GMB 1201)
Riverton Creek - SR 599/SR 99 Vicinity
This Agreement is made and entered into between the Washington State Department of Transportation,
hereinafter "WSDOT," and the City of Tukwila, Washington, hereinafter the "City," collectively the "Parties" and
individually the "Party."
RECITALS
1. The City is constructing the Riverton Creek Flapgate Removal Project, hereinafter the "Project," which
includes, but is not limited to, the removal of culverts and flapgates at the confluence of Riverton Creek
and the Duwamish River, fish habitat improvements, planting, and associated roadway improvements.
2. Some Project construction is taking place in WSDOT limited access right of way pursuant to the terms of
GCB 3352, including Amendment No. 1. The City agrees it is responsible for the maintenance of
roadway shoulder restoration landscaping and all Large Woody Debris in the Riverton Creek channel,
hereinafter "Landscaping," in the Maintenance Area shown in Exhibit A.
3. WSDOT and the City wish to define maintenance responsibilities within WSDOT's right of way
jurisdiction.
NOW THEREFORE, pursuant to RCW 47.28.140, the above recitals that are incorporated herein as if fully set
forth below, and in consideration of the terms, conditions, covenants and performances contained herein, and the
attached Exhibit A that is incorporated herein by this reference, IT IS MUTUALLY AGREED AS FOLLOWS:
1. CITY MAINTENANCE RESPONSIBILITIES
1.1
The City, at the City's sole cost and expense, shall maintain and provide all materials and labor associated
with the replacement, repair, and any other incidentals for the Landscaping in the Maintenance Area
shown in Exhibit A. The City's obligations for Landscaping shall include plant replacement as needed
and weed control at least once per year.
1.2 The City shall ensure the Landscaping is maintained in a safe and operable condition and prevent
premature deterioration. The City shall use best management practices developed as part of the
Washington State Aquatic Habitat Guidelines Program (available at
https://wdfw.wa.gov/publications/00046) and best management practices developed by the Washington
Invasive Species Council (available at https://invasivespecies.wa.gov).
1.3 In performing any work covered by this Agreement, the City shall comply with all federal and state
nondiscrimination laws, regulations and policies.
1.4 Modification, Replacement or Relocation of the Landscaping:
1.4.1 If the City, in its sole discretion, determines that it is necessary to replace or modify the
Landscaping, the replacement or modification shall require prior written approval of WSDOT.
1.4.2 The City agrees to relocate and/or remove the Landscaping within thirty (30) calendar days of
receipt of WSDOT's written notice to perform such work in the event a state highway project
GMB 1201 Page 1 of 6
16
requires removal or relocation. If the City does not relocate or remove the Landscaping, the
Landscaping shall be removed by WSDOT, and the City agrees to pay WSDOT the actual direct
and related indirect costs in accordance with Section 2.5.
1.5 Traffic Control
1.5.1 The City shall not perform any work authorized under this Agreement in such a manner as to
conflict with, impede or disrupt in any way state highway construction, operation or maintenance,
or interfere with or endanger the safety of the traveling public. If it is likely that the City's work
shall conflict with, impede or disrupt in any way state highway construction, operation or
maintenance, or interfere with or endanger the safety of the travelling public, then the City shall
submit traffic control plans to the WSDOT Construction Traffic Control Operations Manager for
the Northwest Region, for review and approval prior to the start of the City's work. WSDOT
shall review and approve, modify, or reject the City's traffic control plans within fifteen (15)
business days after receipt of the plans. If WSDOT rejects the plans, WSDOT shall work
cooperatively with the City to develop acceptable plans.
1.5.2 The City agrees that all traffic control for any work authorized pursuant to Section 1.5.1 shall be
in compliance with the Manual on Uniform Traffic Control Devices (MUTCD).
1.6 Third Party Damage
1.6.1 The City shall be responsible for repairing all third -party damage to the Landscaping at the City's
expense.
1.6.2 If WSDOT has information concerning third party damage to the Landscaping it shall provide the
information to the City as soon as practicable after receipt of request for records from the City.
2. DEFICIENT MAINTENANCE
2.1 In the event the City does not perform the work identified in Section 1, WSDOT reserves the right to
perform the necessary work to the extent necessary for the safe operation and maintenance of WSDOT
right of way. Should WSDOT perform such work, the City agrees to pay WSDOT the actual direct and
related indirect costs in accordance with Section 2.5.
2.2 Should the City fail to perform its maintenance responsibilities which do not directly impact the
construction, operation and maintenance of WSDOT right of way, or adversely affect the safety of the
traveling public pursuant to this Agreement, WSDOT shall provide written notification to the City to
perform the work to cure the identified deficiencies within thirty (30) calendar days after receipt of said
notification.
2.3 If, in the case of a deficiency that the City cannot with due diligence cure within a period of thirty (30)
calendar days, the City shall request in writing for the approval of a time extension to remedy those
deficiencies. After approval, the City shall proceed in good faith cure the deficiency as agreed.
2.4 WSDOT may perform or begin planning for the needed work at the end of the thirty (30) calendar day
notice period. Should WSDOT perform such work, the City agrees to pay WSDOT the actual direct and
related indirect costs in accordance with Section 2.5.
2.5 The City shall reimburse WSDOT for the actual direct and related indirect costs of WSDOT's work
authorized by this Agreement. Upon receipt of a detailed, itemized invoice from WSDOT, the City shall
GMB 1201 Page 2 of 6
17
make payment within thirty (30) calendar days. All sums due from the City to WSDOT and not paid
within thirty (30) calendar days of the date of invoice shall bear interest at the rate of twelve percent
(12%) per annum, or the highest rate of interest allowable by law, whichever is greater; provided that, if
the highest rate allowable by law is less than twelve percent (12%), interest charged hereunder shall not
exceed that amount. Interest shall be calculated from the thirty-first calendar day until the date paid. If
the City objects to all or any portion of an invoice it shall notify WSDOT within twenty (20) calendar
days from the date of receipt and shall pay only that portion of the invoice not in dispute. WSDOT and
the City shall make every effort to settle the disputed portion, and if necessary, utilize dispute resolution
as provided for in Section 7 of this Agreement. No interest shall be due on any portion of an invoice the
City is determined not to owe following settlement between the Parties or completion of dispute
resolution process.
3. EMERGENCY MAINTENANCE
3.1 In the event of an emergency involving the Landscaping that has damaged or is likely to imminently
damage WSDOT right of way, the City shall perform emergency maintenance and/or repair to rectify the
problem within one (1) working day of notification, email being acceptable, from WSDOT.
3.2 If the City is not available to perform the emergency maintenance and/or repair work to address the
identified problem, WSDOT reserves the right to perform the emergency work. Such emergency work
may be accomplished by WSDOT personnel or its authorized contractor and the City agrees to reimburse
WSDOT for its actual direct and related indirect costs in accordance with Section 2.5.
4. RIGHT OF ENTRY
4.1 WSDOT hereby grants to the City and its authorized agents, contractors, subcontractors, and employees a
right of entry upon all WSDOT right of way for the purpose of accomplishing the work authorized by this
Agreement, subject to the traffic control provisions of Section 1.5.
5. PARTY REPRESENTATIVES
5.1 Unless otherwise stated herein, for all communications under this Agreement the Parties designate the
following representatives:
City of Tukwila
Washington State Department of Transportation
Hari Ponnekanti
Gordon Elley
Public Works Director
Superintendent Area 5 Maintenance
City of Tukwila
Washington State Dept. of Transportation
6300 Southcenter Blvd, Suite 100
10833 Northup Way NE
Tukwila, WA 98188
Bellevue, WA 98004
(206) 433-0179
Phone: (425) 739-3730
Hari.Ponnekanti@TukwilaWA.gov
ElleyGK@wsdot.wa.gov
5.2 A Party may designate an alternative representative and, in this event, shall notify the other Party in
writing, which includes communication by email.
6. DAMAGE TO PROPERTY
6.1 The City and its authorized agents, contractors, subcontractors, and/or employees shall not damage
WSDOT property while performing maintenance, operation and/or repair of the Landscaping. If the City,
its authorized agents, contractors, subcontractors and/or employees damages WSDOT property, the City
GMB 1201
Page 3 of 6
18
agrees to be directly responsible to WSDOT for the cost of reasonable repairs; provided that, prior to
either the City or WSDOT commencing any such repairs, the Parties shall meet and confer regarding the
nature and scope of repairs that are needed and shall allocate responsibility for the work.
6.2 WSDOT and its authorized agents, contractors, subcontractors, and/or employees shall not damage City
property while performing maintenance, operation and/or repair of the Landscaping. If WSDOT, its
authorized agents, contractors, subcontractors, and/or employees damages City property, WSDOT agrees
to be directly responsible to the City for the cost of reasonable repairs; provided that, prior to either the
City or WSDOT commencing any such repairs, the Parties shall meet and confer regarding the nature and
scope of repairs that are needed and shall allocate responsibility for the work.
7. GENERAL PROVISIONS
7.1 Amendment: This Agreement may be amended or modified only by the mutual agreement of the Parties.
Such amendments or modifications shall not be binding unless they are in writing and signed by persons
authorized to bind each of the Parties.
7.2 Term: The Term of this Agreement shall commence as of the date this Agreement is executed and shall
continue for a period of ten (10 years).
7.3 Start of Work: The City agrees that its maintenance and/or repair work obligations pursuant to this
agreement shall start as soon as there has been construction and acceptance by WSDOT of the
Landscaping as defined in GCB 3352.
7.4 Termination:
7.4.1 This Agreement may be terminated by the mutual written agreement of the Parties.
7.4.2 This Agreement shall terminate ten (10) years after the date this Agreement is executed.
7.4.3 Any termination of this Agreement shall not prejudice any rights or obligations accrued to the
Parties prior to termination.
7.5 Indemnification and Waiver: Each of the Parties shall protect, defend, indemnify, and hold harmless the
other Party and its officers, officials, employees, and/or authorized agents, while acting within the scope
of their employment as such, from any and all costs, claims, judgements, and/or awards of damages (both
to persons and/or property), arising out of, or in any way resulting from, that Party's obligations
performed or to be performed pursuant to the provisions of this Agreement. No Party shall be required to
indemnify, defend, or hold harmless the other Party if the claim, suit, or action for injuries, death, or
damages (both to persons and/or property) is caused by the sole negligence of the other Party. Where
such claims, suits, or actions result from the concurrent negligence of the Parties, their officers, officials,
employees, and/or authorized agents, and/or involve those actions covered by RCW 4.24.115, the
indemnity provisions provided herein shall be valid and enforceable only to the extent of the negligence
of the indemnifying Party, its officers, officials, employees, and/or authorized agents. The Parties agree
that their obligations under this section extend to any claim, demand, and/or cause of action brought by,
or on behalf of, any of their officers, officials, employees, and/or authorized agents. For this purpose
only, the Parties, by mutual negotiation, hereby waive, with respect to each other only, any immunity that
would otherwise be available against such claims under the Industrial Insurance provisions of Title 51
RCW. This indemnification and waiver shall survive the termination of this Agreement.
GMB 1201 Page 4 of 6
19
7.6 Disputes: The Parties shall work collaboratively to resolve disputes and issues arising out of, or related
to, this Agreement. Disagreements shall be resolved promptly and at the lowest level of hierarchy. To
this end, following the dispute resolution process in Sections 7.6.1 through 7.6.4 shall be a prerequisite to
the filing of litigation concerning any dispute between the Parties:
7.6.1 The Representatives designated in this Agreement shall use their best efforts to resolve disputes
and issues arising out of, or related to, this Agreement. The Representatives shall communicate
regularly to discuss the status of the tasks to be performed hereunder and to resolve any disputes
or issues related to the successful performance of this Agreement. The Representatives shall
cooperate in providing staff support to facilitate the performance of this Agreement and the
resolution of any disputes or issues arising during the term of this Agreement.
7.6.2 A Party's Representative shall notify the other Party in writing of any dispute or issue that the
Representative believes may require formal resolution according to Section 7.6.4. The
Representatives shall meet within five (5) working days of receiving the written notice and
attempt to resolve the dispute.
7.6.3 In the event the Representatives cannot resolve the dispute or issue, the City's Mayor, and
WSDOT's Northwest Region Administrator, or their respective designees, shall meet and engage
in good faith negotiations to resolve the dispute.
7.6.4 In the event the City's Mayor and WSDOT' s Northwest Region Administrator, or their respective
designees, cannot resolve the dispute or issue, the City and WSDOT shall each appoint a member
to a dispute board. These two members shall then select a third member not affiliated with either
Party. The three-member board shall conduct a dispute resolution hearing that shall be informal
and unrecorded. All expenses for the third member of the dispute board shall be shared equally
by both Parties; however, each Party shall be responsible for its own costs and fees.
7.7 Venue: In the event that either Party deems it necessary to institute legal action or proceedings to enforce
any right or obligation under this Agreement, the Parties agree that any such action or proceedings shall
be brought in Thurston County Superior Court. Further, the Parties agree that each shall be solely
responsible for payment of its own attorney's fees, witness fees, and costs.
7.8 Records and Audit: All records for maintenance, operation and/or repair work done pursuant to this
Agreement shall be held and kept available for inspection and audit by WSDOT, the City and the Federal
government for a period of six (6) years from the date of termination of this Agreement or any final
payment authorized under this Agreement, whichever is later. Each Party shall have full access to and
right to examine said records, during normal business hours and as often as it deems necessary. Should a
Party require copies of any records from the other Party, the requesting Party agrees to pay the reasonable
costs thereof. In the event of litigation or claim arising from the performance of this Agreement, the City
and WSDOT agree to maintain the records and accounts until such litigation, appeal or claims are finally
resolved. This section shall survive the termination of this Agreement.
7.9 Severability: Should any section, term or provision of this Agreement be determined to be invalid, the
remainder of this Agreement shall not be affected and the same shall continue in full force and effect.
7.10 Calendar Day: Calendar day means any day on the calendar including Saturday, Sunday or a legal local,
state, or federal holiday.
7.11 Working Day: Working day means any day other than Saturday, Sunday, or a legal local, state, or federal
holiday.
GMB 1201 Page 5 of 6
20
7.12 Independent Contractor: Parties shall be deemed an independent contractor for all purposes, and the
employees of each Party or any of its contractors, subcontractors, consultants, and the employees thereof,
shall not in any manner be deemed to be employees of the other Party.
IN WITNESS WHEREOF, the Parties hereto have executed this Agreement as of the Party's date last signed
below.
City of Tukwila
Washington State
Department of Transportation
Sign and Date:
Sign and Date:
AIlan Ekberg
Mayor
Morgan Balogh
Assistant Regional Administrator
Maintenance, Northwest Region
Approved as to Form
City of Tukwila
Approved as to Form
Washington State
Department of Transportation
Sign and Date:
Sign and Date:
720/2/
dAPJ
Name:
City Attorney
Name:
Assistant Attorney General
GMB 1201 Page 60f6
21
K:\Project\32700\32740\CADD\ACAD\Dwg\C1.2.dwg
Plotted: Apr 28, 2020 — 7:14pm
STABIUZED CONSTRUCTION ACCESS
ONTO TRAIL SEE SHEET C2.1
fr
fr
CONTRACTOR WORK ZONE. A MAXIMUM
OF 15 PARKING STALLS MAY BE
CLOSED WITHIN THIS ZONE. (SEE
GENERAL SITE LOGISTICS NOTES)
41! il6
DUWAMISH RIVER
GREEN RIVER TRAIL
-
r e%
rr
..777",,,
I
INTERMITTENT WORK ZONE.
PARKING STALLS MUST REMAIN
OPEN DURING HOURS OF
7AM-6PM MON.—FRI. (SEE
GENERAL SITE LOGISTICS NOTES)
' K�
BUILDING 1
TEMPORARY STAGING AREA FOR WORK IN WETLAND\
AREA. A MAXIMUM OF 15 PARKING STALLS ALONG
THE SOUTHWEST FACE OF BUILDING 1 MAY BE
CLOSED DURING THE HOURS OF 7AM-6PM FOR A
TOTAL DURATION OF 15 WORKING DAYS.
1 \\
1\\* '/
\
N N -r
\ \
\ \
BUILDING 2
TEMPORARY STAGING AREA FOR LANDSCAPE
IMPROVEMENTS. INSTALL OFFRAMP SHOULDER
CLOSURE TRAFFIC CONTROL PER SHEET TC.1.
ANY REVISIONS TO THE OFFRAMP TRAFFIC
CONTROL MUST BE SUBMITTED BY THE
CONTRACTOR TO WSDOT FOR APPROVAL
r�
NTS
3.
4.
LEGEND
T
— — PROJECT UMFTS
HAULING ACCESS ZONE
HAULING ROUTE
CONTRACTOR WORK ZONE (OCCUPIED
THROUGHOUT CONSTRUCTION)
INTERMITTENT CONSTRUCTION ZONE
TEMPORARY CONTRACTOR STAGING AREA
(RESTRICTIONS AS NOTED)
GENERAL SITE LOGISTICS NOTES
TRAFFIC CONTROL SHOWN ON SITE LOGISTICS PLANS IS CONCEPTUAL ONLY FOR THE PURPOSE OF BIDDING. CONTRACTOR SHALL SUBMIT FOR APPROVAL TO THE
ENGINEER A TRAFFIC CONTROL PLAN INCLUDING PEDESTRIAN ACCESS THAT ADDRESSES ALL CONDFNONS OF THE SITE LOGISTICS PLAN AND AS LISTED BELOW
(REFER TO SPECIAL PROVISION SECTION 1-10.2(2)):
A. PROVIDE VEHICULAR ACCESS (MIN. 20' WIDTH) IN THE EVENT OF AN EMERGENCY DURING CONSTRUCTION HOURS. MAINTAIN MIN. 20' ROAD WIDTH DURING
NON—CONSTRUCTION HOURS.
B. MAINTAIN HARD SURFACE VEHICULAR ACCESS TO DELIVERY DOCKS AND GARBAGE DUMPSTERS AT ALL TIMES.
C. MAINTAIN SAFE VEHICULAR AND PEDESTRIAN (CUSTOMER) ROUTES TO AND FROM PARKING AREAS AND STORE ACCESS BEYOND BARRIER AND SECURITY FENCE.
D. PROVIDE TEMPORARY TRAFFIC CONTROL WHEN ACCESS ROUTES ARE TEMPORARILY BLOCKED.
WHILE WORKING WITHIN THE INTERMITTENT CONSTRUCTION ZONE, CONTRACTOR SHALL PLAN AND SCHEDULE WORK IN A MANNER THAT WILL ALLOW TWO—WAY
VEHICULAR ACCESS DURING THE HOURS OF 7AM-6PM AND PEDESTRIAN ACCESS TO BUILDING DOORWAYS AT ALL TIMES. ALTERNATING ONE WAY TRAFFIC WITH
FLAGGERS MAY BE ALLOWED FOR STAGING OF HEAVY EQUIPMENT FOR BRIDGE AND STRUCTURAL WALL WORK IF TRAFFIC CONTROL PLAN IS APPROVED BY ENGINEER
AND PROPERTY OWNER. NIGHT WORK OR WEEKEND WORK MAY BE NECESSARY, SEE SECTION 1-8.0(2) OF THE SPECIAL PROVISIONS FOR REQUIREMENTS.
CONTRACTOR SHALL INDICATE POTENTIAL BUSINESS OPERATION IMPACTS ON THE TWO WEEK LOOK—AHEAD SCHEDULE. SEE SPECIAL PROVISION SECTION 1-08.3(2)B.
PLACE TEMPORARY SECURITY CHAIN LINK FENCE AROUND CONTRACTOR WORK ZONE. FENCE SHALL BE TIGHTLY SECURED WHEN CONTRACTOR IS NOT WORKING
ON—SITE.
5. THE CONSTRUCTION STAGING SHOWN ON THESE PLANS IS BASED ON ACCESS COMMITMENTS THE CIN HAS MADE TO ADJACENT BUSINESSES. THE CONTRACTOR MAY
PROPOSED ALTERNATIVE STAGING, BUT THE PROPOSAL MUST CLEARLY SHOW HOW ACCESS TO ADJACENT BUSINESSES IS MAINTAINED THROUGHOUT CONSTRUCTION.
CONSTRUCTION WILL NOT START UNTIL THE CONTRACTOR HAS EITHER PROVIDED THE CITY WITH WRITTEN ACCEPTANCE OF THE STAGING ON THESE PLANS OR HAS
SUBMITTED AN ALTERNATIVE PROPOSAL TO THE CITY AND RECEIVED WRITTEN APPROVAL OF THE PROPOSAL FROM THE CITY.
CALL BEFORE YOU DIG 1-800-424-5555
PUBLIC WORKS DEPT.
-ENGINEERING-STREETS-WATER-SEWER-PARKS-BUILDING-
by
dale
designed
dmm
SJ
4/28/20
TT
4/28/20
checked
TH
4/28/20
proleng
TH
4/28/20
pmidir
field bk no
MP 4/28/20
Otak
11241 Willows Road NE, Suite 200
Redmond, WA 98052
425.822.4446
w.otak.com
RIVERTON CREEK FLAP GATE REMOVAL
SITE LOGISTICS PLAN
no
date
revisions
X3 ,
32
file no C1.2
scale A -/OWN
date 04 28/2020
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: Riverton Creek Flap Gate Removal Project No. 99830103
Remove two culverts and flap gates that confluence with the Duwamish River; daylight creek, install trail
DESCRIPTION: bridge
over creek, habitat improvements and planting for 1,200 lineal feet of creek, inc 1/4 acre backwater wetland
habitat and 400 ft of river; associated structural improvements for TIB roadway and adjacent commercial
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: Project construction began in 2020.
MAINT. IMPACT: Expected to increase maintenance.
Construction funding from the State RCO Salmon Recovery Funding Board, King County Cooperative
COMMENT: Watershed Management, King County Opportunity Funds, the WRIA 9 Re -green the Green Program and City
Surface Water Funds.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Project Location♦��I
N
-^
l�, �i0. \
_
t
Design
391
r
ir
k.
391
Land (R/W)
IL
ill15 *01
t
I
41a
IIIIIIW
vs,
0
Monitoring
i
i
$
=,__lin
ter
25
s
�"
25
Const. Mgmt.
200
5
205
Construction
1,654
25
1,679
TOTAL EXPENSES
391
1,854
55
0
0
0
0
0
0
2,300
FUND SOURCES
Awarded Grant RCO
116
781
897
King County Grant
240
50
290
People for Puget S
30
30
Mitigation Expected
0
Utility Revenue
245
833
5
0
0
0
0
0
0
1,083
TOTAL SOURCES
391
1,854
55
0
0
0
0
0
0
2,300
2021 - 2026 Capital Improvement Program
90
23
Project Location♦��I
N
-^
l�, �i0. \
_
t
--/-1,,44
r
ir
k.
‘ 411C
IL
ill15 *01
t
I
41a
IIIIIIW
vs,
I 1
i
i
$
=,__lin
ter
�\\
s
�"
2021 - 2026 Capital Improvement Program
90
23
24
City of Tukwila
Allan Ekberg, Mayor
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Joel Bush, Chief Technology Officer
CC: Mayor Allan Ekberg
DATE: August 20, 2021
SUBJECT: Municipal Broadband Protect
Department of Commerce Grant Request
ISSUE
Approve the submission of a grant application to the Department of Commerce Public Works
Broadband Program for up to $2,000,000 to fund the construction of a municipal LTE network using
cellular technology.
BACKGROUND
The City of Tukwila Municipal Broadband Project will provide true broadband internet to City of Tukwila
students and their families while they are within Tukwila city limits. Currently, the Tukwila School District
equips 20% of its students with mobile hotspots and 23% of families are enrolled in the Comcast's
Internet Essential Program.
DISCUSSION
Increasing broadband infrastructure will increase equity by reducing Tukwila's digital divide.
Specifically, the project will construct monopole sites or small cells that will connect with the City's
existing fiber network to provide broadband service to all City of Tukwila students and their families.
The investment in municipal broadband will serve a foundation for future smart city investments.
FISCAL IMPACT
Preliminary cost estimates for this project are between 2,200,000 - $2,650,000. The deployment of a
municipal LTE network will also include recurring annual costs of $220,000. $130,000 for maintenance
and software and $90,000 for a dedicated internet connection. The total five-year project cost is
anticipated to be $3,738,434 for capital and reoccurring expenses.
The city has the opportunity to apply for up $2,000,000 in funding from the Department of Commerce
for Broadband Construction for capital costs related to the Municipal Broadband Project. No match is
required for this funding opportunity. The Department of Commerce Broadband Construction call for
projects is currently open. Applications are due by October 1, 2021, with projects awarded in November
2021.
This project is not currently funded, but Tukwila staff are in discussions with the Tukwila School District
on cost sharing models to minimize financial impact to the City of Tukwila. Staff will also continue to
research local, state and federal grants to support this project.
RECOMMENDATION
Committee is being asked to approve the submission of the grant application. Staff will brief the full
Council on this grant opportunity and program concept at the September 13, 2021, Committee of The
Whole.
ATTACHMENTS: Preliminary Costs
Tukwila School District Internet Need Analysis
rukwilo City Hall • 6200 5rruthrenter-f Boulevard • Tukwila, WA 98158 • 20E•43.3 -380O • Website: TukwilaWA.gav
25
City of Tukwila Municipal LTE Project Cost Estimates
Capital Cost
Services:
Description:
Network Design, RF engineering, network engineering, installation of rooftops
and monopoles, construction services, installation of radios/antenna systems,
Installation of core network, commissioning, enablement, optimizing of Radio
Network, CPI configuration and compliance, project management for the sites
Structural Analysis/Construction Designs, and professional engineering services
for permitting/zoning
Services: Subtotal
Equipment:
Description:
Radio Access Network, gateways, switches, EPC Core, tower equipment,
enclosures, custom fab, cabling, CBSDs, sims, end user devices
Equipment: Subtotal
Grand Total Subtotal
Extended Cost
$946,538
$169,500
$1,116,038
$1,532,864
$1,532,864
$2,648,902
Recurring Cost
Description:
Year 1-
CBSD Licensing / Hardware and Software Maintenance 111,993
Internet Connection 90,000
Year Subtotal 201,993
Year 2 -
CBSD Licensing / Hardware and Software Maintenance 126,113
Internet Connection 90,00o
Year 2 Subtotal 216,113
Year 3-
CBSD Licensing / Hardware and Software Maintenance 129,826
Internet Connection 90,000
Year 3 Subtotal 219,826
Year 4-
CBSD Licensing / Hardware and Software Maintenance 133,793
Internet Connection 90,000
Year 4 Subtotal 223,793
Year 5-
CBSD Licensing / Hardware and Software Maintenance 137,807
Internet Connection 90,000
Year Subtotal 227,807
Grand Total Subtotal $1,089,532
Grand Total - Equipment/Services/Maintenance/Licensing for five years $3,738,434
26
Internet Access Need Analysis
[�J Internet Access Need Analysis City of Tukwila -GIS
BRIGHTON
DUNLAP
Legend tt X
LAKERIDGE
BRYN MAWR
SKYWAY
S 132nd S[
Mack Rh,.
Pore_=r
MC M IC KEN
HEIGHTS
MANDY
ARK
Subsidized Internet Service (Heat map)
- Hugh
Hotspot Deployment (Heat map)
- High
Tukwila Empty Conduit
Tukwila Empty Conduit and Fiber
Tukwila iNet
City of Tukwila Property
Tukwila School District Property
$ 182nd St
y, WA State Parks 1313, Esr-
City Limits
27