HomeMy WebLinkAboutTIS 2021-10-11 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
S. Kim (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, OCTOBER 11, 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
)
Item
Recommended Action
Page
1. PRESENTATIONS
2. BUSINESS AGENDA
a) Surface Water Fund — Stormwater Mgmt. Action Plan
a) Committee approval
Pg. 1
Grant Application (S. Edquid)
b) Stormwater Mgmt. Action Plan & Surface Water
b) Forward to the 10/18/2021 Regular
Pg. 3
Comprehensive Plan
Consent Agenda
Consultant Selection and Agreement (S. Edquid)
c) TDM Program Update (A. Turner)
c) Discussion only
Pg. 31
d) WSDOT TDM Agreement 2021-2023 (A. Turner)
d) Forward to the 10/18/2021 Regular
Pg. 39
Consent Agenda
3. MISCELLANEOUS
Future Agenda:
Next Scheduled Meeting: Monday, October 25, 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
Public Works Department - Hari Ponnekanti, Director/City Engineer
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Hari Ponnekanti, Public Works Director/ City Engineer
BY: Sherry Edquid, Levee Project Manager
CC: Mayor Ekberg
DATE: October 8, 2021
SUBJECT: Surface Water Fund — Stormwater Management Action Plan
Project No. 99341210 and 8214120
Department of Ecology Water Quality Grant Application
ISSUE
Authorize the submittal of a grant application to the Washington State Department of Ecology (DOE)
Water Quality Combined Funding Program to fund a portion of the Stormwater Management Action
Plan (SMAP).
BACKGROUND
In August 2019, DOE issued an update to the NPDES Permit for Phase II Municipalities. Under this
permit the City is required to prepare a SMAP to identify approaches that accommodate development
while preventing water quality degradation and/or improving water quality conditions harmed by past
developments.
DISCUSSION
DOE is currently seeking applications for its Water Quality Combined Funding Program for State Fiscal
Year 2023. The City's SMAP is eligible for funding through this granting agency. Grant applications are
due by October 15, 2021, with funding allocated in early 2022.
FISCAL IMPACT
A preliminary cost estimate for $366,000 has been prepared to develop the SMAP. The City has
existing funds for this project but seeks to request $50,000 to supplement the existing budget. The
grant application indicates that a 15% local city match, or $7,500, for hardship projects, for which the
City of Tukwila qualifies (as opposed to a 25% match for non -hardship projects). Hardship projects are
for cities with populations of less than 25,000 and the Median Household Income (MHI) is less than
80% of the State's. Matching funds will be drawn from the Surface Water 412 Fund and fall within the
project budget.
Grant Award
City Leverage $308,500
Required Match 7,500
DOE Grant 50,000
Total $366,000
Project Budget
$366,000
RECOMMENDATION
Committee approval is being requested to apply to the Department of Ecology for its Water Quality
Combined Funding Program for State Fiscal Year 2023 and permission to seek out and apply for future
grant funding opportunities to fund this NPDES effort.
Attachment: 2021-2026 CIP Pg. 88
1
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: Surface Water Comprehensive Plan Project No. 82141202
Periodically revise and update the adopted Surface Water Comprehensive Plan to: 1) Incorporate the latest
DESCRIPTION: requirements of the National Pollution Discharge Elimination System (NPDES) and Endangered Species Act
(ESA); 2) Update Capital Improvement Projects to reflect current needs and completed projects; 3) Include GIS
based basin and system maps as they become available; and 4) Revise Storm Water ordinance as needed.
JUSTIFICATION: The latest requirements from regulatory agencies as well as newly identified City needs must be included in
a regularly updated Surface Water Comprehensive Plan.
STATUS: The Surface Water Comprehensive Plan was completed in 2003 and updated in 2013. Future updates are
planned on a 7 -year cycle with the next update in 2021.
MAI NT. IMPACT:
COMMENT:
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022
2023
2024
2025
2026
BEYOND TOTAL
EXPENSES
Design
163
200
250
613
Land (R/W)
0
Const. Mgmt.
0
Construction
0
TOTAL EXPENSES
163
0
200
0
0
0
0
0
250
613
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
163
0
200
0
0
0
0
0
250
613
TOTAL SOURCES
163
0
200
0
0
0
0
0
250
613
Project Location:
Entire System
2021 - 2026 Capital Improvement Program
88
2
City of Tukwila
Allan Ekberg, Mayor
Pit be Works Deportment - Barr PoopOranti, Director/City Engineer
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Hari Ponnekanti, Public Works Director/ City Engineer
BY: Sherry Edquid, Project Manager
CC: Mayor Allan Ekberg
DATE: October 8, 2021
SUBJECT: Stormwater Management Action Plan & Surface Water Comprehensive Plan
Project No. 99341210 and 82141202
Consultant Selection and Agreement
ISSUE
Request to approve a consultant contract with Otak, Inc. to prepare and update the City's Stormwater Management Action Plan
(SMAP) and Surface Water Comprehensive Plan (SWCP).
BACKGROUND
The Public Works Department seeks to hire a consultant to update the SWCP and develop the SMAP to meet new National Pollutant
Discharge Elimination System (NPDES) permit requirements and reflect current City surface water needs. This requires the City to
implement a comprehensive SMAP that entails a priority watershed and catchment by 2023. At the same time, the City seeks to
update their 2013 SWCP to take advantage of the SMAP's studies and update the plan to reflect current City surface water
infrastructure needs. The City plans to submit a grant application to the Department of Ecology's Water Quality Combined Funding
program to fund a portion of this plan.
ANALYSIS
The current MRSC Consultant Roster was used to advertise for consultants via email solicitations to 57 potential firms. Two
proposals were received, one from Landau Associates and the other from Otak, Inc who was selected for best meeting the project
requirements. The City and Public Works have been very satisfied with Otak's past work.
FISCAL IMPACT
A preliminary cost estimate from Otak, Inc for the SMAP and SWCP is anticipated to be $366,000. The budget for this project
is $200,000 from the Surface Water Comprehensive Plan CIP, and the remaining funds will be moved from the NPDES
Program CIP ($86,000) and the Surface Water GIS Inventory CIP ($80,000). We are also researching potential grants to fund
this project.
Cost Estimates
Otak, Inc Contract $366,000
Total $366,000
2021-2023
Surface Water Comp Plan
Surface Water GIS Inventory
NPDES Program
Funding Sources
$200,000
80,000
86,000
$366,000
RECOMMENDATION
Council is being asked to approve a consultant agreement with Otak, Inc in the amount of $366,000 for the SMAP and SWCP
and consider this item on the Consent Agenda at the October 18, 2021 Regular Meeting.
ATTACHMENTS: 2021-2026 CIP, Pages 80, 88, 92
Consultant Agreement
3
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: NPDES Program Project No. 99341210
Provide programmatic implementation requirements of NPutb. i ne Master urainage Program specifies
DESCRIPTION: a NPDES reporting and action plan for City compliance. The services/supplies funds will also include any
iilrllIlicit �s a rr
Sita env' UtgiIrequirementsincl} uae anaR Ua report,pulinc�eoucailonand outreacn, uucit aiscnarge
JUSTIFICATION: detection
and illumination, approved technical standards, staff training, inspections of public and private systems, and
drainaae system mans
STATUS: All current NPDES requirements have been implemented. LID added to TMC in 2017.
MAINT. IMPACT: Additional cleaning and documentation will require added staff resources.
National Pollutant Discharge Elimination System (NPDES). Additional NPDES requirements will be ongoing.
Costs shown include emergency supplies, testing equipment, DOE testing, and annual public outreach
surveys. Added Smap requirements requiring changes to GIS Mapping to conform with DOE NPDES
standards.
COMMENT:
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Staff
1,557
222
1,779
Services/Supplies
495
50
100
50
55
55
60
60
65
990
Const. Mgmt.
0
Construction
0
TOTAL EXPENSES
2,052
272
100
50
55
55
60
60
65
2,769
FUND SOURCES
Awarded Grant
213
50
263
Proposed Grant
50
60
110
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
1,839
222
100
0
55
55
0
60
65
2,396
TOTAL SOURCES
2,052
272
100
50
55
55
60
60
65
2,769
Project Location:
Entire System
2021 - 2026 Capital Improvement Program
80
4
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: Surface Water Comprehensive Plan Project No. 82141202
Periodically revise and update the adopted Surface Water Comprehensive Plan to: 1) Incorporate the latest
DESCRIPTION: requirements of the National Pollution Discharge Elimination System (NPDES) and Endangered Species Act
(ESA); 2) Update Capital Improvement Projects to reflect current needs and completed projects; 3) Include GIS
based basin and system maps as they become available; and 4) Revise Storm Water ordinance as needed.
JUSTIFICATION: The latest requirements from regulatory agencies as well as newly identified City needs must be included in
a regularly updated Surface Water Comprehensive Plan.
STATUS: The Surface Water Comprehensive Plan was completed in 2003 and updated in 2013. Future updates are
planned on a 7 -year cycle with the next update in 2021.
MAI NT. IMPACT:
COMMENT:
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022
2023
2024
2025
2026
BEYOND TOTAL
EXPENSES
Design
163
200
250
613
Land (R/W)
0
Const. Mgmt.
0
Construction
0
TOTAL EXPENSES
163
0
200
0
0
0
0
0
250
613
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
163
0
200
0
0
0
0
0
250
613
TOTAL SOURCES
163
0
200
0
0
0
0
0
250
613
Project Location:
Entire System
2021 - 2026 Capital Improvement Program
88
5
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
Ul L4 IGU
PROJECT: Surface Water GIS Inventory Project No. 1
or,A
The GIS (Geographic Information Systems) inventory establishes citywide as -built drawings for the public
DESCRIPTION: drainage systems. This is an ongoing project as all CIP and development infrastructure improvements will
need to be mapped.
JUSTIFICATION: State NPDES requirements include provisions for permitted jurisdictions to compile accurate drainage
system maps for all outfalls 24" or greater.
STATUS: GIS mapping was completed citywide in 2013. Future contracts will keep maps up to date as projects
change the existing system. Combined Asset Management System scheduled for 2017.
MAINT. IMPACT: GIS information will allow maintenance to better track storm facility maintenance needs.
COMMENT: National Pollution Discharge Elimination System (NPDES). Department of Ecology grants for NPDES
permit.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Project Location: _____ ___.,
Entire System
Jo
I
. 5 5
-cry
5 -,-
�7
Design
1,673
100
100
150
2,023
Land (R/W)
0
Const. Mgmt.
0
Construction
0
TOTAL EXPENSES
1,673
100
0
100
0
150
0
0
0
2,023
FUND SOURCES
Awarded Grant
218
218
Proposed Grant
0
Mitigation Actual
100
100
Mitigation Expected
0
Utility Revenue
1,355
100
0
100
0
150
0
0
0
1,705
TOTAL SOURCES
1,673
100
0
100
0
150
0
0
0
2,023
2021 - 2026 Capital Improvement Program
92
6
Project Location: _____ ___.,
Entire System
Jo
I
. 5 5
-cry
5 -,-
�7
r
2021 - 2026 Capital Improvement Program
92
6
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
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 Otak, hereinafter referred to as "the
Contractor," whose principal office is located at 700 Washington Street, Suite 300 Vancouver, WA 98660.
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 B attached hereto and incorporated herein by this
reference. The total amount to be paid shall not exceed $365,996..
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
October 25, 2021, and ending December 31, 2023, 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
7
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
8
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
9
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 day of , 20_
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: 700 Washington Street, Suite 300
Vancouver, WA 98660
Page 4 of 4
10
SMAP and SWCP
Fee Estimate
Summary of Otak, Inc. and all Subconsultants
Otak Project # 033383.000
10/1/2021
Task
Description
Otak, Inc.
Aspect
Consulting
Total Hours
Total Budget by
Task
100
Project Management and Grant App
01
Contract and Schedule Management
48
4
52
$7,866
02
Coordination
51
15
66
$10,912
03
Monthly Progress Reporting
38
22
60
$8,344
200
Receiving Waters Assessment
01
Intake Existing Data
5
18
23
$3,849
02
Verify Targets
2
6
8
$1,315
03
Compile Additional Data
29
211
240
$40,928
04
StoryMap (Optional)
4
18
22
$3,569
300
Basin Prioritization
01
Draft Prioritization Criteria
13
23
36
$6,989
02
Public Outreach/Involvement
6
16
22
$4,044
03
Finalize Prioritization Criteria and Basin Selection
10
77
87
$15,195
04
Catchment Delineation and Selection
3
21
24
$4,393
400
Retrofit/Action Plan Concept Development
01
Draft Concept Plans
178
17
195
$27,731
02
Final Concepts
95
95
$11,944
500
SMAP
01
Draft SMAP
61
40
101
$14,708
02
Final SMAP
38
4
42
$5,396
610
SWCP Planning
01
Define the Products
32
32
$3,854
02
Client Review & Update
14
14
$1,587
620
SWCP Discovery
01
Engineering and Asset Data Collection
30
30
$3,966
02
Update Fish Passage Barriers Inventory
9
9
$976
03
Interviews and Preliminary Field Trip with Staff
68
68
$10,640
04
Document Known Issues
128
128
$15,090
05
Summarize Existing Information
43
43
$4,666
06
Screening
51
51
$6,265
07
Regulatory & Operations Review
85
85
$9,636
630
SWCP Visioning
01
Scoring Criteria
46
46
$5,574
640
SWCP Solutions
01
Project Identification
69
69
$9,890
02
Rate and Rank Draft Project List
81
81
$8,970
03
Draft CIP Design
185
185
$22,408
04
Final CIP Design and Fact Sheets
194
194
$21,218
05
Update Surface Water Issues and Solutions
48
48
$5,406
06
Update Atlas
31
31
$4,328
650
SWCP Funding
01
Prepare CIP Schedule and Table
30
30
$4,398
02
Prepare CIP Cost Estimates
43
43
$6,676
03
List Revenue Sources
60
60
$7,576
660
SWCP Implementation
01
Draft SWCP Update
215
215
$23,704
02
Revised Draft SWCP Update
87
87
$9,420
03
Adopted SWCP
40
40
$3,913
04
Public Involvement and Adoption
44
4
48
$7,152
Total Hours
2214
496
2710
$364,496
$1,500
$365,996
Total Labor Cost
$273,990
$90,506
Direct Expenses
$1,500
Project Total
$275,490
$90,506
Otak
Page 1 of 1
K:\Project\33300\33383\Contract\33383 Tukwila SMAP SWCP Fee Draft v3 10/1/2021
11
Labor Categories*
Task
Description
Sr. PIC/Sr.
PM Civil
Planner IV
CE IX
CE IX
CE V
Designer IV
Designer III
Planner
Assoc. IV
Planner
Assoc. III
Sr. GIS
Specialist
Scientist
IV
Scientist I
Project
Coord.
PA
Total Hours
Total Budget
by Task
Total Budget by
Phase
100
Project Management and Grant App
$19,119
01
Contract and Schedule Management
2
26
10
8
2
48
6974
02
Coordination
43
8
51
7497
03
Monthly Progress Reporting
16
16
6
38
4648
200
Receiving Waters Assessment
$5,834
01
Intake Existing Data
1
2
2
5
781
02
Verify Targets
1
1
2
353
03
Compile Additional Data
1
8
4
16
29
4080
04
StoryMap (Optional)
4
4
620
300
Basin Prioritization
$5,228
01
Draft Prioritization Criteria
1
10
2
13
2154
02
Public Outreach/Involvement
6
6
930
03
Finalize Prioritization Criteria and Basin Selection
8
2
10
1636
04
Catchment Delineation and Selection
2
1
3
508
400
Retrofit/Action Plan Concept Development
$35,714
01
Draft Concept Plans
1
4
12
4
86
67
4
178
23770
02
Final Concepts
1
4
12
2
40
36
95
11944
500
SMAP
$11,674
01
Draft SMAP
1
8
2
42
4
4
61
7056
02
Final SMAP
1
8
2
21
2
4
38
4618
610
SWCP Planning
$5,441
01
Define the Products
4
2
4
8
10
4
32
3854
02
Client Review & Update
2
1
2
4
1
4
14
1587
620
SWCP Discovery
$51,239
01
Engineering and Asset Data Collection
4
4
2
8
12
30
3966
02
Update Fish Passage Barriers Inventory
1
1
6
1
9
976
03
Interviews and Preliminary Field Trip with Staff
32
20
8
8
68
10640
04
Document Known Issues
4
4
100
12
6
2
128
15090
05
Summarize Existing Information
2
1
8
24
4
2
2
43
4666
06
Screening
8
4
14
24
1
51
6265
07
Regulatory & Operations Review
8
12
61
4
85
9636
630
SWCP Visioning
$5,574
01
Scoring Criteria
8
2
6
28
2
46
5574
640
SWCP Solutions
$72,220
01
Project Identification
1
8
18
22
12
4
4
69
9890
02
Rate and Rank Draft Project List
2
2
34
41
2
81
8970
03
Draft CIP Design
2
3
12
148
16
4
185
22408
04
Final CIP Design and Fact Sheets
2
1
5
56
118
12
194
21218
05
Update Surface Water Issues and Solutions
6
2
36
4
48
5406
06
Update Atlas
4
2
20
4
1
31
4328
650
SWCP Funding
$18,650
01
Prepare CIP Schedule and Table
4
6
12
6
2
30
4398
02
Prepare CIP Cost Estimates
1
2
18
8
12
2
43
6676
03
List Revenue Sources
1
8
1
12
20
16
2
60
7576
660
SWCP Implementation
$43,297
01
Draft SWCP Update
1
24
4
168
18
215
23704
02
Revised Draft SWCP Update
12
63
12
87
9420
03
Adopted SWCP
3
17
20
40
3913
04
Public Involvement and Adoption
24
4
12
4
44
6260
Total Hours
12
322
116
43
140
470
115
42
767
56
5
6
14
106
2214
$273,990
$1,500
$275,490
Annualized Billing Rate
$208
$155
$198
$198
$143
$115
$100
$136
$104
$127
$148
$91
$125
$84
Total Labor Cost
$2,496
$49,910
$22,968
$8,514
$20,020
$54,050
$11,500
$5,712
$79,768
$7,112
$740
$546
$1,750
$8,904
Direct Expenses
Project Total
SMAP and SWCP
Fee Estimate
Otak, Inc.
Otak Project # 033383.000
10/1/2021
* Labor categoric are representative of the staff who may perform the work are are used to develop a fee estimate. Staff in different categories may be used depending on avai ability, promotions, or other considerations.
K:\Project\33300\33383\Contract\33383 Tukwila SMAP SWCP Fee Draft v3
Pag'21 of 1
10/1/2021
%Aspect
Tukwila SMAP and SWCP
Task
Work Element
Labor Budget Basis in Hours
-Intal
Hours
dilL
Total
Labor
Budget
sinner
Direct
Charges
(ODC)
Subs
End Date
Associate
Project I
Staff 2
Senior I
Project 2
Project I Sr. Editor
Principal 1
Senior 3
Staff 2
Coordinator
3
$ 223.00
$ 155.00
$ 129.00
$ 195.00
$ 166.00
$ 155.00
$ 124.00
$ 258.00
$ 223.00
$ 129.00
$ 113.00
100
100
100
100
200
200
200
200
1000
300
300
300
300
300
400
400
400
500
500
500
660
660
660
660
660
Phase 100 Project Management and Grant Application
100.01 Contract & Schedule Management
4
4
$ 892
100.02 Coordination
13
2
15
$ 3,415
100.03 Monthly Progress Reporting
11
1 1
22
$ 3,696
Phase 200 Receiving Waters Assessment
200.01 Intake Existing Data
4
4
10
18
$ 3,068
200.02 Verify Targets
2
4
6
$ 962
200.03 Compile Additional Data
4612
2
119
30
2
211
$ 36,848
-Story Map (optional stand-alone task)
3
105
18
$ 2,949
Phase 300 Basin Prioritization
300.01 Draft Prioritization Criteria
15
2
4
2
23
$ 4,835
300.02 Public Outreach/Involvement
10
3.5
I
0,5
1
16
$ 3,114
300.03 Finalize Prioritization Criteria and Basin Selection
23
8.
8
30
6
2
77
$ 13,559
300.04 Catchment Delineation and Selection
7
14
21
$ 3,885
Phase 400 Retrofit/Action Plan Concept Development
400.01 Draft Concept Plans8
8
I
17
$ 3,961
400.02 Final Concept Plans
All Otak
Phase 500SMAP
■
500.01 Draft SMAP
16
20
2
2
40
$ 7,652
500.02 Final SMAP
2
2
4
$ 778
Phase 660 SWCP - Implementation
660.01 Draft SWCP Update
660.02 Revised Draft SWCP Update
660.03 Adopted SWCP
$ 892
$ 90.506
660.04 Public Involvement and Adoption
4
4
496
Total
Aspect Consulting, LLC
Page I of
10Pmje¢133300133383\Contract\SubsWspea cost estimate 10.01.21
13
Otak
City of Tukwila
Stormwater Management Action Plan
And Surface Water Comprehensive Plan
Otak Project #33383
October 1, 2021
Project Understanding
The City of Tukwila operates and maintains a municipal storm sewer system (MS4) serving the City limits. The
MS4 operates in a city anchored by commercial, industrial, and residential development within the Green and
Duwamish Watershed. Under the Western Washington Phase II Municipal Stormwater Permit (Permit), issued by
the Washington State Department of Ecology (Ecology), the City is required to develop a Stormwater
Management Action Plan (SMAP) which provides a strategic framework and requirements for the management of
the City's stormwater in a priority basin. In conjunction, the City seeks to issue a new Surface Water
Comprehensive Plan (SWCP) by updating the SWCP prepared in 2013 by CH2MH ILL.
The SMAP and its components should be prepared to meet the Permit requirements, including deadlines in
March 2022, June 2022, and March 2023.
The plans shall address the expansion of regulatory requirements, the changing stormwater and surface water
management techniques and strategies, and establish management goals and projects for the future. These
plan(s) shall also reflect the surface water capital and non-structural investments that the City has made since the
previous edition. The final document shall provide a framework for the City's surface and storm water program
moving forward including capital planning projects for the next 10 years.
The City began to meet the SMAP requirement in 2021, with a preliminary receiving waters assessment memo
prepared by Otak.
Project Guidance / Reference Documents
■ City of Tukwila Request for Proposals for a Stormwater Management Action Plan (SMAP) and Surface Water
Comprehensive Plan (SWCP)
■ Otak and Aspect team proposal for City of Tukwila Stormwater Management Action Plan (SMAP) and Surface
Water Comprehensive Plan (SWCP), July 22, 2021
■ 2013 Surface Water Comprehensive Plan, CH2MHILL for City of Tukwila, February 2013
■ Western Washington Phase II Municipal Stormwater Permit, Department of Ecology, 2019-2024
■ Stormwater Management Action Planning Guidance: Phase I and Western Washington Phase II Municipal
Stormwater Permits, Department of Ecology, August 2019
■ Building Cities in the Rain: Watershed Prioritization for Stormwater Retrofits, Washington Department of
Commerce, September 2016
■ Preliminary Receiving Waters Assessment and Stormwater Management Influence memorandum, Otak,
February 24, 2021
K:IProject1333001333831Contract\33383 Tukwila SMAP SWCP Scope of Work Draft v4.docx 14
City of Tukwila
SMAP and SWCP Scope of Work
October 1, 2021
Overall Project Assumptions
■ The project length is 24 months.
■ Meetings and workshops will be held virtually unless otherwise specified.
Scope of Work
Page 2
Phase 100 Project Management
The purpose of this task is to provide Project Management and Administration services during development of the
SMAP and SWCP as well as to develop a grant application to fund Phases 400 and 500 of the project.
01 Contract & Schedule Management
Consultant shall:
a. Prepare a project work plan.
b. Develop and maintain a detailed project schedule, identifying critical tasks necessary to meet the project
timeline. Up to four updates.
c. Develop an abbreviated quality assurance and quality control plan for project deliverables.
d. Manage the contract and subconsultant contract(s).
02 Coordination
Consultant shall:
a. Maintain regular communication and attend up to 20 one-hour coordination meetings with the City,
including a project start up meeting to discuss project goals, work plan, schedule, and expectations. The
project managers will charge to this task. Other consultant team members attending these meetings will
charge to the task(s) they are currently working on. Meeting summaries will focus on decisions and action
items.
b. Maintain regular communication among the team and hold up to 30 30 -minute internal coordination
meetings. The project managers will charge to this task. Other team members attending these meetings
will charge to the task(s) they are currently working on.
c. Prepare and maintain a decision log shared with the City.
03 Monthly Progress Reporting
Consultant shall:
a. Prepare and submit monthly invoices and monthly project status reports (23). Status reports list activities
completed, issues/needs, and a budget status summary using an earned value analysis.
Phase 100 Deliverables
■ Project work plan
■ Project schedule and up to three updates
■ Abbreviated quality assurance and quality control plan
■ Coordination meeting summaries focused on action items
■ Decision log and routine updates
■ Monthly project status reports
15
City of Tukwila
SMAP and SWCP Scope of Work
October 1, 2021
Page 3
Phase 100 Assumptions
• The project duration is 24 months.
• Coordination meetings may be more frequent at the beginning and during times of intense work and less
frequent at other times.
Phase 200 Receiving Waters Assessment
Otak completed a preliminary receiving water assessment in early 2021. This assessment gathered much of the
data recommended for inclusion by the SMAP guidance from Ecology and the Building Cities in the Rain
methods. The preliminary assessment included:
• Basin delineation
• Identified designated uses and associated water quality standards for the receiving waters
• Gathered water quality data from multiple sources including Ecology, King County, and the USGS
• Gathered GIS data including land use, land cover, roads, density, etc.
• A Long Term Hydrologic Impact Assessment (L-THIA) model for existing land uses and conditions
The preliminary receiving water assessment identified four basins (Green/Duwamish River, Gilliam Creek, P17,
and Johnson Creek) for further analysis. Remaining work in Phases 200 through 400 will take place in these four
basins.
01 Intake Existing Data
Consultant shall:
a. Review and confirm the findings of the preliminary assessment.
02 Verify Targets
Consultant shall:
a. Review and confirm designated uses and associated water quality standards for the four basins.
b. Any changes that are identified will require re -assessment of the water quality data in the affected
watershed to ensure that the assessment is accurate.
03 Compile Additional Data
The final assessment will seek to add in additional information to the assessment following the guidance from
Ecology and the Building Cities in the Rain methods.
Consultant shall consider:
a. Any additional water quality data that was not included in the preliminary assessment. Such as:
• Water quality data that has been released since the preliminary assessment was completed
• Known water quality or habitat issues documented by the City
b. Areas of upcoming development pressure. This includes current or planned redevelopment, infilling,
zoning changes, etc.
• Using future land cover and land use plans, update land use areas in any GIS and a future conditions
L-THIA analysis in any of the four basins, as needed.
c. Evaluate effects on overburdened communities. The USEPA's EJScreen and Washington State
Department of Health's Health Disparity Map will be evaluated for each basin. Information from the City (if
available) will also be evaluated as part of this analysis.
d. Develop a methodology for determining relative stormwater management influence. The overall
improvement from SMAP actions could be affected by the City's existing MS4 system, availability of land,
16
City of Tukwila
SMAP and SWCP Scope of Work
October 1, 2021
Page 4
current land use, relative percentage of basin within City jurisdiction, unique characteristics of the
receiving water, etc. These factors will be assessed for each basin.
e. Apply methodology and document the relative stormwater management influence of the four basins.
GIS Web Maps will be used to document and convey the results of the receiving water assessment. Consultant
shall:
a. Develop Web Maps to show the extent of the water quality concerns, development pressures, relative
ability to improve conditions through stormwater management, etc.
A watershed inventory is required per the Permit S5.C.1.d.i.
Consultant shall:
a. Develop a watershed inventory table (of all nine basins) for submittal to the Washington State Department
of Ecology (Ecology). This table will be based on Table 1 of the Preliminary Receiving Waters
Assessment memorandum and meet the requirements of the Permit S5.C.1.d.i and will include for each
basin:
• Receiving water name
• Total watershed area
• Percentage of watershed in Tukwila's jurisdiction
▪ Stormwater management influence
▪ Indication whether or not basin is included in prioritization process
b. Prepare a map of all the basins.
c. Update the preliminary assessment memorandum to document the results of the receiving water
assessment.
04 StoryMap (Optional)
If requested by the City, Consultant shall:
a. Compile the Web Maps and the data behind them into a Story Map that can be used by the City and
Consultant team for internal communication and understanding of the results of the assessment.
b. Modify or update the Story Map for communicating with stakeholders and the public.
Phase 200 Deliverables
• Watershed Inventory Table per Permit S5.C.1.d.i and map of all basins
• Draft assessment of receiving waters memorandum
• Final assessment of receiving waters memorandum
• Relative Stormwater Management Influence methodology, draft and final
• Web Maps
• GIS Story Map summarizing receiving water characteristics by basin OR GIS coverages that consolidate
information presented tabularly in the excel table. Scope and fee include GIS Story Map as contingency
but development of Story Map must be authorized separately by City.
Phase 200 Assumptions
• The receiving waters assessment will be limited to the four basins highlighted in the preliminary receiving
waters assessment (Green/Duwamish River, Gilliam Creek, P17, Johnson Creek).
• The City will provide the Consultant with all relevant data available for receiving waters including, but not
limited to, the following:
• GIS coverages (as available) including basin delineations, impervious surface coverage, stormwater
facilities, zoning, wetlands, streams, conveyance networks, transportation networks, and water quality
data.
17
City of Tukwila
SMAP and SWCP Scope of Work
October 1, 2021
Page 5
• Basin plans, water quality studies, hydrologic modeling reports, and other relevant City documents.
• These resources will be used for follow-up questions and coordination and for map preparation to
document receiving water conditions in each basin or sub -basin.
• Consultant will not collect any new water quality data or perform any other field work as part of the
assessment.
• The City will provide input information (as available) on expected land use and growth projections for
receiving waters within the four basins.
• GIS files produced during the project and a PDF of screen shots of the web content will be provide at project
closeout. Aspect Consulting will host Web Maps and Story Map (if authorized by City) throughout the duration
of the project and an additional six months past project closeout. Aspect can continue to host the Story Map
after project closeout at a cost of $500/year. Transfer of Story Map files to be hosted elsewhere is not
included in this scope of work.
• Story Map cost estimate includes one consolidated round of revisions.
• One round of comments and revision is assumed for the final assessment memorandum.
Phase 300 Basin Prioritization
Data compiled in Phase 200 will be used for prioritizing receiving waters and will be used to determine a high-
priority receiving waters to develop a Stormwater Management Action Plan (Phase 400).
01 Draft Prioritization Criteria
The Consultant shall:
a. Develop draft prioritization criteria based on City input, the SMAP guidance from Ecology and the Building
Cities in the Rain guidance. The draft prioritization criteria will include up to 10 factors. Examples of
factors that could be assessed include:
• Level of impairment
• Relative stormwater management influence
• Public importance or community value
• Cost effectiveness
• Availability of land
• Planned future development
b. Prepare draft criteria and example scenarios for discussion.
c. Meet with City staff to discuss the draft prioritization criteria and to ensure that the criteria are aligned with
City priorities and values.
02 Public Outreach/Involvement
Input from the public and stakeholders will help shape the prioritization criteria.
The Consultant shall:
a. Prepare a brief draft informational overview of the purpose, goals, process, and expected benefits of
SMAP for inclusion in the City's digital newsletter (The Hazelnut) and which can be emailed by the City to
tribal representatives.
b. Provide the final informational overview incorporating one round of City review and comments.
c. Review any public and stakeholder feedback and develop recommended responses for potential
consideration and/or inclusion in the prioritization process. Transmit the recommended responses to the
City for review and hold a 1 -hour follow-up meeting with the City to discuss the recommendations.
18
City of Tukwila
SMAP and SWCP Scope of Work
October 1, 2021
Page 6
03 Finalize Prioritization Criteria and Basin Selection
Final criteria will be used to compare and rank receiving waters. Consultant shall:
a. Incorporate City and public comments into the final criteria.
b. Apply final criteria to the basins that were assessed under Phase 200.
c. Prepare a draft table of the ranked basins to the City for comment.
o Criteria may be modified if results are not consistent with what is known about receiving waters. If this
occurs, another draft list will be prepared using modified criteria.
d. Meet with City staff to discuss the draft list.
e. Following comments, prepare a final ranked list of receiving waters along with documentation of the
selection process and the data that support the selection of the receiving water for the SMAP
development.
04 Catchment Delineation and Selection
Once a basin is selected, it may be divided into catchments if appropriate. Consultant shall:
a. Delineate catchments in GIS using existing drainage, surface water, topography, and other appropriate
data. Once catchments are delineated, they will be evaluated using the developed prioritization criteria to
select the catchment for the development of the retrofit/action plan and SMAP.
Phase 300 Deliverables
• Draft Prioritization Criteria
• Public Outreach/Involvement Materials
• Draft and final informational overview of the purpose, goals, process, and expected benefits of SMAP for
publication in The Hazelnut and for City to distribute to Tribes and environmental stakeholders
▪ Recommended responses to public/stakeholder feedback
• Final Prioritization Criteria
• Draft excel table of ranked receiving waters
• Catchment delineation
• Final excel table of ranked receiving waters and selection of receiving water for Stormwater Management
Action Plan.
▪ Table will divide selected receiving water into catchments and selected catchment will be identified for
Stormwater Management Action Plan
• Webmaps, and brief memorandum summarizing selection methods, ranking process, and prioritized basin for
reporting to Ecology under S5.C.1.d.ii.
Phase 300 Assumptions
• All meetings are assumed to be virtual with no associated travel costs.
• The City and up to two members of the consultant team will attend a 1.5 -hour meeting to develop criteria to
prioritize receiving waters.
• The City and up to two members of the consultant team will attend one 1 -hour meeting to discuss draft
prioritization results.
• Consultant will submit draft and final SMAP informational overview to City via email.
▪ City will compile all edits and comments on draft overview into single document.
• Cost estimate includes one round of revisions.
• City will coordinate inclusion of SMAP information overview in City's digital newsletter.
• City will send SMAP information overview to tribes and environmental stakeholders
• City will compile all responses and feedback from public, tribes, and environmental stakeholders into
document and transmit to consultant via email.
19
City of Tukwila
SMAP and SWCP Scope of Work
October 1, 2021
Page 7
• The City and up to two members of the consultant team will attend one 1 -hour meeting to discuss
recommendations from the public outreach process.
• The City and up to two members of the consultant team will attend one 1 -hour meeting to discuss final
catchment selection results
• The final list of ranked receiving waters will be prepared following City approval and agreement.
• The City will make final determination and select the high-priority receiving water to develop a Stormwater
Management Action Plan.
• Catchment delineation will only be completed within the selected basin.
• All data may not be applicable for the final catchment selection. For example, a basin may only have water
quality data from a single point rather than from each catchment so a comparison of water quality data may
not be appropriate. Final catchment selection will utilize data that allows for comparisons between catchments
relative to the prioritization criteria.
Phase 400 Retrofit/Action Plan Concept Development
Within the priority basin, the Consultant will identify and develop stormwater management capital improvements,
policies, and programmatic actions that could be implemented in the priority basin following 2019 SMAP
Guidance. If a priority catchment has been selected, the SMAP will be prepared for the catchment.
01 Draft Concept Plans
Consultant shall develop draft concept plans:
a. In a meeting with City staff attended by up to four consultant team members, discuss and select
alternatives for a suite of CIPs, policies, and programmatic actions; document discussion and selection in
meeting notes.
b. Develop up to three draft planning -level capital improvement projects in the priority basin/catchment,
presented as a draft CIP fact sheet.
c. Develop up to one draft policy white paper or up to one draft planning -level targeted SWMP action in the
priority basin/catchment, presented as a draft program fact sheet.
d. Prepare a draft planning -level costs for each solution. CIP costs will include land acquisition, City's
administrative costs, design, construction, and contingency. Costs for non-structural management actions
will include City's administrative costs, one-time costs, and average annual costs.
02 Final Concept Plans
Consultant shall develop final concept plans:
a. Finalize planning -level capital improvement projects in the priority basin/catchment
b. Finalize policy white paper or SWMP action
c. Finalize planning -level costs for each solution. CIP costs will include land acquisition, City's administrative
costs, design, construction, and contingency. Costs for non-structural management actions will include
City's administrative costs, one-time costs, and average annual costs.
d. Prepare a final CIP fact sheet for each CIP
e. Prepare a final Program fact sheet for each programmatic/targeted SWMP action
Phase 400 Deliverables
• Alternative selection meeting notes
• Draft and final planning -level CIP fact sheets (up to three)
• Draft and final policy white paper or program fact sheet (one)
• Draft and final cost estimates
20
City of Tukwila
SMAP and SWCP Scope of Work
October 1, 2021
Page 8
Phase 400 Assumptions
• The City hopes to secure a grant from the Department of Ecology to fund Phases 400 and 500. The grant
agreement will control the scope of work for this phase, so scope of work for this phase may be amended
based on grant requirements.
• The fee estimate shows a typical mix of staffing assignments for CIP development, but the actual assignment
between our scientist and engineering, etc., will likely change based on the desired CIPs.
Phase 500 SMAP
The SMAP plan will be a standalone document suitable for submittal to Ecology to satisfy part of the City's
NPDES Western Washington Phase II municipal stormwater permit stormwater planning requirement and suitable
to serve as an appendix to the SWCP.
01 Draft SMAP
Consultant shall:
a. Write the draft SMAP. The SMAP is assumed to be 10 pages in length, not including attachments, with
the following sections:
• Introduction
• Regulatory Context
▪ Summary of Receiving Waters Assessment
▪ Summary of Basin Prioritization
▪ Priority Basin Plan
▪ Implementation Schedule
• Budget Sources
• Adaptive Management
• Conclusion
b. Compile the final reports and fact sheets from Phases 200, 300, and 400 as attachments to the plan.
02 Final SMAP
Consultant shall:
a. Write the final SMAP, incorporating City comments.
Phase 500 Deliverables
• Draft and final SMAP
Phase 500 Assumptions
• The City hopes to secure a grant from the Department of Ecology to fund Phases 400 and 500. The grant
agreement will control the scope of work for this phase, so scope of work for this phase may be amended
based on grant requirements.
• City to compile comments and resolve conflicting direction before returning comments on drafts.
Phase 610 SWCP - Planning
Phases 610 through 660 encompass the preparation of the SWCP.
21
City of Tukwila
SMAP and SWCP Scope of Work
October 1, 2021
Page 9
01 Define the Products
This task has been included to clearly set expectations for the products for the SWCP that will result from this
project.
Consultant shall:
a. Review 2013 SWCP and appendices and prepare a draft SWCP outline with annotations. Annotations will
summarize the amount of update needed for each section, new sections, usefulness of existing
appendices, and status of previous CIP projects.
b. Prepare a draft title block for printed map products
c. Prepare draft graphic layouts for a CIP fact sheet
d. Coordinate with the City on the types of known issues/projects to be collected during the study. This will
be used to develop the project GIS.
e. Hold a GIS Coordination meeting between Otak and Aspect to agree on division of labor for GIS tasks,
file sharing strategies, data organization, and data formats
f. Hold a Cost Estimating Coordination meeting between Otak and Aspect to agree on approach and format
for cost estimating
02 Client Review & Update
Consultant shall:
a. Review and update products to incorporate City comments
Phase 610 Deliverables
• Draft and final title block for printed map products
• Draft and final graphic layouts for a CIP fact sheet
• Draft and final SWCP outline
Phase 610 Assumptions
• One round of review is included
• Fact sheet layouts will also be used in Phase 400 for the CIP designs for SMAP
Phase 620 SWCP Discovery
The purpose of this task is to identify known issues within the surface water systems, comprising storm system,
surface water bodies, and levees as well as policy or programmatic gaps. Information will be gathered primarily
from interviews and field trips with staff.
01 Engineering and Asset Data Collection
Engineering and asset information will be collected.
Consultant shall:
a. Prepare a detailed information request for engineering and asset information. Examples include utilities
data in GIS, existing reports and studies that identify known issues or projects, and related City CIP lists.
b. Prepare a spreadsheet to document existing information provided by the City and its use/usefulness.
c. Set up a project GIS and online map to document known issues, other/related City CIP project locations,
field investigation sites, potential projects, and CIP project locations.
22
City of Tukwila
SMAP and SWCP Scope of Work
October 1, 2021
Page 10
02 Update Fish Passage Barriers Inventory and Assessment
Consultant shall:
a. Create a brief addendum to the "City of Tukwila Fish Passage Barrier Inventory" by CH2M HILL within
Appendix B of the 2013 SWCP to update the status of the documented fish passage barriers that have
been removed or that now have a different status. No additional fish passage barriers will be identified as
part of this task.
03 Interviews and Preliminary Field Trips w/ Staff
Consultant shall:
a. Attend two, two-hour workshop with City staff to interview them and collect additional background
knowledge, existing practices, problem locations, other stormwater and surface water issues and
potential project ideas.
b. Conduct up to two, one -day preliminary field trips with City staff to view key stormwater facilities, stream
segments, and problem locations. Sites will be selected by the City's team, and the City will provide
driving directions or addresses.
c. Take notes and photographs of sites. Document sites in the project GIS
04 Document Known Issues
Consultant shall:
a. Based on interviews and preliminary field trip, document locations of known issues in the project GIS.
Opportunities to retrofit areas for water quality and/or flow control may be included if City wishes. Up to 90
issues are expected overall.
b. Describe the following attributes of each known issue: name, description, type, source, year last observed
(if known), and status.
c. Document adopted surface water CIP projects that have not begun construction in the project GIS.
d. After documenting the collected known issues, provide an online map where City staff may review
documented known issues, update missing information, and document additional ones.
e. Show existing land use, land cover, topography, storm system, and basins in the online map.
05 Summarize Existing Information
Throughout the project, existing conditions, assets, and analyses will be stored in an interim online GIS map.
Interim mapping and analytical deliverables will be presented in the online interface.
Consultant shall:
a. Attend a two-hour meeting with the City to review results of existing information compilation and discuss
options and priorities for field and technical analyses.
b. Prepare a brief memo summarizing existing information, known issues, and recommendations.
06 Screening
The purpose of this task is to reduce the number of known issues that will be considered further.
Consultant shall:
a. With City participation, develop screening criteria for known issues. The purpose is to bin known issues
into three bins: candidates for CIPs, candidates for systematic/programmatic solutions such as the
Annual Small Drainage Program, and no further action.
23
City of Tukwila
SMAP and SWCP Scope of Work
October 1, 2021
Page 11
b. Attend a two-hour meeting with the City to agree on the approach to screening the long list of known
issues. It is anticipated that key staff from Public Works and other departments will be invited to the
meeting, as guided by the City's Project Manager.
c. Apply screening criteria to develop a list of up to 15 known issues that are candidate CIP projects; this list
may include projects on the existing SWCP CIP that have not been implemented.
d. Update the project GIS and online map with screening information.
07 Regulatory & Operations Review
The purpose of this task is to gather information for the update of SWCP Sections 3 and 6. A regulatory gap
analysis was completed by the City in 2020 to compare the City's ongoing stormwater management program with
the NPDES 2019 Phase II Western Washington Municipal Stormwater Permit. Since then, the City has begun
working toward implementing some of the new requirements. Appendix C should include a brief update of the gap
analysis, and Section 3 should describe the City's plans to meet the new permit requirements. Section 6 will be
revised to describe the City's current policies and practices relating to maintenance and operation of the storm
sewer system.
Consultant shall:
a. Document in a list the policies, operational SOPs, guidelines, route maps, and reference materials used
by City staff relating to storm sewer operations and NPDES permit compliance.
b. With City's approval, select up to five items to review in more detail, and review them.
c. Attend a two-hour meeting with the City to gather information on the City's current operations policies and
practices.
d. Update the 2020 regulatory gap analysis with any new progress on compliance.
e. Update Appendix C of the current SWCP (regulations and policies).
f. Update Section 6 of the current SWCP with operations and maintenance policies and practices (draft).
Phase 620 Deliverables
• Existing information spreadsheet
• Online GIS map of known issues and potential projects
• Existing information and known issues memorandum
• Updated known issues online map
• Screening criteria
• List of 15 known issues that are candidate CIP projects
• Updated regulatory gap analysis, draft and final
• Updated Appendix C, Regulations and Policies, draft and final
• Updated Section 6, Operations and Maintenance, draft
Phase 620 Assumptions
• The planning area is defined by the City limits.
• Basins will not be redelineated from the 2013 SWCP.
• Engineering/asset staff workshop (item 620.01.) may be attended by up to three Consultant staff.
• City will mark up the Fish Passage Barrier Inventory table (Table 1 of CH2M HILL memo in Appendix B) to
indicate barriers that have been removed since the 2011 memorandum to the extent that they are aware.
Other than City's institutional knowledge, barrier status will be updated using WDFW's fish barriers GIS.
Barriers will not be removed from the list without confirmation from City staff. It is assumed that no new
barriers will be identified.
• Preliminary field trips (item 620.03) will be attended by up to two Consultant staff.
• City will arrange for right -of -entry, where necessary, for field trips
24
City of Tukwila
SMAP and SWCP Scope of Work
October 1, 2021
Page 12
Phase 630 SWCP - Visioning
The purpose of this task is to integrate the City's values and goals into project selection. A scoring matrix will be
developed for the City to evaluate the benefits of potential stormwater projects and establish a priority list for
implementation. The rating system will focus on quantifying project benefits.
01 Scoring Criteria
Consultant shall:
a. Develop a matrix of scoring criteria for City to distribute to internal stakeholders.
b. Revise matrix based on feedback.
Phase 630 Deliverables
■ Project scoring criteria, draft and final
Phase 630 Assumptions
■ The draft scoring matrix will be presented at a meeting attended by up to two Consultant Otak staff.
■ One round of review of the scoring criteria is included.
Phase 640 SWCP - Solutions
01 Project Identification
Consultant shall:
a. Develop a potential project idea for each of the 15 screened known issues. Document as potential
projects in the project GIS and update online map.
b. Describe the following attributes of each potential project in the GIS: name, description, type, associated
known issue(s), and associated field site(s).
c. Attend up to two two-hour meetings with the City to review and discuss the draft project list.
d. Update the GIS and online map.
02 Rate and Rank Draft Project List
Consultant shall:
a. Develop a multi -criteria analysis spreadsheet tool based on the agreed scoring criteria to rating the
benefits of stormwater projects.
b. Rate and rank the draft list of potential projects along with incomplete projects on the current SWCP CIP
c. Meet with City in a two-hour meeting to review and discuss prioritized projects: Populate online map with
project scores and ranks.
d. Revise criteria (minor adjustments), score values, and/or project scores in response to stakeholder
feedback.
e. Re -rate projects based on revisions.
f. Select up to 7 highly -rated new projects to further develop as the CIP, and select up to 8 current SWCP
CIPs that have not been implemented to update cost estimates; verify selections with the City.
g. Update GIS and online map.
25
City of Tukwila
SMAP and SWCP Scope of Work
October 1, 2021
Page 13
03 Draft CIP Design
Consultant shall:
a. Review information and GIS data (storm system, soils, topography, utilities, land use, land ownership,
development plans, groundwater, target pollutants, etc.) for each high priority project area.
b. Delineate drainage basins for project sites and estimate flows and volumes necessary for initial BMP/pipe
sizing.
c. Rough locations and facility footprints will be estimated.
d. If needed, spend up to one day visiting the selected CIP sites.
e. Develop up to 7 draft planning -level capital improvement projects.
f. Develop a draft project narrative (two paragraphs) for each.
04 Final CIP Design & Fact Sheets
Consultant shall:
a. Finalize CIP designs.
b. Write a draft fact sheet for each CIP.
c. Write a final fact sheet for each CIP.
d. Update GIS and online map, if needed.
e. Prepare a succinct written SWCP CIP Section (Solutions) narrative that discusses the problem areas,
categories of problems (including SMAP projects), and preferred solutions. The narrative will refer to the
fact sheets and will include the CIP table (schedule. sequencing, costs) developed under Phase 650.
05 Update Surface Water Issues and Solutions
Consultant shall:
a. Update the list and brief description of types of solutions within Appendix D of the current SWCP, draft
and final.
b. Update Appendix E of the current SWCP.
06 Update Atlas
Consultant shall:
a. Create a new atlas as the replacement for Appendix A of the current SWCP. The Atlas will document
• The City's stormwater system and water bodies
• Basins and catchments used for SMAP
• Locations of known issues (indexed to a list of known issues)
▪ Locations of potential projects (indexed to a list of potential projects)
▪ Locations of CIPs (indexed to a list of CIPs)
Phase 640 Deliverables
• 15 project concepts
• Project prioritization, draft and final
• List of selected CIPs (8)
• 7 planning -level CIP fact sheets, draft and final
• Updated Appendix D, draft and final
• Updated SWCP CIP Section, draft
• Replacement Appendix A (atlas), draft and final
26
City of Tukwila
SMAP and SWCP Scope of Work
October 1, 2021
Phase 640 Assumptions
• This task assumes no additional data acquisition, such as survey, and no modeling
• Meetings will be attended by up to three Consultant staff
• One round of review of each deliverable
Page 14
Phase 650 SWCP - Funding
01 Prepare CIP Schedule and Table
Based on project sequencing and priorities, the Consultant team will prepare a draft 10 -year schedule for
identified stormwater projects, including up to 15 projects, including new CIPs and projects remaining from the
2013 SWCP.
Consultant shall:
a. Prepare a draft 10 -year schedule for identified stormwater projects
Multi-year projects will be shown as such with the activities (design/permitting versus construction)
and necessary funding broken out by year
b. As the project list and schedule are developed, prepare a draft master stormwater CIP table showing
recommended projects and costs by year.
c. Costs will be developed as described in Phase 650-02 below. Smaller projects, such as minor spot
repairs and ongoing incremental system upgrades, are assumed to have been binned into the annual
R&R category and will require no further analysis or estimating, and will use an annual allocation rather
than estimating costs based on identified issues. Consultant will coordinate with the City regarding the
City's desired R&R or small projects funding allocation. Provide the draft CIP table to the City for review
and comments.
d. Meet with the City to review and discuss comments on the CIP table, make adjustments, and obtain
direction necessary to prepare the final table. The final CIP table will be prepared for submittal to the City
and inclusion in the updated SWCP CIP Section.
02 Prepare CIP Cost Estimates
Cost estimates will be developed for up to 15 CIPs, whether new or remaining in the 2013 SWCP.
Consultant shall:
a. Develop planning level costs. These costs will be developed using professional judgement and recent
experience of team members with similar projects. A planning level contingency will be used as well. The
overall planning level estimate will be broken out into design, permitting, land/easement as needed.
Updated planning level costs will be estimated for projects remaining from the prior CIP. The cost
estimating detail will vary depending on available CIP information — for instance CIPs with fact sheets
(with maps/approximate footprints) will provide more information for cost estimating than projects that only
have a location and description.
b. Feed the cost estimates into the CIP table developed under Task 650-01.
c. Prepare a narrative description of the cost estimating methodology for inclusion in the overall CIP Section
prepared by Otak under Task 640-04.
03 List Revenue Sources
Consultant shall:
27
City of Tukwila
SMAP and SWCP Scope of Work
October 1, 2021
Page 15
a. Research and list possible sources of revenue for CIP projects - specifically City general fund, grants,
loans, general stormwater utility revenue, and stormwater utility CIP surcharges.
b. Identify CIP projects that likely receive runoff from WSDOT ROW and roughly estimate the portion of the
project costs that may be eligible to use funds collected from WSDOT under SB 5505. This will involve a
desktop screening of the up to 15 CIP projects to identify if any projects appear to likely receive significant
runoff (directly or indirectly) from WSDOT limited access highway ROW. For projects appearing to
receive significant runoff, Aspect will complete a cursory review of the contributing drainage area and, to
the extent feasible, estimate the approximate portion/share of the CIP cost that could be eligible for
WSDOT funds.
c. Prepare a draft and final Stormwater CIP Revenue Sources narrative for inclusion in the updated SWCP.
The narrative will also include a write-up about potential WSDOT funding, amounts, and requirements
and recommendations for charging WSDOT stormwater utility fees.
Phase 650 Deliverables
■ CIP Schedule and Table, draft and final
■ 15 planning -level CIP cost estimates, draft and final
■ List of possible revenue sources for CIPs
■ List of CIPs and incomplete projects on the 2013 SWCP CIP list that are eligible for use of fees collected from
WSDOT for design and construction and estimate of proportion eligible for funding from fees collected from
WSDOT
■ Stormwater CIP Revenue Sources narrative (draft and final)
Phase 660 SWCP - Implementation
The purpose of this phase is to prepare the Surface Water Comprehensive Plan 2023 Update.
01 Draft SWCP Update
Consultant shall:
a. Update the SWCP
b. Prepare a cover in InDesign
c. Compile appendices
02 Revised Draft SWCP Update
Consultant shall:
a. Log significant comments and respond to them
b. Revise the SWCP based on comments
03 Adopted SWCP
Consultant shall:
a. Log significant comments and respond to them.
b. Revise the SWCP based on comments.
c. Produce a print quality PDF with working links and bookmarks.
d. Print, bind, and deliver up to seven copies of the adopted plan.
e. Finalize and archive data; export online data to an off-line project geodatabase containing data and
analyses collected and created by Consultant .
28
City of Tukwila
SMAP and SWCP Scope of Work
October 1, 2021
Page 16
04 Public Involvement and Adoption
Consultant shall:
a. Prepare a SEPA Checklist for the SWCP, including the SMAP.
b. Prepare a presentation for City Council (may be either adapted from existing Story Map(s) developed in
earlier phases or a PowerPoint).
c. Attend up to two City Council Committee meetings or meetings of the full City Council.
Phase 660 Deliverables
■ Draft SWCP with appendices (PDF)
■ Revised draft SWCP with appendices (PDF)
■ Adopted SWCP with appendices (PDF with functional links and bookmarks)
■ Project geodatabase
■ Completed comment log
■ City Council presentation
Phase 660 Assumptions
■ The SWCP will use a new format
■ Text from 2013 SWCP will be copied and updated as appropriate
■ City will compile comments, provide a single set of comments for each draft, and resolve conflicting direction
from commenters
■ Comments on grammar, formatting, typographical errors, minor errors, and minor requests for changes will
not be logged
■ Up to two Consultant staff to attend the Council meetings
■ Assumes the SEPA process results in a determination of non -significance and requires a two-week public
review process
■ City staff prepares the SEPA notice and publications
29
30
City ofTukwilr
Allan Ekberg, Mayor
Deportment of Community Development - Nora GierIoff ACP Director
TO: Transportation & Infrastructure Services Committee
FROM: Nora Gierloff, DCD Director
BY: Alison Turner, Sustainable Transportation Program Manager
Chris Andree, Sustainable Transportation Outreach Coordinator
CC: Mayor Ekberg
DATE: October 8, 2021
SUBJECT: TDM Program Update
ISSUE
The Transportation Demand Management (TDM) Program continues to provide transportation
resources and incentives to the residential and business communities in Tukwila and south King
County to promote sustainable modes of transportation (e.g., transit, walk/bike/roll, carpool, vanpool,
telework).
BACKGROUND
The TDM Program administers the Commute Trip Reduction Program for CTR -affected employers in
Tukwila, and provides regional TDM services to residents and employers in south King County. The
Program is currently bolstered by additional grant -funded sources: passthrough funding from King
County Metro; a WSDOT Regional Mobility Grant; and an incoming federal Congestion Mitigation and
Air Quality Improvement Grant. The Program has evolved from a commute trip focus to an "all trips"
focus, in recognition that most trips are non -commute trips.
DISCUSSION
The TDM Program uses various strategies to encourage non -drive alone travel including in-person
outreach; assistance to employers to provide transportation benefits and support to workers;
incentivization of non -drive alone travel; and partnership with nonprofits, community-based
organizations, transit agencies, and government organizations. COVID-19 had a significant impact on
transportation and the Program pivoted to address needs and try new methods of reaching
transportation users. Current activities include ongoing transportation outreach, developing
partnerships, and providing small grants for bicycle and pedestrian amenities.
FINANCIAL IMPACT
The TDM Program is grant -funded with no impact to the general fund.
RECOMMENDATION
Discussion Only
Tukwila City Hall • 6200 Southcentor Boulovard • Tukwila, WA 98158 • 20E•43.3 -380O • Website: TukwilaWA.gc v
31
$341s1 ‘11
h ERi4
iuldln_ > ` mire wherethe same
/E'JERYOHE shares far a he
rhe say_opportunftyca. MOB
r
TRANSPORTATION DEMAND MANAGEMENT (TDM)
PROGRAM UPDATE
Alison Turner, Sustainable Transportation Program Manager
Chris Andree, Sustainable Transportation Outreach Coordinator
32
PROGRAM HISTORY
• The Program started with Commute
Trip Reduction, which requires large
employers to work to reduce
employee drive -alone trips
• Expanded scope of the TDM Program
to a regional, "all trips" focus for
smaller employers, lower-income
users, youth and seniors
• Grant funding encourages innovation
— e.g., Commute Trip Innovation
Grant to pilot TDM services for
employees at Sea -Tac Airport
50%
3.
SEA -TAC AIRPORT TDM MODE SPLIT ANALYSIS
+0.1% TRANSIT
ars
0%+0.5%BIKEI
BIKE
-15.2% DRIVE ALONE
+12.0%CARPOOL
+1.8%TELEWORK '1+0.9% WALK
TRANSIT CARPOOL DRIVE ALONE TELEWORK
WALK
• baseline (May) • after intervention (November)
Participants in a 2018 monthly rewards program were surveyed as part of enrollment and at the
conclusion of the program. Results reflect responses of 131 respondents who took both surveys
(out of 939 total participants).
10/11/21 TDM Program Update
TDM PROGRAM FUNDING
FHWA CMAQ 2022-2023
WSDOT RMG 07/2021-06/2025
■ WSDOT RMG 07/2019-06/2021
■ KC Metro 01/2021-11/2022
WSDOT CTR 07/2021-06/2023
(continuing)
$273,602
$40,000
$112,500
$37,102
2021
$542,602
$168,000
$112,500
$37,102
10/11/21 TDM Program Update
2022
$430,102
$168,000
$37,102
2023
COVID-ig IMPACTS
Transit ridership remained relatively stable in SKC even during
the stay home order
Highway traffic declined significantly at the start of the
pandemic and has since returned nearly to baseline levels
October service change brings Metro up to 90% of service
hours as pre-COVID; Service in Tukwila remained relatively
preserved due to consistent ridership
In-person TDM outreach was put on hold and the Program
pivoted to address needs and try new methods of reaching
transportation users
Highway Traffic in King County
irlyk
-led%
10/11/21
Fri.;0510112b Sa1,C001.120 Sun,t -001120 b on,r721171321 Sat into J21 Sun,06'01121
TDM Program Update
All -day routes with highest and lowest ridership loss: week of June 22, 2020
= All -Day Routes with the highest ridership loss (top 10%)
All -Day Routes with the lowest ridership loss (bottom 10%)
Other routes
King County cities served
WOVAIWIE
3�
TDM OUTREACH DURING COVID-19
Transportation info sheet attached to
meals delivered to Tukwila seniors
10/11/21
Tips to get
- tar ee
Congratulations on your new $20 ORCA card from
S KC trips
CaJ
TRANSPORTATION
RESOURCES & REWARDS
South King County Trips can help you get around!
We can help you find sate, healthy, and sustainable
waysof getting where you need to go. Sign up
for more rewards at tukwilawa,govhkctrips. Earn
ORCA fare or Safeway, REI or Amazon gift cards!
Visit orcacard.com to register your ORCA card and
add value. You can also add value in person at
ticket vending machines at Link Light Rail stations.
ORCA card packets for Renton Technical
College students distributed via the
school's food pantry
TDM Program Update
r FREE MEALS
�R t4r TUKWILA KIDS & TEENS
uwse I,..,..b M fou..raidwarM w.rs...wuniaar wee
0 9
p d. r
d66
y j TUNwIIa IMPACT
Food map for Tukwila families
36
CURRENT ACTIVITIES
Returning to in-person outreach
10/11/21
Bike / Pedestrian Amenities
Promoting Via to Transit expansion
TDM Program Update
S KC trips
Transportation Resources & Rewards
SchoolPool traffic safety campaign
37
QUESTIONS OR
COMMENTS?
Thank you from the TDM Team:
Alison Turner & Chris Andree
Alison and Chris placing traffic safety signs near Foster High School
10/11/21 TDM Program Update
1,3
City Tukwila
Akan Ekberg, tvIayoi
Department of Community Development - Nora Gierlof, AJCP Director
INFORMATIONAL MEMORANDUM
TO: Transportation & Infrastructure Services Committee
FROM: Nora Gierloff, DCD Director
BY: Alison Turner, Sustainable Transportation Program Manager
Chris Andree, Sustainable Transportation Outreach Coordinator
CC: Mayor Ekberg
DATE: October 8, 2021
SUBJECT: WSDOT TDM Agreement 2021-2023
ISSUE
The Transportation Demand Management (TDM) Program is asking for approval to accept the biennial
Washington State Department of Transportation (WSDOT) TDM allocation funding (also known as the
Commute Trip Reduction (CTR) Program).
BACKGROUND
The City's CTR Program is mandated by the state and operational since 1991. There are 16 CTR -
affected worksites in Tukwila (including the City of Tukwila). Employers are required to complete
biennial Program Reports and Employee Surveys to track progress toward goals. The TDM Program
provides many services to assist employers with implementation of TDM Programs including
consultation, training for Employee Transportation Coordinators, and employee outreach support.
DISCUSSION
WSDOT has provided a biennial allocation for the City's TDM Program since 1993. The contract for
2021-2023 in the amount of $74,204 is a renewal and is consistent with previous contracts.
FINANCIAL IMPACT
There will be no impact to the general fund. The allocation provides a consistent source of funding for
the TDM Program, which is leveraged by concurrent TDM grants.
RECOMMENDATION
The Council is being asked to approve the WSDOT allocation contract for the TDM Program in the
amount of $74,204 and consider this item on the Consent Agenda at the October 18, 2021 Regular
Meeting.
Attachment: WSDOT 2021-23 TDM -CTR Agreement
Tukwila City Hall • 6200 Southcer1terBoulevard . Tukwila, WA 98)88 • 206-433-1800 • Website: TukwiliWA.gav
39
Washington State
Wi Department of Transportation
Public Transportation Division
310 Maple Park Avenue S.E.
P.O. Box 47387
Olympia, WA 98504-7387
WSDOT Contact: Monica Ghosh 206-464-1191
GhoshMo@wsdot.wa.gov
Transportation Demand Management Implementation Agreement
Agreement Number
PTD0430
Contractor: City of Tukwila
6300 Southcenter Blvd
Tukwila, WA 98188
Contact: Alison Turner 206-433-7142
Term of Project
July 1, 2021 through June 30, 2023
UPIN
PTTD004
Vendor #
916001519
THIS AGREEMENT, entered into by the Washington State Department of Transportation, hereinafter
"WSDOT," and the Contractor identified above, hereinafter the "CONTRACTOR," individually the
"PARTY" and collectively the "PARTIES."
WHEREAS, RCW 70.94.521 through RCW 70.94.555 establishes the state's leadership role, and the
requirements and parameters to reduce traffic congestion, fuel use, and air pollution through commute
trip reduction programs, including transportation demand management programs for growth and
transportation efficiency centers ("GTEC") in Washington State; and
WHEREAS, the State of Washington in its Sessions Laws of 2021, Chapter 333 Section 220
authorizes funding for Public Transportation Programs and other special proviso funding as identified
in the budget through its 2021-2023 biennial appropriations to WSDOT; and
NOW THEREFORE, in consideration of the terms, conditions, covenants, and performances contained
herein, or attached and incorporated and made a part hereof, IT IS MUTUALLY AGREED AS
FOLLOWS:
SCOPE OF WORK AND BUDGET
Scope of Work: The CONTRACTOR agrees to provide Transportation Demand Management (TDM)
services, primarily used to support local Commute Trip Reduction (CTR) programs associated with the
Statewide Commute Trip Reduction Program, including: 1) Development and submission of an
Administrative Work Plan by the end of the first quarter of this AGREEMENT that must be approved by
WSDOT in writing; and 2) Implementation of the strategies and production of the deliverables outlined
in the WSDOT-approved Administrative Work Plan in order to implement a CTR program. The
Administrative Work Plan shall be incorporated as an amendment to this AGREEMENT.
Funds
Current Funds
Projected Funds
Total Current & Projected Funds
Commute Trip Reduction
$ 74,204
$ 74,204
Total Project Cost
$ 74,204
$ -
$ 74,204
Budget: Current Funds reflect total funding appropriated by the Washington State Legislature for the
Project in the 2021-2023 biennium.
40
Section 1
Purpose of Agreement
A. The purpose of this AGREEMENT is for WSDOT to provide funding to the CONTRACTOR
to be used solely for activities undertaken to fulfill the requirements of RCW 70.94.521 through
RCW 70.94.555, hereinafter known as the "Project."
B. If this AGREEMENT is used as match for any other related projects with federal funds, in
addition to the requirements of Sections 1 through 30 of this AGREEMENT, the CONTRACTOR
must assume full responsibility for complying with all federal rules and regulations consistent with
the requirements imposed by use of the federal funds on any such related project(s), including
but not limited to Title 23 of the U.S. Code, Highways, as applicable, the regulations issued
pursuant thereto, 2 CFR Part 200, and 2 CFR Part 1201. The CONTRACTOR must also assume
full responsibility for compliance with Federal Highway Administration's (FHWA) Required
Contract Provisions Federal -Aid Construction Contracts, FHWA 1273, which may be found here,
https://www.fhwa.dot.gov/construction/cgit/form1273.cfm, and any amendments/revisions
thereto; and/or the Federal Transit Administration Master Agreement 23, which may be found
here,https://www.transit.dot.gov/funding/grantee-resources/sample-fta-agreements/fta-grant-
agreements.
Section 2
Scope of Work
The CONTRACTOR agrees to perform all designated tasks of the Project under this
AGREEMENT as described in "Scope of Work and Budget".
Section 3
Term of Project
The CONTRACTOR shall commence, perform and complete the Project within the time defined
in the caption space header above titled "Term of Project" of this AGREEMENT regardless of the
date of execution of this AGREEMENT, unless terminated as provided herein. The caption space
header above entitled' "Term of Project" and all caption space headers above are by this reference
incorporated into this AGREEMENT as if fully set forth herein.
Section 4
Project Costs
The total reimbursable cost to accomplish the Project shall not exceed the "Current Funds"
detailed in the "Scope of Work and Budget". The CONTRACTOR agrees to expend eligible "State
Funds" together with any "Contractor Funds" identified above in the "Scope of Work and Budget"
table. If at any time the CONTRACTOR becomes aware that the cost that it expects to incur in
the performance of this AGREEMENT will differ from the amount indicated in the "Scope of Work
and Budget" table above, the CONTRACTOR shall notify WSDOT in writing within thirty (30)
business days of making that determination.
Section 5
Reimbursement and Payment
A. Payment will be made by WSDOT on a reimbursable basis for actual costs and
expenditures incurred, while performing eligible direct and related indirect Project work during the
Project period. Payment is subject to the submission to and approval by WSDOT of properly
prepared invoices that substantiate the costs and expenses submitted by CONTRACTOR for
reimbursement. Failure to send in progress reports and financial information as required in
Section 11 —Reports may delay payment. The CONTRACTOR shall submit an invoice detailing
and supporting the costs incurred. Such invoices may be submitted no more than once per month
and no less than once per year, during the course of this AGREEMENT. If approved by WSDOT,
properly prepared invoices shall be paid by WSDOT within thirty (30) days of receipt of the invoice.
41
B. State Fiscal Year End Closure Requirement (RCW 43.88): The CONTRACTOR shall
submit an invoice for completed work in the same state fiscal period in which the work was
performed. As defined in RCW 43.88, the state fiscal period starts on July 1 and ends on June 30
the following year. Reimbursement requests must be received by July 15 of each state fiscal
period. If the CONTRACTOR is unable to provide an invoice by this date, the CONTRACTOR
shall provide an estimate of the expenses to be billed so WSDOT may accrue the expenditures
in the proper fiscal period. Any subsequent reimbursement request submitted will be limited to
the amount accrued as set forth in this section. Any payment request received after the timeframe
prescribed above will not be eligible for reimbursement.
Section 6
Administrative Work Plan
The CONTRACTOR agrees to submit to WSDOT an administrative work plan by the end of the
first quarter of this agreement or when the CONTRACTOR submits its first invoice, whichever is
sooner. The administrative work plan will include the following elements:
A. The work plan shall identify the deliverables, schedule, expected outcomes, performance
measures and strategies associated with this AGREEMENT and other strategies as defined in
the approved and locally adopted CTR or GTEC plans. These plans may include, but are not
limited to, recruiting new employer worksites, reviewing employer programs and providing site-
specific suggestions for improved CTR performance, administering surveys, reviewing program
exemption requests, providing employer training, providing incentives, performing promotion and
marketing, and providing emergency ride home and other commuter services.
B. The administrative work plan may be amended based on mutual written agreement
between the WSDOT Project Manager and the CONTRACTOR.
Section 7
Survey Coordination
The CONTRACTOR agrees to coordinate with WSDOT and its contracting partners for
Commute Trip Reduction employer surveys.
Section 8
Planning Data
The CONTRACTOR agrees to provide WSDOT with updated program goals for affected
worksites and jurisdictions as requested. These updates shall be submitted electronically in a
format specified by WSDOT. WSDOT may request worksite TDM plans for review.
Section 9
Database Updates
The CONTRACTOR agrees to provide WSDOT and the CONTRACTOR's contracting partners
with updated lists of affected or participating worksites, employee transportation coordinators, and
jurisdiction contacts, as requested. These updates will be submitted in a format specified by
WSDOT.
Section 10
Use of State Funds for Incentives
The CONTRACTOR agrees to use State funds provided as part of this AGREEMENT in
accordance with incentives guidance that WSDOT shall provide to the CONTRACTOR.
Section 11
Reports
The CONTRACTOR shall prepare and submit quarterly, annual, and final progress reports
pursuant to this agreement and as prescribed in WSDOT's Transportation Demand
Implementation Agreement Guidebook or as requested by WSDOT. Due to Legislative and
WSDOT reporting requirements, any required quarterly progress reports shall be submitted for
42
the duration of the AGREEMENT period regardless of whether the underlying funding sources
have been exhausted. Post -grant annual performance reporting may also be required as
prescribed in the aforementioned guidebook.
Section 12
Funding Distribution
The CONTRACTOR may distribute funds to local jurisdictions to include counties, cities, transit
agencies, Transportation Management Associations, and Metropolitan Planning Organizations or
other eligible organizations authorized to enter into agreements for the purposes of implementing
CTR and/or GTEC, plans as applicable, and as authorized by RCW 70.94.544, and by ordinances
adopted pursuant to RCW 70.94.527(5).
Section 13
Implementation Plans
The CONTRACTOR shall incorporate appropriate sections of the "Scope of Work and Budget"
and incentives guidance, as well as the approved administrative work plan, in all agreements
with eligible contracting partner(s), as necessary, to coordinate the development,
implementation, and administration of such CTR and/or GTEC plans, and in compliance with
applicable ordinances.
Section 14
Coordination with Regional Transportation Planning Organizations (RTPO)
The CONTRACTOR shall coordinate the development and implementation of its CTR and/or
GTEC plan and programs with the applicable regional transportation planning organization
(RTPO). The CONTRACTOR agrees to notify the RTPO of any substantial changes to its plans
and programs that could impact the success of the regional CTR plan. The CONTRACTOR
agrees to provide information about the progress of its CTR and/or GTEC plan and programs to
the RTPO upon request.
Section 15
Project Records
The CONTRACTOR agrees to establish and maintain accounts for the Project in order to
sufficiently and properly reflect all eligible direct and related indirect Project costs incurred in the
performance of this AGREEMENT. Such accounts are referred to herein collectively as the
"Project Account." All costs claimed against the Project Account must be supported by properly
executed payrolls, time records, invoices, contracts, and payment vouchers evidencing in
sufficient detail the nature and propriety of the costs claimed.
Section 16
Audits, Inspections, and Records Retention
WSDOT, the State Auditor, and any of their representatives, shall have full access to and the right
to examine, during normal business hours and as often as they deem necessary, all of the
CONTRACTOR's records with respect to all matters covered by this AGREEMENT. Such
representatives shall be permitted to audit, examine and make excerpts or transcripts from such
records, and to make audits of all contracts, invoices, materials, payrolls, and other matters
covered by this AGREEMENT. In order to facilitate any audits and inspections, the
CONTRACTOR shall retain all documents, papers, accounting records, and other materials
pertaining to this AGREEMENT for six (6) years from the date of completion of the Project or the
Project final payment date. However, in case of audit or litigation extending past that six (6) years
period, then the CONTRACTOR must retain all records until the audit or litigation is completed.
The CONTRACTOR shall be responsible to assure that the CONTRACTOR and any
subcontractors of CONTRACTOR comply with the provisions of this section and provide,
WSDOT, the State Auditor, and any of their representatives, access to such records within the
scope of this AGREEMENT.
43
Section 17
Agreement Modifications
A. Either PARTY may request changes to this AGREEMENT, including changes in the Scope
of Project. Such changes that are mutually agreed upon shall be incorporated as written
amendments to this AGREEMENT. No variation or alteration of the terms of this AGREEMENT
shall be valid unless made in writing and signed by authorized representatives of the PARTIES
hereto, provided, however, that changes to the project title, UPIN, the contact person of either
PARTY, or dollar amount changes that do not affect the project total cost, will not require a written
amendment, but will be approved and documented by WSDOT through an administrative revision.
WSDOT shall notify the CONTRACTOR of the revision in writing.
B. If an increase in funding by the funding source augments the CONTRACTOR's allocation
of funding under this AGREEMENT, the CONTRACTOR and WSDOT agree to enter into an
amendment to this AGREEMENT, providing for an appropriate change in the Scope of Project
and/or the Project Cost in order to reflect any such increase in funding.
C. If a reduction of funding by the funding source reduces the CONTRACTOR's allocation of
funding under this AGREEMENT, the CONTRACTOR and WSDOT agree to enter into an
amendment to this AGREEMENT providing for an appropriate change in the Scope of Project
and/or the Project Cost in order to reflect any such reduction of funding.
Section 18
Recapture Provision
In the event that the CONTRACTOR fails to expend State Funds in accordance with state law
and/or the provisions of this AGREEMENT, WSDOT reserves the right to recapture State Funds
in an amount equivalent to the extent of noncompliance. The CONTRACTOR agrees to repay
such State Funds under this recapture provision within thirty (30) days of demand.
Section 19
Disputes
A. If the PARTIES cannot resolve by mutual agreement, a dispute arising from the
performance of this AGREEMENT the CONTRACTOR may submit a written detailed description
of the dispute to the WSDOT Public Transportation Division's Statewide Transportation Demand
Management Programs Manager or the WSDOT Public Transportation Statewide Transportation
Demand Management Programs Manager's designee who will issue a written decision within ten
calendar (10) days of receipt of the written description of the dispute. This decision shall be final
and conclusive unless within ten calendar (10) days from the date of CONTRACTOR's receipt of
WSDOT's written decision, the CONTRACTOR mails or otherwise furnishes a written appeal to
the Director of the Public Transportation Division or the Director's designee. In connection with
any such appeal the CONTRACTOR shall be afforded an opportunity to offer material in support
of its position. The CONTRACTOR's appeal shall be decided in writing within thirty (30) days of
receipt of the appeal by the Director of the Public Transportation Division or the Director's
designee. The decision shall be binding upon the CONTRACTOR and the CONTRACTOR shall
abide by the decision.
B. Performance During Dispute. Unless otherwise directed by WSDOT, the
CONTRACTOR shall continue performance under this AGREEMENT while matters in dispute are
being resolved.
44
Section 20
Termination
A. Termination for Convenience. WSDOT and/or the CONTRACTOR may suspend or
terminate this AGREEMENT, in whole or in part, and all or any part of the financial assistance
provided herein, at any time by written notice to the other PARTY. WSDOT and the
CONTRACTOR shall agree upon the AGREEMENT termination provisions including but not
limited to the settlement terms, conditions, and in the case of partial termination the portion to be
terminated. Written notification must set forth the reasons for such termination, the effective date,
and in case of a partial termination the portion to be terminated. However, if, in the case of partial
termination, WSDOT determines that the remaining portion of the award will not accomplish the
purposes for which the award was made, WSDOT may terminate the award in its entirety. The
PARTIES may terminate this AGREEMENT for convenience for reasons including, but not limited
to, the following:
1. The requisite funding becomes unavailable through failure of appropriation or otherwise;
2. WSDOT determines, in its sole discretion, that the continuation of the Project would not
produce beneficial results commensurate with the further expenditure of funds;
3. The CONTRACTOR is prevented from proceeding with the Project as a direct result of an
Executive Order of the President with respect to the prosecution of war or in the interest of national
defense; or an Executive Order of the President or Governor of the State with respect to the
preservation of energy resources;
4. The CONTRACTOR is prevented from proceeding with the Project by reason of a
temporary preliminary, special, or permanent restraining order or injunction of a court of
competent jurisdiction where the issuance of such order or injunction is primarily caused by the
acts or omissions of persons or agencies other than the CONTRACTOR; or
5. The State Government determines that the purposes of the statute authorizing the Project
would not be adequately served by the continuation of financial assistance for the Project;
6. In the case of termination for convenience under subsections A.1-5 above, WSDOT shall
reimburse the CONTRACTOR for all costs payable under this AGREEMENT that the
CONTRACTOR properly incurred prior to termination. The CONTRACTOR shall promptly submit
its claim for reimbursement to WSDOT. If the CONTRACTOR has any property in its possession
belonging to WSDOT, the CONTRACTOR will account for the same, and dispose of it in the
manner WSDOT directs.
B. Termination for Default. WSDOT may suspend or terminate this AGREEMENT for
default, in whole or in part, and all or any part of the financial assistance provided herein, at any
time by written notice to the CONTRACTOR, if the CONTRACTOR materially breaches or fails to
perform any of the requirements of this AGREEMENT, including:
1. Takes any action pertaining to this AGREEMENT without the approval of WSDOT, which
under the procedures of this AGREEMENT would have required the approval of WSDOT;
2. Jeopardizes its ability to perform pursuant to this AGREEMENT, United States of America
laws, Washington state laws, or local governmental laws under which the CONTRACTOR
operates;
3. Fails to make reasonable progress on the Project or other violation of this AGREEMENT
that endangers substantial performance of the Project; or
4. Fails to perform in the manner called for in this AGREEMENT or fails, to comply with, or
is in violation of, any provision of this AGREEMENT. WSDOT shall serve a notice of termination
on the CONTRACTOR setting forth the manner in which the CONTRACTOR is in default
hereunder. If it is later determined by WSDOT that the CONTRACTOR had an excusable reason
for not performing, such as events which are not the fault of or are beyond the control of the
CONTRACTOR, such as a strike, fire or flood, WSDOT may: (a) allow the CONTRACTOR to
continue work after setting up a new delivery of performance schedule, or (b) treat the termination
as a termination for convenience.
45
C. WSDOT, in its sole discretion may, in the case of a termination for breach or default, allow
the CONTRACTOR ten (10) business days, or such longer period as determined by WSDOT, in
which to cure the defect. In such case, the notice of termination will state the time period in which
cure is permitted and other appropriate conditions. If the CONTRACTOR fails to remedy to
WSDOT's satisfaction the breach or default within the timeframe and under the conditions set
forth in the notice of termination, WSDOT shall have the right to terminate this AGREEMENT
without any further obligation to CONTRACTOR. Any such termination for default shall not in any
way operate to preclude WSDOT from also pursuing all available remedies against
CONTRACTOR and its sureties for said breach or default.
D. In the event that WSDOT elects to waive its remedies for any breach by CONTRACTOR
of any covenant, term or condition of this AGREEMENT, such waiver by WSDOT shall not limit
WSDOT's remedies for any succeeding breach of that or of any other term, covenant, or condition
of this AGREEMENT.
E. Any termination of the AGREEMENT, whether for convenience or for default, that requires
the AGREEMENT to be terminated or discontinued before the specified end date set forth in the
caption header, "Term of Project", shall require WSDOT to amend the AGREEMENT to reflect
the termination date and reason for termination.
Section 21
Forbearance by WSDOT Not a Waiver
Any forbearance by WSDOT in exercising any right or remedy hereunder, or otherwise afforded
by applicable law, shall not be a waiver of or preclude the exercise of any such right or remedy.
Section 22
Waiver
In no event shall any WSDOT payment of grant funds to the CONTRACTOR constitute or be
construed as a waiver by WSDOT of any CONTRACTOR breach, or default, and shall in no way
impair or prejudice any right or remedy available to WSDOT with respect to any breach or default.
In no event shall acceptance of any WSDOT payment of grant funds by the CONTRACTOR
constitute or be construed as a waiver by CONTRACTOR of any WSDOT breach, or default which
shall in no way impair or prejudice any right or remedy available to CONTRACTOR with respect
to any breach or default.
Section 23
WSDOT Advice
The CONTRACTOR bears complete responsibility for the administration and success of the work
as it is defined in this AGREEMENT and any amendments thereto. Although the CONTRACTOR
may seek the advice of WSDOT, the offering of WSDOT advice shall not modify the
CONTRACTOR's rights and obligations under this AGREEMENT and WSDOT shall not be held
liable for any advice offered to the CONTRACTOR.
Section 24
Limitation of Liability and Indemnification
A. The CONTRACTOR shall indemnify and hold harmless WSDOT, its agents, employees,
and officers and process and defend at its own expense any and all claims, demands, suits at law
or equity, actions, penalties, losses, damages, or costs (hereinafter referred to collectively as
"claims"), of whatsoever kind or nature brought against WSDOT arising out of, in connection with
or incident to this AGREEMENT and/or the CONTRACTOR's performance or failure to perform
any aspect of this AGREEMENT. This indemnity provision applies to all claims against WSDOT,
its agents, employees and officers arising out of, in connection with or incident to the acts or
omissions of the CONTRACTOR, its agents, employees and officers. Provided, however, that
nothing herein shall require the CONTRACTOR to indemnify and hold harmless or defend the
46
WSDOT, its agents, employees or officers to the extent that claims are caused by the acts or
omissions of the WSDOT, its agents, employees or officers. The indemnification and hold
harmless provision shall survive termination of this AGREEMENT.
B. The CONTRACTOR shall be deemed an independent contractor for all purposes, and the
employees of the CONTRACTOR or its subcontractors and the employees thereof, shall not in
any manner be deemed to be the employees of WSDOT.
C. The CONTRACTOR specifically assumes potential liability for actions brought by
CONTRACTOR's employees and/or subcontractors and solely for the purposes of this
indemnification and defense, the CONTRACTOR specifically waives any immunity under the
State Industrial Insurance Law, Title 51 Revised Code of Washington.
D. In the event either the CONTRACTOR or WSDOT incurs attorney's fees, costs or other
legal expenses to enforce the provisions of this section of this AGREEMENT against the other
PARTY, all such fees, costs and expenses shall be recoverable by the prevailing PARTY.
Section 25
Governing Law, Venue, and Process
This AGREEMENT shall be construed and enforced in accordance with, and the validity and
performance thereof shall be governed by the laws of the State of Washington. 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 hereto agree that any such action shall be
initiated in the Superior Court of the State of Washington situated in Thurston County.
Section 26
Compliance with Laws and Regulations
The CONTRACTOR agrees to abide by all applicable State laws and regulations, including, but
not limited to those concerning employment, equal opportunity employment, nondiscrimination
assurances, Project record keeping necessary to evidence AGREEMENT compliance, and
retention of all such records. The CONTRACTOR will adhere to all of the nondiscrimination
provisions in Chapter 49.60 RCW. The CONTRACTOR will also comply with the Americans with
Disabilities Act of 1990 (ADA), Public Law 101-336, including any amendments thereto which
provides comprehensive civil rights protection to individuals with disabilities in the areas of
employment public accommodations, state and local government services and
telecommunication.
Section 27
Severability
If any covenant or provision of this AGREEMENT shall be adjudged void, such adjudication shall
not affect the validity or obligation of performance of any other covenant or provision, or part
thereof, that in itself is valid if such remainder conforms to the terms and requirements of
applicable law and the intent of this AGREEMENT. No controversy concerning any covenant or
provision shall delay the performance of any other covenantor provision except as herein allowed.
Section 28
Counterparts
This AGREEMENT may be executed in several counterparts, each of which shall be deemed to
be an original having identical legal effect. The CONTRACTOR does hereby ratify and adopt all
statements, representations, warranties, covenants, and agreements and their supporting
materials contained and/or mentioned in such executed counterpart, and does hereby accept
State Funds and agrees to all of the terms and conditions thereof.
47
Section 29
Execution
This AGREEMENT is executed by the Director of the Public Transportation Division, State of
Washington, Department of Transportation, or the Director's designee, not as an individual
incurring personal obligation and liability, but solely by, for, and on behalf of the State of
Washington, Department of Transportation, in his/her capacity as Director of the Public
Transportation Division.
Section 30
Binding Agreement
The undersigned acknowledges that they are authorized to execute the AGREEMENT and bind
their respective agency(ies) and/or entity(ies) to the obligations set forth herein.
IN WITNESS WHEREOF, the PARTIES hereto have executed this AGREEMENT the day and
year last signed below.
WASHINGTON STATE CONTRACTOR
DEPARTMENT OF TRANSPORTATION
Brian Lagerberg, Director Authorized Representative
Public Transportation Division
Title
Print Name
Date Date
48