Loading...
HomeMy WebLinkAboutTIS 2023-10-16 COMPLETE AGENDA PACKETCity of Tukwila Transportation and Infrastructure Services Committee ❖ Tosh Sharp, Chair ❖ Kate Kruller Mohamed Abdi • AGENDA Distribution: K. Kruller C. Hougardy T. Sharp H. Ponnekanti S. Kim (email) G. Lerner (email) City Attorney (email) Clerk File Copy Share pkt pdf on SharePoint to A. Le, C. O'Flaherty, A. Youn Email cover to: F. Ayala, A. Le, C. O'Flaherty, A. Youn, L. Humphrey MONDAY, OCTOBER 16, 2023 — 5:30 PM HYBRID MEETING — ONSITE AND VIRTUAL DUWAMISH CONFERENCE ROOM, 6300 BUILDING, 2ND FLR MS Teams: Click here to join the meeting Virtual Meeting - Members of the public may listen by dialing 1-253-292-9750 and entering conference ID 478777930# Item Recommended Action Page 1. PRESENTATIONS 2. BUSINESS AGENDA a) 2024 Annual Overlay Program - Engineering Services a) Forward to the 10/23/23 Special Pg. 1 Contract - Design Consultant Selection and Meeting Agreement (D. Baus) b) Landslide Risk Assessment and Management Phase I b) Forward to the 10/23/23 Special Pg. 17 FEMA Cooperating Technical Partners Prog. Grant Meeting Award (C. de Boer) c) Chinook Wind Extension -King County Parks Open c) Forward to the 11/06/23 Regular Pg. 45 Space -River Corridors Grant Acceptance (C. de Boer) Meeting under New Business d) Grant Applications to fund Concrete Overlay Repairs d) Discussion only Pg. 75 WSDOT National Highway System Asset Management Program (C. de Boer) e) Annual Bridge Inspections and Repairs Update e) Discussion only Pg. 79 (A. Cox) 3. MISCELLANEOUS Next Scheduled Meeting: November 6, 2023 SThe 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 & Infrastructure Services Committee FROM: Hari Ponnekanti, Public Works Director/City Engineer BY: David Baus, Public Works Transportation Project Manager CC: Mayor Ekberg DATE: October 13, 2023 SUBJECT: 2024 Annual Overlay Program - Engineering Services Contract Project No. 82410401 Design Consultant Selection and Agreement ISSUE Execute a contract with KPG Psomas, Inc. (KPG) to provide design services for the 2024 Overlay and Repair Program. BACKGROUND Every year, Public Works issues a construction project to grind and overlay several blocks of roadways in the City of Tukwila. The annual overlay program is intended to preserve and maintain the street structure in a safe and useable state by resurfacing before failure, which also minimizes costs. Before work can commence, an engineer of record is required to prepare, design, and manage construction of the project. KPG provides a unique blend of knowledge and understanding of the City's overlay program that provides efficiency and benefits which cannot be matched at this time by any other firm. KPG has also performed very well in providing construction management services. DISCUSSION KPG has provided a contract, scope of work, and fee estimate to complete the design of the 2024 Overlay and Repair Program and advertise for construction bids. Preliminary locations for 2024 Overlay are shown on the attached vicinity map. The final selections will be made after the design cost estimates have been completed. Specific roadway segments are based on several factors, including but not limited to, Pavement Condition Index which accounts for the condition of the pavement surface distress, roughness, and structural conditions, community complaints, and street classification. Roadways that do not make it into the 2024 program will be designed to a minimum of 30% design. Roadways not fully designed may be transferred to the 2025 program if they are not constructed this year. FINANCIAL IMPACT 2024 Design Contract KPG Contract Budget $149,383.03 $150,000.00 RECOMMENDATION Council is being asked to approve a new contract for KPG on the 2024 Annual Overlay Program in the amount of $149,383.03 and consider this item on Consent Agenda at the October 23, 2023 Special Council Meeting. ATTACHMENTS: 2024 CIP page 12 KPG 2024 Overlay Consultant Contract 2024 Overlay Segments Map 1 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2023 to 2028 PROJECT: Annual Overlay and Repair Program Project No. 80010401 DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets. JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects. STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay. MAINT. IMPACT: Reduces annual maintenance. COMMENT: Ongoing project. Only one year actuals shown in first column. FINANCIAL Through Estimated (in $000's) 2021 2022 2023 2024 2025 2026 2027 2028 BEYOND TOTAL EXPENSES Design 316 150 150 150 150 150 150 150 150 1,516 Land (R/W) 0 Const. Mgmt. 43 200 200 200 200 200 200 200 200 1,643 Construction 970 1,050 1,050 1,050 1,050 1,050 1,150 1,150 1,300 9,820 TOTAL EXPENSES 1,329 1,400 1,400 1,400 1,400 1,400 1,500 1,500 1,650 12,979 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Solid Waste Utility Tax 1,329 1,400 1,400 1,400 1,400 1,400 1,500 1,500 1,650 12,979 TOTAL SOURCES 1,329 1,400 1,400 1,400 1,400 1,400 1,500 1,500 1,650 12,979 2023 - 2028 Capital Improvement Program 12 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: PROFESSIONAL SERVICES AGREEMENT (Includes consultants, architects, engineers, accountants, and other professional services) THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and _KPG Psomas Inc,, hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform Design services in connection with the project titled _2024 Overlay Program. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement: Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending _December 31. 2024_, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than _December 31. 2024_ unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed _$149.383.03_ without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 3 5. Ownership arm Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised May 2020 Page 2 4 4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, 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 Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. CA revised May 2020 Page 3 5 11. Discrimination Prohibited. Contractor, 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. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law: Venue: Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is 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. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: KPG Psomas Inc. 3131 Elliott Avenue, Suite 400 Seattle, WA 98121 18. Entire Agreement: Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. CA revised May 2020 Page 4 6 DATED this day of , 20 ** City signatures to be obtained by ** Consultant signature to be obtained by City Clerk's Staff ONLY. ** sponsor staff. ** CITY OF TUKWILA Allan Ekberg, Mayor ATTEST/AUTHENTICATED: Christy O'Flaherty, City Clerk APPROVED AS TO FORM: Office of the City Attorney CONSULTANT: By: Printed Name: Title: CA revised May 2020 Page 5 7 EXHIBIT A City of Tukwila 2024 Overlay Program Scope of Work September 25, 2023 The Consultant shall prepare final Plans, Specifications and Estimates for the 2024 Overlay Program. It is anticipated approximately 5,000 to 7,000 linear feet of roadway overlay will be included in the final Plans, Specifications, and Estimates. Specific roadway segments will be determined from the following list of candidate streets in the Riverton and McMicken neighborhoods: RIVERTON STREET LIMIT 1 LIMIT 2 LENGTH PCI 126th St 40th Ave S 42nd Ave S 317 67 128th St East Marginal Way S 40th Ave S 87 44 128th St 40th Ave S Macadam Rd S 854 62 132nd PI S 132nd PI S 132nd PI 214 41 35th Ave S S 128th St S 130th St 636 43 35th Ave S S 126th St S 128th St 423 49 35th Ln S S 130th St S 132nd St 483 43 37th Ave S S 128th St S 130th St 621 42 38th PI S NORTH END S 132nd PI 163 44 40th Ave S East Marginal Way S S 132nd PI 881 51 40th Ave S S 126th St S 128th St 317 54 42nd Ave S S 126th St SE END 164 83 43rd Ave S Macadam Rd S SOUTH END 814 46 S 132nd PI 38th PI S 40th Ave S 285 54 Total 9040 City of Tukwila 2024 Overlay Program Page 1 of 6 KPG Psomas Inc September 2023 8 MCMICKEN STREET LIMIT 1 LIMIT 2 LENGTH PCI S 160T" ST 42ND AVE S 51ST AVE S 2668 55 AVG 45TH AVE S N END S 161' ST 434 52 46TH AVE S S 160TH ST S 163RD ST 735 55 47TH AVE S S 160TH S 162ND ST 608 55 48THAVES S160T"ST SEND 911 47 49T" AVE S N END S 164T" ST 405 45 51ST AVE S S 160th St S 161' St 284 53 S 161' ST W END S 161' ST 364 58 S 163RD PL 51ST AVE S E END 483 50 52ND AVE S N END S 164T" ST 173 69 SLADE WAY 53rd PI S 54th Ave S 314 43 S 166T" ST 53rd Ave S 54th Ave S 270 50 Total 6259 Project locations may be re -prioritized or deferred to a future overlay program based on available budget, grant funding allocation, and other considerations. Preliminary cost estimates for each segment will be prepared at the 30% design to verify the final project list to be included in the 2024 Overlay Program. The City of Tukwila may require other services of the consultant. These services could include additional design, MEF documentation, right of way, environmental documentation, construction phase services, or other work tasks not included in the scope of work. At the time these services are required, the Consultant will provide the City with a detailed scope of work and an hour and fee estimate. The Consultant will not proceed with the work until the City has authorized the work and issued a Notice to Proceed. Assumptions for the 2024 Overlay Program Bid Package • Roadway segments that are not selected for inclusion in the 2024 Overlay Program following review preliminary cost estimates will not be advanced to final design. • Final Bid Documents will be prepared and ready for advertisement in March2024. • Topographic survey will not be performed for roadway and utility casting mapping. Paving limits and utility structure mapping will be based on aerial photography, GIS, and field reviews by the Consultant. • Topographic field survey will be performed only if ADA ramp and sidewalk improvements are desired to be included in the final bid documents. A budget of three field days and one basemap creation day has been accounted for. City of Tukwila 2024 Overlay Program Page 2 of 6 KPG Psomas Inc September 2023 9 • Alignments are based off of existing ROW GIS established by the City's GIS mapping. • Underground utilities are not shown, unless provided by GIS mapping and other utility coordination. • Utility structures inside roadway prism will be shown, but franchise utility structures outside of roadway prism may not be shown. • Lane widths and channelization types shall be replaced in kind unless otherwise directed by the City through project progress meetings. • Driveways that are disturbed will be restored with like pavement. • It is assumed there will be approximately twenty (20) plan sheets at 1"=20' scale full size (22" X 34"), 1"=40' at reduced scale (11" X 17"). • Full utility coordination is not included with this scope of work. The consultant shall provide copies of the plans to utility purveyors/teams based on project locations and solicit feedback. The Consultant is not responsible for design and coordination of any system upgrades for third party utility systems. • Drainage & Water Quality Reports will not be required. • Environmental Documentation will not be required. • Geotechnical exploration and/or investigation will not be required. • Maximum Extent Feasible Documentation is not included in this scope of work • Consultant shall not be responsible for printing and supplying City or Contractor with hard copies of plans and specifications at interim submittals or contract award. • Traffic Control Plans will be the responsibility of the Contractor are not included with this scope of work. Deliverables • Meeting notes during selection process • 30% review submittal with Plans and Estimate (electronic copies) • 90% review submittal with Plans, Specifications, and Estimate (electronic copies) • Routing of 30% and 90% Plans to utilities for review and comment. • Bid Documents and Engineer's Estimate for 2024 Overlay Program. • Coordinate upload of Plans and Specifications to Builders Exchange. • Bid Analysis and recommendation for award letter. • Preconstruction Meeting Attendance. SCOPE OF WORK City of Tukwila KPG Psomas Inc 2024 Overlay Program Page 3 of 6 September 2023 10 TASK 1— Project Management 1.1 The Consultant shall provide continuous project management and administration for the duration of the Project. (Estimate 8 months). • Hold project coordination meetings with the City to update progress and review submittals. Assume (8) meetings. • The Consultant shall provide monthly status reports and billings. • The Consultant shall provide independent QA/QC reviews by senior in-house staff of all deliverables prior to submittal to the City. TASK 2 — Preliminary Design 2.1 The Consultant shall prepare base maps for the initial 25 roadway segments identified above. The basemaps shall be created utilizing field measurements, available record drawings, City GIS data, and aerial photography. 2.2 The Consultant shall prepare 30% Plans for each of the 25 new roadway segments. Previously prepared segments will be included in the 30% submittal. The 30% proposed improvements including the following: • Plans shall be prepared with such provisions to produce a detailed engineer's estimate. • Topographic survey will not be utilized for 30% design. ADA ramp surveys will be provided during final design for selected roadway segments. • Typical sections and details will be prepared for items not available as standard details from the City or WSDOT standard drawings. • Plans will not include ADA curb ramp grading • The plans shall illustrate limits of construction and removals, utility adjustments, surfacing depths and applicable channelization and signing • The Consultant shall perform one site walkthrough to determine extent of roadway repairs / resurfacing • Plans shall be distributed to third party utilities and City utility staff. 2.3 The Consultant shall calculate quantities and prepare a Preliminary Engineers Estimate of Probable Construction Cost for each of the 25 roadway segments. Up to five roadway segments will be prioritized in collaboration with the City based on available budget and other considerations. Deliverables • 30% Plans for up to 12,000 linear feet of roadway segments City of Tukwila 2024 Overlay Program Page 4 of 6 KPG Psomas Inc September 2023 11 • 30% Cost Estimate for each candidate segment • Recommendation for up to 5,000 to 7,000 linear feet of roadway segments for Final Design and Advertisement based on available budget. Final selection of roadway segments for inclusion in the 2024 Overlay Program will be by the City. TASK 3 — Final Design 3.1 The Consultant shall prepare 90%, and Final Plans for up to 5,000 to 7,000 linear feet of roadway segments selected in Task 2 based on available budget. The proposed improvements including the following: • Plans shall be prepared with such provisions in such detail as to permit field layout and construction within a degree of accuracy acceptable to the City and per industry standards. • Topographic survey will be utilized only at ADA ramp locations where field conditions require it to meet ADA compliance. • Typical sections and details will be prepared for items not available as standard details from the City or WSDOT standard drawings. • Plans will identify curb ramp replacement limits and pedestrian push button modifications in accordance with ADA requirements. • The plans shall illustrate complete details of construction of the proposed improvements including limits of construction and removals, utility adjustments, surfacing depths and details, and applicable channelization and signing for the segments selected for final design. • The Consultant shall perform site walkthroughs with the City maintenance staff to determine extent of roadway repairs / resurfacing (Estimate 2 meetings) and to prioritize candidate streets within the available budget. • Pavement sections will be determined through consultation with the City's maintenance staff and previous experience. No geotechnical investigations are anticipated. • The Consultant shall distribute 90% review submittals to franchise utility owners for adjustments within the Project limits. 3.2 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction Cost for in preparation for the bid documents and proposal as well as a site by site cost estimate for each review submittal and the Bid Documents. 3.3 The Consultant shall prepare the Contract Specification per 2024 WSDOT Standard Specifications for the 90% Review Submittal and the Bid Documents. City of Tukwila KPG Psomas Inc 2024 Overlay Program Page 5 of 6 September 2023 12 3.4 The Consultant shall utilize the construction management team for a QA/QC review of measurement and payment at the 90% submittal. Deliverables • 90% & Final Plans for up to 5,000 to 7,000 linear feet of roadway segments • 90% & Final Cost Estimate for up to 5,000 to 7,000 linear feet roadway segments • 90% & Final Contract documents including Project Special Provisions TASK 4 — Bid Period Services 4.1 The Consultant shall assist the City with Project Advertisement and Award by uploading plans and specifications to bxwa.com, preparing addenda, bid tabulation, and recommendation for award. City of Tukwila KPG Psomas Inc 2024 Overlay Program Page 6 of 6 September 2023 13 KPG P S O M A S EXHIBIT B PRIME CONSULTANT COST COMPUTATIONS Client: Project Name: KPG Psomas Inc. Project Number: Date: City of Tukwila 2024 Overlay Program 9T U K##### 9/25/2023 Task No. Task Description Labor Hour Estimate Total Hours and Labor Cost Computations by Task Principal Engineering Manager Project Engineer I Project Engineer III Design Engineer II Engineering Technician Survey Crew II (W/Equip) Project Surveyor Surveyor III Construction Manager Document Control Specialist II CAD Manager Senior CAD Technician CAD Technician Business Manager Senior Admin Office Admin $93.91 $82.73 $49.00 $62.00 $46.00 $37.69 $85.78 $54.00 $45.00 $61.00 $47.00 $59.39 $45.34 $41.00 $58.52 $44.00 $34.00 Hours Totals Task 1 Project Management 1.1 Continuous Project Management 8 8 20 8 8 52 $ 3,393.29 Task Total 8 8 0 20 0 0 0 0 0 0 0 0 0 0 8 0 8 52 $ 3,393.29 Task 2 Preliminary Design 2.1 Prepare Basemaps 20 16 16 8 12 40 112 $ 4,978.26 2.2 Prepare 30% Plans 40 4 40 40 40 164 $ 7,369.20 2.3 Prepare 30% Construction Cost Estimate 32 8 12 12 64 $ 3,068.28 Task Total 0 0 92 12 68 68 0 0 0 0 0 8 52 40 0 0 0 340 $ 15,415.74 Task 3 Final Design 3.1 90% and Final Plans 60 16 60 60 24 8 8 20 32 288 $ 14,118.92 3.2 90% and Final Construction Cost Estimate 32 16 16 16 80 $ 3,899.04 3.3 90% and Final Contract Specifications 40 40 80 $ 4,440.00 3.4 QA/QC Review of 90% submittal 8 12 20 40 16 96 $ 6,176.04 Task Total 8 12 132 92 76 76 24 8 8 40 16 0 20 0 0 32 0 544 $ 28,634.00 Task 4 Bid Period Services 4.1 Project Advertisement, Bid Tabulation, Bid Review, Reccomendation of Award Letter 2 8 4 2 16 32 $ 1,701.82 Task Total 2 0 8 4 0 0 0 0 0 2 16 0 0 0 0 0 0 32 $ 1,701.82 Total Labor Hours and Fee 18 20 232 128 144 144 24 8 8 42 32 8 72 40 8 32 8 968 $ 49,144.84 ICR Overhead @ 1 7193% = $ 84,494.73 Fixed Fee @ 30% = $ 14,743.45 Total KPG Psomas (DL + OH + Fixed Fee) = $ 148,383.03 Subconsultants Reimbursable Direct Non -Salary Costs Mileage at current IRS rate $ 500.00 Reproduction Allowance $ 500.00 Total Reimbursable Expense $ 1,000.00 Total Estimated Budget $ 149,383.03 14 CITY OF TUKWILA - 2024 OVERLAY CANDIDATES RIVERTON NEIGHBORHOOD PCI UNDER 50 PCI UNDER 55 SUGGESTED KPG PS OMAS Seattle 3131 Elliott Avenu2,05 uite 400 Seattle, WA 981211 0206.286.1640 Tacoma I Wenatchee I KPG.com CITY OF TUKWILA - 2024 OVERLAY CANDIDATES <:\PROJECTS\TUKWILA\_Tukwila Pavement Management\Pavement Management\Tukwila Marketing Maps — RivertonMcMicken.dwg 9/11/2023 11:36 AM S 154 ST YCA ctsi C71 co C_A v) S 154 Q- S 160 ST QD QJ Q� C A N alb C� C_A 00 Cal 03 C) S /PO S r- S156ST Sr S 164 ST m C/) D < 01 m Cn V) D S 160 158 ST S Cn S 166 ST S 68 ST L "vy Cs D Cn 13L J I co C ILA S 151 PL S153ST S153ST STRANDER ii1 NJO H100S CORPORATE DRIVE N CORPORATE DRIVE S CS BolD PARKWAY EVANS SLACK DR AKER BLVD BLVD TRECK DR/ MINK ER MCMICKEN NEIGHBORHOOD PCI UNDER 50 PCI UNDER 55 SUGGESTED KPG PS OMAS Seattle 3131 Elliott Avenug, uite 400 Seattle, WA 981211 10206.286.1640 Tacoma I Wenatchee I KPG.com 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 BY: Catrien de Boer, Public Works Analyst CC: Mayor Ekberg DATE: October 16t", 2023 SUBJECT: Landslide Risk Assessment and Management Phase I FEMA FY 2023 Cooperating Technical Partners Grant Award Acceptance ISSUE Accept a Federal Emergency Management Agency (FEMA) Cooperating Technical Partners (CTP) program grant award for $150,000 to fund Landslide Risk Assessment and Management Phase I. BACKGROUND In June 2023, Staff applied to the CTP program to fund a landslide analysis for the City of Tukwila. The CTP program supports efforts to strengthen national preparedness and resilience, one of the main goals of the U.S. Department of Homeland Security (DHS) Strategic Plan. The program funds projects that identify risks, reduce losses, and promote community resilience. DISCUSSION The City of Tukwila was notified on September 27th, 2023 that we received the full grant award for $150,000. This project will build upon the state and county landslide information to identify landslide hazards and provide an understanding of comprehensive risks within the City of Tukwila, with the goals of reducing property damage and life loss from landslides. The City plans to hire a consultant to complete this work. All information will be compiled in a GIS layer and will be included in a report summarizing findings, recommendations, and areas requiring further study and field work to be completed in Phase II. Staff will seek future grant opportunities to fund Phase II. FINANCIAL IMPACT The City has been awarded $150,000 from the CTP program. No match is required. Cost Estimate CTP Grant Award $150,000 Total $150,000 RECOMMENDATION Council is being asked to accept a FEMA Cooperating Technical Partners (CTP) program grant award for the Landslide Risk Assessment and Management Phase I in the amount of $150,000 and consider this item on the Consent Agenda at the October 23rd, Special Council Meeting. Attachment: FEMA CTP Grant Award Letter 17 Award Letter U.S. Department of Homeland Security Washington, D.C. 20472 Effective date: 09/27/2023 FEMA Bao Trinh CITY OF TUKWILA 6200 SOUTHCENTER BLVD TUKWILA, WA 98188 EMS-2023-CA-05008 Dear Bao Trinh, Congratulations on behalf of the Department of Homeland Security. Your application submitted for the Fiscal Year 2023 Cooperating Technical Partners (CTP) Program- Regional, has been approved in the amount of $150,000.00 in Federal funding. This award of federal assistance is executed as a Cooperative Agreement. Before you request and receive any of the Federal funds awarded to you, you must establish acceptance of the award through the FEMA Grants Outcomes (FEMA GO) system. By accepting this award, you acknowledge that the terms of the following documents are incorporated into the terms of your award: • Award Summary - included in this document • Agreement Articles - included in this document • Obligating Document - included in this document • FY23 Notice of Funding Opportunity (by reference); Scopes of Work/Mapping Activity Statement Please make sure you read, understand, and maintain a copy of these documents in your official file for this award. Sincerely, L lAta 18 Patrick Marcham Grant Programs Division Director 19 Award Summary Program: Fiscal Year 2023 Cooperating Technical Partners Recipient: CITY OF TUKWILA UEI-EFT: UEQNMC26C8T3 DUNS number: 010207504 Award number: EMS-2023-CA-05008 Summary description of award The Cooperating Technical Partners (CTP) Program exists to strengthen and enhance the effectiveness of the National Flood Insurance Program (NFIP). The CTP Program supports efforts to Strengthen National Preparedness and Resilience, one of the main goals of the DHS 2020-2024 DHS Strategic Plan. Additionally, the program supports the National Mitigation Investment Strategy, a supporting document to Presidential Policy Directive (PPD-8) on National Preparedness and Strategic Goal One and Two of FEMA's Strategic Plan, Building a Culture of Preparedness and Readying the Nation for Catastrophic Disaster. It helps achieve these goals by fostering strong federal, state, tribal, regional and local partnerships to identify flood risks, reduce flood losses and promote community resiliency. The objectives of the CTP Program are to primarily support the mission and objectives of the NFIP's Flood Hazard Mapping Program through FEMA's flood hazard identification and risk assessment programs, including the Risk Mapping, Assessment and Planning (Risk MAP) initiative. The vision for Risk MAP is to deliver quality data that increases public awareness of flood hazard risk and leads to action that reduces flood risk to life and property. The CTP supports Risk MAP to develop flood hazard data and maps for communities that have never had identified risks as well as building on effective flood hazard data and flood insurance rate maps (FIRMS); increase public awareness of risk and potential mitigation options to reduce risk and better inform mitigation planning. Additional information about Risk MAP (including goals, strategies, progress and success stories), can be found on FEMA's website at Risk Mapping, Assessment and Planning (Risk MAP) 1 FEMA.gov. For additional information on the CTP Program, please visit the CTP Program website located at Cooperating Technical Partners Program FEMA.gov. Amount awarded table The amount of the award is detailed in the attached Obligating Document for Award. The following are the budgeted estimates for object classes for this award (including Federal share plus your cost share, if applicable): 20 Object Class Total Personnel $14,834.00 Fringe benefits $0.00 Travel $0.00 Equipment $0.00 Supplies $0.00 Contractual $135,166.00 Construction $0.00 Other $0.00 Indirect charges $0.00 Federal $150,000.00 Non-federal $0.00 Total $150,000.00 Program Income $0.00 Approved scope of work After review of your application, FEMA has approved the below scope of work. Justifications are provided for any differences between the scope of work in the original application and the approved scope of work under this award. You must submit scope or budget revision requests for FEMA's prior approval, via an amendment request, as appropriate per 2 C.F.R. § 200.308 and the FY2023 CA NOFO. Approved request details: Project 21 Contractual DESCRIPTION Engage a consultant to compile landslide data. QUANTITY UNIT PRICE TOTAL BUDGET CLASS Cost 1 1 $135,166.00 $135,166.00 Contractual Personnel DESCRIPTION Grant administration and project management by City staff. Cost 1 QUANTITY UNIT PRICE TOTAL BUDGET CLASS 1 $14,834.00 $14,834.00 Personnel CHANGE FROM APPLICATION Unit price from $14,833.57 to $14,834.00 JUSTIFICATION Rounded up to eliminate pennies Of the total Federal funds, $150000.00 has been placed on hold. See the following terms in the Agreement Articles for more details: Article number Title Payment hold Article 52 Funding Hold: Additional Information Required $150000.00 22 Agreement Articles Program: Fiscal Year 2023 Cooperating Technical Partners Recipient: CITY OF TUKWILA UEI-EFT: UEQNMC26C8T3 DUNS number: 010207504 Award number: EMS-2023-CA-05008 Table of contents 23 ArticleAssurances, Administrative Requirements, Cost Principles, Representations and 1 Certifications ArticleGeneral Acknowledgements and Assurances 2 ArticleAcknowledgement of Federal Funding from DHS 3 ArticleActivities Conducted Abroad 4 ArticleAge Discrimination Act of 1975 5 ArticleAmericans with Disabilities Act of 1990 6 ArticleBest Practices for Collection and Use of Personally Identifiable Information 7 ArticleCivil Rights Act of 1964 — Title VI 8 ArticleCivil Rights Act of 1968 9 ArticleCopyright 10 ArticleDebarment and Suspension 11 ArticleDrug-Free Workplace Regulations 12 ArticleDuplication of Benefits 13 ArticleEducation Amendments of 1972 (Equal Opportunity in Education Act) — Title IX 14 ArticleE.O. 14074 — Advancing Effective, Accountable Policing and Criminal Justice 15 Practices to Enhance Public Trust and Public Safety ArticleEnergy Policy and Conservation Act 16 ArticleFalse Claims Act and Program Fraud Civil Remedies 17 ArticleFederal Debt Status 18 ArticleFederal Leadership on Reducing Text Messaging while Driving 19 ArticleFly America Act of 1974 20 ArticleHotel and Motel Fire Safety Act of 1990 21 ArticleJohn S. McCain National Defense Authorization Act of Fiscal Year 2019 22 ArticleLimited English Proficiency (Civil Rights Act of 1964, Title VI) 23 ArticleLobbying Prohibitions 24 ArticleNational Environmental Policy Act 25 24 ArticleNondiscrimination in Matters Pertaining to Faith -Based Organizations 26 ArticleNon-Supplanting Requirement 27 ArticleNotice of Funding Opportunity Requirements 28 ArticlePatents and Intellectual Property Rights 29 ArticleProcurement of Recovered Materials 30 ArticleRehabilitation Act of 1973 31 ArticleReporting of Matters Related to Recipient Integrity and Performance 32 ArticleReporting Subawards and Executive Compensation 33 ArticleRequired Use of American Iron, Steel, Manufactured Products, and Construction 34 Materials ArticleSAFECOM 35 ArticleTerrorist Financing 36 ArticleTrafficking Victims Protection Act of 2000 (TVPA) 37 ArticleUniversal Identifier and System of Award Management 38 Article USA PATRIOT Act of 2001 39 ArticleUse of DHS Seal, Logo and Flags 40 ArticleWhistleblower Protection Act 41 ArticleEnvironmental Planning and Historic Preservation (EHP) Review 42 ArticleApplicability of DHS Standard Terms and Conditions to Tribes 43 ArticleAcceptance of Post Award Changes 44 ArticleDisposition of Equipment Acquired Under the Federal Award 45 ArticlePrior Approval for Modification of Approved Budget 46 Articlelndirect Cost Rate 47 ArticlePerformance Measure Requirements 48 ArticleData Entry in the Mapping Information Platform (MIP) 49 ArticleQuality Assurance and Control 50 25 ArticleExceptions to tasks not able to be conducted or tracked in the MIP 51 ArticleFunding Hold: Additional Information Required 52 ArticleAttachments incorporated into the grant agreement (Financial) 53 ArticleProcurement Compliance 54 26 Article 1 Assurances, Administrative Requirements, Cost Principles, Representations and Certifications I. DHS financial assistance recipients must complete either the Office of Management and Budget (OMB) Standard Form 424B Assurances - Non - Construction Programs, or OMB Standard Form 424D Assurances - Construction Programs, as applicable. Certain assurances in these documents may not be applicable to your program, and the DHS financial assistance office (DHS FAO) may require applicants to certify additional assurances. Applicants are required to fill out the assurances as instructed by the awarding agency. II. DHS financial assistance recipients are required to follow the applicable provisions of the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards located at Title 2, Code of Federal Regulations (C.F.R.) Part 200 and adopted by DHS at 2 C.F.R.Part 3002. III. By accepting this agreement, recipients, and their executives, as defined in 2 C.F.R. § 170.315, certify that their policies are in accordance with OMB's guidance located at 2 C.F.R. Part 200, all applicable federal laws, and relevant Executive guidance. 27 Article 2 Article 3 General Acknowledgements and Assurances All recipients, subrecipients, successors, transferees, and assignees must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, and staff. I. Recipients must cooperate with any DHS compliance reviews or compliance investigations conducted by DHS. II. Recipients must give DHS access to examine and copy records, accounts, and other documents and sources of information related to the federal financial assistance award and permit access to facilities or personnel. III. Recipients must submit timely, complete, and accurate reports to the appropriate DHS officials and maintain appropriate backup documentation to support the reports. IV. Recipients must comply with all other special reporting, data collection, and evaluation requirements, as prescribed by law, or detailed in program guidance. V. Recipients (as defined in 2 C.F.R. Part 200 and including recipients acting as pass -through entities) of federal financial assistance from DHS or one of its awarding component agencies must complete the DHS Civil Rights Evaluation Tool within thirty (30) days of receipt of the Notice of Award for the first award under which this term applies. Recipients of multiple awards of DHS financial assistance should only submit one completed tool for their organization, not per award. After the initial submission, recipients are required to complete the tool once every two (2) years if they have an active award, not every time an award is made. Recipients should submit the completed tool, including supporting materials, to CivilRightsEvaluation@hq.dhs.gov. This tool clarifies the civil rights obligations and related reporting requirements contained in the DHS Standard Terms and Conditions. Subrecipients are not required to complete and submit this tool to DHS. The evaluation tool can be found at https://www.dhs.gov/publication/dhs- civil-rights-evaluation-tool. DHS Civil Rights Evaluation Tool I Homeland Security. The DHS Office for Civil Rights and Civil Liberties will consider, in its discretion, granting an extension if the recipient identifies steps and a timeline for completing the tool. Recipients should request extensions by emailing the request to CivilRightsEvaluation@hq.dhs.gov prior to expiration of the 30-day deadline. Acknowledgement of Federal Funding from DHS Recipients must acknowledge their use of federal funding when issuing statements, press releases, requests for proposal, bid invitations, and other documents describing projects or programs funded in whole or in part with federal funds. Article 4 Activities Conducted Abroad Recipients must ensure that project activities performed outside the United States are coordinated as necessary with appropriate government authorities and that appropriate licenses, permits, or approvals are obtained. 28 Article 5 Age Discrimination Act of 1975 Recipients must comply with the requirements of the Age Discrimination Act of 1975, Public Law 94-135 (1975) (codified as amended at Title 42, U.S. Code, § 6101 et seq.), which prohibits discrimination on the basis of age in any program or activity receiving federal financial assistance. Article 6 Americans with Disabilities Act of 1990 Recipients must comply with the requirements of Titles I, II, and III of the Americans with Disabilities Act, Pub. L. 101-336 (1990) (codified as amended at 42 U.S.C. §§ 12101- 12213), which prohibits recipients from discriminating on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities. Article 7 Best Practices for Collection and Use of Personally Identifiable Information Recipients who collect personally identifiable information (PII) are required to have a publicly available privacy policy that describes standards on the usage and maintenance of the PII they collect. DHS defines PII as any information that permits the identity of an individual to be directly or indirectly inferred, including any information that is linked or linkable to that individual. Recipients may also find the DHS Privacy Impact Assessments: Privacy Guidance and Privacy Template as useful resources respectively. Article 8 Civil Rights Act of 1964 - Title VI Recipients must comply with the requirements of Title VI of the Civil Rights Act of 1964 (codified as amended at 42 U.S.C. § 2000d et seq.), which provides that no person in the United States will, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. DHS implementing regulations for the Act are found at 6 C.F.R. Part 21 and 44 C.F.R. Part 7. Article 9 Civil Rights Act of 1968 Recipients must comply with Title VIII of the Civil Rights Act of 1968, Pub. L. 90-284, as amended through Pub. L. 113-4, which prohibits recipients from discriminating in the sale, rental, financing, and advertising of dwellings, or in the provision of services in connection therewith, on the basis of race, color, national origin, religion, disability, familial status, and sex (see 42 U.S.C. § 3601 et seq.), as implemented by the U.S. Department of Housing and Urban Development at 24 C.F.R. Part 100. The prohibition on disability discrimination includes the requirement that new multifamily housing with four or more dwelling units—i.e., the public and common use areas and individual apartment units (all units in buildings with elevators and ground -floor units in buildings without elevators) —be designed and constructed with certain accessible features. (See 24 C.F.R. Part 100, Subpart D.) 29 Article 10 Copyright Recipients must affix the applicable copyright notices of 17 U.S.C. §§ 401 or 402 and an acknowledgement of U.S. Government sponsorship (including the award number) to any work first produced under federal financial assistance awards. Article 11 Debarment and Suspension Recipients are subject to the non -procurement debarment and suspension regulations implementing Executive Orders (E.O.) 12549 and 12689, which are at 2 C.F.R. Part 180 as adopted by DHS at 2 C.F.R. Part 3002. These regulations restrict federal financial assistance awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in federal assistance programs or activities. Article 12 Article 13 Drug -Free Workplace Regulations Recipients must comply with drug -free workplace requirements in Subpart B (or Subpart C, if the recipient is an individual) of 2 C.F.R. Part 3001, which adopts the Government -wide implementation (2 C.F.R. Part 182) of Sec. 5152- 5158 of the Drug -Free Workplace Act of 1988 (41 U.S.C. §§ 8101-8106). Duplication of Benefits Any cost allocable to a particular federal financial assistance award provided for in 2 C.F.R. Part 200, Subpart E may not be charged to other federal financial assistance awards to overcome fund deficiencies; to avoid restrictions imposed by federal statutes, regulations, or federal financial assistance award terms and conditions; or for other reasons. However, these prohibitions would not preclude recipients from shifting costs that are allowable under two or more awards in accordance with existing federal statutes, regulations, or the federal financial assistance award terms and conditions may not be charged to other federal financial assistance awards to overcome fund deficiencies; to avoid restrictions imposed by federal statutes, regulations, or federal financial assistance award terms and conditions; or for other reasons. Article 14 Education Amendments of 1972 (Equal Opportunity in Education Act) — Title IX Recipients must comply with the requirements of Title IX of the Education Amendments of 1972, Pub. L. 92-318 (1972) (codified as amended at 20 U.S.C. § 1681 et seq.), which provide that no person in the United States will, on the basis of sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any educational program or activity receiving federal financial assistance. DHS implementing regulations are codified at 6 C.F.R. Part 17 and 44 C.F.R. Part 19. 30 Article 15 Article 16 Article 17 Article 18 Article 19 Article 20 E.O. 14074 — Advancing Effective, Accountable Policing and Criminal Justice Practices to Enhance Public Trust and Public Safety Recipient State, Tribal, local, or territorial law enforcement agencies must comply with the requirements of section 12(c) of E.O. 14074. Recipient State, Tribal, local, or territorial law enforcement agencies are also encouraged to adopt and enforce policies consistent with E.O. 14074 to support safe and effective policing. Energy Policy and Conservation Act Recipients must comply with the requirements of the Energy Policy and Conservation Act, Pub. L. 94- 163 (1975) (codified as amended at 42 U.S.C. § 6201 et seq.), which contain policies relating to energy efficiency that are defined in the state energy conservation plan issued in compliance with this Act. False Claims Act and Program Fraud Civil Remedies Recipients must comply with the requirements of the False Claims Act, 31 U.S.C. §§3729- 3733, which prohibit the submission of false or fraudulent claims for payment to the Federal Government. (See 31 U.S.C. §§ 3801-3812, which details the administrative remedies for false claims and statements made.) Federal Debt Status All recipients are required to be non -delinquent in their repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowances, and benefit overpayments. (See OMB Circular A- 129.) Federal Leadership on Reducing Text Messaging while Driving Recipients are encouraged to adopt and enforce policies that ban text messaging while driving as described in E.O. 13513, including conducting initiatives described in Section 3(a) of the Order when on official government business or when performing any work for or on behalf of the Federal Government. Fly America Act of 1974 Recipients must comply with Preference for U.S. Flag Air Carriers (air carriers holding certificates under 49 U.S.C.) for international air transportation of people and property to the extent that such service is available, in accordance with the International Air Transportation Fair Competitive Practices Act of 1974, 49 U.S.C. § 40118, and the interpretative guidelines issued by the Comptroller General of the United States in the March 31, 1981, amendment to Comptroller General Decision B-138942. 31 Article 21 Article 22 Article 23 Article 24 Article 25 Hotel and Motel Fire Safety Act of 1990 Recipients must ensure that all conference, meeting, convention, or training space funded in whole or in part with federal funds complies with the fire prevention and control guidelines of Section 6 of the Hotel and Motel Fire Safety Act of 1990, 15 U.S.C. § 2225a John S. McCain National Defense Authorization Act of Fiscal Year 2019 Recipients, subrecipients, and their contractors and subcontractors are subject to the prohibitions described in section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232 (2018) and 2 C.F.R. §§ 200.216, 200.327, 200.471, and Appendix II to 2 C.F.R. Part 200. Beginning August 13, 2020, the statute - as it applies to DHS recipients, subrecipients, and their contractors and subcontractors - prohibits obligating or expending federal award funds on certain telecommunications and video surveillance products and contracting with certain entities for national security reasons Limited English Proficiency (Civil Rights Act of 1964, Title VI) Recipients must comply with Title VI of the Civil Rights Act of 1964, (42 U.S.C. § 2000d et seq.) prohibition against discrimination on the basis of national origin, which requires that recipients of federal financial assistance take reasonable steps to provide meaningful access to persons with limited English proficiency (LEP) to their programs and services. For additional assistance and information regarding language access obligations, please refer to the DHS Recipient Guidance: https://www.dhs.gov/guidance- published-help- department- supported -organizations -provide -meaningful -access -people - limited and additional resources on http://www.lep.gov. Lobbying Prohibitions Recipients must comply with 31 U.S.C. § 1352, which provides that none of the funds provided under a federal financial assistance award may be expended by the recipient to pay any person to influence, or attempt to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any federal action related to a federal award or contract, including any extension, continuation, renewal, amendment, or modification. National Environmental Policy Act Recipients must comply with the requirements of the National Environmental Policy Act of 1969, (NEPA) Pub. L. 91-190 (1970) (codified as amended at 42 U.S.C. § 4321 et seq. and the Council on Environmental Quality (CEQ) Regulations for Implementing the Procedural Provisions of NEPA, which require recipients to use all practicable means within their authority, and consistent with other essential considerations of national policy, to create and maintain conditions under which people and nature can exist in productive harmony and fulfill the social, economic, and other needs of present and future generations of Americans 32 Article 26 Article 27 Article 28 Article 29 Article 30 Article 31 Nondiscrimination in Matters Pertaining to Faith -Based Organizations It is DHS policy to ensure the equal treatment of faith -based organizations in social service programs administered or supported by DHS or its component agencies, enabling those organizations to participate in providing important social services to beneficiaries. Recipients must comply with the equal treatment policies and requirements contained in 6 C.F.R. Part 19 and other applicable statues, regulations, and guidance governing the participations of faith- based organizations in individual DHS programs. Non -Supplanting Requirement Recipients receiving federal financial assistance awards made under programs that prohibit supplanting by law must ensure that federal funds do not replace (supplant) funds that have been budgeted for the same purpose through non- federal sources. Notice of Funding Opportunity Requirements All the instructions, guidance, limitations, and other conditions set forth in the Notice of Funding Opportunity (NOFO) for this program are incorporated here by reference in the award terms and conditions. All recipients must comply with any such requirements set forth in the program NOFO. Patents and Intellectual Property Rights Recipients are subject to the Bayh-Dole Act, 35 U.S.C. § 200 et seq, unless otherwise provided by law. Recipients are subject to the specific requirements governing the development, reporting, and disposition of rights to inventions and patents resulting from federal financial assistance awards located at 37 C.F.R. Part 401 and the standard patent rights clause located at 37 C.F.R. § 401.14. Procurement of Recovered Materials States, political subdivisions of states, and their contractors must comply with Section 6002 of the Solid Waste Disposal Act, Pub. L. 89-272 (1965), (codified as amended by the Resource Conservation and Recovery Act, 42 U.S.C. § 6962.) The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition. Rehabilitation Act of 1973 Recipients must comply with the requirements of Section 504 of the Rehabilitation Act of 1973, Pub. L. 93-112 (1973), (codified as amended at 29 U.S.C. § 794,) which provides that no otherwise qualified handicapped individuals in the United States will, solely by reason of the handicap, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. 33 Article 32 Article 33 Article 34 Reporting of Matters Related to Recipient Integrity and Performance General Reporting Requirements: If the total value of any currently active grants, cooperative agreements, and procurement contracts from all federal awarding agencies exceeds $10,000,000 for any period of time during the period of performance of this federal award, then the recipients must comply with the requirements set forth in the government -wide Award Term and Condition for Recipient Integrity and Performance Matters located at 2 C.F.R. Part 200, Appendix XII, the full text of which is incorporated here by reference in the award terms and conditions. Reporting Subawards and Executive Compensation Reporting of first tier subawards. Recipients are required to comply with the requirements set forth in the government -wide award term on Reporting Subawards and Executive Compensation located at 2 C.F.R. Part 170, Appendix A, the full text of which is incorporated here by reference in the award terms and conditions. Required Use of American Iron, Steel, Manufactured Products, and Construction Materials Recipients must comply with the "Build America, Buy America" provisions of the Infrastructure Investment and Jobs Act and E.O. 14005. Recipients of an award of Federal financial assistance from a program for infrastructure are hereby notified that none of the funds provided under this award may be used for a project for infrastructure unless: (1) all iron and steel used in the project are produced in the United States --this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States; (2) all manufactured products used in the project are produced in the United States —this means the manufactured product was manufactured in the United States; and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; and (3) all construction materials are manufactured in the United States —this means that all manufacturing processes for the construction material occurred in the United States. The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project. Waivers When necessary, recipients may apply for, and the agency may grant, a waiver from these requirements. Information on the process for requesting a waiver from these requirements is on the website below. (a) When the federal agency has made a determination that one of the following exceptions applies, the awarding official may waive the 34 application of the domestic content procurement preference in any case in which the agency determines that: (1) applying the domestic content procurement preference would be inconsistent with the public interest; (2) the types of iron, steel, manufactured products, or construction materials are not produced in the United States in sufficient and reasonably available quantities or of a satisfactory quality; or (3) the inclusion of iron, steel, manufactured products, or construction materials produced in the United States will increase the cost of the overall project by more than 25 percent. A request to waive the application of the domestic content procurement preference must be in writing. The agency will provide instructions on the format, contents, and supporting materials required for any waiver request. Waiver requests are subject to public comment periods of no less than 15 days and must be reviewed by the Made in America Office. There may be instances where an award qualifies, in whole or in part, for an existing waiver described at "Buy America" Preference in FEMA Financial Assistance Programs for Infrastructure 1 FEMA.gov. The awarding Component may provide specific instructions to Recipients of awards from infrastructure programs that are subject to the "Build America, Buy America" provisions. Recipients should refer to the Notice of Funding Opportunity for further information on the Buy America preference and waiver process. Article 35 SAFECOM Recipients receiving federal financial assistance awards made under programs that provide emergency communication equipment and its related activities must comply with the SAFECOM Guidance for Emergency Communication Grants, including provisions on technical standards that ensure and enhance interoperable communications. Article 36 Terrorist Financing Recipients must comply with E.O. 13224 and U.S. laws that prohibit transactions with, and the provisions of resources and support to, individuals and organizations associated with terrorism. Recipients are legally responsible to ensure compliance with the Order and laws. Article 37 Trafficking Victims Protection Act of 2000 (TVPA) Trafficking in Persons. Recipients must comply with the requirements of the government -wide financial assistance award term which implements Section 106 (g) of the Trafficking Victims Protection Act of 2000 (TVPA), codified as amended at 22 U.S.C. § 7104. The award term is located at 2 C.F.R. § 175.15, the full text of which is incorporated here by reference. Article 38 Universal Identifier and System of Award Management Requirements for System for Award Management and Unique Entity Identifier Recipients are required to comply with the requirements set forth in the government -wide financial assistance award term regarding the System for Award Management and Universal Identifier Requirements located at 2 C.F.R. Part 25, Appendix A, the full text of which is incorporated here by reference. 35 Article 39 USA PATRIOT Act of 2001 Recipients must comply with requirements of Section 817 of the Uniting and Strengthening America by Providing Appropriate Tools Required to Intercept and Obstruct Terrorism Act of 2001 (USA PATRIOT Act), which amends 18 U.S.C. §§ 175-175c. Article 40 Use of DHS Seal, Logo and Flags Recipients must obtain permission from their DHS FAO prior to using the DHS seal(s), logos, crests or reproductions of flags or likenesses of DHS agency officials, including use of the United States Coast Guard seal, logo, crests or reproductions of flags or likenesses of Coast Guard officials. Article 41 Whistleblower Protection Act Recipients must comply with the statutory requirements for whistleblower protections (if applicable) at 10 U.S.0 § 2409, 41 U.S.C. § 4712, and 10 U.S.C. § 2324, 41 U.S.C. §§ 4304 and 4310. Article 42 Environmental Planning and Historic Preservation (EHP) Review DHS/FEMA funded activities that may require an Environmental Planning and Historic Preservation (EHP) review are subject to the FEMA EHP review process. This review does not address all federal, state, and local requirements. Acceptance of federal funding requires the recipient to comply with all federal, state and local laws. DHS/FEMA is required to consider the potential impacts to natural and cultural resources of all projects funded by DHS/FEMA grant funds, through its EHP review process, as mandated by: the National Environmental Policy Act; National Historic Preservation Act of 1966, as amended; National Flood Insurance Program regulations; and any other applicable laws and executive orders. General guidance for FEMA's EHP process is available on the DHS/FEMA Website at: https://www.fema.gov/grants/guidance-tools/environmental-historic. Specific applicant guidance on how to submit information for EHP review depends on the individual grant program and applicants should contact their grant Program Officer to be put into contact with EHP staff responsible for assisting their specific grant program. The EHP review process must be completed before funds are released to carry out the proposed project; otherwise, DHS/FEMA may not be able to fund the project due to noncompliance with EHP laws, executive orders, regulations, and policies. If ground disturbing activities occur during construction, applicant will monitor ground disturbance, and if any potential archaeological resources are discovered the applicant will immediately cease work in that area and notify the pass -through entity, if applicable, and DHS/FEMA. 36 Article 43 Article 44 Article 45 Applicability of DHS Standard Terms and Conditions to Tribes The DHS Standard Terms and Conditions are a restatement of general requirements imposed upon recipients and flow down to sub -recipients as a matter of law, regulation, or executive order. If the requirement does not apply to Indian tribes or there is a federal law or regulation exempting its application to Indian tribes, then the acceptance by Tribes of, or acquiescence to, DHS Standard Terms and Conditions does not change or alter its inapplicability to an Indian tribe. The execution of grant documents is not intended to change, alter, amend, or impose additional liability or responsibility upon the Tribe where it does not already exist. Acceptance of Post Award Changes In the event FEMA determines that an error in the award package has been made, or if an administrative change must be made to the award package, recipients will be notified of the change in writing. Once the notification has been made, any subsequent requests for funds will indicate recipient acceptance of the changes to the award. Please call FEMA Grant Management Operations at (866) 927-5646 or via e-mail to: ASK-GMD@fema.dhs.gov if you have any questions. Disposition of Equipment Acquired Under the Federal Award For purposes of original or replacement equipment acquired under this award by a non -state recipient or non -state sub -recipients, when that equipment is no longer needed for the original project or program or for other activities currently or previously supported by a federal awarding agency, you must request instructions from FEMA to make proper disposition of the equipment pursuant to 2 C.F.R. section 200.313. State recipients and state sub -recipients must follow the disposition requirements in accordance with state laws and procedures. 37 Article 46 Prior Approval for Modification of Approved Budget Before making any change to the FEMA approved budget for this award, you must request prior written approval from FEMA where required by 2 C.F.R. section 200.308. For purposes of non -construction projects, FEMA is utilizing its discretion to impose an additional restriction under 2 C.F.R. section 200.308(f) regarding the transfer of funds among direct cost categories, programs, functions, or activities. Therefore, for awards with an approved budget where the federal share is greater than the simplified acquisition threshold (currently $250,000), you may not transfer funds among direct cost categories, programs, functions, or activities without prior written approval from FEMA where the cumulative amount of such transfers exceeds or is expected to exceed ten percent (10%) of the total budget FEMA last approved. For purposes of awards that support both construction and non -construction work, FEMA is utilizing its discretion under 2 C.F.R. section 200.308(h)(5) to require the recipient to obtain prior written approval from FEMA before making any fund or budget transfers between the two types of work. You must report any deviations from your FEMA approved budget in the first Federal Financial Report (SF-425) you submit following any budget deviation, regardless of whether the budget deviation requires prior written approval. Article 47 Indirect Cost Rate 2 C.F.R. section 200.211(b)(15) requires the terms of the award to include the indirect cost rate for the federal award. If applicable, the indirect cost rate for this award is stated in the budget documents or other materials approved by FEMA and included in the award file. Article 48 Performance Measure Requirements The CTP program supports the mission and objectives of the NFIP's Flood Hazard Mapping Program through FEMA's flood hazard identification and risk assessment programs, including the Risk Mapping, Assessment and Planning (Risk MAP) initiative. The vision for Risk MAP is to deliver quality data that increases public awareness of flood hazard risk and leads to action that reduces flood risk to life and property. The CTP supports Risk MAP by developing flood hazard data and maps for communities that have never had identified risks as well as building on effective flood hazard data and flood insurance rate maps (FIRMS); increasing public awareness of risk and supporting potential mitigation options to reduce risk and better inform mitigation planning. The recipient will identify performance measures based on Appendix D: Performance Measure References of the NOFO. FEMA measures the recipient's performance of the cooperative agreement by comparing the input of federal resources used to develop and deliver the Allowable Activities selected for implementation by the recipient, and the specific outcomes and performance measures detailed in the recipient's scopes of work based on the NOFO (as set forth in this agreement). This ensures that grants recipients deliver on the timeliness, adherence to standards, fiscal responsibility and quality issues associated with projects. 38 Article 49 Data Entry in the Mapping Information Platform (MIP) Recipients must meet certain performance progress standards based on the anticipated and actual cost and schedule of a particular project, as documented in the Mapping Activity Statement (MAS) and/or Scope of Work (SOW). The MIP was developed in part to track the earned value of mapping projects, which represents one of the performance standards (outlined in Section F: Federal Award Administration Information of this FY 2022 CTP NOFO) to which a recipient must adhere. This information is automatically calculated by the MIP, using the actual cost and schedule of work performed, or "actuals", and comparing them to the expected cost and schedule of work performed, or "baseline." In order to receive access to the MIP and other Risk Analysis Management Systems, the CTP must have an executed active Information Sharing Access Agreement (ISAA). Once FEMA has issued a cooperative agreement, the baseline for the project will be established in the MIP using the cost and schedule information for each task as agreed upon by FEMA and the recipient. The MIP study workflow generally allows a mapping partner to enter data on the status of these projects at a task level. The cost and schedule information, updated monthly by the recipient for each task, is compared to the baseline established for those tasks. This information is rolled up on a project level basis and monitored by FEMA to assess progress and earned value. The Cost Performance Index (CPI) and the Schedule Performance Index (SPI) in MIP will be used to monitor a recipient's earned value performance and to determine future funding eligibility. Recipients must adhere to the performance requirements by maintaining a 0.92 score for both CPI and SPI. The recipient is required to report on the earned value of projects that are in the MIP on a monthly basis and must give explanations for variances outside of the tolerance defined above. FEMA Regional Offices must implement a Corrective Action Plan (CAP) when a CTP partner is outside of the tolerance for reasons other than third -party delay. A CAP must define the reason for the variance and the intended resolution. FEMA Regional Offices must coordinate with FEMA Headquarters when CAPs are developed. 39 Article 50 Quality Assurance and Control Recipients will coordinate with FEMA to maintain quality assurance and control of deliverables and ensure accountability for appropriate use of CTP Program funds. Recipients are required to develop and provide a quality assurance and control management plan or other performance documentation as described and agreed to in the MAS and/or SOW. All work must meet the requirements as defined by FEMA's Standards for Flood Risk Analysis and Mapping, Revision 13, dated January 2023 located on FEMA's website at https://www.fema.gov/flood-maps/guidance-reports/guidelines- standards/standards-flood-risk-analysis-and-mapping-public-review. Additional information, along with links to guidance documents, technical references, templates, and other resources that support these standards, may be found on the FEMA Guidelines and Standards website at https://www.fema.gov/guidelines-and-standards-flood-risk-analysis-and- mapping, and are also provided and updated through FEMA's Knowledge Sharing Site (https://rmd.msc.fema.gov/kss/SitePages/Home.aspx). FEMA is in the process of updating existing guidance. In the meantime, recipients may refer to historical documents for assistance. Additionally, recipients and their sub recipients must comply with all applicable federal regulations, including Title 2 Code of Federal Regulations Part 200. Recipients shall also coordinate with their Regional Office to determine additional standards that should be met. To ensure compliance with quality standards and performance metrics, FEMA may require the recipient to use the reimbursement method of payment. Where FEMA determines it necessary to do so, payments will be placed on hold in PARS until progress reports are current and FEMA has confirmed deliverables comply with National Quality Standards. 40 Article 51 Exceptions to tasks not able to be conducted or tracked in the MIP a) Letter of Map Revision Review Cost information is not available within the MIP for activities within the Revisions workflow for processing Letter of Map Revision (LOMR) requests under the LOMR Review MAS. However, schedule information in the form of reports showing case status and other performance requirements is available through the MIP. For partners participating in the LOMR Review activity, status reports must be submitted on a monthly basis, at a minimum. Cost and schedule performance measures must be defined and reported on a quarterly basis. LOMR Review recipients should coordinate with the FEMA Regional and HQ Project Officer to develop appropriate performance measures which will be used to monitor partner performance and determine future funding eligibility are identified in the MAS/SOW. b) Program Management As program management tasks may not be tracked with earned value calculations in the MIP, cost and schedule performance measures must be defined and documented in the SOW. These measures must be reported quarterly and will be used to monitor the recipient's performance and to determine future funding eligibility. At such time as program management tasks are added to the MIP, the recipient will need to begin tracking the tasks within the MIP. c) Special Projects As special projects are not conducted in the MIP, cost, and schedule performance measures must be defined and documented in the SOW or MAS. These measures must be reported quarterly and will be used to monitor the recipient's performance and to determine future funding eligibility. Article 52 Funding Hold: Additional Information Required FEMA has placed a funding hold on this award, and $150,000.00 is on hold in the FEMA financial systems. Until the hold is released, the recipient obligating, expending, or drawing down the federal funds identified in this Article. To release this hold, additional information is required for the project/investment identified below. Please contact the relevant Preparedness Officer or Grants Management Specialist to receive further guidance on the steps required to release this hold. • Project/Investment # EMS-2023-CA-05008 - Project Landslide and Steep Slopes Assessment : $150,000.00, This hold will remain in effect until the recipient submits the Accounting System and Financial Capability Pre -Award Assessment Review form (Capability Questionnaire) and the assigned Grants Management Specialist reviews and approves it in compliance with 2 CFR 200.206.. If you believe this funding hold was placed in error, please contact the relevant Preparedness Officer or Grants Management Specialist. Article 53 Attachments incorporated into the grant agreement (Financial) The FEMA NEPA Programmatic and Categorical Exclusion is incorporated into the binding agreement creating this cooperative agreement and award of Federal funds. 41 Article 54 Procurement Compliance All FEMA grant programs are subject to the federal procurement rules found at 2 C.F.R. §§ 200.317 - 200.327, including the following: 2 C.F.R. §200.318(c) (1). The non -Federal entity must maintain written standards of conduct covering conflicts of interest and governing the actions of its employees engaged in the selection, award and administration of contracts. Non-federal entities must maintain written standards outlining the procurement requirements. 2 C.F.R. § 200.319(b). To ensure objective contractor performance and eliminate unfair competitive advantage, contractors that develop or draft design plans and specifications, requirements, statements of work, and invitations for bids or requests for proposals must be excluded from competing for such procurements. A FEMA Fact Sheet has been developed for Non -State Entities, Purchasing Under a FEMA Award: Common Mistakes to Avoid by Non -State Entities, and State Entities, Purchasing Under a FEMA Award: State Entities. All Non -State Entities must comply with 2 C.F.R. §§ 200.318-200.327. All State Entities must comply with 2 C.F.R. §§ 200.317, 200.321, 200.322, 200.323, and 200.327. In the case of noncompliance with the federal procurement rules, FEMA may apply a remedy, as appropriate, in accordance with its authorities found at 2 C.F.R. § 200.339 Remedies for Noncompliance. 42 Obligating document 1. Agreement No. EMS-2023-CA- 05008 2. Amendment No. N/A 3. Recipient No. 916001519 4. Type Action AWARD of 5. Control No. SX00390N2023T- 001 1 6. Recipient Name and Address CITY OF TUKWILA 6200 SOUTHCENTER BLVD TUKWILA, WA 98188 7. Issuing FEMA Office and Address FEMA Region X 130 228th Street, S.W. Bothell, Washington 98021- 9796 425-487-4600 8. Payment Office and Address FEMA, Financial Services Branch 500 C Street, S.W., Room 723 Washington DC, 20742 9. Name of Recipient Project Officer Bao Trinh 9a. Phone No. 2064547572 L 10. Name of FEMA Project Coordinator Cooperating Technical Partners Grant Program 10a. Phone No. 1-877-585- 3242 11. Effective Date of This Action 09/27/2023 12. Method of Payment OTHER - FEMA GO 13. Assistance Arrangement COST SHARING 14. Performance Period 09/27/2023 to 10/26/2025 Budget Period 09/27/2023 to 10/26/2025 15. Description of Action a. (Indicate funding data for awards or financial changes) Program Name Abbreviation Assistance Listing No. Accounting Data (ACCS Code) Prior Total Award Amount Awarded ThiActionTotal + ors (-) Current Award $150,000.00 Cumulative Non -Federal Commitment CTP 97.045 2023-FX- GL05 - R102-xxxx- 4101-D $0.00 $150,000.00 See Totals Totals $0.00 $150,000.00 $150,000.00 $0.00 b. To describe changes other than funding data or financial changes, attach schedule and check here: N/A 1r_.FOR NON DISA TER PROGRnMSRECIPTE1 REQ TIRED TO SIGN AND RETURN THREE COPIES OF THIS DOCUMENT TO FEMA Block 7 for (3) (Scc address) This field is not applicable for digitally signed grant agreements 43 17. RECIPIENT SIGNATORY OFFICIAL (Name and Title) DATE 18. FEMA SIGNATORY OFFICIAL (Name and Title) Patrick Marcham, Grant Programs Division Director DATE 09/27/2023 44 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 BY: Catrien de Boer, Public Works Analyst CC: Mayor Ekberg DATE: October 13, 2023 SUBJECT: Chinook Wind Extension King County Parks Open Space - River Corridors Grant Acceptance Project No. 92341202 ISSUE Accept a King County Parks Open Space - River Corridors (OSRC) grant award for $280,000 to fund the design of the Chinook Wind Extension project. BACKGROUND In March 2023, Council approved staff to apply for this King County OSRC grant to fund the design of the Chinook Wind Extension project. The OSRC program, a 6-year King County Parks Levy program, supports projects that help restore the natural functions of rivers, create, or restore public access and/or increase public awareness of river corridors are valuable resources. DISCUSSION The City received an award for the fully requested amount of $280,000. This habitat restoration and public access project will connect the off -channel habitats and public trails at the Chinook Wind Mitigation Project site (trail scheduled to be constructed in 2024) and the Duwamish Gardens Habitat Restoration site. In total between the three projects, approximately 1,400 lineal feet of shoreline will have been converted to shallow water off -channel rearing and refuge habitat in the transition zone of the Duwamish River, and the public will have access to more than 1/3 of a mile of shoreline trail. Grant funds are expected to support funding for the shoreline design task of the in -progress SOJ and Miller Hayashi contracts for the Public Works Operation's Campus, Phase 2. FINANCIAL IMPACT The grant award requires a 20% local city match of $70,000. The project CIP budget, which comes from the utility fund, is sufficient to cover the cost of the match. Budget ORSC grant City Match Total Project Cost Project Cost Estimate $280,000 $70,000 $350,000 Fund Source Project CIP RECOMMENDATION Council is being asked to formally accept the King County Parks Open Space- River Corridors grant award in the amount of $280,000 to fund the design of the Chinook Wind Extension and forward this item to the November 6th Regular Meeting. Attachments: CIP Page 87 Grant Application Grant Award List 45 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2023 to 2028 PROJECT: Chinook Wind Extension Project No. 92341202 Following the Public Works Facility Preferred Master Plan (2019) and the Duwamish Gardens Opportunities for DESCRIPTION: Expansion Concept Plan (2013), this project will develp connecting shoreline habitat and the 'missing trail link' between Duwamish Gardens and Chinook Wind within recently aquired City property. This is a Tier 1 project in the WRIA 9 Salmon Recovery Plan, fulfilling a core recovery strategy of restoring, JUSTIFICATION: protecting and enhancing estuary habitat in the Duwamish River. The trail connection has been discussed in the community for many years and is anticipated to be part of larger, popular shorline trail. STATUS: City takes ownership of the site in 2023. MAINT. IMPACT: Passive park elements and restoration plantings will require additional maintenance. COMMENT: Grant funding is anticipated to support this project. FINANCIAL Through Estimated (in $000's) 2021 2022 2023 2024 2025 2026 2027 2028 BEYOND TOTAL EXPENSES Design 150 150 50 350 Land (R/W) 0 Monitoring 0 Const. Mgmt. 160 160 Construction 0 900 900 TOTAL EXPENSES 0 0 150 150 50 1,060 0 0 0 1,410 FUND SOURCES Awarded Grant 0 Proposed Grant 150 500 650 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 0 0 150 0 50 560 0 0 0 760 TOTAL SOURCES 0 0 150 150 50 1,060 1 0 0 0 1,410 0 Project Location sI T• I )41 > 16 Ilitip AV '\ : ..;17-74 If. —j 1111111116. \\•",, . 1- SLR 1: ligl 2023 - 2028 Capital Improvement Program ® G6IIaaaM b++nm'Mmn+^ 87 46 Mike Perfetti City of Tukwila Chinook Wind Extension 2023 King County Parks Levy Program Grant Application City of Tukwila 6200 Southcenter Blvd brittany.robinson@tukwilawa.gov Tukwila, WA 98188 0: 206-431-2445 Mike Perfetti Mike.Perfetti@TukwilaWA.gov 2023 King County Parks Levy Program Grant Printed On: 2 October 2023 Application 1 47 Mike Perfetti City of Tukwila Application Form FOR KING COUNTY USE ONLY Cultural Resource Requirement Guidance Every grant agreement requires a Cultural Resource Requirement (CRR) clause. Please copy and paste the CRR clause assigned to this project/program in the textbox below. Some clauses will note the project does not have a requirement. All others will have HPP requirements, some of which are very detailed -- this is the basic for adding an HPP Requirement in the Deliverables section later in this form. Deliverables Guidance The fields in this section are used to populate the deliverables table in the SOW. No matter the project/program, the first and second deliverables must be Progress Reports and Final Report, respectively. Additional deliverables may be necessary. Use the fields below to assign deliverables. Introduction Introduction Thank you for your interest in King County Parks grants program! King County Parks offers multiple grant opportunities with varying award amounts and goals. For more details on each grant program, including eligibility criteria and other requirements, please review the 2023 Parks Levy Grant Guidelines located on the Parks website. A summary table below provides a comparison of the current levy grant programs. rant program Aquatic Facilities Maximum Award $5 Million Program Goals Preserves and increases public access to public pools by funding activities related to the renovation or expansion of existing facilities, or construction of new aquatic facilities. Healthy Communities and Parks (Tier 1)* $15K Supports projects that increase access to recreation and use of parks, open spaces, and recreational facilities in underserved areas and communities. Healthy Communities and Parks (Tier 2) msocom 1 $250K Open Space — River Corridors $1 Million Supports projects that help restore the natural functions of rivers, create or restore public access, and/or increase public awareness of river corridors as valuable natural resources. Parks Capital and Open Space $1 Million Supports a range of projects that expand and improve recreation opportunities for the region's growing population, including the development of active and passive recreation and trail facilities, and the Printed On: 2 October 2023 2023 King County Parks Levy Program Grant Application 2 48 Mike Perfetti City of Tukwila 'acquisition of open space for future public parks. *The Healthy Communities and Parks Tier 1 program accepts applications on a rolling deadline, based on available funding. Applications for all other programs open on January 17, 2023, and close on March 15, 2023, at 5 PM PST. Late applications will not be accepted. Tips for a Successful Grant Application • Learn to navigate Foundant. msocom 2 • Start preparing early. • Keep the grant program goals and evaluation criteria in mind while preparing the grant application. • Provide clear and concise narrative responses that answer all parts of the question. • Character limits are provided to guide maximum response length; responses do not need to use the full character counts allowed. • If applying for multiple grants, please complete and submit one application per grant. Grant Application Consulting Grant application consulting is available at no cost for applicants, with priority for small and emerging organizations with fewer than 20 full-time equivalent (FTE) staff and an operating budget of less than $4 million in the prior fiscal year. The main purpose of this consulting support is to eliminate linguistic, cultural, and other barriers that might prevent organizations from seeking government funding. Grant application consultants can: • Assist in determining appropriate fit between your proposal and the RFP • Provide guidance on how best to answer questions • Support application review, including editing and budget review. Follow this link to request free GA consultant services: https://bit.ly/GAconsultantservices Grant Program Selection Grant Program Selection Grant Program Selection* Please select which King County Grant program you are submitting a proposed project to fund (select one). Please Note: If you are applying for the Healthy Communities & Parks program and your requested project funding is below $15,000 select the Tier 1 program. If your funding request is $15,000 or more, select the Tier 2 program. Open Space - River Corridors Levy Grant Program 2023 King County Parks Levy Program Grant Printed On: 2 October 2023 Application 3 49 Mike Perfetti City of Tukwila Open Space - River Corridors Program Details Additional details on the Open Space - River Corridors Levy Grant Program can be found within the 2023 Parks Levy Grant Guidelines, located on the Parks website. Organization Type in King County* City or Town Rivers Project Type in King County* Note: The 'Programs' project type is only eligible for outreach and education programs directly related to a capital project. Planning & Design Total Grant Amount Request* Please provide the total grant amount you are requesting funding for this proposed project. Please note: Maximum project award for this program is $1 Million. $280,000.00 Project Overview Project Overview Responses should describe the proposed project's intent, alignment with grant program goals, and outcomes. Please highlight the project goals and which aspects of the project this grant would support. Project Name* Provide concise name that reflects this project. (3-5 words maximum, for example: "Black Diamond Dog Park" or "Renton Salmon Habitat Restoration") Chinook Wind Extension Project Summary* Briefly highlight the primary objective of the proposed project (1-2 sentences) This project will develop connecting shoreline habitat and a missing public trail link between Duwamish Gardens and Chinook Wind within recently acquired City property. Project Details* Describe the proposed project for this specific funding. Explain how the project aligns with the goals of this King County grant program. 2023 King County Parks Levy Program Grant Printed On: 2 October 2023 Application 4 50 Mike Perfetti City of Tukwila This is a proposal is for the design phase of the Chinook Wind Extension project. The project will develop a trail system, informational signage, and viewpoints that will extend the Chinook Wind habitat restoration project being implemented by King County in partnership with the City of Tukwila. The project site is at about river mile 6 of the Duwamish River and lies adjacent to the Recreation & Conservation Office funded Duwamish Gardens habitat restoration and park site. The project goal is to create public access through the Chinook Wind site so that people can enjoy views of the river, the off -channel mitigation site and learn about the history of the area and the extensive salmon recovery efforts being done along the river. This project will connect the Chinook Wind project with the nearby Duwamish Gardens trail system, making a substantial and unique urban water access experience. The property is currently owned by King County and will be transferred to the City of Tukwila following the County's mitigation project and subsequent 10-year maintenance period. Outcomes* Share how this project will meet community needs. What are the intended community benefits and/or project outcomes? 1. Public health - this project will benefit the community by providing a missing link in what will be a 1/3 mile (-1,765 lineal feet) urban waterfront pedestrian trail between trailheads at Tukwila International Boulevard and East Marginal Way South, traversing through the recently completed Chinook Wind Mitigation Project (King County) and Duwamish Gardens (City of Tukwila). This project will include 300 lineal feet of trail located in the middle, in between the existing Duwamish Gardens trail, which includes a spur view trail and a hand -carry boat launch, and the Chinook Winds Public Access trail, scheduled to be completed in 2023. According to the State Department of Health, the Body Mass Index (BMI) of the community within the project site's census tract is 26.14 for ages 20+. This is higher than the state average and is considered 'overweight' by the National Institute of Health. This data speaks to the general health -related characteristics of the community that lives within proximity to this project and speaks to the need for healthy outdoor opportunities. According to the Tukwila Parks, Recreation and Open Space Plan (PROS), Walking/Biking ranked #1 by survey participants as the activity they most wanted to see more of in Tukwila Parks. People in this community have limited connection with nature and access to healthy outdoor spaces. This project will help to provide that need and better serve the community. 2. Species recovery - Chinook salmon, Steelhead, Bull Trout and Southern Resident Killer Whales are endangered or threatened species that stand to benefit from this project. Juvenile Chinook salmon, in particular, will benefit from this project's newly -created off -channel rearing habitat in the Duwamish River transition zone. Research results from the adjacent Duwamish Gardens Habitat Restoration project showed substantial juvenile Chinook use of the off -channel habitat created there. Sampling in February, 2017, the first migration season in which the habitat was opened, showed juvenile Chinook use at 22 cpu/m2 as compared to zero at three control sites in the adjacent mainstem, and compared with zero in the pre -project condition. With this project, we expect to create complimentary off -channel habitat that will be utilized by juvenile Chinook, expanding their critically needed transition zone habitat and contributing to species recovery efforts. Evaluation* Describe how the project's effectiveness and success will be evaluated. The public health goals of the project may be evaluated as part of the City's next PROS Plan update. This project, Duwamish Gardens and the Chinook Wind Public Access projects were not in existence at the time of the last PROS plan, which collected survey data regarding use of various parks located throughout the city. The expected outcome would be to see that residents are utilizing the trail system and gaining the associated health benefits from movement and exposure to nature. Additional feedback may be acquired to understand any barriers that may inhibit people from utilizing and enjoying the trail and its surroundings. Similar to the Duwamish Gardens Habitat Restoration project, the City or King County, will undertake a post - construction fish survey of the project site. King County and the University of Washington have been active in 2023 King County Parks Levy Program Grant Printed On: 2 October 2023 Application 5 51 Mike Perfetti City of Tukwila fish surveys in the area. The City would look to collaborate with one or both of those entities to collect data, especially with the proximity of several other restoration projects including the Riverton Creek Flapgate Removal, Chinook Wind, Duwamish Gardens and North Wind's Weir. The City could potentially seek grant opportunities, such as the WRIA 9 Monitoring Fund, to take on the effort independently if needed. Project Viability Project Viability Responses should demonstrate project readiness and highlight any potential issues that may impact project implementation. Project Start Date* Indicate the anticipated start for the proposed project. 01/01/2024 Project Completion Date* Indicate the anticipated completion date for the proposed project. 12/31/2023 Broader Project Scope* Is this proposed project part of a broader project or scope of work? If so, please describe how this proposed project fits into the larger project, or write "Not applicable". This project is an extension of the Chinook Wind project, which is scheduled to be completed in 2023 and Public Works Shops Phase 2 project. Although the Chinook Wind Extension can be completed independently, the goal is to create connect the trail system, and create a unique urban water access experience. Project Contingencies* Is this proposed project contingent on another project, or are there factors that may delay the implementation of this project? If so, please describe any contingencies or factors that could delay implementation of the project or write "not applicable". The Chinook Wind Extension Project is associated with the City of Tukwila' Public Works Shops Phase 2 Project, which will construct new facilities for the City's Public Works Department administration and operations & maintenance personnel. That project is in the planning and cost control phase without a definitive timeline. The parcel and entirety of both project sites will become unrestricted property of the City of Tukwila later this year, when the property lease expires. As part of recent purchase and sale agreement, the property is currently leased to Amalfi Investments and houses the UPS truck yard that has been there for many years. It is anticipated at this time that the Chinook Wind Extension Project will be built in advance of Public Works Shops Phase 2, which is the most sensible sequence from a constructability standpoint. The contractor will be able to access the site easily and utilize portions of the larger site for staging and access without disrupting Shops construction activity or post -occupancy activity. We do not anticipate any delay in implementation of the Chinook Wind Extension Project due to the Shops' project or the terminating lease, but just want to make reviewers aware of the context of the site, its history and future activity. 2023 King County Parks Levy Program Grant Printed On: 2 October 2023 Application 6 52 Mike Perfetti City of Tukwila Public Access Public Access* Please describe the current extent of public access to and on the property, and any plans to develop and/or restore the site to enhance public access. There is not currently public access to the site; however, the project goal is to create public access through the Chinook Wind site so that people can enjoy views of the river, the off -channel mitigation site and learn about the history of the area and the extensive salmon recovery efforts being done along the river. This project will connect the Chinook Wind project with the nearby Duwamish Gardens trail system, making a substantial and unique urban water access experience. Capital Project (Preconstruction and Construction) Details Property Owner* Who is the property owner of this property and/or existing facility? The City of Tukwila is the current owner of parcel 1023049059, which encompasses roughly 90% of the project area. Washington State Department of Natural Resources (WDNR) owns parcel 1023049083. Property Owner Permission* What is the ownership status of the property and/or existing facility? (select one) Please note: If long term lease agreement or property owner letter of support are selected, please upload documentation in the next question. Own Property/Facility Property Owner Permission File Upload If "Signed Long-term Lease Agreement" or "Letter of Support from Property Owner" was selected above, please upload documentation. Project Sustainability* Please describe how the agency leading project implementation is planning for and funding the long-term operations and maintenance of the project/facility. The finished project will be owned and maintained by the City of Tukwila as a City park site. Tukwila park employees will partner with local volunteers, as available, to provide routine maintenance of the park portions of the site, including the trail and site furnishings. The Tukwila Parks Department currently works with volunteer groups to maintain several park sites. The Public Works Department will contract maintenance of the restoration site during a 10-year plant establishment period. This separation of duties between departments follows the Duwamish Gardens model. Following plant establishment, routine maintenance should be limited to removal of invasive plants, replacement of damaged or dead vegetation, and plant trimming where necessary. 2023 King County Parks Levy Program Grant Printed On: 2 October 2023 Application 7 53 Mike Perfetti City of Tukwila Ongoing stewardship and maintenance of the many completed and planned restoration projects along the Duwamish is a high priority for WRIA 9 salmon habitat recovery, and a strategy for funding long-term stewardship for all projects. Parks' stewardship program trains volunteers to be site stewards who can organize work parties for site maintenance and assign a small group of volunteers to regularly monitor the site. This program may be explored for future maintenance and operations of the site. Project Readiness* Please describe any steps that have been completed to prepare for the project (i.e., feasibility planning, architectural/engineering, cultural resources, permitting, zoning, etc.), as well as any outstanding steps that need to be completed before the project can break ground. This project funding application will support the City's Capital Improvement allocation for this project, which begins in 2023. This project and the funding request builds upon at 2013 masterplan, which laid the foundation for this green and blue corridor, and has been expanded and conceptually defined in the City's Public Works Shops Phase 2 Plan. Additionally, this project is listed as Duw-7a, a Tier 1 project in the WRIA 9 2021 Salmon Habitat Plan update. With this funding, we will follow through on the project development work that has been done to date and on the design and permitting stages of the project. The City will advertise for and hire a professional consulting firm for this work. River System River System* Please identify which river corridor this project is associated with (select all that apply). Duwamish River Corridor Multiple Benefits Multiple Benefits* Please describe how the project integrates multiple benefits (i.e., habitat restoration, public recreation, and/or flood reduction) and balances the impacts of potentially competing priorities. • For recreation focused projects, how does the project mitigate the potential impacts to natural functions of rivers and their riparian areas. • For habitat focused projects, how does the project contribute to improving public access and/or public awareness of the importance of river corridors? The goal of the project is to develop a site for future restoration as an intertidal salmon and aquatic species habitat, as part of a larger strategy to restore tens of acres of shallow water habitat in the Duwamish Transition Zone in order to recover Chinook salmon. While the primary purpose of the project is to provide resting, feeding and cover habitat for juvenile Chinook salmon as they transition from freshwater to saltwater, the addition of this habitat will benefit multiple species. The site is rare in that it is large enough and deep enough to provide more than two acres of off -channel habitat and two or three acres of native tree and shrub plantings. A portion of the site would be used for passive recreational activities including a trail. The site is located in a portion of the Duwamish that is listed as the highest priority area for restoration in the Salmon Habitat Plan for the Green/Duwamish and Central Puget Sound Watershed (also known as WRIA 9). 2023 King County Parks Levy Program Grant Printed On: 2 October 2023 Application 8 54 Mike Perfetti City of Tukwila This site will provide a passive -use, greenbelt area in a highly industrial location in close proximity to two low-income neighborhoods: Duwamish and Allentown in Tukwila. Residents of the area are multi -ethnic and subject to more health problems and shorter life spans than elsewhere in King County. Replacing a paved area and motel with a green space that has passive recreational opportunities and trees will help alleviate some of these problems. The Duwamish River is a highly altered natural river corridor surrounded by development, including heavy industrial activities. This project, combined with the expanded Duwamish Gardens site, will allow for approximately 1,500 ft. of restored shoreline with passive recreation activities. It would allow the creation of a trail linking East Marginal Way with Tukwila International Blvd. In addition, it is adding to the link of completed or planned habitat projects in the area, creating a corridor of riparian and off channel habitat for juvenile Chinook salmon that include the Codiga Farms, Duwamish Hill Preserve, Duwamish Gardens, North Winds Weir, and the Cecil Moses sites. Studies have shown that this segment of the Duwamish River is vital to the recovery of Chinook salmon. Project Location Project Location The following questions seek more information about the location(s) of your project. Project Address* Provide primary project address (Site Name, Street Address, City, and Zip code). 11244 TUKWILA INTERNATIONAL BLVD, Tukwila WA 98188 Multiple Locations* Does this program have multiple locations? No List Multiple Addresses (Optional) If you selected "Yes" to previous question, please provide the additional addresses associated with this project. Primary King County Council District* Indicate the King County Council district associated with the primary project location. Note: Please refer to this website to identify districts by address and location. District 2 Additional King County Council District Indicate any additional council district(s) associated with the project location(s) (select all that apply). Parcel Number List the parcel number(s) associated with this project* Note: To find detailed parcel information, please refer to King County Parcel Viewer. Example: 5247800795 2023 King County Parks Levy Program Grant Printed On: 2 October 2023 Application 9 55 Mike Perfetti City of Tukwila The City of Tukwila is the current owner of parcel 1023049059, which encompasses roughly 90% of the project area. Washington State Department of Natural Resources (WDNR) owns parcel 1023049083, which is the aquatic lands portion of the project area. Note that the City purchased the property from Amalfi Investments, who is shown as the property owner on the King County Department of Assessments webpage. WDNR will be contacted and an aquatic land authorization use permit obtained if needed. Areas Served Areas Served The following questions seek information about the areas served by your project. Cities / Towns* Indicate which cities and towns will be served or have access to this project (select all that apply). Tukwila Unincorporated Areas* Indicate which King County unincorporated/rural areas will be served by this project (select all that apply). Project does not serve King County unincorporated area Project Visuals Project Visuals Please provide maps, photos, plans and/or designs that provide a visual representation of existing site conditions, key features, planned improvements (if any), and how the project fits into the local and regional context. Site Map Upload a map showing the acquisition parcels and/or project site. Use aerial photo base layer and include key features such as site boundaries, public access locations, roads, rivers/streams, etc. (King County iMap is an available free resource) Site Map- Chinook Wind Ext.pdf Regional Map (Optional) If not included as part of the site map, upload a map showing the regional context for the project. Include relevant features such as major roads, urban growth area boundaries, parks, and protected lands. If applicable, include 2023 King County Parks Levy Program Grant Printed On: 2 October 2023 Application 10 56 Mike Perfetti City of Tukwila current, past, and future projects if part of a larger coordinated strategy. Regional Map- Chinook Wind Ext..pdf Photos and/or Supporting Visuals - 1 (Optional) Upload 2-3 visuals of the project area, existing site conditions, and/or preliminary site plans (photos, maps, and/or designs). P/ease Note: Only one file can be uploaded per question. Photos and/or Supporting Visuals - 2 (Optional) Upload 2-3 visuals of the project area, existing site conditions, and/or preliminary site plans (photos, maps, and/or designs). P/ease Note: Only one file can be uploaded per question. Photos and/or Supporting Visuals - 3 (Optional) Upload 2-3 visuals of the project area, existing site conditions, and/or preliminary site plans (photos, maps, and/or designs). P/ease Note: Only one file can be uploaded per question. More visuals: /f you have more than three files you wish to submit for supporting materials, please combine materials into one PDF document, then upload. Cultural Resources Review Cultural Resources Review King County has a rich cultural history with some archeological sites dating back over 12,000 years and is committed to the protection of cultural and historic resources. As a result, a formal review by the County's Historic Preservation Program is required for all projects that include ground disturbing activities (i.e., construction, landscaping, sign installation, tree planting, geotechnical studies, etc.) or alterations to historic structures. The following questions provide initial context for that review. Ground Disturbance or Alteration of Historic Resources* Does the project include ground disturbing activities or have potential to alter historic resources, including buildings, structures, sites, districts, and / or objects of historical significance? Yes 2023 King County Parks Levy Program Grant Printed On: 2 October 2023 Application 11 57 Mike Perfetti City of Tukwila Cultural Resources Information Extent of Ground Disturbance* In a few sentences, please describe the types of ground disturbing activities and the depth of potential excavation (i.e., planting of trees —18" deep, grading and landscaping of site to a maximum of 2', drilling of test wells to 50' in 3 locations, etc.) Geotechnical investigations may be performed to investigate infiltration for the purposes of rain garden development or other uses that may require such investigations. Cultural Resources Studies or Requirements* What cultural resource review activities are currently planned or have already been completed on this project? Please also briefly describe any known permit requirements and/or state or federal funding programs supporting the implementation of this project. The City will follow protocols outlined in the grant agreement, State Law, and those that would be expected through the Corps Permit and Tribal Consultation Process. The City is very experienced in cultural resource investigation and documentation, having provided investigations, Inadvertent Discovery Plans (IDPs) for the adjacent Duwamish Gardens Habitat Restoration and Chinook Wind Public Access projects. Construction monitoring occurred at the Duwamish Gardens site and will occur at the Chinook Wind Public Access sites. At Duwamish Gardens, 17 investigative trenches were dug, and the archaeological potential area mapped. The design responded to preserve intact artifacts, while meeting project access and restoration goals. For the Chinook Wind Extension project, we will work with the consulting parties to develop archaeological investigation plans, a culturally responsive design, and an appropriate plan for the inadvertent discovery during construction and monitoring, as needed. Project Extent Data (Optional) Upload a spatial data file (zipped shapefile, kml, or gpx, etc.) showing a polygon of the extent of the project area. This data is used for cultural resource review by the Historic Preservation Program and consultation with affected Tribes. (Parks staff can assist with the creation of this data as necessary) Equitable Access & Partnerships (EAP) Equitable Access & Partnerships King County Parks seeks to support community -led and community -informed organizations that are reflective of and embedded in the populations they serve and recognize and address the racial and other disparities that exist in King County. Priority populations focus on underserved communities that experience inequitable access to open space. This may include racial/ethnic communities (Black/African American, Hispanic/Latinx, American Indian/Alaska Native, Asian, Native Hawaiian/Other Pacific Islander, and/or other People of Color), people with disabilities, refugees and immigrants, low-income individuals, and/or other marginalized communities. Responses should demonstrate how the project addresses disparities through intentional planning, community involvement, and strategic partnerships. 2023 King County Parks Levy Program Grant Printed On: 2 October 2023 Application 12 58 Mike Perfetti City of Tukwila EAP - Community Engagement Community Engagement King County Parks seeks to invest in projects that are led by and for underserved communities with the least access to recreational and health equity. Ideally, the need for this project was identified by one or more underserved communities, and those communities play a meaningful and central role in key decisions affecting the proposed project. Community Engagement* Describe how community members are or will be involved in leading, informing, and/or engaging in this project in a meaningful way. During the early stages of the design process, the project team will develop a communication plan that will include public involvement. This is likely to operate independently of the Public Works Shops Phase 2 process and may include one or more of the following venues/mediums to inform and solicit input: public meeting(s), social media posts, web -based posts, printed materials at the Tukwila Community Center and/or other appropriate public locations, and broad outreach to partner organization. EAP - Collaborative Partnerships Collaborative Partnerships King County Parks seeks to support projects that are driven by underserved communities. Collaborative project partnerships can help achieve that goal, particularly involving organizations that reflect the communities they serve (e.g., members share similar backgrounds or identities, have historical ties to the community, etc.). Partners may include tribes, community -based organizations, public agencies, and other organizations contributing resources to this project. Partnerships* If this project involves partnerships with other organizations or agencies, please describe the project partners. If no organizational partners are involved, please describe why the lead organization is best suited to approach this project independently. A. How do the organizational partners (or lead organization, if there are no project partners) reflect the communities served by this project? B. What does each partner bring to this project (funding, in -kind donations, volunteers, etc.)? C. How does collaborating with the identified partners strengthen this project? The City of Tukwila has been an active partner with the many jurisdictions and stakeholders involved in salmon recovery in the Green/Duwamish and Central Puget Sound watershed since 1999. The City's council plays an active role in funding and supporting WRIA 9 salmon recovery actions, and the City has worked closely with the WRIA 9 salmon recovery team to build other projects within city boundaries to enhance salmon habitat. Since this project is in the top tier of the WRIA 9 list of high priority projects, WRIA 9 has indicated its willingness to assist the City with securing funding and ensuring that the project is consistent with regional salmon recovery goals. The City has established working relationships with volunteers, as well as community -based non-profit organizations, in carrying out restoration projects. For example, the City is partnering with Sustainability Ambassadors on the City's Stormwater Outfalls Water Quality Restoration Project to provide students with a 2023 King County Parks Levy Program Grant Printed On: 2 October 2023 Application 13 59 Mike Perfetti City of Tukwila meaningful real -world understanding around water quality issues and actions; the City is partnering with DirtCorps on the King County OSRC-funded Nelsen Side Channel project, where DirtCorps, who facilitates a green jobs training program, has been working to restore a portion of the shoreline associate with that project. As such, the City will look for these types of opportunities to help build community support, education, and/or civic engagement. Letter of Support - 1 (Optional) Please upload any letters of support or documentation that demonstrates the project partnerships and/or resources committed to this project. P/ease Note: Only one file is permitted to be uploaded per question. /f you have more than one file, either combine all files into one PDFbefore uploading, or use the next two questions to upload additional letters of support. Letter of Support - 2 (Optional) Please upload any letters of support or documentation that demonstrates the project partnerships and/or resources committed to this project. Letter of Support - 3 (Optional) Please upload any letters of support or documentation that demonstrates the project partnerships and/or resources committed to this project. Budget & Resources Budget & Resources The budget is critical to connecting the proposed project/program and the necessary expenses with estimated dollar amounts. The budget narrative provides opportunity to explain any information that may not be evident in the project budget and specific line -item expenses. Budget Template* Upload a budget that outlines the following: • Total Project Cost: List of project costs to be covered by other resources. • Grant Request: List of project costs to be covered by this grant. [text updated 1/23/23] Applicants are highly encouraged to use the King County Parks budget template. Click here to download a copy. Parks Levy Grants_Budget Exhibit Template_Chinook Wind Extension.xlsx Budget Narrative* Provide any details that support the proposed budget such as: • Clarify budget expenses listed in the project budget template • Explain the total budget of the project/program (beyond the grant request) • Share other funding sources available to cover total project budget • Indicate priority budget items to support project viability, and describe potential impacts of reduced funding The total project budget is $350,000, with the City of Tukwila providing a $70,000 match. The City funding has been allocated through the 2023-2025 Capital Improvements Program. 2023 King County Parks Levy Program Grant Printed On: 2 October 2023 Application 14 60 Mike Perfetti City of Tukwila The grant will fund the final design and permitting phases. If the project is not funded or receives reduced funding, the City will continue to seek other grant opportunities from King County and the Recreation & Conservation Office. Reduced funding may delay the project timeline. Supporting Budget Documentation - 1 (Optional) Upload any additional documentation that supports the proposed budget. Please prioritize documentation related to this specific funding request, and supplement with documentation related to the broader project as needed. Examples could include: Bid; Appraisal; Cost Estimates; Fundraising Plan. P/ease Note: Only one file is permitted to be uploaded per question. if you have more than one file, p/ease combine into one PDF or upload in next question below. [Unanswered] Supporting Budget Documentation - 2 (Optional) Upload any additional documentation that supports the proposed budget. Please prioritize documentation related to this specific funding request, and supplement with documentation related to the broader project as needed. Examples could include: Bid; Appraisal; Cost Estimates; Fundraising P/an. P/ease Note: Only one file is permitted to be uploaded per question. If you have more than one file, please combine into one PDF or upload in next question below. [Unanswered] Supporting Budget Documentation - 3 (Optional) Upload any additional documentation that supports the proposed budget. Please prioritize documentation related to this specific funding request, and supplement with documentation related to the broader project as needed. Examples could include: Bid; Appraisal; Cost Estimates; Fundraising P/an. Please Note: Only one file is permitted to be uploaded per question. if you have more than one file, please combine into one PDF or upload in next question below. [Unanswered] Additional Information Additional Supporting Materials - 1 (Optional) Please upload any additional supporting documentation about the project proposal. Please Note: This content may not be scored unless the applicant has requested a reasonable accommodation. 2023 King County Parks Levy Program Grant Printed On: 2 October 2023 Application 15 61 Mike Perfetti City of Tukwila Multiple Fi/es: Only one file is permitted to be uploaded per question. if you have more than one file you wish to submit as supporting materials, p/ease combine into one PDF or upload in next two questions below. Chinook Wind Ext. Concept Plans.pdf Additional Supporting Materials - 2 (Optional) Please upload any additional supporting documentation about the project proposal. Please Note: This content may not be scored unless the applicant has requested a reasonable accommodation. 19-0708_Preferred Master Plan.pdf Additional Supporting Materials - 3 (Optional) Please upload any additional supporting documentation about the project proposal. Please Note: This content may not be scored unless the applicant has requested a reasonable accommodation. Multiple Files: Only one file is permitted to be uploaded per question. if you have more than one file you wish to submit as supporting materials, please combine into one PDF. Salmon Habitat Plan 2021 Update - February 2021 - 7_Duwamish Estuary Subwatershed.pdf Media URL Links (Optional) If you wish to submit multimedia links that support the project proposal, please provide URL links to the materials below. End of Application Thank you for completing a King County Parks grant application. If your application is complete and you wish to submit it to King County Parks, click the "Submit Application" button below. To save your work and submit it at a later date, click the "Save Application" button. 2023 King County Parks Levy Program Grant Printed On: 2 October 2023 Application 16 62 Mike Perfetti City of Tukwila File Attachment Summary Applicant File Uploads • Site Map- Chinook Wind Ext.pdf • Regional Map- Chinook Wind Ext..pdf • Parks Levy Grants_Budget Exhibit Template_Chinook Wind Extension.xlsx • Chinook Wind Ext. Concept Plans.pdf • 19-0708_Preferred Master Plan.pdf • Salmon Habitat Plan 2021 Update - February 2021 - 7_Duwamish Estuary Subwatershed.pdf 2023 King County Parks Levy Program Grant Printed On: 2 October 2023 Application 17 63 �3315 ,,3325 King County iMap 11231 Project Site Duwa-m-i;si� ,— Gardens Duwamish River `11030 `11030 611030 30 `11222 II = 1 I III-- 11 } 11536 354Q 3314 �3414�\ 1152�1 - -,i 1illi , 1 6 y I 6 I II yr _ 1 r �11605 ''Sr illi = `1'41�7�.'' /+ i3415 }il i� :1 2 i II 11 4` 4) t,11i li 1162111 r / II GI I King1: The information iicluded on this rrap has been compiled Icy King County staff from a variety of sources and is subject to change without notice. King County makes no representatbns or warranties, express or implied, as to accuracy, completeness, timeliness, or rights to the use of such informatiur. TIis document is not intended br use asa survey product. Kng County shall rot be liable fcr any general, special, indirect, incidental, or consequential damages induding, but nd Iirrited to, bst revenues or bst profits resulting from the use or misuse d the information curtained on this map. My sale of tlis map or informaticn on this maps prohibited except by written permissiur of King County. A King County Date: 3/15/2023 Notes: King County iMap a • r 4: c , 4 1 L ' CHI:de Hill ttt, a it-. e • 0 4^' fiz al _ Z it'd 11111 M 4'4' eill1Iiii• If NE 3th St .f4.1 -r4 f::"46‘ BfitliAill ..... E Uniz.n st Ch. 'Iv NE -Itn Stil4 a Eill0 tt ...4$ ., N ,: 7 . 5 4 F cherry slti.,,ii, .1).1 Lake Boy t. Ves y, 0 Teri Ai.ti E ler Vea y Washington /1.1o..i'l an rI .., ..t. .0 ..) s Jackson St .•:." . ),, , : imatp—:)...relcailNiik Beaux merc 4i. Vir'' si Seattle ' Mont t tt. ma +., ft IA IN 11 MAT , fIllr3 1 iNa.).- : fArt s sloug h riwizi di M , .iinit°„i Ind FloTov,i) F a :. > 61, In 7i: vU "r .,1' 7 lli 1-1111 90 41 tiiJkli Ifi, V" M West Sell] e .... ... —..c 5 4: it ercer Novpixt SliNcArci.‘, i.,i, to o1040. --z i C limn IA Jo Island ,12,4 0.01 ., 9 9 I ,-. 5 ' ,_ .?: , -:‘,. li, e a ttl e .te AP 6 44 ID, .7 Laic evi.00d > 2 }‘ >• .e. -r = a .T t glAritke 4 \ cC, el = s orcas St a V 1i, 'I N Graham $t 1-44 Pr/11"11 -4 biltiln ;in :F. 'a ... L.,,. 2 . ,.. 1.1 [kali R-. PI 45 : An ...E., }•• 9 1_41‘' 1'41 A 1141 IN Ini 'CZ'' i '"?. ....'. ... 'AA .; .S.!". 1..1 111011Anti 1'111'10i Project Site Whit ccutur 1mi- I tits Site Roxbury st EpoLiAll 1tilh 1 $L get ind VW 1 1. ath 51 Sh itewook 'Mount Bevil IV 11. St131.1 3 In •• us Orv.11 c 8 Evans) 1.11 Burien LJk uir •ef Minn% Corn IA I fogiil Nunn an( 11 Bceing N di King Cou y Interna I Airport I Iimt Sewa rd Park Lake Washington LI: II I vi 11.fiit Saliba 1, 1 I RentonMuni 1 16142 Is .'-' tilt (A5 A11111.'411/ Mirk Siti,k15, ir,' r ... ., Airport tti st '', .:.- 0-(K"..- Rivt____ rt LA N,, Ix IIJL. LAritil Ilar oth st 1 Tu I:wil a 'r.ctio,.§- ii, 1.) loin , , - 0 - I-4-4t 't ii '_ 1 i: If.i', till ill 11 i w A \Nal i I s 0 i Oryi Ei.V.I til '13 4- al trt ... IL: II, > 5 1151:101 .,140 .., Seatti > Tacarn eC M el 7 ti Internati g q.... v a ..w Di Alrpoit•.w STace , ....0, a Bellevue IOW N ew cast le R Z 1 b g,,Illim f Is e a r,irk a A c . ,Co le NE (edar t,11.1k !VW Renton111.11. NA Zone it 144 Tklapkvi ts-s \ 4 a t \., . 1,, Soria C re, : k ,ei, 14 14 II Hill Park Mild si TrA i I IA w 01 The nforrnation tickided on this nap has been compied bar Kng County staff from a variety of sources and is subject to change wthout notice. King County makes no representatbns or warranties, express or implied, as to accuracy, completeness, tineliness, or rights to the use of such informaticn. This document is rot intended br use as a survey product. Ing County shall rot be liable fa any general, special, indirect, incidental, or consequential damages indudng, but nct I inited to, bst revenues or bst profits resulting from the use or misuse cf the information contained on this map. My sale of ttis map or infomiaficn on this map is prohitited except by wri ten permissim of Ki ng County. Date: 3/15/2023 Notes: Chinook Wind Extension Project N Regional Map A King County Exhibit II Grant Budget Request CAUTION! Download this document to your device, then fill out. Please do not overwrite this tempi download. Project Name: Chinook Wind Extension Project Expenses Total Project Costs Grant Request Stakeholder Outreach & Coordination $15,000 $12,000 Survey & Site Investigations (Cultural, H&H, Geo etc) $57,500 $46,000 Concept and Alternative Design Development $25,000 $20,000 Preliminary Design - 30% Plans and Cost $25,000 $20,000 Design Development - 60% Plans, Specs and Estimate $40,000 $32,000 90% Plans, Specs & Estimate $80,000 $64,000 Permit Application & Agency Coordination $45,000 $36,000 Final Design $45,000 $36,000 Administrative (indirect) costs $17,500 $14,000 Tax Total $350,000 $280,000 66 Legend: r Upland riparian +j High and low 'marsh Mudilat rtid river Cbrri ok Mind. Cfryair righseitaprekmilvorcome-pf desitgrr sh+va o.'liingC J 1 yt c-i+rcnilycl {araiearii+Fv• Ai *A eleggr: T 'a rrxrdpas+riti foctineoppeilrieJ9 ow. i+ w, 47liiq'+oi: Al Deo Nat rwmicsox. Fattyl papi4ing re. .147 1 P t'ri iil Ilc�k IQ bike trail and WirthhWind Weir Exisl,ng bike trail - .J. �f . y �: 1 491+',4 Fh 661reirlfi' ACO'flifKkd to 0.AtYr6Or+vpkiedtieC+ry ff4rk .' Jn2O O Fe MI MAW p•opet frawdt rJ rhoIrxcWJFand ira Mat rrjranotioro. 1 -\\* 1 r�ryi pridnq arra F / raj .or r' immt i1 DuipivarnishRiver a 1,11 T4Cturrearlligi Hilr prv@ To. t'v41.3tirrg bike Tr all 1 Scalr~ t' = 1 0' 10 20cr OPPORTUNITIES FOR EXPANDED HABITAT ENHANCEMENT DUWAMISH GARDENS MAY 16r 201 3 # •b nnan r i L. 67 La _ r. • -'7 r ,• 49 1 Ar -a. 68 TUKWILA PUBLIC WORKS FACILITY: PREFERRED MASTER PLAN / / / / PROPERTY LINE DECANT 4,400/SF FLE ) 1 COVERED F 45 ET Ox3 PROPOSED WETLAND BY KING COUNTY SPOILS L 8,265 SF SPOILS 9,765 SF WAST 770 SF COVERED STORAGE 11,630 SF UNCOVERED STORAGE 8,454 SF 0.e01" 1i a' . 700 SF SOUTH 112TH STREET RGANICS BINS INTERIOR FLEET ADMIN + SHOPS 43,200 SF 22,690 SF FOOTPRINT _ _ BULK BINS 3,150 SF PD YARD STAFF PARKING FLEET MAINTENANCE 23,105 SF ADMIN + VISITOR PARKING WETLAND DUWAMISH RIVER R100'-0" PROGRAM LEGEND ADMIN + SHOPS FLEET MAINTENANCE FLEET MAINTENANCE PARKING INTERIOR FLEET PARKING COVERED FLEET PARKING UNCOVERED FLEET PARKING DECANT + BRINE SPOILS COVERED STORAGE BULK BINS UNCOVERED STORAGE TUKWILA PUBLIC WORKS FACILITY STUDY ALL - HANDS MEETING 07 09 19 SHKSARCHITECTS 69 �aketshed Fit Fo Jt r9 O Green / Duwamish & Central Puget Sound Tier 1 Project: DUW-7a Chinook Wind Extension Park Public Inc. Area Lands - Boundary PROJECT FACTS Subwatershed: Duwamish (DUW) River mile: Duwamish RM 6.8/ right bank Bankside jurisdiction: City of Tukwila Project sponsor: City of Tukwila Budget: $1,418,000 PROJECT TYPE: Acquisition Restoration Planning/ Design KEY HABITAT: Duwamish Duwamish Mudflat Marsh 11) Edge Riparian PROJECT DESCRIPTION: Expand and enhance the land between Chinook Wind Mitigation and Duwamish Gardens to create a unified park and rest. Primary strategy Protect, restore, and enhance channel complexity and edge habitat. Benefits: • Increased habitat connectivity • Recreation opportunities • Sediment quality improvement Contribution to goals metrics: • DUW - Riparian forest • DUW - Shallow water habitat Project Area Map: Ortho2019KCNAT aerial photo KCIT-DCE file: 2010_10202L LPRE GIS file Q:\20009\WRIA9_ProjectMaps.mxd KLINKAT PAGE 106 Green-Duwamish and Central Puget Sound Watershed Salmon Habitat 2021 Update King County Parks 2023 Open Space - River Corridors Grant Awards Council District Grant A City of Kent Boeing Rock Recreation / Habitat Enhancement 5 $200,000 City of Kent will conduct a feasibility study, alternatives analysis, planning, and outreach to restore salmon habitat, reduce flood risk, and enhance recreation at Boeing Rock Park. City of Tukwila Chinook Wind Extension 2 $280,000 The Chinook Wind Extension design project will create plans to connect shoreline habitat and a missing public trail link between Duwamish Gardens and Chinook Wind parks in Tukwila. City of Woodinville Wilmot Gateway Park Boat Launch Ramp 3 $250,000 The City of Woodinville will explore the future construction of passive recreation opportunities, including a nonmotorized boat launch and habitat restoration. EarthCorps Duwamish River Restoration in Tukwila 2 $679,977 EarthCorps will employ a community co -design approach and environmental justice lens to work with local high school students, community members, and other partners to restore important riparian habitat at multiple sites along the Duwamish River in Tukwila. King County Parks and Recreation Auburn Narrows Natural Area Expansion 9 $132,075 This acquisition will preserve and expand the large open space corridor along the Green River by purchasing undeveloped mature forest land adjacent to the Auburn Narrows Natural Area near the City of Auburn. King County Parks and Recreation Kanaskat Natural Area In- Holding Acquisition 9 $410,000 This acquisition will purchase the last 3.5 acres of privately owned land within Kanaskat Natural Area along the Green River, which will allow for public access and extensive restoration at the site. King County Parks and Recreation Middle Fork Snoqualmie River Access Improvements 3 $894,900 The Middle Fork Snoqualmie River Access Improvements project will provide sustainable river access at two parks by constructing a new designated kayaking access in Tanner Landing Park and a new universally accessible trail and toilet building at Granite Creek Flats, while also restoring the riparian buffer at both sites. King County Parks and Recreation South Fork Snoqualmie River Acquisition 3 $1,000,000 The South Fork Snoqualmie River project will acquire a conservation easement on approximately 350 acres of undeveloped forested land along the South Fork Snoqualmie River to protect the land from future development and to allow low -impact public use. 71 King County WLRD Middle Green River Open Space Acquisition 9 $900,000 The Middle Green River Open Space Acquisition project will promote future habitat restoration projects and foster environmental education and recreation opportunities. King County WLRD NE Auburn Creek Restoration 7 $1,000,000 The NE Auburn Creek Restoration project will remove an existing fish passage barrier, rehabilitate degraded floodplain habitat, and revegetate a critical section of riparian buffer to increase the size, accessibility, and quality of crucial rearing habitat for salmon in the Lower Green River. King County WLRD Rutledge Johnson Floodplain Restoration 9 $583,149 The Rutledge Johnson Floodplain Restoration project will reconnect up to 16 acres of Lower Cedar River floodplain, with the goal of restoring riverine processes that benefit salmonids including Chinook, coho, and steelhead, while also providing passive recreation adjacent to the Cedar River Trail. King County WLRD S Fork Skykomish - Miller River Restoration Design 3 $550,000 This habitat restoration design project will support endangered salmonids within the floodplain by removing artificial constraints to restore hydrologic function at the confluence of the South Fork Skykomish and Miller Rivers. King County WLRD Snoqualmie at Fall City Acquisition 3 $ 1,000,000 The Snoqualmie at Fall City project will acquire approximately 130 acres at the confluence of the Snoqualmie and Raging Rivers for future restoration of floodplain function, improved salmon habitat, reduction of flood and erosion risks, and public access. Seattle Parks Foundation West Duwamish Greenbelt Vision/ Concept Plan 8 $770,000 The Seattle Parks Foundation and the Ridge to River Coalition will engage the Duwamish Valley and West Seattle communities to articulate a vision for the West Duwamish Greenbelt as a natural and cultural resource, and to motivate future improvements of the Greenbelt. Snoqualmie Indian Tribe Snoqualmie 3-Forks Riparian Enhancement 3 $63,020 The Snoqualmie Tribe will build on past efforts by the Tribe and partners to improve riparian conditions in the 3-Forks reach of the Snoqualmie River, while preserving public access to a treasured community resource. 72 Stewardship Partners Wallace Acres Riparian Restoration 3 $49,500 Stewardship Partners will provide a voluntary agricultural landowner with technical assistance for implementing riparian habitat restoration and water quality improvement. The project will be promoted through community education and engagement with partners such as Nature Vision, Forterra, and local school groups. Whale Scout Community -Led Sammamish River Restoration I $177,483 Whale Scout will improve water quality for salmon and other wildlife, increase access, and encourage stewardship of public lands and waterways by engaging the community in restoration of the Sammamish River at the former Wayne Golf Course in Bothell. Total I7 projects $8,940, 104 73 74 TO: City of Tukwila Allan Ekberg, Mayor Public Works Department - Hari Ponnekanti, Director/City Engineer INFORMATIONAL MEMORANDUM Transportation and Infrastructure Services Committee FROM: Hari Ponnekanti, Public Works Director BY Catrien de Boer, Public Works Analyst CC: Mayor Ekberg DATE: October 16th, 2023 SUBJECT: Grant Applications to fund Concrete Overlay Repairs WSDOT National Highway System Asset Management Program ISSUE Provide information on grant applications to the Washington State Department of Transportation (WSDOT) for major overlay and pavement repair at three locations. BACKGROUND In early 2023, staff noted the concrete overlay over the Boeing Access Road had failed and has extensive open pattern cracking on and under the deck. The bridge deck was overlayed in 2018 as part of the seismic retrofit project. The repair of this section is beyond the scope of the Annual Overlay program. Additionally, over the years, several other arterial streets throughout the City have deteriorated but the cost of overlaying them also exceeds the yearly funding available in the Annual Overlay budget. Staff has been looking for funding sources to supplement the overlay budget. Recently, a new grant source has come to the attention of staff that funds repair and overlay of streets on the National Highway System: the WSDOT National Highway System Asset Management Grant Program. The objective of this program is to highlight the importance of preserving the roadway system. Eligible work includes resurfacing, restoring, rehabilitating, and reconstructing NHS roadways. DISCUSSION On October 5th, staff submitted three applications to the WSDOT National Highway System Asset Management Grant Program: Boeing Access Road, Interurban Avenue S, and Orillia Road. There is no match requirement for these grants and each application can ask for up to $10 million. 1) BAR from East Marginal Way S to Martin Luther King Jr Way S - $3,990,000.00 2) Interurban Ave S from East Marginal Way S to S 143rd St - $4,958,000.00 3) Orillia Road S from S 188th St to S 204th St - $1,309,000.00 As of now, none of these sites are included in the Capital Improvement Program (CIP) as separate projects. New CIP sheets could be developed, or these streets could be incorporated into the existing Annual Overlay Program as special additionally funded work. The City will be notified mid -November if any of these projects have been awarded funding. FINANCIAL IMPACT No match is required. RECOMMENDATION Discussion only. Attachment: Pictures of the sites Maps illustrating the relevant sites 75 Boeing Access Road Concrete Overlay Cracking: King County International Airport (BFI) North Tukwila NOW Manufacturing/ Industrial Center m d P 0 N A, d S Boeing Access Road Preservation: East Marginal Way S to MLK Way S Duwamish Manufacturing/ Industrial Center BNSF Irrtermodal �Faciiiity - 76 Interurban Ave S Concrete Overlay Cracking: North Tukwila Manufacturing/ Industrial Center SeaTac International Airport Interurban Ave S Preservation: East Marginal Way S to S 143rd St Tukwila Elementary 77 Orillia Rd S Concrete Overlay Cracking: Internatio ear, ; (66 as) s NxH xyti) Lg-jy- . Angle Lake •Light Rail S 200th St Station S 188th St Angle n-. S 204th St Orillia Road S Preservation: S 188th St to S 204th St Kent Valley 81 Industrial Area S 200th St 1N. mo S 212th St Am Fulfill Center 78 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: Adam Cox, Transportation Project Manager CC: Mayor Allan Ekberg DATE: October 13, 2023 SUBJECT: Annual Bridge Inspections and Repairs Update Project No. 70010402 2023 Presentation on the State of the City's Bridges ISSUE Provide the Transportation and Infrastructure Services Committee with information about the status of the City's bridge program and inventory, showing the overall condition of the City's bridges after completion of the 2023 inspections. BACKGROUND The Federal Highway Administration (FHWA) and Washington State Department of Transportation (WSDOT) require regularly scheduled inspections of all the City's vehicle -carrying bridge structures. The City extends this effort to include its pedestrian bridges. This requirement allows for continuity in reporting, as well as the opportunity to identify and potentially fund bridges in need of replacement and rehabilitation. ANALYSIS The City currently owns 24 bridges (16 traffic bearing and 8 pedestrian). Of those, two are jointly owned jurisdictional bridges with shared ownership between the City of Renton (Grady Way) and the City of Kent (S 196th/200). The discussion will focus on why the City inspects its bridges, where the City stands with respect to the state and the country, and recommendations for additional steps that can be taken to address known issues. There were no new key findings or major concerns observed during the 2023 inspections. The following structures were inspected in 2023: Bridge Number Bridge Name Date Inspected Tukwila 01 Macadam Road 4/26/2023 Tukwila 02 Frank Zepp (S 180th St) 4/26/2023 Tukwila 03 Lois T Newton (Strander Blvd) 4/6/2023 Tukwila 06 Foster 56th Ave 4/6/2023 Tukwila 07 51st Ave South 4/26/2023 Tukwila 08 Grady Way (Co -Owned with Renton) 4/5/2023 Tukwila 09 E Marginal Way 4/5/2023 Tukwila 11 Boeing Access Rd over Airport Way 4/11/2023 Tukwila 12 Boeing Access Rd over BNRR 4/5/2023 Tukwila 13 Beacon Ave S 4/25/2023 Tukwila 14 42nd Ave S 4/18/2023 Tukwila 16 S 119th Ped Bridge 4/17/2023 Tukwila 24 Klickitat Ave 4/13/2023 https://tukwilawa.sharepoint.comisites/publicworks/engineering/PW Drop Box/01 TIC Agenda/2023 Agenda Items/TIC 10-16-23/5. 2023 Annual Bridge Inspection and Repairs Update/Info Memo_State of Tukwila's Bridge's 2023 03.docx 79 4001 196th/200th (Co -Owned with Kent) 4/7/2023 On January 9, 2023 the City experienced a wind storm that knocked over a number of trees throughout the City. One tree fell on the east side of the Foster Point Bridge which resulted in the top of the tree falling across the structure damaging both the east and west bridge rail. It was determined that the tree did not cause any structural damage which allowed Fire and the Public Works Streets Department to remove the downed tree. A mobile welding company teamed with a transportation group who provided traffic control and delivery of the materials and both the east and west bridge rail was replaced. Please see the attached photographs for before and after photos. The FHWA has utilized the sufficiency rating (SR) for the National Bridge Inventory (NBI) to inventory the over 600,000 bridges in the United States since 1995. In 2024, the FHWA plans to remove the SR for the inventory and switch to the Specifications for the National Bridge Inventory (SNBI). The new inventory method will be able to track multiple facets of bridges and provide a more accurate evaluation of a bridge; allowing the FHWA to have a better understanding of the current conditions of all the bridges within the US. FISCAL IMPACT The cost for King County to perform the 2023 inspections was $38,500.00. RECOMMENDATION Discussion only. Attachment: Annual Bridge Inspection Report 2023 City of Tukwila Bridge Inspection Cover Letter Map of Tukwila's Bridges Annual Bridge Repair & Maintenance CIP page Foster Point Bridge Rail Pictures Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 80 CITY OF TUKWILA CITY ENGINEER'S BRIDGE INSPECTION REPORT October 2023 Tukwila Urban Center Pedestrian Bridge 81 City of Tukwila Public Works Department 6300 Southcenter Blvd Tukwila, WA 98188 CITY ENGINEER'S BRIDGE INSPECTION REPORT October 2023 Hari Ponnekanti, P.E., PW Director/City Engineer 82 Table of Contents Executive Summary Forward ii iii Quick Bridge Reference iv Bridges Recommended for Replacement/Rehabilitation 1 Bridges recommended for Major Maintenance 2 Posted Bridges 3 Bridges Recommended for Rail Retrofit 4 Bridges Repair Recommendations for Repair 5 ADT (Average Daily Traffic) 6 Bridges Maintenance and Repair History 7 i 83 Executive Summary The City currently has ownership of 24 bridges (16 traffic bearing and 8 pedestrian). Of those, two are jointly owned jurisdictional bridges with shared ownership between the City of Renton (Grady Way) and the City of Kent (S 196th/200). The different types of bridge configuration vary from steel through truss, pre -cast concrete girders, cast -in -place concrete girders, steel girder, wood girder, and steel tied arch spans. Currently the City has a total of seven (7) bridges that have a sufficiency rating between 80 to 100; five (5) bridges that have a sufficiency rating between 60 to 79; three (3) bridges that have a sufficiency rating between 40 to 59; and one (1) bridge (42nd Ave S Bridge) that have a sufficiency rating of 39 or less. Note, pedestrian bridges do not receive a sufficiency rating. Please refer to the Quick Bridge Reference sheet for the break down of city owned bridges and the assigned sufficiency rating. The sufficiency rating formula provides a method of evaluating highway bridge data by calculating four (4) separate factors to obtain a numeric value which is indictive of bridge sufficiency to remain in service. The result of this method is a percentage in which 100 percent would represent an entirely sufficient bridge and zero (0) percent would represent an entirely insufficient or deficient bridge. The formula considers the structural adequacy, functional obsolescence, level of service and essentiality for public use. i i 84 Forwa rd The City Engineer's Bridge Inspection Report, dated October 2023, is published by the City of Tukwila Public Works Department, and the information contained herein is the best available at the time of publication. It is to be used as an information tool for planning and maintenance activities, and reflects the general condition of the City's bridges. The repairs indicated are summarized for brevity from actual bridge inspection reports. Background The FHWA (Federal Highway Administration) issued the NBIS (National Bridge Inspection Standards) in 1971. These standards established a comprehensive inspection for all federal highway system bridges. Minimum qualifications were set forth for bridge inspectors. Specific types and frequencies of inspections for bridges were established, and the reporting of certain standard information about each bridge was required. In 1978, these requirements were extended to all public bridges carrying vehicular traffic. A national bridge inspection program has been in place ever since, and state and local agencies have performed bridge inspection in accordance with these guidelines. Inspections for the City of Tukwila's bridges are conducted every two years unless conditions warrant additional inspections or frequencies as dictated by the NBIS. iii 85 Bridge Quick Check Informational Sheet Bridge Number Name Year Built Suff. Rating WSDOT Bridge ID ADT Next ADT Reqd Last Inspection Next Inspection Date UBIT Required Last UBIT Inspection Next UBIT Insp Reqd Fracture Critical Special Notes Tukwila 01 Macadam Road 1997 80.58 08674200 3,600 2024 4/26/2023 2025 N - - N Tukwila 02 Frank Zepp 1968 77.78 08561400 36,000 2022 4/26/2023 2025 Y 2021 2025 N Tukwila 03 Lois T Newton 1973 81.04 08544400 18,900 2021 4/6/2023 2025 Y 2023 2029 N Tukwila 05 South -center Blvd 1994 96.98 0014269D 10,616 2023 8/16/2022 2024 Y 2020 2026 N Tukwila 06 Foster 56th Ave 1985 58.05 08166200 2,850 2024 4/6/2023 2025 Y 2023 2029 N Bridge Rail fixed on the north side Tukwila 07 51st Ave South 1996 69.09 08634500 4,600 2024 4/26/2023 2025 N - - N Tukwila 08 Grady Way 1986 6 FO9 08543600 26,000 2024 4/13/2023 2025 Y 2019 2025 N Jointly owned with City of Renton Tukwila 09 E Marginal Way 1989 90.67 08110200 13,000 2024 4/5/2023 2025 Y 2023 2029 N Tukwila 11 BAR iAirport 1952 47.22ay 5D 08001800 40,000 2024 4/11/2023 2025 N - - N Tukwila 12 BAR BNSF 1945 4FO96 08002500 40,000 2021 4/5/2023 2023 Y 2023 2027 N Tukwila 13 Beacon Ave S 1971 78.38 7996800 500 2020* 4/25/2023 2025 N 2017 2019 Y Tukwila 14 Tukwila 15 42nd Ave S Pacific Hwy 1949 2000 25D2 89.4 08651500 08651500 10,300 2023 4/18/2023 2024 2024 Y Y 2023 2020 2025 Y 60% Plans and Estimate were reviewed in May 2023 22,406 2025 8/16/2022 2026 N Tukwila 16 S 119th 1965 -- 08104300 NA NA 4/17/2023 2025 N - - N Tukwila 17 Foster Golf Course 1987 -- 08584100 NA NA 4/11/2019 2024 N - - N Tukwila 18 Green River Ped & Utility 1983 -- 08584200 NA NA 8/18/2020 2026 N - - N Tukwila 19 Inter -urban Trail 2006 -- 08742500 NA NA 9/11/2018 2023 N - - N Tukwila 20 180th Street Trail 2001 -- 08742600 NA NA 8/16/2022 2026 Y 2020 2024 Y Tukwila 21 Fort Dent Road 1975 62.59 08328300 1,150 2025 8/18/2022 2024 Y 2018 2024 N Tukwila 22 Fort Dent Trail 2002 -- 8718400 NA NA 8/19/2020 2026 N - - N Tukwila 24 Klickitat 2012 93.93 08853600 14,024 2023 4/13/2023 2025 N - - N Tukwila 25 TUC Ped Bridge 2018 - 8919000 - - 8/18/2022 2025 N - - N Tukwila 26 Riverton Creek Ped 2021 - 8931100 NA - 8/16/2022 2027 N - - N 4001 196-200th 1998 8 FO3 08712100 17,406 2023 4/7/2023 2025 Y 2021 2027 N Jointly owned with City of Kent NOTES: Sufficiency Rating is out of 100. SD - Indicates the bridge structure is "Structural Deficient' as defined by the WSDOT (Washington State Department of Transportation) bridge inspection program. The structure is still safe for use by the public and the condition is being monitored. FO - Indicates the bridge structure is "Functionally Obsolete" as defined by the WSDOT (Washington State Department of Transportation) bridge inspection program. This designation only indicates the roadway geometrics do not meet current standards for bridge design. UBIT - Under Bridge Inspection Truck. This indicates the bridge needs special equipment in order to reach portions of the structure for inspection. ADT - Average Daily Traffic NA - Sufficiency ratings are not given on pedestrian facilities since they are not a part of the NBI system, a Suff. Rating of NA is given in that location. All pedestrian bridges do not have a calculated sufficiency rating - they are not traffic loaded bridges and the rating numbers are not calculated per Federal Requirements. *Traffic counts were not recorded in 2020 due to inconsistencies in traffic volumes. iv 86 Bridges Recommended for Replacement or Rehabilitation Bridge Number Bridge Name Location Reason Tukwila 14 42nd Ave South* Allentown (42nd Ave) Deteriorating Structural Condition of the steel superstructure Note: See individual bridge reports in Public Works for detailed repair work. * The City has been awarded three federal grants from PSRC, Move Ahead Washington, and the Local Bridge Program for a approximately $30 M 1 87 Bridges Recommended for Major Maintenance Bridge Number Bridge Name Location Reason Tukwila 16 South 119th Pedestrian Bridge 119th Str (Allentown) Painting/Epoxy of entire structure with possible rot repair as encountered. Tukwila 18 Green River Pedestrian and Utility Interurban Trail near 180th Rehabilitation of structure coating and timber rot repair and replacement 2 88 Posted Bridges Bridge Number Bridge Name Location Reason Tukwila 03 Lois T Newton (Strander Blvd) Southcenter Bridge is posted for reduced weight for single vehicle three axel ladder fire trucks. Tukwila 14 42nd Ave South Allentown Bridge is posted for reduced truck speed and posted for reduced loading on AASHTO Type 3 trucks and 6 and 7 axle vehicles. Note: See individual bridge reports in Public Works for detailed repair work. 3 89 Bridges Recommended for Rail Retrofit Bridge Number Bridge Name Location Reason Tukwila 1 Macadam Macadam Road Provide Guardrail, terminal and transitions that meet current standards Tukwila 2 Frank Zepp 180th Street Provide bridge rail that meet current standards Tukwila 3 Lois T Newton Stander Boulevard Provide bridge rail, guardrail, terminal and transitions that meet current standards Tukwila 6 Foster 56th Ave South 56th Avenue South Provide bridge rail, guardrail, terminal and transitions that meet current standards Tukwila 8 Grady Way Grady Way Provide Guardrail, terminal and transitions that meet current standards Tukwila 9 East Marginal Way East Marginal Way Provide bridge rail, guardrail, terminal and transitions that meet current standards Tukwila 11 Boeing Access Road - Airport Way Boeing Access Road Provide bridge rail, guardrail, terminal and transitions that meet current standards Tukwila 13 Beacon Ave South Victor Street Provide bridge rail, guardrail, terminal and transitions that meet current standards Tukwila 14 42nd Avenue South 42nd Avenue South Provide Guardrail, terminal and transitions that meet current standards Note: See individual bridge reports in Public Works for detailed repair work. 4 90 Bridge Average Daily Traffic (ADT) Bridge Number Name Year Built Structure ID ADT Next ADT Reqd (5 yr Cycle) Tukwila 01 Macadam Road 1997 08674200 3,600 2024 Tukwila 02 Frank Zepp 1968 08561400 36,000 2027 Tukwila 03 Lois T Newton 1973 08544400 18,900 2027 Tukwila 05 South -center Blvd 1994 0014269D 10,616 2024 Tukwila 06 Foster 56th Ave 1985 08166200 2,850 2024 Tukwila 07 51st Ave South 1996 08634500 4,600 2024 Tukwila 08 Grady Way 1986 08543600 26,000 2024 Tukwila 09 E Marginal Way 1989 08110200 13,000 2024 Tukwila 11 BAR Airport Way 1952 08001800 40,000 2024 Tukwila 12 BAR BNSF 1945 08002500 40,000 2027 Tukwila 13 Beacon Ave S 1971 7996800 550 2027 Tukwila 14 42nd Ave S 1949 08651500 10,300 2024 Tukwila 15 Pacific Hwy 2000 08651500 22,406 2027 Tukwila 21 Fort Dent Road 1975 08328300 1,150 2025 Tukwila 24 Klickitat 2012 08853600 14,024 2024 4001 196-200th 1998 08712100 17,406 2024 6 91 Bridges Repair Recommendations PRIORITY CODE 'A' Highest Priority - Structural integrity and safety involved. PRIORITY CODE 'B' Regular Priority - General bridge structural repair work not requiring immediate response. PRIORITY CODE 'C' Low Priority - General minor maintenance or other work to be accomplished as time and money permit. PRIORITY CODE 'M' Monitor - The repair or item described needs to be monitored at the rate indicated. Note: See individual bridge reports in Public Works for detailed repair work. Bridge Number Bridge Name Location Repair Recommendations Priority Inspection Date Tukwila 1 Macadam Macadam 1. No repairs recommended at this time. NA 4/26/2023 Tukwila 2 Frank Zepp 180th Street 1. No repairs recommended at this time. NA 4/26/2023 Tukwila 3 Lois Newton Strander Blvd 1. Post height clearance for Green River Trail C 4/6/2023 Tukwila 5 South center Blvd SC Blvd 1. Replace missing block spacer on guardrail post 2. Fix broken light above pile 2c 3. Trim the trees on the north side of the bridge. C B B 8/16/2022 Tukwila 6 Foster 56th Ave S 56th Ave S 1. Fill scour void under SE wingwall 2. Replace expansion joint material 3. Repair damaged guardrail terminal end 4. Replace delineator sign on NE corner B B B C 4/6/2023 Tukwila 7 51st Ave S 51st Ave S 1. Apply deck sealer to prevent ponding water to leak in to the box girders 2. Repair spalls at north expansion joint 3. Investigate waterline in box girder 4. Repair northwest rail terminal 5. Remove trees at Pier 2 B B A B B 4/26/2023 Tukwila 8 (Renton -Tukwila Joint Ownership) Grady Way Grady Way 1. Repair vertical sliding surfaces on columns 2. Repair damage bridge rail (spalling and delamination's) 3. Clean plugged Drains at NW approach 4. Repair pedestrian fencing 5. Clear out material between bearings at Abutment 1 6. Repair metal bridge rail at NW approach 7. Remove vegetation on retaining wall 8. Clear sidewalk debris B B B B B B C C 4/13/2023 Tukwila 9 E Marginal Way E Marginal Way 1. Replace compression seals at expansion joints 2. Develop scour plan 3. Secure access hatch at south side 4. Empty box girder B C A B 4/5/2023 Tukwila 11 BAR Airport Way Boeing Access Road 1. Repair bridge rail damage 2. Roughen approach slabs 3. Replace delineator sign B C B 4/11/2023 Tukwila 12 BAR BNSF Boeing access road 1. Repair the southeast approach rail. 2. Clean bridge deck and sidewalk 3. Repair failed overlay 4. Tighten loose anchor bolts 5. Monitor spalling on girder B M B B M 4/5/2023 Tukwila 13 Beacon Ave South At Victor Street 1. Repair interior lighting. B 4/25/2023 Tukwila 14 42nd Ave S 42nd Ave S 1. Clean out open joints over floor beams thoroughly and fill with a flexible sealant, priority 1 due to corrosion at top flanges of floor beams from leaking joints. 2. Rework the sliding plate expansion joint so it is smooth with sidewalk and patch spalls near panel points, seal open cracks. 3. Replace missing guard rail and terminal at SW comer, replace damaged rail at SE comer, reset NW rail and posts to bring rail up to standard height. 4. Thoroughly pressure wash clean truss of all dirt/algae/guano, prepare surface, paint bridge to encapsulate pack rust and protect truss members. Add bird deterrent at all panel points, upper and lower chords. 5. Replace steel sliding plate expansion joints with either a strip seal with steel header or modular joint to eliminate water intrusion onto steel bearings. 6. Recommend design seismic retrofit steel collar and construct around bearing columns, anchored to cap, then fill tight with epoxy. 7. FRP wrap columns 4 A-C. Reinforce west wingwall. Add quarry spall along abutment 4 and under span 3 to retain fill and discourage transient activity. 8. Replace missing riprap along banks and in front of piers. 9. Recommend raising portals and sways due to the high volume of truck traffic and existing damage to sway members. 10. Replace sliding plates with elastomeric dynamic isolation bearings. 11. Chip any delaminated concrete from exposed rebar, clean and seal exposed bar and patch spalls. Sack honeycombed areas throughout soffit. Shotblast deck surface, patch spalled areas and apply epoxy overlay. 12. Replace broken gas pipe couplers. B B B B B B B B B B B B C 4/18/2023 Tukwila 15 Pacific Hwy Pacific/TIB at Duwamish 1. Repair scour along Green River Trail 2. Arrest channel erosion along the south bank 3. Repair the approach guardrails at the southwest, southeast, and northeast ends 4. Apply epoxy overlay on the bridge deck 5. Spot paint at slice locations to extend paint life 6. Trim brush growing along Ped trail A A B C B B 8/16/2022 Tukwila 16 5 119th Pedestrian 5 119th Street 1. Repair warped and twisted deck planks, deck has non-skid coating but timber is still weathered 2. Major rehabilitation or replacement in near future 3. Special inspection requested to inspect the underside of the superstructure 4. Replace areas of top boards 5. Replace bearings at 1A 4A B A A A B 4/17/2023 Tukwila 17 Foster Golf Course Foster GC 1. Monitor bearing movement at Abutment 1 2. Remove blackberry bushes under the bridge M C 4/11/2019 Tukwila 18 Green River Interurban trail near 180th 1. Monitor utility pipe alignment 2. Repair chord patching material debonding 3. Repair and replace rotting timber pedestrian rail 4. Paint entire superstructure 5. Perform in-depth inspection M B B B B 8/18/2020 Tukwila 19 Interurban Trail Interurban Trail 1. No repairs noted NA 9/11/2018 Tukwila 20 180th Ped Interurban trail at 180th 1. Monitor leaching cracks in abutment and retaining walls 2. Remove debris from bearing seat 3. Repair approach settlement 4. Repair broken conduit splices 5. Replace approach bollards M C B B B 8/19/2020 Tukwila 21 Fort Dent Road Fort Dent Road 1. Trim vegetation overhanging along sidewalk 2. Repair/replace wire cover plate at the NE approach 3. Post clearance at trail undercrossing under Span 3 C C C 8/18/2022 Tukwila 22 Fort Dent Trail Interurban trail 1. Trim overgrowing vegetation at approaches 2. Replace missing safety chains at corners of bridge 3. Replace popped bolts at diagonal bracing 4. Smooth out approach pathway at approach header 5. Rope access inspection C M B B B 8/19/2020 Tukwila 24 Klickitat Drive Klickitat Drive 1. No repairs noted NA 4/13/2023 Tukwila 25 Tuk Urban Ped Bridge Green River Trail 1. No repairs noted NA 27-Oct-20 Tukwila 26 Riverton Creek Ped Green River Trail 1. No repairs noted NA 8/16/2022 4001 (Kent- Tukwila Joint Ownership) 196-200th 196th Street 1. Repair joints and seals 2. Clean deck drains B B 4/7/2023 5 92 2010 - 2023 Bridges Maintenance and Repair History Bridge Number Bridge Name Year Amount Repair/Maintenance Tukwila 2 Frank Zepp 2015 $2.6M Paint steel, deck overlay, replace deck joint, seismic protection Tukwila 6 Foster 56th Ave S 2023 $52k Bridge rail repair Tukwila 6 Foster 56th Ave S 2022 $4.5K Scour report and plan of action performed Tukwila 8 Grady Way 2015 $350K Seismic protection Tukwila 11 Boeing Access Road - Airport Way 2021 $1.6M Siesmic Retro Fit Tukwila 12 Boeing Access Road BNRR 2019 $10M Siesmic Retrofit and deck repair Tukwila 13 Beacon Ave South 2015 $1.1M Replace bridge deck and paint steel Tukwila 14 42nd Avenue South 1994 * Paint Truss Tukwila 14 42nd Avenue South 2017 $17K 42nd Ave S Bridge Structural Assessment Tukwila 14 42nd Avenue South 2020 $39K In-depth inspection beyond the King County inspections Tukwila 16 S 119th St 2015 $100K Paint and timber repair Tukwila 18 Green River 2007 $100K Paint and timber repair Tukwila 18 Green River 2008 $126K Paint and timber repair 4001 196th/200th 2019 $500K Approach Slab repair 4001 196th/200th 2023 $5k Replace center crash barrier * Unable to verify cost as project cost data is typical kept for 6 years and project was performed before the City's current project tracking system 7 93 DocuSign Envelope ID: D76E1BFD-50D5-4951-B609-BDA544A8E8DD L43 King County Road Services Division Department of Local Services 201 South Jackson Street KSC-LS-0315 Seattle, WA 98104-3856 www.kingcounty.gov/roads September 06, 2023 Hari Ponnekanti Public Works Director 6300 Southcenter Blvd., Suite 100 Tukwila, WA 98188-2544 RE: Inspection of City of Tukwila Bridges Dear Mr. Ponnekanti: King County bridge engineers inspect the bridges owned by the City of Tukwila, in accordance with agreements between the City of Tukwila and King County Department of Local Services. The bridge inspections were conducted as follows: Under Bridge Inspection Truck (UBIT) April 5, 2023 No. TUKxNx09, East Marginal Way Bridge April 6, 2023 April 18, 2023 May 9, 2023 Fracture Critical (FC) Inspections April 25, 2023 Routine Inspections April 11, 2023 April 13, 2023 April 26, 2023 April 27, 2023 No. TUKxNx03, Lois T Newton Bridge No. TUKxNx06, Foster 56th Ave South Bridge No. TUKxNx14, 42nd Ave South Bridge (FC) No. TUKxNx12, Boeing Access Road No. TUKxNx13, Beacon Ave South Bridge (FC) No. 4001 196th — 200th Street Bridge No. TUKxNx11, S Bar Over Airport Way No. TUKxNx08, Grady Way Bridge No. TUKxNx24, Klickitat Bridge No. TUKxNx01, Macadam Road Bridge No. TUKxNx02, Frank Zepp Bridge No. TUKxNx07, 51 st Ave South Bridge No. TUKxPx16, South 119th Ped Bridge 94 DocuSign Envelope ID: D76E1BFD-50D5-4951-B609-BDA544A8E8DD Hari Ponnekanti September 6, 2023 Page 2 Enclosed are the reports from the bridge inspections and the actions we recommend you take to maintain the bridges. We submit the data in the report to Washington State Department of Transportation (WSDOT), in accordance with state and federal laws, to inform them of the bridge's condition and to assure them the bridge has been inspected on a timely basis. The information is incorporated into state and federal databases. The bridge inspection report is divided into three main sections. The first section consists of three parts: the National Bridge Inspection Standards (NBIS) elements, Load Capacity Information, and Inspections Performed. The NBIS fields, which are numbered 1657 to 1687 are used for rating the components of the bridge. In general, the codes rate the components from eight (best) to one (worst); however, other rating scales apply to some of the fields in this first section. Explanations of these codes are found in the Washington State Bridge Inspection Manual (http://www.wsdot.wa.gov/TA/Operations/BRIDGE/BIC.html). The second section of the report, Bridge Management System (BMS) Elements, lists quantities and rates them, breaking down the condition of each component into categories that indicate how widespread a component is deteriorated. State 1 is best; State 4 is worst. The third section consists of three parts: Notes, Repairs, and Inspection Resources Required. The Notes section is comprised of information that provides details of the numbered fields in the first two sections. Please note that any deficiencies listed in the "Repairs" section are prioritized between 1 - High priority, and 3 - Low priority. The Resources Required section indicates any special equipment or tools used to inspect the bridge. I hope this letter helps you in reviewing these inspection reports. We recommend that the City of Tukwila bridges continue to be inspected on a 24-month schedule. Our next scheduled inspections of the City of Tukwila Bridges will be in spring 2024. Please call Margaret Germeaux at 206-477-3539 if you need any additional information. We appreciate assisting your city with bridge engineering and inspection services. Sincerely, DocuSigned by: jaratigia F2A3BC444... Larry Jaramillo, P.E. Managing Engineer Bridge and Structural Design Unit LJ:MH Enclosures cc: Rey Sugui, Program Analyst, Road Services Division (RSD), Department of Local Services (DLS) Margaret Germeaux, Engineer III, Bridge and Construction Unit, RSD, DLS (w/ enclosures) 95 s. R URIEN T R:1G I S-MAI N\Projects\PW\Streets\Tukwi IaBridges\Tu kwila B ridges.a prx Date: 10/10/23 By: R. Linsao i 1 5 112th St S 128th i 11 �'lll SEATAC 0) S 120th PI 1 5 113th St S 115th St 116th St �11 t 5 24th St 5 114 h St 126th St 0) 5 144th St S 152nd St .�� SEA T TLE '•'•� " 107th 0) a) 139th t < L a) 148th St Oth St 5 158th t A center S 156#h St S 200th St S 204th St co OJ h St S 140t St 0) a) 159th St Ion 41/ f Strander Blvd YYY Treck Dr 168th St Upland Dr Midland Dr Triland Dr 5 180th St Segale Park D Dr �,....=l.._-.._.._.._.. 4100 ,r Costco Dr r DENT r y • • '� `` • •\ ',,,----__.,., _________LL____!1\•41- i____7_00.4 IRENTON Aosj City of Tukwila Bridges s Not to Scale NBIS Vehicle Bridges 01) Macadam Road 02) Frank Zepp Bridge (S 180th St) 03) Lois T. Newton Bridge (Strander Blvd) 05) Southcenter Blvd 06) Foster 56th Ave S 07) 51 st Ave S 09) East Marginal Way 11) Boeing Access Road Bridge over Airport Way 12) Boeing Access Road Bridge over BNSF 13) Beacon Ave 5 14)42ndAve S 15) Pacific Highway/TIB 21) Fort Dent Park Bridge 24) Klickitat Bridge Jointly Owned NBIS Vehicle Bridges 08) Grady Way (Renton) 26) S 196th StJS 200th St (Kent) Pedestrian Bridges 16) 5 119th Pedestrian Bridge 17) Foster Golf Course Bridge 18) Green River Pedestrian and Utility Bridge 19) Interurban Trail Bridge 20) S 180th St Pedestrian Bridge (Trail) 22) Fort Dent Trail Bridge 25) TUC Pedestrian Bridge 27) Riverton Creek Pedestrian Bridge Vicinity Map Disclaimer: The Location of features and boundaries are approximate and are intended for reference only. Data is based on best information available. 96 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2023 to 2028 PROJECT: Annual Bridge Inspections and Repairs Project No. 7001402 DESCRIPTION: Ongoing program of bi-annual inspections, repairs, painting and rehabilitation of the 24 City vehicle and pedestrian bridges. Federally required program identifies safety or repair needs in the early stages to minimize hazards and JUSTIFICATION: costs. The number of bridge inspections necessary each year can vary year to year. Inspection frequencies vary from bridge to bridge and King County has provided some inspection services. STATUS: Construction projects will be determined from inspection reports and noted deficiencies/problems. MAINT. IMPACT: Reduces maintenance costs. COMMENT: Ongoing project, only one year actuals are shown in the first column. FINANCIAL Through Estimated (in $000's) 2021 2022 2023 2024 2025 2026 2027 2028 BEYOND TOTAL EXPENSES Inspections 35 40 110 115 120 125 130 135 140 950 Land (R/W) 0 Const. Mgmt. 15 15 15 15 15 15 15 105 Construction 75 75 80 80 85 85 85 565 TOTAL EXPENSES 35 40 200 205 215 220 230 235 240 1,620 FUND SOURCES Awarded Grant Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Parking Tax 35 40 200 205 215 220 230 235 240 1,620 TOTAL SOURCES 35 40 200 205 215 220 230 235 240 1,620 Project Location: Entire System 2023 - 2028 Capital Improvement Program 97 City of Tukwila Public Works Department - Hari Ponnekanti, Director/City Engineer Allan Ekberg, Mayor https://tukwilawa.sharepoint.com/sites/publicworks/engineering/PW Drop Box/01 TIC Agenda/2023 Agenda Items/TIC 10-16-23/5.2023 Annual Bridge Inspection and Repairs Update/Foster Point_Photos_Damage_Repair.docx Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 98 City of Tukwila Public Works Department - Hari Ponnekanti, Director/City Engineer Allan Ekberg, Mayor Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 99 City of Tukwila Allan Ekberg, Mayor Public Works Department - Hari Ponnekanti, Director/City Engineer Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 100 City of Tukwila Allan Ekberg, Mayor Public Works Department - Hari Ponnekanti, Director/City Engineer Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 101 City of Tukwila Allan Ekberg, Mayor Public Works Department - Hari Ponnekanti, Director/City Engineer Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 102