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