HomeMy WebLinkAboutReg 2024-06-03 COMPLETE AGENDA PACKETMonday,
wqs
Tukwila City Council Agenda
❖ REGULAR MEETING ❖
,Sv4ILA
o — Z
--I
v) 7 2 Thomas
Marty Wine,
McLeod, Mayor Councilmembers: + De'Sean Quinn + Tosh Sharp
Interim City Administrator ❖ Armen Papyan ❖ Jovita McConnell
Abdi, Council President ❖ Dennis Martinez ❖ Hannah Hedrick
1906 Mohamed
ON -SITE PRESENCE:
TUKWILA CITY HALL
COUNCIL CHAMBERS
6200 SOUTHCENTER BOULEVARD
REMOTE PARTICIPATION FOR THE PUBLIC:
1-253-292-9750, ACCESS CODE: 670077847#
Click here to: Join Microsoft Teams Meeting
For Technical Support: 1-206-433-7155
June 3, 2024; 7:00 PM • Ord #2729 • Res #2098
1. CALL TO ORDER / PLEDGE OF ALLEGIANCE / ROLL CALL
2. LAND
ACKNOWLEDGEMENT
The City of Tukwila is located on the ancestral lands of the Coast Salish people.
We acknowledge their continuing connections to land, waters and culture.
We pay our respects to their elders past, present and emerging.
3. PUBLIC COMMENTS
including comment
on items both on and
not on the meeting
agenda
Those wishing to provide public
on -site at Tukwila City Hall
5 minutes for items both
To provide comment via phone
citycouncil@tukwilawa.gov
comments may verbally address the City Council both
or via phone or Microsoft Teams for up to
on and not on the meeting agenda.
or Microsoft Teams, please email
with your name and topic by 5:00 PM on the meeting date.
your message is for public comment during the meeting, and
Please clearly indicate that
you will receive further instructions.
4. PRESENTATIONS
a. Introduction of the "Tukwila, City of Opportunity Scholarship"
recipients:
• Maurely Banos Gomez
• Randy Huynh
• Paytin Kupferer
• Rosalina Lindsey
• Kalsoom Niazi
• Tinbeet Yonas
b. Using equity in decision making. Hollis Evey, Dawn McGeorge, and
Matthew Moran; University of Washington Evans School of Public Policy
and Governance
c. Resilient Tukwila: Collaborative climate action planning for a
sustainable future. Lauren Hogrewe, Maghan Reckmeyer, Surabhi
Subedi, and Valeria Lujan Vega; University of Washington Evans School of
Public Po/icy and Governance
Pg.1
Pg.9
5. CONSENT AGENDA
a. Approval of Minutes: 5/20/24 (RegularMtg.)
b. Approval of Vouchers
c. Award a bid and authorize the Mayor to sign a contract with
Gary Harper Construction, Inc., for construction services for the
Sewer Lift Station No. 5 Rebuild project, in the amount of
$1,649,438.22 (plus contingency)
[Reviewed and forwarded to consent by the Transportation and
Infrastructure Services Committee on 5/28/24J
(continued...)
Pg.37
REGULAR MEETING
May 20, 2024
Page 2
5. CONSENT AGENDA
(cont.)
d. Authorize the Mayor to sign a contract with International
Cybernetics Company, LP (DBA Infrastructure Management
Services) for the 2024 Pavement Condition Index (PCI) study, in
the amount of $52,890.00.
[Reviewed and forwarded to consent by the Transportation and
Infrastructure Services Committee on 5/21/24J
e. Authorize the Mayor to sign a contract with KPG Psomas, Inc. for
the Traffic Signal Assessment and Preventative Maintenance
Program, in the amount of $176,622.00.
[Reviewed and forwarded to consent by the Transportation and
Infrastructure Services Committee on 5/21/24J
f. Authorize the Mayor to sign Amendment No. 2 to contract #23-
191 with Otak, Inc. for additional design and engineering services
for the Gilliam Creek Fish Barrier Removal and Habitat
Enhancement project, in the amount of $398,200.00.
[Reviewed and forwarded to consent by the Transportation and
Infrastructure Services Committee on 5/21/24J
g. Authorize the Mayor to sign Amendment No. 3 to contract #22-
102 with Pace Engineers, Inc. for the South 131st Place Drainage
Improvements Project, in the amount of $139,733.00.
[Reviewed and forwarded to consent by the Transportation and
Infrastructure Services Committee on 5/21/24J
h. Authorize the purchase of a Unit 2903 video inspection vehicle, in
the amount of $438,254.00.
[Reviewed and forwarded to consent by the Transportation and
Infrastructure Services Committee on 5/21/241
Pg.67
P9•91
Pg.101
Pg.123
Pg.157
6. UNFINISHED
BUSINESS
Budget process and considerations.
Pg.177
7. NEW BUSINESS
8. REPORTS
a. Mayor
b. City Council
c. Staff — City Administrator Report
Pg.187
9. MISCELLANEOUS
10. EXECUTIVE SESSION
11. ADJOURNMENT
This
Remote Tukwila
agenda is available
Council meetings
at www.tukwilawa.gov, and in alternate formats with advance notice for those with disabilities.
are audio taped (and video taped as of 9/14/20). Available at www.tukwilawa.gov)
Wei, If you are in need of translation or interpretation services at a Council meeting,
riri please contact us at 206-433-1800 by 12:00 p.m. on the meeting date.
WELCOME TO THE TUKWILA CITY COUNCIL MEETING
The Tukwila City Council encourages community participation in the local government process and
welcomes attendance and public comment at its meetings.
MEETING SCHEDULE
Regular Meetings are held at 7:00 p.m. on the 1st and 3rd Mondays of each month. The City Council takes
formal action in the form of motions, resolutions and ordinances at Regular Meetings.
Committee of the Whole Meetings are held at 7:00 p.m. on the 2nd and 4th Mondays of each month. The
City Council considers current issues, discusses policy matters in detail, and coordinates the work of
the Council at Committee of the Whole meetings.
PUBLIC COMMENTS
Members of the public are given the opportunity to address the Council for up to 5 minutes on items both on
and not on the meeting agenda during Public Comments. The City Council will also accept comments on an
agenda item when the item is presented in the agenda, but speakers are limited to commenting once per
item each meeting.
When recognized by the Presiding Officer, please go to the podium if on -site or turn on your microphone if
attending virtually and state your name clearly for the record. The City Council appreciates hearing from you
but may not respond or answer questions during the meeting. Members of the City Council or City staff may
follow up with you following the meeting.
PUBLIC HEARINGS
Public Hearings are required by law before the Council can take action on matters affecting the public
interest such as land -use laws, annexations, rezone requests, public safety issues, etc. The City Council
Rules of Procedure provide the following guidelines for Public Hearings:
1. City staff will provide a report summarizing and providing context to the issue at hand.
2. City staff shall speak first and be allowed 15 minutes to make a presentation.
3. The applicant is then allowed 15 minutes to make a presentation.
4. Each side is then allowed 5 minutes for rebuttal.
5. After City staff and the applicant have used their speaking time, the Council may ask further
clarifying questions of the speakers.
6. Members of the public who wish to address the Council on the hearing topic may speak for 5
minutes each.
7. Speakers are asked to sign in on forms provided by the City Clerk.
8. The Council may ask clarifying questions of speakers and the speakers may respond.
9. Speakers should address their comments to the City Council.
10. If a large number of people wish to speak to the issue, the Council may limit the total amount of
comment time dedicated to the Public Hearing.
11. Once the Presiding Officer closes the public hearing, no further comments will be accepted, and the
issue is open for Councilmember discussion.
12. Any hearing being held or ordered to be held by the City Council may be continued in the manner as
set forth by RCW 42.30.100.
For more information about the City Council, including its complete Rules of
Procedure, please visit: https://www.tukwilawa.gov/departments/city-council/
Using Equity in Decision Making
Recommendations for the City of Tukwila
By: Hollis Evey, Dawn McGeorge, Matthew Moran
EVANS SCHOOL
UNIVERSITY of WASHINGTOIV
190E
N)
Introduction
Project Objective
Develop a framework for an equity -focused decision -making tool to be used citywide
Project inspiration from the passage of the Equity Policy in 2017 and the creation of the
Equity Policy Implementation Committee (EPIC) in 2019
Anchored in improving equity among the diverse population of Tukwila
Relevant Background
22,000 full-time residents and upwards of 150,000 people traveling daily to and
through Tukwila
Local economy is driven by the service and retail industry
- Diverse and migrant population pose communication and engagement challenges
- Difficult to meet the needs of all residents when some groups are not as vocal or visible
Purpose
- Using data to inform or drive decisions is crucial for several reasons including:
- Evidence -based insights leads to more informed and effective decisions
Governments have limited resources, data helps identify areas where resources can be allocated
more equitably
Data -driven decisions can be more transparent which enhances public trust and accountability
Examine data sources both from Tukwila and regional community -based
organizations (CBOs)
- Outline preliminary work needed before creating or using a decision -making tool
- Provide a framework for a data -driven tool
- This framework will serve as the blueprint toward the creation of an equity tool
- Our framework is included in the materials received
w
Research Questions
How could the City of Tukwila
develop a framework for a data -
driven tool, to integrate equity into
their decision -making processes?
What types of data -drive tools have
other cities used to promote equity in
decision -making?
What structures and frameworks does
the City of tukwila need in order to
create and use a data equity tool?
What administrative capacity does the
city of Tukwila have to develop and
maintain an equity in decision -making
tool?
Methodology
Our research was conducted through two different methods:
Interviews
Comprised of city staff, city elected officials,
governing organizations, and other local
officials.
Analyzed through two frameworks:
Data -Enabled Decision Making
A decision is in place based on other factors,
but data and information will help refine the
final decision. Decision makers are actively
considering other inputs and are more flexible
to make a decision even if only partially
supported by data.
Case Studies
The City of Seattle, City of Tacoma, Port
of Seattle Equity Indices
Dissertations on equity related
frameworks
Data -Influenced Decision Making
In this scenario, data is not sought, but is
instead discovered or presented to kickstart a
decision -making process that might otherwise
not have been on the radar.
01
CD
Findings
Case Studies
- Identifying shared goals and outcomes is
necessary to creating a useful model for
municipal equity.
- Strong leadership and collaboration is
necessary when attempting to operationalize
frameworks for decision making.
- Sequential steps should be taken in order for
any equity decision making model to be
used consistently across departments over
time.
Interviews
There is substantial fiscal and administrative
upkeep to develop, deploy and maintain an
comprehensive data -centered decision
making tool
Internal barriers include need for more
interdepartmental collaboration, fiscal
burden, and administrative burden
There are plenty of regional resources
available to Tukwila that will eliminate the
need to recreate the wheel
Recommendations
Based on our research, we recommend the following for the City:
1. Conduct a Community Needs Assessment
2. Improve Interdepartmental Coordination through EPIC programming
3. Allocate City resources to support the development of a tool through budgetary action
4. Collaborate with Government Alliance on Race & Equity (GARE) and Puget Sound
Regional Council (PSRC)
a. GARE: Provides training, support, and resources for jurisdictions at all stages of using data in decision -
making
b. PSRC: Provides data to help planners and decision -makers better understand the region and visualize its
future
5. Partner with neighboring cities to create a Request For Proposal (RFP) to the Sound
Cities Association (SCA) for development of a regional equity tool
00
WEVANSSCHOOL
UNIVERSITY of WAS UNIVERSITY of WASHINGTON
RESILIENT TUKWILA:
COLLABORATIVE CLIMATE ACTION
PLANNING FOR A SUSTAINABLE FUTURE
June 3rd, 2024
By Lauren Hogrewe, Meghan Reckmeyer, Surabhi Subedi, and Valeria Lujan Vega
PROJECT OVERVIEW
• University of Washington Evans
School Student Consulting Lab
Project Scope:
• Greenhouse Gas (GHG) Inventory
Assessment of City of Tukwila
• Develop recommendations for a
draft City of Tukwila Climate
Action Plan (CAP)
• Priority strategies and actions
• Community engagement
• Monitoring and evaluation
WHY A CLIMATE
ACTION PLAN?
Climate change is already
impacting the region and
its residents. These
impacts will intensify and
accelerate in the coming
decades.
WHY A CLIMATE
ACTION PLAN?
Climate change impacts
are certain to continue
after GHG emissions are
stabilized, meaning
that governments must be
positioned for long-term
climate adaptation.
WHY A CLIMATE
ACTION PLAN?
Strategic planning can
reduce future risks and
economic consequences.
i7Haw•DExllousI
WHY A CLIMATE
ACTION PLAN?
Local governments are on
the frontlines of climate
impacts and are best
positioned to advance
community -centered
climate resiliency and
planning.
CITY OF TUKWILA CURRENT CLIMATE
POLICIES AND TARGETS
9 2006
WA Commute
Trip Reduction
Efficiency Act
92009 9 2014
City Non -
Motorized Plan
(Walk and Roll)
City GHG
Reduction
Program
6 2007
. .
City
Comprehensive
Plan
City partnership
with King County -
Cities Climate
Collaborative
(K4C)
62011
.
92019 9 2023
King County In -
Motion
Campaign
Green Tukwila
20-Year Plan
62015
.
Re+ Pledge
Shoreline
Master Program
6 2020
6)
RESEARCH QUESTION
What actions must the City of Tukwila take
to prepare for, adapt to, and mitigate
climate change?
LIMITATIONS
• Data Limitations
oRegional and county data not specific to Tukwila
oGreenhouse gas (GHG) inventory is almost 5 years
old; had to rely on projections.
• No Direct Community Engagement
oOnly interviewed City staff and peer city/county
staff
COMPARISONS ACROSS KING COUNTY (2019)
Per Capita, by Jurisdiction
MT CO2e per capita
87.5
BO
60
4C
0.4
r 29.98 MT CO2e
20 9'7 18.1 17.3 16A
14.6 14.2 14.1 12.0 11.3 11.2
10.5 9.89.59.59.49.49.38.78.68.37.67.45.3
0
111111111111111116
Illlillllillllli���■■
Cott go`tiap:,\ aS le
¢ 6‘ 5 NI° \y��e 6Q a
e �� ` ya•ti�e`s� a eett
e,e
`4 6a��p°��`�����
�Z&L 4�
C4o\e
Jurisdiction
Sector • Built Environment • Refrigerants •Solid Waste &Wastewater •Transportation &Other Mobile Sources
TUKWILA'S FORECASTED EMISSIONS
TRAJECTORY
1.200.000
1,000.000
800,000
s 600,000
5
400,000
200,000
Forecasted Emissions Reductions
eQu
2
r �
LJ
Historical emissions estimation
Scenario: no action future
scenario: federal, state: and regional policies only
Emissions gap
Federal, State, & Regional Policies
Targeted emissions
•
•
•
•
•
WA Energy Cade
WA Clean Buildings Act
Federal Vehicle Regulations
WA Clean Fuel Standards
WA Internal Combustion Engine Ban
PSRC Regional Transportation Plan VMT Reductions
WA Hydrofluorocarbon Policies
WA Clean Energy Transformation Act
WA Climate Commitment Act
Sector -Specific Plans & Commitments
Aviation industry
Regional marine, rail, and ferry transport
CO
N
O
TUKWILA GREENHOUSE GAS (GHG)
INVENTORY ASSESSMENT
Refrigerants: 2°/o
Solid Waste: 2°/o
Built Environment: 45%
— Transportation 6. Other Mobile Sources: S1°!o
CLIMATE RISKS -KING COUNTY AND PNW
Projected Impacts of Climate Change
Projected changes in very hot days, snowpack, and streamflow in Washington State with up to 5.4°F of warming globally.
This amount of warming is currently expected as soon as the 2060s (2050-2079) under a high GHG emission scenario.
Higher amounts of warming are possible (up to 8.6°F globally) by 2100 under the high GHG scenario. Changes in hot days
are relative to 1976-2005; all others are relative to 1970-1999.
More very
hot days
// 1 \\ (above 90°F)
Reduced
snowpack
(April 1'' snow
water equivalent)
Higher winter
streamflow
(October -March)
Change Change
with 2.7°F with 5.4°F Risks
(1.5°C) (3.0°C)
el
67_, Lower summer
streamflow
(April -September)
Adapted from UW Climata impacts Group (Shover of al. 2019)7
• Heat -related illness
and deaths
• Warmer streams
stressing salmon
• More frequent
harmful algal blooms
• Reduced water storage
• Irrigation shortages
• Winter and summer
recreation losses
• River flooding
• Costly stormwater
management and
flood protection
• Negative effects on
salmon populations
• Reduced summer
hydropower
• Challenges to
water supplies
• Negative effects on
salmon populations
N
N
N
TUKWILA-SPECIFIC RISKS
FLOODS AND SEA
LEVEL RISE
LANDSLIDES
RISK
30% of all properties in
Tukwila are at risk of
flooding
Temperatures could be
approximately 1-6°F
above those in less
developed areas
Could disrupt traffic and
damage nearby homes
TUKWILA'S EQUITY VULNERABILITIES
• Proximity to Highways
o Elevated noise and air
pollution
• Proximity to Industrial
Centers
o Exposure to pollutants
• Lack of Open Space
o Urban Heat Island Effect
WA Environmental Health Disparities Map
N)
MULTI -CRITERIA ANALYSIS
CRITERIA
Emission Reduction
Potential
Ease of
Implementation
Climate Justice and
Equity
Economic Recovery
and Local Resiliency
Buildings and Energy
Strategy 1: Promote electrification and reduce reliance on fossil fuels in buildings.
Actlo mission Reduction
Potential
Launch regional electric
heat pump campaign to
replace natural gas -
powered furnaces and
Increase energy efficiency'
In exlstingcommerc la l an
residential buildings.
Assess opportunities and
create a timeline to
decarbonize municipal
buildings through updating
assets like appliances and
HVAC systems.
Jahn either the Seattle City
Light Green Up Program or
Puget Sound Energy's (PS
E�
Green Direct program to
reduce emissions Irom
government operations.
Install solar in municipal
buildings parking lats,
Id
Encourage businesses,
large energy users, and
residents to enroll in Puge1�
Sound Energy's (PS E) Green
Power Program.
By BOW adopt an
1
electrification ordinance for
existing buildings to
transition from foss I lfuels
to electric systems,
1.l�ifi Ott ll�l
AAA
ri�tt 1I�11I
f! a
01 la
r nd
Ease of Implementation
-07
Climate Justice & Equl conamlc Recovery &
Local Resiliency
ANALYSIS MATRIX EXAMPLE
N
01
PRIORITY STRATEGIES
1
2
3
Promote electrification and
reduce reliance on fossil fuels in
buildings.
Secure funding and grants for
energy efficiency initiatives.
Improve building codes and
standards.
PRIORITY STRATEGIES
1
2
3
Prioritize sustainability, walkability,
and dense, mixed -use
development in land use planning.
Decrease demand for and overall
use of personal automobiles.
Reduce emissions from
government operations and city -
owned and operated vehicles.
PRIORITY STRATEGIES
II
i]
Increase waste diversion from
landfills and reduce waste
generation.
Increase education and
awareness of waste diversion
opportunities.
PRIORITY STRATEGIES
1
"r]
Preserve, restore, and enhance
local natural resources and
open spaces.
Promote stormwater
infrastructure and water
efficiency.
PRIORITY STRATEGIES
1
Plan for climate change by
building staff, business, and
community capacity.
NEAR TERM CAP ACTIONS TO PRIORITIZE
(Ell)FR
Join regional partners to actively participate in revising the Washington building code and
adopt local amendments that go above and beyond the WA State Energy Code.
Identify sites in existing lots or other city -owned land for EV charging station projects
Adopt a sustainable purchasing policy for municipal purchases.
Use climate change predictions for precipitation when replacing, sizing, or adding
stormwater infrastructure.
Educate and increase awareness among communities about climate impacts and
adaptation strategies through regular community engagement events.
w
W
IV
COMMUNITY ENGAGEMENT
RECOMMENDATIONS
... •
flt
Promote community awareness and understanding throughout the climate
planning process.
Offer a wide range of engagement opportunities that vary in the level of
commitment, medium/channel, and intended audience to increase accessibility and
community involvement.
Compensate community members for their participation when possible.
IMPLEMENTATION, MONITORING AND
EVALUATION
•
Hire a
full-time
employee
(FTE)
Deepen
Partnership
with K4C
CIO
Local Governments
for Sustainability
Join (ICLEI)
Local
Governments
for
Sustainability
USA
Establish a
coalition of
South King
County
Cities
W
W
W
CALL TO ACTION
Allocate
fundingfor
CAP
community
engagement
Budget for
sustainability
FTE
Endorse
Draft
CAP
THANK YOU!
WEVANS SCHOOL OF PUBLIC POLICY & GOVERNANCE
UNIVERSITY of WASHINGTON
W
01
36
COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared by
Mayor's review
Council review
06/03/24
JR
ITEM INFORMATION
ITEM No.
5.C.
STAFF SPONSOR: ADIB ALTALLAL
ORIGINAL AGENDA DATE: 06/03/24
AGENDA ITEM TITLE Sewer Lift Station 5 Rebuild Project
Construction Bid Award
CATEGORY ❑ Discussion
Mtg Date
❑ Motion
Mtg Date
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
11 Bid
Award
06-03-24
❑ Public Hearing
Mtg Date
❑ Other
Mtg Date
Mtg Date
SPONSOR ❑Council ❑Mayor ❑HR ❑DCD ❑Finance ❑Fire ❑TS ❑PAR ❑Police 11PJV ❑Court
SPONSOR'S A call for bids was advertised for the Sewer Lift Station 5 Rebuild Project on April 25, and
SUMMARY May 2, 2024. three bids were opened on May 16, 2024, and the confirmed lowest bidder
was Gary Harper Construction, Inc. with a bid of $1,649,438.22. Council is being asked to
approve the construction award with Gary Harper Construction, Inc. in the amount of
$1,649,438.22 for the Sewer Lift Station 5 Rebuild Project.
REVIEWED BY
0 Trans&infrastructure
CommunitySvs/Safety
Arts Comm.
❑ Finance
❑ Parks
Comm. ❑ Planning/Economic Dev.
Comm. ❑ Planning Comm.
CHAIR: ARMEN PAPYAN
❑ LTAC
DATE: 05/21/24
COMMITTEE
RECOMMENDATIONS:
SPONSOR/ADMIN.
COMMITTEE
Public Works Department
Unanimous Approval; Forward to Regular Consent Agenda Meeting
COST IMPACT / FUND SOURCE
EXPENDTTURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$1,649,438.22 $2,000,000.00 $0.00
Fund Source:
Comments: 2023 CIP, Page 67
MTG. DATE
RECORD OF COUNCIL ACTION
06/03/24
MTG. DATE
ATTACHMENTS
06/03/24
Informational Memorandum dated 05/17/24
2023 CIP, Page 67
Gary Harper Construction, Inc. Construction Contract
Bid Tabulation
Minutes from Transportation and Infrastructure Committee meeting of 05/21/24
37
38
City of Tukwila
Public Works Department - Harr Ponnekanti, Director/City Engineer
Thomas McLeod. Mayor
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Hari Ponnekanti, Public Works Director/City Engineer
BY: Adib Altallal, Utilities Engineer
CC: Mayor Thomas McLeod
DATE: May 17, 2024
SUBJECT: Sewer Lift Station 5 Rebuild Project
Project No. 92340201
Construction Bid Award
ISSUE
Approve construction bid award with Gary Harper Construction, Inc. for Sewer Lift Station 5 Rebuild Project.
BACKGROUND
Sewer Lift Station 5 is located near the 1-405 ramps at Interurban Ave S, along Fort Dent Way. The sewer lift station was
originally constructed in 1980 and later updated in 2000. No significant improvements have taken place since. The pumps,
fittings, and electrical components have neared their useful life and have resulted in an increased need for maintenance. The
existing pumps are obsolete, and the electrical components will need to be brought up to code to prevent unsafe access by
City staff. Rebuilding Sewer Lift Station 5 will reduce maintenance costs and reduce the risk of failure.
DISCUSSION
A call for bids was advertised for the Sewer Lift Station 5 Rebuild Project on April 25, and May 2, 2024. three bids were
opened on May 16, 2024, and the confirmed lowest bidder was Gary Harper Construction, Inc. with a bid of $1,649,438.22.
The engineer's estimate was $1,695,882.97.
FINANCIAL IMPACT
Construction costs associated with the Sewer Lift Station 5 Rebuild are within the approved budget and will be funded by the
sewer enterprise fund.
Cost Estimate
Contract $1,649,438.22
Contingency — 15% 247,715.33
Total $1,896,853.95
Fund Source 2023-24 Construction Budget
Sewer Fund $2,000,000.00
RECOMMENDATION
Council is being asked to approve the construction award with Gary Harper Construction, Inc. in the amount of $1,649,438.22
for the Sewer Lift Station 5 Rebuild Project and consider this item on the Consent Agenda at the June 3, 2024 Regular
Meeting.
Attachments: 2023 CIP, Page 67
Gary Harper Construction, Inc. Construction Contract
Bid Tabulation
39
40
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2023 to 2028
PROJECT: Sewer Lift Station No. 5 Rebuild Project No. 92340201
DESCRIPTION: Rebuilding of sewer lift station 5 will reduce maintenance costs and reduce the risk of failure.
JUSTIFICATION: Aging sewer lift station requires the replacement of motors, pumps, and controls at older lift stations to reduce
maintenance.
STATUS: The sewer lift station has been seeing a lot of issues with maintenance of pumps and motors. The existing panels
and valves are in a confined space and will need to be moved to grade for safer access.
MAINT. IMPACT: New pumps will reduce the liability of the existing pumps that are obsolete and prone to fail.
COMMENT: Additional right-of-way or property will be required for the new backup generators to be installed.
FINANCIAL Through Estimated
(in $000's)
2021 2022 2023
2024
2025
2026
2027
2028
BEYOND TOTAL
EXPENSES
Design
250
50
300
Land (R/W)
0
Const. Mgmt.
50
200
250
Construction
1,000
1,000
2,000
TOTAL EXPENSES
0
0
1,300
1,250
0
0
0
0
2,550
FUND SOURCES
Awarded Grant
0
Proposed Bond/ULID
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
0
0
1,300
1,250
0
0
0
0
2,550
TOTAL SOURCES
0
0
1,300
1,250
0
0
0
0
0
2,550
Project Location
5.688x-r
; ..
; 6._
a .
Yl
e 1668t
i n""m : i.
�q
— 3rpya.,. Art. . lik
a
i
ire or
LS
;-
a
-
j
,9
ur.
mod'
!--. - :2:
s
esma��
1
y
q 4 -/i
`
gtia
%
2023 - 2028 Capital Improvement Program
® "accrier- a m
67
41
42
CITY OF TUKWILA
P-1
Contractor's Name
PROPOSAL
(unit price)
Contractor's State License No.
City of Tukwila Project Nos. 92340201
To the Mayor and City Council
City of Tukwila, Washington
The undersigned (Bidder) hereby certifies that they personally examined the location and
construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner)
project titled LIFT STATION #5 DESIGN RETROFIT, which includes but is not limited to:
Construction of an above ground electrical building with new controls and installation of a new
meter vault and new submersible pumps, piping, and valves. The project includes rehab work
(demolition, cleaning, and coating) in the existing wet well, installation of miscellaneous site
improvements, relocation of the existing generator, and other work necessary to complete the
Work as specified and shown in the Contract Documents. The project also includes the relocation
of existing gravity sewer, installation of approximately 55 lineal feet of new 4-inch ductile iron
forcemain and connection of the new forcemain to the existing forcemain as specified and shown
in the Contract Documents.
The undersigned further certifies that they have read and thoroughly understand these Documents
which govern all Work embraced in this improvement and the methods by which payment will be
made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to
undertake and complete all Work embraced in this improvement in accordance with these
Contract Documents and at the following schedule of rates and prices.
The Bidder understands that the quantities mentioned herein are approximate only and are subject
to increase or decrease, and hereby proposes to perform all quantities of work as either increased
or decreased in accordance with the Contract Documents.
As evidence of good faith, (check one) ❑ bid bond or ❑ cash, ❑cashier's check,❑ certified
check, or ❑ postal money order made payable to the City of Tukwila equal to five percent (5%) of
the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by
Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses
to enter into an Agreement and furnish the required Payment and Performance Bond and liability
insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void
and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the
property of Owner as liquidated damages, all as provided for in the Bid Documents.
The Bidder shall attain Physical Completion of all Work in all respects within 140 working days
from the date stated in the written Notice to Proceed. If the work is not completed within this time
period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the
Standard Specifications for every calendar day work is not Physically Complete after the expiration
of the Contract time stated above. In addition, Bidder shall compensate Owner for actual
engineering inspection and supervision costs and any other legal fees incurred by Owner as a
result of such delay.
Rev. 5-13-14
LIFT STATION #5 DESIGN RETROFIT
PROJECT NUMBER 92340201
APRIL 2024 43
CITY OF TUKW/LA
P-2
LIFT STATION #5 DESIGN RETROFIT
Project No. 92340201
Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where
conflict occurs between the unit price and the total amount specified for any item, the unit price
shall prevail, and totals shall be corrected to conform thereto.
It is the intent of the OWNER to award the lowest responsible BIDDER for the total price bid for the
project.
BID SCHEDULE
SCHEDULE A — SEWER
ITEM
NO.
ITEM DESCRIPTION
QTY
UNIT
UNIT
PRICE
TOTAL
A-1
Mobilization (10% Max.)
1
LS
A-2
Unexpected Site Changes
1
FA
$25,000.00
A-3
Record Drawings
1
LS
A-4
Project Temporary Traffic Control
1
LS
A-5
Demolition of Existing Meter Vault
1
LS
A-6
Demolition of Existing Pumps/Piping
1
LS
A-7
Cap and Fill Pipes to be Abandoned
2
EA
A-8
Temporary Water Pollution/Erosion Control
1
LS
A-g
Resurface Existing Lawn (Microclover and Reinforced Grass
Pave)
1
LS
A-10
Removable Bollards
18
EA
A-11
Retractable Bollards
6
EA
A-12
Concrete Pads
30
SY
A-13
Concrete Driveway
25
SY
A-14
Shoring & Trench Safety
1
LS
A-15
2" to 4" Base Rock (Foundation Material)
15
TN
A-16
Crushed Surfacing Top Course (Backfill)
55
TN
A-17
Quarry Spall
200
TN
A-18
New 1" Water Meter (with New PRV)
1
LS
A-19
New 1" DCVA (with Hot Box and Yard Hydrant)
1
LS
A-20
Modification to Ex. Wet Well
1
LS
A-21
CDF
20
CY
A-22
Cleaning and Coating/Lining of Ex. Wet Well
1
LS
A-23
48" SSMH, Type 1
1
EA
A-24
8" PVC SDR35 Pipe
77
LF
Rev. 5-13-14
LIFT STATION #5 DESIGN RETROFIT
44 PROJECT NUMBER 92340201
APR/L 2024
CITY OF TUKW/LA
P-3
ITEM
NO.
ITEM DESCRIPTION
QTY
UNIT
UNIT
PRICE
TOTAL
A-25
Permanent Bypass Connection
1
LS
A-26
New Submersible Pumps and Spare Parts
1
LS
A-27
New Piping/Fittings within Wet Well
1
LS
A-28
New Valve/Meter Vault
1
LS
A-29
4" Ductile Iron Force Main (CL 52 RJ)
55
LF
A-30
Temporary Bypass Pumping
1
LS
A-31
Connection to Existing Sewer Structure
2
EA
A-32
Connection to Existing Force Main
1
LS
A-33
Demolition of Existing Electrical Controls/Panels
1
LS
A-34
Relocate Existing Generator
1
LS
A-35
Electrical Work at Generator Pad
1
LS
A-36
Additional Site Lighting
1
LS
A-37
New Electrical Control Building
1
LS
A-38
Electrical Work at Control Building Pad
1
LS
A-39
Electrical Improvements (Controls, Hardware, Enclosures, etc.)
1
LS
SCHEDULE A SUBTOTAL
10.1 % SALES TAX
TOTAL SCHEDULE A
Tax Rule 170 applies to Schedule A per Section 1-07.2.
SCHEDULE B — ROADWORK
ITEM
NO.
ITEM DESCRIPTION
QTY
UNIT
UNIT
PRICE
TOTAL
B-1
Mobilization (10% Max.)
1
LS
B-2
Unexpected Site Changes
1
FA
$25,000.00
B-3
Project Temporary Traffic Control
1
LS
B-4
Temporary Water Pollution/Erosion Control
1
LS
B-5
Rolled Curb with Transitions
200
LF
B-6
2" Grind and Overlay
52
TN
B-7
Permanent Asphalt Trench Pavement Restoration (HMA 1/2"
PG 58 H-22)
15
TN
B-8
Crushed Surfacing Top Course (Backfill)
20
TN
TOTAL SCHEDULE B
Tax Rule 171 applies to Schedule B, per Section 1-07.2.
Rev. 5-13-14
LIFT STATION #5 DESIGN RETROFIT
PROJECT NUMBER 92340201
APR/L 2024 45
DID' OF TUKW/LA
P-4
SCHEDULE A TOTAL, incl. tax
SCHEDULE B TOTAL
TOTAL AMOUNT BID
Total Bid Price in Words:
Rev. 5-13-14
46
LIFT STATION #5 DESIGN RETROFIT
PROJECT NUMBER 92340201
APR/L 2024
CITY OF TUKWILA
P-5
Bids Submitted on Computer Printouts
Bidders, at their option, in lieu of handwriting in the unit prices in figures in ink on the Bid forms
above, may submit an original computer printout sheet with their bid, as long as the following
requirements are met:
1. Each sheet of the computer printout must contain the exact same information as shown on the
hard -copy bid form — Project Name, Schedule Name, column headings — in the order shown,
totals, etc.
2. The computer printout of the Bid Proposal must have the exact certification language shown
below, signed by the appropriate officer of the firm.
3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid
form which acknowledges the Bid Guaranty, Time of Completion, and all Addenda that may
have been issued, etc.
If any of these things are missing or out of order, the bid may be rejected by the Owner.
The unit and lump sum prices shown on acceptable printouts will be the unit prices used to
tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between
the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the
Bidder contains both the form on these Bid Proposal sheets, and also a computer printout,
completed according to the instructions, the unit bid prices shown on the computer printout will
be used to determine the bid.
Put this certification on the last sheet of the Bid computer printout, and sign:
(YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for
all of the bid items contained in this Proposal are the unit and lump sum prices intended and that
its Bid will be tabulated using these unit prices and no other information from this print-out. (YOUR
FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total
bid and further agrees that the official total Bid amount will be determined by multiplying the unit
Bid prices shown in this print-out by the respective estimated quantities shown on the Bid form
then totaling all of the extended amounts.
Signed:
Title:
Date:
Rev. 5-13-14
LIFT STATION #5 DESIGN RETROFIT
PROJECT NUMBER 92340201
APRIL 2024 47
CITY OF TUKWILA
P-6
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum
No.
Date of Receipt
Addendum
No.
1 3
2 4
Date of Receipt
NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid
Proposal and Owner reserves the right to determine whether the bid will be disqualified.
By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid
Documents and will provide the required coverage.
It is understood that Owner may accept or reject all bids.
The Surety Company which will furnish the required Payment and Performance Bond is
of
(Name) (Address)
Bidder:
Signature of Authorized Official:
Printed Name and Title:
Address:
Check One: ❑ Individual ❑ Partnership State of Incorporation:
❑ Joint Venture ❑ Corporation
Phone No.: Date:
This address and phone number is the one to which all communications regarding this proposal
should be sent.
NOTES:
1. If the Bidder is a co partnership, give the firm name under which business is transacted;
proposal must be executed by a partner. If the Bidder is a Corporation, proposal must be
executed in the Corporate name by the president or vice-president (or any other corporate
officer accompanied by evidence of authority to sign).
2. A bid must be received on all items. If either a unit price or an extension is left blank (but
not both) for a bid item, the Owner will multiply or divide the available entry by the quantity,
as applicable, and enter it on the bid form. If there is no unit price or extension for one or
more bid item(s), the proposal will be rejected.
Rev. 5-13-14
LIFT STATION #5 DESIGN RETROFIT
48 PROJECT NUMBER 92340201 APRIL 2024
CITY OF TUKWILA
P-7
BID SECURITY
Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in
the form of a cash deposit, certified or cashier's check, or postal money order in the amount of
dollars ($ ).
-- OR --
Bid Bond: The undersigned, (Principal), and
(Surety), are held and firmly bound unto the City of
Tukwila (Owner) in the penal sum of
dollars ($ ), which for the payment of which
Principal and Surety bind themselves, their heirs, executors, administrators, successors and
assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the
penal sum of this Bid Bond.
Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of the
total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal
for Lift Station #5 Design Retrofit, Project No. 92340201, according to the terms of the Proposal
and Bid Documents.
Now therefore,
a. If the Proposal is rejected by Owner, or
b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with
Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful
performance of said Project and for the payment of all persons performing labor or furnishing
materials in connection therewith, with Surety or Sureties approved by Owner,
then this Bid Security shall be released; otherwise, it shall remain in full force and effect and
Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the
amount of the Bid Bond, as penalty and liquidated damages.
The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension
of time within which Owner may accept bids; and Surety does hereby waive notice of any such
extension.
Signed and dated this day of , 20
Principal
Surety
By:
Signature of Authorized Official Attorney -in -Fact
(Attach Power of Attorney)
Title
Name and address of local office of
Agent and/or Surety Company:
Surety companies executing bonds must appear on the current Authorized Insurance List in the State of
Washington per Section 1-02.7 of the Standard Specifications.
Rev. 5-13-14
LIFT STATION #5 DESIGN RETROFIT
PROJECT NUMBER 92340201
APRIL 2024 49
CITY OF TUKWILA
P-8
This page is intentionally left blank.
Rev. 5-13-14
LIFT STATION #5 DESIGN RETROFIT
50 PROJECT NUMBER 92340201 APRIL 2024
CITY OF TUKWILA
P-9
NON -COLLUSION DECLARATION
STATE OF WASHINGTON )
) ss
COUNTY OF KING
The undersigned, being first duly sworn, on oath states that the person, firm, association,
partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly
or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any
action in restraint of free competitive bidding in connection with the City of Tukwila project named
Lift Station #5 Design Retrofit, Project No. 92340201.
Name of Firm
Signature of Authorized Official
Title
SEAL
To report bid rigging activities call:
Signed and sworn to before me on this day of
,20
Signature of Notary Public in and for the State of
Washington, residing at
My appointment expires:
NOTICE TO ALL BIDDERS
1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday
through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid
rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such
activities.
The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction
contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All
information will be treated confidentially, and caller anonymity will be respected.
Rev. 5-13-14
LIFT STATION #5 DESIGN RETROFIT
PROJECT NUMBER 92340201
APRIL 2024 51
CITY OF TUKWILA
P-10
This page is intentionally left blank.
Rev. 5-13-14
LIFT STATION #5 DESIGN RETROFIT
52 PROJECT NUMBER 92340201 APRIL 2024
CITY OF TUKWILA
P-11
RESPONSIBLE BIDDER DETERMINATION FORM
Attach additional sheets as necessary to fully provide the information required.
Name of Bidder:
Address of Bidder:
City
State Zip Code
Contractor's License No. WA State UBI No.
License Bond
Registration No.
Dept. of L&I
Worker's Comp. Acct. No.
Bidder is a(n): ❑ Individual ❑ Partnership ❑ Joint Venture
❑ Incorporated in the State of
List business names used by Bidder during the past 10 years if different than above:
Bidder has been in business continuously from
Bank Reference
Year
Bank
No. of regular full-time employees:
Account Officer Officer's Phone No.
Number of projects in the past 10 years completed: ahead of schedule _on schedule
behind schedule
Bidder has had experience in work comparable to that required for this Project:
As a prime contractor for years.
As a subcontractor for years.
List the supervisory personnel to be employed by the Bidder and available for work on this project
(Project Manager, Principal Foreman, Superintendents, and Engineers):
How Long
Name Title With Bidder
Rev. 5-13-14
LIFT STATION #5 DESIGN RETROFIT
PROJECT NUMBER 92340201
APRIL 2024 53
CITY OF TUKWILA
P-12
Name the Surveyor to be used on this Project, who will directly supervise all surveying activities.
Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor
licensed in the State of Washington (a PLS)? ❑ Yes ❑ No
Surveyor's Name:
List all those projects, of similar nature and size, completed by Bidder within the past 10 years.
Include a reference for each. Any attached preprinted project listing must include all this
information. The bidder must have at least ten (10) years experience working on projects of similar
nature and size.
Project Name
Year Owner/Reference
Completed Contract Amount Name and Phone
List all projects undertaken in the last ten (10) years which have resulted in partial or final
settlement of the Contract by arbitration or litigation in the courts:
Total Claims Amount of
Contract Arbitrated Settlement
Name of Client and Project Amount or Litigated of Claims
Has Bidder, or any representative or partner thereof, ever failed to complete a contract?
❑ No ❑ Yes If yes, give details:
Has Bidder ever had any Payment/Performance Bonds called as a result of its work?
❑ No ❑ Yes If yes, please state:
Project Name
Rev. 5-13-14
Contracting Party Bond Amount
LIFT STATION #5 DESIGN RETROFIT
54 PROJECT NUMBER 92340201 APRIL 2024
CITY OF TUKWILA
P-13
Has Bidder ever been found guilty of violating any State or Federal employment laws?
❑ No ❑ Yes If yes, give details:
Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state
insolvency laws? ❑ No ❑ Yes If yes, give details:
Has any adverse legal judgment been rendered against Bidder in the past five (5) years?
❑ No ❑ Yes If yes, give details:
Has Bidder or any of its employees filed any claims with Washington State Workman's
Compensation or other insurance company for accidents resulting in fatal injury or
dismemberment in the past five (5) years? ❑ No ❑ Yes If yes, please state:
Date Type of Injury Agency Receiving Claim
The undersigned warrants under penalty of Perjury that the foregoing information is true and
accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify
all information contained herein.
Signature of Bidder
Title: Date:
Rev. 5-13-14
LIFT STATION #5 DESIGN RETROFIT
PROJECT NUMBER 92340201
APRIL 2024 55
CITY OF TUKWILA
P-14
This page is intentionally left blank.
Rev. 5-13-14
LIFT STATION #5 DESIGN RETROFIT
56 PROJECT NUMBER 92340201 APRIL 2024
CITY OF TUKWILA
P-15
CERTIFICATE OF COMPLIANCE WITH WAGE PAYMENT STATUTES
The bidder hereby certifies that, within the three-year period immediately preceding the bid
solicitation date, May 16, 2024, the bidder is not a "willful" violator, as defined in RCW 49.48.082,
of any provision of Chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding
citation and notice of assessment issued by the Department of Labor and Industries or through a
civil judgement entered by a court of limited or general jurisdiction.
certify under penalty of perjury under the laws of the State of Washington that the foregoing is
true and correct.
Bidder's Business Name
Signature of Authorized Official*
Printed Name
Title
Date
City State
Check One:
Sole Proprietorship ❑ Partnership ❑
Joint Venture ❑ Corporation ❑
State of Incorporation, or if not a corporation, State where business entity was formed:
If a co -partnership, give firm name under which business is transacted:
*If a corporation, proposal must be executed in the corporate name by the president or vice-
president (or any other corporate officer accompanied by evidence of authority to sign). If a co-
partnership, a proposal must be executed by a partner.
Rev. 5-13-14
LIFT STATION #5 DESIGN RETROFIT
PROJECT NUMBER 92340201
APRIL 2024 57
CITY OF TUKWILA
P-16
This page is intentionally left blank.
Rev. 5-13-14
LIFT STATION #5 DESIGN RETROFIT
58 PROJECT NUMBER 92340201
P-16 APRIL 2024
CITY OF TUKWILA
P-17
PROPOSED EQUIPMENT AND LABOR SCHEDULE
(Use additional sheets if required)
Equipment to be used:
DESCRIPTION/TYPE
YEAR
CONDITION
OWN/RENT
Labor to be used:
Rev. 5-13-14
Name of Bidder
Signature of Authorized Official
Title
LIFT STATION #5 DESIGN RETROFIT
PROJECT NUMBER 92340201
APRIL 2024 59
CITY OF TUKWILA
P-18
This page is intentionally left blank.
Rev. 5-13-14
LIFT STATION #5 DESIGN RETROFIT
60 PROJECT NUMBER 92340201 APRIL 2024
CITY OF TUKWILA
P-19
PROPOSED SUBCONTRACTORS
Name of Bidder
In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall
include below the names of the subcontractors with whom the Bidder, if awarded the contract,
will subcontract for performance of the work of: structural steel installation, rebar installation,
electrical, heating, ventilation, air conditioning and plumbing as described in RCW 18.106 and
electrical as described in RCW 19.28, and, or to name itself for the work. The Bidder shall not list
more than one subcontractor for each category of work identified, unless subcontractors vary with
bid alternates, in which case the Bidder must indicate which subcontractor will be used for which
alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to
name itself to perform such work or the naming of two or more subcontractors to perform the
same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. Prime
Contractor must declare if they intend to perform any of these items.
The successful Bidder must have the written permission of the Owner to make any change to this
list.
Percent of total bid to be performed by Bidder
Name
Schedule/Bid Item Numbers
Subcontractor will perform % of Total Bid
WORK TO BE PERFORMED BY PRIME CONTRACTOR
Rev. 5-13-14
LIFT STATION #5 DESIGN RETROFIT
PROJECT NUMBER 92340201
APRIL 2024 61
CITY OF TUKWILA
P-20
This page is intentionally left blank.
Rev. 5-13-14
LIFT STATION #5 DESIGN RETROFIT
62 PROJECT NUMBER 92340201 APRIL 2024
fui PACE
Tukwila Project # 92340201
Bid Open: May 16, 2024
City of Tukwila
Lift Station 5 Retrofit
Bid Tab
APPARENT LOW BIDDER
Correction
SCHEDULE A - LIFT STATION / SEWER
Engineer's Estimate
Gary Harper Construction
Northwest Cascade, Inc.
Anvil Builders Inc
ITEM NO.
ITEM DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL AMOUNT
UNIT PRICE
TOTAL AMOUNT
UNIT PRICE
TOTAL AMOUNT
UNIT PRICE
TOTAL AMOUNT
A-1
Mobilization (10% Max.)
1
LS
$ 131,040.00
$ 131,040.00
$
150,500.00
$
150,500.00
$
170,720.00
$
170,720.00
$
260,000.00
$
260,000.00
A-2
Unexpected She Changes
1
FA
$ 25,000.00
$ 25,000.00
$
25,000.00
$
25,000.00
$
25,000.00
$
25,000.00
$
25,000.00
$
25,000.00
A-3
Record Drawings
1
LS
$ 5,000.00
$ 5,000.00
$
5,000.00
$
5,000.00
$
7,000.00
$
7,000.00
$
12,000.00
$
12,000.00
A-4
Project Temporary Traffic Control
1
LS
$ 37,500.00
$ 37,500.00
$
21,700.00
$
21,700.00
$
234,000.00
$
234,000.00
$
400,000.00
$
400,000.00
A-5
Demolition of Existing Meter Vault
1
LS
$ 8,500.00
$ 8,500.00
$
7,200.00
$
7,200.00
$
10,000.00
$
10,000.00
$
12,000.00
$
12,000.00
A-6
Demolition of Existing Pumps/Piping
1
LS
$ 25,000.00
$ 25,000.00
$
27,500.00
$
27,500.00
$
15,000.00
$
15,000.00
$
10,000.00
$
10,000.00
A-7
Cap and Fill Pipes to be Abandoned
2
EA
$ 2,500.00
$ 5,000.00
$
5,142.00
$
10,284.00
$
2,000.00
$
4,000.00
$
7,500.00
$
15,000.00
A-8
Temporary Water Pollution/Erosion Control
1
LS
$ 6,000.00
$ 6,000.00
$
4,800.00
$
4,800.00
$
30,000.00
$
30,000.00
$
150,000.00
$
150,000.00
A-9
Resurface Existing Lawn (Microclover and Reinforced Grass Pave;
1
LS
$ 30,000.00
$ 30,000.00
$
32,700.00
$
32,700.00
$
9,000.00
$
9,000.00
$
35,000.00
$
35,000.00
A-10
Removable Bollards
18
EA
$ 1,000.00
$ 18,000.00
$
1,657.00
$
29,826.00
$
2,125.00
$
38,250.00
$
4,000.00
$
72,000.00
A-11
Retractable Bollards
6
EA
$ 1,250.00
$ 7,500.00
$
2,190.00
$
13,140.00
$
2,300.00
$
13,800.00
$
4,600.00
$
27,600.00
A-12
Concrete Pads
30
SY
$ 1,000.00
$ 30,000.00
$
842.00
$
25,260.00
$
327.00
$
9,810.00
$
1,000.00
$
30,000.00
A-13
Concrete Driveway
25
SY
$ 150.00
$ 3,750.00
$
316.00
$
7,900.00
$
347.00
$
8,675.00
$
900.00
$
22,500.00
A-14
Shoring & Trench Safety
1
LS
$ 20,000.00
$ 20,000.00
$
12,700.00
$
12,700.00
$
12,500.00
$
12,500.00
$
410,000.00
$
410,000.00
A-15
2" to 4" Base Rock (Foundation Material)
15
TN
$ 150.00
$ 2,250.00
$
110.00
$
1,650.00
$
117.00
$
1,755.00
$
180.00
$
2,700.00
A-16
Crushed Surfacing Top Course (Backfill)
55
TN
$ 100.00
$ 5,500.00
$
96.00
$
5,280.00
$
114.00
$
6,270.00
$
150.00
$
8,250.00
A-17
Quarry Spall
200
TN
$ 100.00
$ 20,000.00
$
110.00
$
22,000.00
$
100.00
$
20,000.00
$
120.00
$
24,000.00
A-18
New 1" Water Meter(incl. New PRV)
1
LS
$ 8,000.00
$ 8,000.00
$
7,500.00
$
7,500.00
$
6,950.00
$
6,950.00
$
15,000.00
$
15,000.00
A-19
New 1"DCVA(incl. Hot Box and Yard Hydrant)
1
LS
$ 7,000.00
$ 7,000.00
$
7,100.00
$
7,100.00
$
7,300.00
$
7,300.00
$
16,000.00
$
16,000.00
A-20
Modification to Ex. Wet Well
1
LS
$ 15,000.00
$ 15,000.00
$
99,900.00
$
99,900.00
$
15,000.00
$
15,000.00
$
24,000.00
$
24,000.00
A-21
CDF
20
CY
$ 350.00
$ 7,000.00
$
218.00
$
4,360.00
$
280.00
$
5,600.00
$
600.00
$
12,000.00
A-22
Cleaning and Coating/Lining of Ex. Wet Well
1
LS
$ 50,000.00
$ 50,000.00
$
40,000.00
$
40,000.00
$
72,000.00
$
72,000.00
$
25,000.00
$
25,000.00
A-23
48" SSMH, Type 1
1
EA
$ 15,000.00
$ 15,000.00
$
11,500.00
$
11,500.00
$
7,400.00
$
7,400.00
$
17,000.00
$
17,000.00
A-24
8" PVC SDR35 Pipe
77
LF
$ 150.00
$ 11,550.00
$
148.00
$
11,396.00
$
222.00
$
17,094.00
$
400.00
$
30,800.00
A-25
Permanent Bypass Connection
1
LS
$ 7,500.00
$ 7,500.00
$
13,900.00
$
13,900.00
$
11,000.00
$
11,000.00
$
17,000.00
$
17,000.00
A-26
New Submersible Pumps and Spare Parts
1
LS
$ 120,000.00
$ 120,000.00
$
120,000.00
$
120,000.00
$
160,000.00
$
160,000.00
$
100,000.00
$
100,000.00
A-27
New Piping/Fittings within Wet Well
1
LS
$ 75,000.00
$ 75,000.00
$
24,200.00
$
24,200.00
$
18,000.00
$
18,000.00
$
45,000.00
$
45,000.00
A-28
New Valve/Meter Vault
1
LS
$ 100,000.00
$ 100,000.00
$
96,300.00
$
96,300.00
$
55,000.00
$
55,000.00
$
80,000.00
$
80,000.00
A-29
4" Ductile Iron Force Main (CL 52 RJ)
55
LF
$ 325.00
$ 17,875.00
$
201.00
$
11,055.00
$
340.00
$
18,700.00
$
500.00
$
27,500.00
A-30
Temporary Bypass Pumping
1
LS
$ 60,000.00
$ 60,000.00
$
142,200.00
$
142,200.00
$
180,000.00
$
180,000.00
$
300,000.00
$
300,000.00
A-31
Connection to Existing Sewer Structure
2
EA
$ 5,000.00
$ 10,000.00
$
785.00
$
1,570.00
$
7,500.00
$
15,000.00
$
20,000.00
$
40,000.00
A-32
Connection to Existing Force Main
1
LS
$ 5,000.00
$ 5,000.00
$
1,200.00
$
1,200.00
$
5,000.00
$
5,000.00
$
23,000.00
$
23,000.00
A-33
Demolition of Existing Electrical Controls/Panels
1
LS
$ 25,000.00
$ 25,000.00
$
7,900.00
$
7,900.00
$
18,000.00
$
18,000.00
$
15,000.00
$
15,000.00
A-34
Relocate Existing Generator
1
LS
$ 7,500.00
$ 7,500.00
$
5,200.00
$
5,200.00
$
70,000.00
$
70,000.00
$
45,000.00
$
45,000.00
A-35
Electrical Work at Generator Pad
1
LS
$ 15,000.00
$ 15,000.00
$
15,100.00
$
15,100.00
$
22,575.00
$
22,575.00
$
20,000.00
$
20,000.00
A-36
Additional Site Lighting
1
LS
$ 15,000.00
$ 15,000.00
$
14,100.00
$
14,100.00
$
24,250.00
$
24,250.00
$
14,000.00
$
14,000.00
A-37
New Electrical Control Building
1
LS
$ 65,000.00
$ 65,000.00
$
85,000.00
$
85,000.00
$
82,000.00
$
82,000.00
$
150,000.00
$
150,000.00
A-38
Electrical Work at Control Building Pad
1
LS
$ 25,000.00
$ 25,000.00
$
61,200.00
$
61,200.00
$
103,000.00
$
103,000.00
$
90,000.00
$
90,000.00
A-39
Electrical Improvements (Controls, Hardware, Enclosures, etc.)
1
LS
$ 400,000.00
$ 400,000.00
$
238,000.00
$
238,000.00
$
230,000.00
$
230,000.00
$
35,000.00
$
35,000.00
SCHEDULE A SUBTOTAL $ 1,441,465.00
$
1,421,121.00
$
1,759,649.00
$
2,657,350.00
WA STATE SALES TAX (10.1 h) $ 145,587.97
$
143,533.22
$
177,724.55
$
268,392.35
TOTAL SCHEDULE A $ 1,587,052.97
$
1,564,654.22
$
1,937,373.55
$
2,925,742.35
SCHEDULE B - ROAD
Engineer's Estimate
CONTRACTOR A
CONTRACTOR B
CONTRACTOR C
ITEM NO.
ITEM DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL AMOUNT
UNIT PRICE
TOTAL AMOUNT
UNIT PRICE
TOTAL AMOUNT
UNIT PRICE
TOTAL AMOUNT
B-1
Mobilization (10% Max.)
1
LS
$ 9,880.00
$ 9,880.00
$
2,000.00
$
2,000.00
$
10,000.00
$
10,000.00
$
15,000.00
$
15,000.00
B-2
Unexpected Site Changes
1
FA
$ 25,000.00
$ 25,000.00
$
25,000.00
$
25,000.00
$
25,000.00
$
25,000.00
$
25,000.00
$
25,000.00
B-3
Project Temporary Traffic Control
1
LS
$ 37,500.00
$ 37,500.00
$
5,100.00
$
5,100.00
$
18,000.00
$
18,000.00
$
70,000.00
$
70,000.00
B-4
Temporary Water Pollution/Erosion Control
1
LS
$ 6,000.00
$ 6,000.00
$
3,800.00
$
3,800.00
$
6,600.00
$
6,600.00
$
7,000.00
$
7,000.00
B-5
Rolled Curb with Transitions
200
LF
$ 90.00
$ 18,000.00
$
69.00
$
13,800.00
$
85.00
$
17,000.00
$
200.00
$
40,000.00
B-6
2" Grind and Overlay
52
TN
$ 100.00
$ 5,200.00
$
457.00
$
23,764.00
$
560.00
$
29,120.00
$
250.00
$
13,000.00
B-7
Permanent Asphalt Trench Pavement Restoration (HMA Class 1/2
15
TN
$ 350.00
$ 5,250.00
$
656.00
$
9,840.00
$
475.00
$
7,125.00
$
450.00
$
6,750.00
B-8
Crushed Surfacing Top Course (Backfill)
20
TN
$ 100.00
$ 2,000.00
$
74.00
$
1,480.00
$
119.00
$
2,380.00
$
150.00
$
3,000.00
SCHEDULE B SUBTOTAL $ 108,830.00
$
84,784.00
$
115,225.00
$
179,750.00
PROJECT TOTALS I Engineer's Estimate
CONTRACTOR A
CONTRACTOR B
CONTRACTOR B
SUBTOTAL SCHEDULE A
$ 1,441,465.00
SUBTOTAL SCHEDULE A
$
1,421,121.00
SUBTOTAL SCHEDULE A
$
1,759,649.00
SUBTOTAL SCHEDULE A
$
2,657,350.00
SUBTOTAL SCHEDULE B
$ 108,830.00
SUBTOTAL SCHEDULE B
$
84,784.00
SUBTOTAL SCHEDULE B
$
115,225.00
SUBTOTAL SCHEDULE B
$
179,750.00
TOTAL SALES TAX
$ 145,587.07
TOTAL SALES TAX
$
143,533.22
TOTAL SALES TAX
$
177,724.55
TOTAL SALES TAX
$
268,392.35
$ 1,695,882.97
$
1,649,438.22
$
2,052,598.55
$
3,105,492.35
64
City of Tukwila
City Council Transportation & Infrastructure Services Committee
Meeting Minutes
May 21, 2024, 5:30 p.m. - Hybrid Meeting; Duwamish Conference Room & MS Teams
Councilmembers Present: Armen Papyan, Chair; Dennis Martinez, Hannah Hedrick
Staff Present: Hari Ponnekanti, Catrien de Boer, Seong Kim, Adib Altallal, Griffin Lerner,
Cyndy Knighton, Pete Mayer, Laurel Humphrey, Garron Herdt, Bryan Still,
Adam Cox, Joshua Hopkins, David Rosen
I. BUSINESS AGENDA
A. Bid Award: Sewer Lift Station 5 Rebuild Project
Staff is seeking approval of a construction bid award to Gary Harper Construction Inc. in the
amount of $1,649,438.22
*
Committee Recommendation
Unanimous approval. Forward to June 3, 2024 Regular Consent Agenda.
B. Contract: 2024 Pavement Condition Index Study
Staff is seeking approval of a contract with IMS in the amount of $52,890.00 to complete the
study.
Committee Recommendation
Unanimous approval. Forward to June 3, 2024 Regular Consent Agenda.
C. Grant: 2024 Annual Overlay - 50th Place
The grant application was unsuccessful and the item was removed from the agenda.
D. Contract: Traffic Signal Assessment
Staff is seeking approval of a contract with KPG Psomas, Inc. in the amount of $176,622.00 for
the assessment.
Item(s) for follow-up:
Provide map of traffic signals.
Committee Recommendation
Unanimous approval. Forward to June 3, 2024 Regular Consent Agenda.
E. Fleet Purchase: TV Inspection Vehicle
Staff is seeking approval to purchase a t Video Inspection Vehicle in the amount of $438,254
to replace a failing unit.
Committee Recommendation
Unanimous approval. Forward to June 3, 2024 Regular Consent Agenda.
65
66
COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared by
Mayor's review
Council review
06/03/24
JR
ITEM INFORMATION
ITEM No.
5.D.
STAFF SPONSOR: DAVID BAUS
ORIGINAL AGENDA DATE: 06/03/24
AGENDA ITEM TITLE 2024 Pavement Condition Index Study
CATEGORY ❑ Discussion
Mtg Date
11
Motion
Date 06-03-24
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
❑ Other
Mtg Date
Mtg
SPONSOR ❑Council ❑Mayor HR DCD Finance ❑Fire TS ❑P&R ❑Police IIPIW ❑Court
SPONSOR'S The Pavement Condition Index Study is conducted every 4 years and assists with road
SUMMARY maintenance forcasting by driving all roads in the City, looking for and collecting data on
deterioration and distress. This study will be fully funded by ARPA funds. Council is being
asked to approve the contract with IMS in the amount of $52,890.00.
REVIEWED BY
Trans&Infrastructure
❑ CommunitySvs/Safety ❑ Finance Comm. ❑ Planning/Economic Dev.
❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
COMMITTEE CHAIR: ARMEN PAPYAN
❑ LTAC
DATE: 05/21/24
RECOMMENDATIONS:
SPONSOR/ADMIN.
COMMITTEE
Public Works Department
Unanimous Approval; Forward to Regular Consent Agenda Meeting
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$52,890.00 $52,890.00 $0.00
Fund Source:
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
06/03/24
MTG. DATE
ATTACHMENTS
06/03/24
Informational Memorandum dated 05/17/24
ICC-IMS Services Contract
IMS Exhibit A
Minutes from Transportation and Infrastructure Committee meeting of 05/21/24
67
68
City of Tukwila
Thomas McLeod, Mayor
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Hari Ponnekanti, Public Works Director/City Engineer
BY: David Baus, Project Manager
CC: Mayor Thomas McLeod
DATE: May 17, 2024
SUBJECT: 2024 Pavement Condition Index Study
ISSUE
Approve a contract with IMS for a 2024 Pavement Condition Index Study.
BACKGROUND/DISCUSSION
To help understand and forecast road maintenance the City has a Pavement Condition
Index (PCI) study performed every 4 years. The last study was conducted in 2020. The
study is made up from data collected by a van driving all roads in the City looking for
signs of deterioration and distress such as cracking, rutting, surface wear, humps,
bumps, and sags. Deliverables from this study will include: a report summarizing the
findings of the pavement condition survey, client review spreadsheet with inventory,
charts and graphs, and an Esri geodatabase points compatible with the City's existing
GIS system.
Financial Impact
This award has been confirmed as an eligible expense and will be fully funded by
American Rescue Plan Act (ARPA) funds.
PCI Study
Cost
$52,890.00
ARPA Funding
$52,890.00
RECOMMENDATION
Council is being asked to approve the contract with IMS in the amount of $52,890.00 and
consider this item on the Consent Agenda at the June 3, 2024, Council Meeting.
ATTACHMENTS:
ICC-IMS Services Contract
IMS Exhibit A
69
70
IMS
an ICC Company
International Cybernetics Company, LP
IMS Infrastructure Management Services
10630 75a Street North, Largo, FL 33777
Phone: (7271547-0696www.imsanal siscom
CONTRACT AGREEMENT
THIS CONTRACT AGREEMENT ("Contract") is entered into on the day of , by and between:
International Cybernetics Company, LP (ICC) d/b/a Infrastructure Management Services ("Consultant")
with its principal office at 10630 75th Street North, Largo, FL 33777, Phone: 727-547-0696 and
City of Tukwila, Washington with its principal offices at 6200 Southcenter Blvd, Tukwila, WA 98188
Phone: (206) 433-1800 ("Client"). Consultant and Client may hereinafter be referred to collectively as
the "Parties."
RECITALS
WHEREAS, Consultant agrees to fulfill and perform the work as set forth under Scope of Work above,
and Client agrees to fulfill its obligations including providing information required for project setup and
compensating the Consultant as set forth under Pricing above;
NOW, THEREFORE, the Parties hereto, intending to be legally bound, do hereby agree that the Scope of
Work and Pricing above accurately reflect the work to be performed and the price to be paid, and
The Parties accept the standard Terms and Conditions of sale as described in the attached, below, and
The Parties agree that any modifications to the Scope of Work or Pricing will be agreed to in writing and
explicitly acknowledged by both Parties in order to be binding, and
The Parties agree that any Agency, current or future, within the same state shall be allowed to
participate in this agreement during the life of the contract, even if it is not listed amongst the
solicitation participants. While this clause in no way commits an Agency to purchase from Agency's
awarded contractor, nor does it guarantee any additional orders will result, it does allow Agencies, at
their discretion, to make use of Agency's competitive process (provided said process satisfies their own
procurement guidelines) and purchase directly from the awarded contractor. All purchases made by
other Agencies shall be understood to be transactions between that Agency and the awarded vendor;
the Agency shall not be responsible for any such purchases.
IN WITNESS WHEREOF, this Contract is entered into as of the day and year written above. The Client
and Consultant hereby represent and warrant to each other that each of the signers below have the
right, power, legal capacity, and authority to enter into and bind the corresponding organization to
perform its obligations under this Contract, and that the signature and execution of this Contract has
been duly authorized.
Reference Exhibit A for scope of work and fees, a total of $52, 890.00
International Cybernetics Company, LP City of Tukwila, Washington
d/b/a IMS Infrastructure Management Services
Date: Date:
By: By:
Printed Name: Michael Nieminen Printed Name:
Title: CEO Title:
1 of 1
71
Tukwila, Washington
Tukwila -WA [2024 LCMS>ESA] 23-10-03234
Standard Terms and Conditions of Sale
OpdatedOctober 23, 2023
DEFINITIONS
a. In these Terms and Conditions of Sale. "Seller" means International Cybernetics
Company, LP and IMS Infrastructure Management Services, LP; and
b. "Buyer" means the person, firm, organization, or corporation by whom the purchase
order is given.
c. "Products" means equipment, parts, and software sold by Seller.
d. "Services" means data collection, processing, analysis, consulting, training, and similar
activities performed by Seller for the Buyer.
2. THE CONTRACT
a. All purchase orders must be received in writing and are accepted subject to these
Terms and Conditions of Sale. No terms or conditions put forward by Buyer and no
representations, warranties, guarantees ar other statements not contained in Seller's
quotation or Acknowledgement of Order nor otherwise expressly agreed in writing by
Seller shall be binding on Seller.
b. The Contract shall become effective only upon the date of acceptance of Buyer's order.
For Services, such acceptance will be by a mutually executed contract, task order,
notice to proceed, and all necessary Buyer -provided deliverables to allow the Seller to
perform on contract, such as road network definition (GIS), analysis parameters, etc., or
upon the date of fulfilment of all conditions stipulated in the Contract (the "Effective
Date").
c. No alteration or variation to the Contract shall apply unless agreed in writing by both
parties. However, Seller reserves the right to effect minor modifications and/or
improvements to the final deliverables of services before delivery provided that the
performance of the services is not adversely affected.
d. The Buyer, having taken full note of the characteristics of the products and services sold
by Seller, particularly an the basis of the indications provided in documentation,
catalogues and, where applicable, during presentations given by Seller, has satisfied
itself as to the suitability of the products and services for its own needs. Where it has
not contacted Seller for any additional details prior to the acceptance of the order, the
Buyer acknowledges that it has been adequately informed.
3. VALIDITY OF QUOTATION AND PRICES
a. Unless previously withdrawn, Seller's quotation is open for acceptance within the period
stated therein or, when no period is so stated, within sixty (GO) days after its date.
b. Prices are firm for delivery within the period stated in Seller's quotation and are
exclusive of (i) Sales Tax and (ii) any similar and other taxes, duties, levies or other like
charges arising outside the State of Florida in connection with the performance of the
Contract.
4. PAYMENT
a. Payment shall be made according to the Seller's standard payment terms, unless
defined otherwise in the Contract. Standard payment terms for Services are monthly
progress payments based on services rendered during the month at the unit prices
defined in the Contract. Invoices for Services will be dated on or before the last day of
each month.
b. Payment shall be made: (i) in full without set-off, counterclaim ar withholding of any kind
(save where and to the extent that this cannot by law be excluded); and (ii) in the
currency of Seller's order confirmation within thirty days of date of invoice unless
otherwise specified by Seller's Finance Department.
c. Without prejudice to Seller's other rights, Seller reserves the right to: (i) charge
interest on any overdue sums at I% per month during the period of delay; (ii) suspend
performance of the Contract (including withholding shipment) in the event that Buyer
fails or in Seller's reasonable opinion it appears that Buyer is likely to fail to make
payment when due under the Contract or any other contract; and (iii) at any time
require such reasonable security for payment as Seller may deem reasonable.
5. DELIVERY PERIOD
a. Unless otherwise stated in Seller's order confirmation, all periods stated far delivery ar
completion are measured from the Effective Date and are to be treated as estimates
only not involving any contractual obligations ar liability.
b. Delivery of Services within the estimated timeframe depends upon the Seller's existing
project commitments, fleet schedule, resource availability, access to the roads to be
collected, and good weather (dry roads, temperatures above freezing). Any delays due
to these variables may affect the delivery/completion period but shall not affect the
Contract Price.
c. Assumes assets to be collected are in the public right-of-way and unobscured from the
line -of -sight of the data collection vehicle's cameras (ex: no significant vegetation or
overgrowth, damaged, or vehicle obstruction). On two lane roads the 360-
degree camera will capture assets in the direction of travel, and the 360-
degree camera will capture the assets in the opposite direction. Therefore, only one
pass will be required on these streets. Streets with more than two lanes may
require additional passes depending an the number of lanes ar division of lanes by
median island.
d. If Seller is delayed in or prevented from performing any of its obligations under the
Contract due to the acts or omissions of Buyer or its agents (including but not limited to
failure to provide specifications, working drawings, road network definition (GIS),
analysis parameters, and/or such other information as Seller reasonably requires to
proceed expeditiously with its obligations under the Contract), the delivery/completion
period and the Contract Price shall bath be adjusted accordingly.
e. If delivery of Services is delayed due to any act or omission of Buyer, having been
notified that Seller is awaiting the completion of Buyer's obligations, Seller shall be
entitled to place the project on hold and cease further work an the project until such
time that the obligations are met. Upon placing the project on hold, the Seller shall be
entitled to invoice Buyer for all work completed to date including for partially -completed
data collection, processing, or analysis and for undelivered data.
G. FORCE MAJEURE
a. Force Majeure of any kind, unforeseeable production, traffic or shipping disturbances,
war, acts of terrorism, fire, floods, unforeseeable shortages of labor, utilities or raw
materials and supplies, strikes, lockouts, pandemics, acts of government, restrictions on
travel, and any other hindrances beyond the control of the party obliged to perform
which diminish, delay or prevent production, shipment, acceptance or use of the
performed services/provided data, ar make it an unreasonable proposition, shall relieve
the party from its obligation to supply or reasonably accept, as the case may be, as long
as and to the extent that the hindrance prevails.
b. If, as a result of the hindrance, supply and/or acceptance is delayed by more than eight
weeks, either party shall have the right to cancel the contract. Should the Seller's
suppliers fail to supply him in whole ar in part, the Seller shall not be under obligation to
purchase from other sources. In such cases, the Seller shall have the right to distribute
the available quantities among his customers as Seller deems fit.
C. If, as a results of the hindrance, planned in -person or on -site visits by Seller staff for
assembly, installation, implementation, training, or meetings are prevented or become
impractical, Seller shall be relieved from such contract requirements. Seller shall make
all reasonable efforts to complete assembly and installation at another suitable location
provided the Buyer supplies any prerequisite equipment or material at such alternate
location. Seller shall also provide any implementation or training services, and attend
meetings, virtually or online to the maximum extent possible to satisfy the intent of the
contract.
7. SOFTWARE
a. Any published computer program, regardless of its farm and the way in which it is
provided to the Buyer, is protected by intellectual property rights owned by Seller. The
Buyer benefits from a personal, non-exclusive, non -transferable usage and/or
consultation right for its own needs, in accordance with the terms set out in the
corresponding license. The usage right is conditional on the compliance with the terms
appearing an the Buyer End User License Agreement (EULA). It is the responsibility of
the Buyer to make itself fully aware of its rights and obligations referred to in the EULA
and to comply with them. In the event of the blockage ar disabling of the software as a
72
10630 75th Street North 0 Largo, FL 33777 0 , +1 (727) 547-0696 0 www.internationalcybernetics.com
i of iii
Tukwila, Washington
Tukwila -WA [2024 LCMS>ESA] 23-10-03234
result of user non-compliance with the rights acquired, Seller will send to the Buyer, on
request by the latter, a commercial proposal to enable it to regularize its licensing
rights, either by acquiring rights for additional users or far the number of simultaneous
connections required for the usage of the software. The database and software licenses
from third -party publishers, such as Microsoft, Pavemetrics, FLIR, or others, supplied
where applicable by Seller to the Buyer under the terms of the order concerned, must
only be used by the Buyer strictly within the framework of the utilization of the Seller
software packages and the license contracts from the respective publishers of the
software concerned (see in particular www.microsoft.com for SOL Server, etc.). The use
of these databases and/or technologies is intended for the exclusive use of the
associated Seller software applications.
b. The Buyer shall be solely responsible for the implementation of any necessary
procedures and measures intended to protect and to back-up its data and to prevent
any virus or IT intrusions. It will be responsible for using appropriate media and back-up
tools, or regularly checking them and carrying out frequent back-up operations
appropriate to its activities. Prior to any software updates or technical intervention by
Seller, the Buyer undertakes to carry out a back-up of all its data and databases.
c. Any software will be put into service by Seller as part of a service provided for in the
Buyer's order. The installation of the software can only be carried out if the IT
equipment, operating systems, and network supplied by the Buyer (i) possess
characteristics in conformity with the recommendations issued by Seller; (ii) configured
in accordance with the standards published by Seller; (iii) operate normally at the time
of the installation and are free of any viruses or pirated software. The Buyer shall have
sole responsibility for any partial or total damage or loss of information, and for the
costs incurred by the repairs in the event of a breakdown or other incident. Any
intervention made impossible once the Seller is in the Buyer's premises, as a result of
the non-compliance of one or more of these items with the characteristics referred to
above, shall nevertheless be invoiced at the quoted prices and due to be paid in full by
the Buyer. Additional visits or interventions required will incur additional fees.
d. In the event that the Buyer wants a Seller software package to load data from another
application or database (a third -party program or data source, etc.), Seller will proceed
with the transfer of the data based on a prior order from the Buyer for the
corresponding service. The responsibility of Seller shall be limited to the receipt of the
Buyer's data, as Seller cannot be responsible for verifying the accuracy, quality, or
fitness for purpose of the data or far guaranteeing that the data can be imported
correctly or completely. The Buyer, having sole knowledge of its data, shall be obliged to
verify, after completion of the data migration into the Seller packages, that it conforms
to its expectations; it shall have a maximum deadline of 15 days following their receipt, to
notify Seller in writing of any errors or omissions noted during its verification. The
processing of any requests for modifications by the Buyer notified to Seller beyond this
deadline will only be able to be carried out under the terms of a new order from the
Client.
e. In order to benefit from upgrades and enhancements to the software that may be made
by Seller, the Buyer must pay annual license fees for the software (maintenance
contract). In this regard, there will be no obligation on Seller to adapt its software in
such a way as to allow the utilization by the Buyer of systems, equipment or
consumables supplied by a third party and/or non-compliance with Buyer's
specifications. The provision of the updated versions of the software packages in
application of the contract subscribed by the Buyer shall be carried out online. It is the
responsibility of the Buyer to take note of the rights and obligations referred to in the
contract corresponding to the service(s) subscribed for and to comply therewith.
f. The Client shall benefit from technical support for the software packages via the paid
annual license fees. Training, consulting, and assistance in the appropriate utilization of
the software shall be paid separately by means of an appropriate order for Services. It
is the responsibility of the Client to take note of the rights and obligations referred to in
the maintenance and service contracts and to comply therewith.
Except in cases where Seller is expressly subject to an obligation to perform, in view of
standard practices within its profession, Seller, which undertakes to take all possible
care with the execution of its obligations, is subject to an obligation of resources. The
products and services acquired from Seller will be used solely under the direction,
g•
control and responsibility of the Buyer. Seller cannot be held liable for the consequences
of abnormal utilization, inadequate setup or misconfiguration, poor performance on
Buyer -supplied hardware, or any delay that is not the responsibility of Seller. The Buyer
is informed that Seller shall not be liable for the quality, availability, and reliability of
telecommunications networks, regardless of their nature, in the event of the transport
of data or access to the internet. Each party shall only be liable to the other for direct
losses that it has suffered as a result of any contractual failing by the other in meeting
its obligations arising from the order issued. Neither party shall be obliged to
compensate the other for any indirect losses, including in particular loss of income, loss
of sales revenues or opportunity costs, whether the latter were foreseeable or not. In
any event, the total liability of the Seller shall be limited to the value of the applicable
Products and Services paid for on the date of any action seeking its liability.
B. NON -SOLICITATION
a. During execution of this contract and for a period of two (2) years following the Delivery
Date, the Buyer will not, directly or indirectly, whether through an owner, partner,
shareholder, consultant, agent, employee, co -venturer or otherwise, or through any
other "person" (which, for purposes of this subsection, shall mean an individual, a
corporation, a partnership, an association, a joint-stock company, a trust, any
unincorporated organization, or a government or political subdivision thereof), hire or
attempt to hire any active employee or contractor of the Seller or any affiliate of the
Seller, assist in such hiring by any other person, or encourage any such employee to
terminate his relationship with the Seller or any affiliate of the Seller.
9. LIMITATION OF LIABILITY
a. Supplier's maximum aggregate liability for any and all losses, liabilities, expenses
(including legal expenses), damages, claims or actions incurred under or in connection
with a specific order or a particular blanket order issued, arising in or by virtue of
breach of contract, tort (including negligence), misrepresentation, breach of statutory
duty, strict liability, infringement of intellectual property rights or otherwise, shall in no
circumstances exceed a sum equal to the total price of the order in question.
10. STATUTORY AND OTHER REGULATIONS
a. If Seller's obligations under the Contract shall be increased or reduced by reason of the
making or amendment after the date of Seller's quotation of any law or any order,
regulation or bylaw having the force of law that shall affect the performance of Seller's
obligations under the Contract, the Contract Price and delivery period shall be adjusted
accordingly and/or performance of the Contract suspended or terminated, as
appropriate.
II. COMPLIANCE WITH LAWS
a. Buyer agrees that all applicable import, export control and sanctions laws, regulations,
orders and requirements, as they may be amended from time to time, including without
limitation those of the United States, Canada, the European Union and the jurisdictions in
which Seller and Buyer are established or from which items may be supplied, and the
requirements of any licenses, authorizations, general licenses or license exceptions
relating thereto will apply to its receipt and use of services provided.
b. Buyer agrees furthermore that it shall not engage in any activity that would expose the
Seller to a risk of penalties under laws and regulations of any relevant jurisdiction
prohibiting improper payments, including but not limited to bribes, to officials of any
government or of any agency, instrumentality or political subdivision thereof, to political
parties or political party officials or candidates for public office, or to any employee of
any customer or supplier. Buyer agrees to comply with all appropriate legal, ethical and
compliance requirements.
12. DEFAULT, INSOLVENCY AND CANCELLATION
a. Seller shall be entitled, without prejudice to any other rights it may have, to cancel the
Contract forthwith, wholly or partly, by notice in writing to Buyer, if (i) Buyer is in default
of any of its obligations under the Contract and fails, within 30 (thirty) days of the date
of Seller's notification in writing of the existence of the default, either to rectify such
default if it is reasonably capable of being rectified within such period or, if the default is
not reasonably capable of being rectified within such period, to take action to remedy
10630 75th Street North 0 Largo, FL 33777 0 , +1 (727) 547-0696 0 www.internationalcybernetics.com
73 ii of iii
Tukwila, Washington
Tukwila -WA [2024 LCMS>ESA] 23-10-03234
the default or (ii) an the occurrence of an Insolvency Event in relation to Buyer. In the
event of cancellation, Buyer shall be responsible for all payments to the Seller for any
deliveries completed and milestones met up to the date of termination.
b. Buyer shall be entitled, without prejudice to any other rights it may have, to cancel the
Contract forthwith, wholly or partly, by notice in writing to Seller, if (i) Seller is in default
of any of its obligations under the Contract and fails, within 30 (thirty) days of the date
of Buyer's notification in writing of the existence of the default, either to rectify such
default if it is reasonably capable of being rectified within such period or, if the default is
not reasonably capable of being rectified within such period, to take action to remedy
the default or (ii) an the occurrence of an Insolvency Event in relation to Seller. In the
event of cancellation, Buyer shall be responsible for all payments to the Seller for any
deliveries completed and milestones met up to the date of termination.
c. "Insolvency Event" in relation to Buyer means any of the following: (i) a meeting of
creditors of Buyer being held or an arrangement or composition with or for the benefit
of its creditors being proposed by or in relation to Buyer: (ii) a charge holder, receiver,
administrative receiver or similar person taking possession of or being appointed over
or any distress, execution or other process being levied or enforced (and not being
discharged within seven days) on the whole or a material part of the assets of Buyer;
(iii) Buyer ceasing to carry on business or being unable to pay its debts; (iv) Buyer or its
directors or the holder of a qualifying floating charge giving notice of their intention to
appoint, or making an application to the court for the appointment of , an administrator;
(v) a petition being presented (and not being discharged within 28 days) or a resolution
being passed or an order being made for the administration or the winding -up,
bankruptcy or dissolution of Buyer; or (vi) the happening in relation to Buyer of an event
analogous to any of the above in any jurisdiction in which it is incorporated or resident
or in which it carries on business or has assets. Seller shall be entitled to recover from
Buyer or Buyer's representative all costs and damages incurred by Seller as a result of
such cancellation, including a reasonable allowance for overheads and profit (including
but not limited to loss of prospective profits and overheads).
13. DATA RETENTION
a. This section defines the Seller's data retention policy for Services projects. The data
collected by the IrisPRO Pave takes up over 6 GB per mile (Raw) and 3 GB per mile
(Processed). Data storage costs are significant for this volume of data. Therefore, Seller
has implemented a data retention policy to clarify its standard operating procedure.
b. Definitions
c. "Raw data" - Sensor data collected by the collection vehicle that is saved in proprietary
formats and cannot be used directly. This includes .drive files, PGR files, and FIS files.
d. "Processed data" - Data that has been transformed into usable formats by the Connect
software. This includes CSV, XLSX, SHP, GGB, and JPG files.
e. "Data Acceptance" — Buyer acceptance of delivered data and confirmation that
deliverables meet the project requirements.
Policy
Seller will provide a quotation for hosting of any collected data for any duration upon
request.
h. Seller will retain Raw data far 3 months beyond Data Acceptance, unless the client
confirms in writing that Seller should store the data longer and confirms that client will
pay far the additional hosting costs. Beyond this time, Seller may delete the Raw data
without further notice. After the Raw data has been deleted, reprocessing of the sensor
data will not be possible. For example, crack detection cannot be run with different
settings, and new image views cannot be extracted from the Ladybug camera.
i. Seller will retain Processed data for 15 months beyond Data Acceptance, unless the
client confirms in writing that Seller should store the data longer and confirms that
client will pay for the additional hosting costs. This timeframe allows Seller to perform
year-to-year analysis and comparisons provided that the same roads are collected
annually. Beyond this time, Seller may delete the Processed data without further notice.
After the Processed data has been deleted, year-to-year analysis and comparisons will
be limited to data review only.
f.
9.
14. MISCELLANEOUS
a. No waiver by either party with respect to any breach ar default ar of any right or
remedy and no course of dealing, shall be deemed to constitute a continuing waiver of
any other breach ar default or of any other right ar remedy, unless such waiver be
expressed in writing and signed by the party to be bound.
b. If any clause, sub -clause or other provision of the Contract is invalid under any statute
or rule of law, such provision, to that extent only, shall be deemed to be omitted without
affecting the validity of the remainder of the Contract.
c. Buyer shall not be entitled to assign its rights ar obligations hereunder without the prior
written consent of Seller.
d. Seller enters into the Contract as principal. Buyer agrees to look only to Seller for due
performance of the Contract.
15. WARRANTY
a. Seller warrants to Buyer that it will perform the services in a manner consistent with
that level of care and skill ordinarily exercised by members of the profession currently
practicing under similar conditions in the same locale. Seller makes no other warranties
or guarantees, expressed or implied, relating to Seller's services or software provided
by Itself or others, and consultant disclaims any implied warranties or warranties
Imposed by law, including warranties of merchantability and fitness for a particular
purpose.
h. REMOVED
c. The Contract shall in all respects be construed in accordance with the laws of the State
of Washington. All disputes arising out of the Contract shall be subject to the exclusive
jurisdiction of the courts of the State of Washington and King County of WA.
d. The headings to the Clauses and paragraphs of the Contract are far guidance only and
shall not affect the interpretation thereof.
e. All notices and claims in connection with the Contract must be delivered in writing.
f. Unless mentioned to the contrary in writing, the Buyer authorizes Seller to cite its name
in its business references, wehsites, and social media.
g. The agreement term shall he one (I) year commencing on the Effective Date. The
agreement may he extended for additional consecutive terms, not to exceed a total
of five (5) years, subject to appropriations and the mutual agreement of Consultant
and the Client.
16. INSURANCE
a. Consultant shall maintain liability insurance in the following minimum limits:
• Comprehensive General Liability Insurance (bodily injury and property damage)
• Combined Single Limit Per Occurrence $1,000,000
• General Aggregate $ 2,000,000*
• Commercial General Liability Insurance
(bodily injury and property damage)
• General limit per occurrence $ 1,000,000
• General limit project specific aggregate $ 2,000,000
• Automobile Liability Insurance
• $ 1,000,000
• Workers' Compensation at statutory limits
* General aggregate per year, or part thereof, with respect to losses or other acts or
omissions of Consultant under this Agreement.
74
10630 75th Street North 0 Largo, FL 33777 0 •) +1 (727) 547-0696 0 www.internationalcybernetics.com
iii of iii
City of Tukwila
IMS Pavement Management Program Update
EXHIBIT 'A'
IMS
an ICC Company
Quote for Professional Services
Pavement Management Program Update
David Baus I Project Manager
City of Tukwila, Washington
May 2, 2024
International Cybernetics Company, LP dba
IMS Infrastructure Management Services
Jim Tourek, Client Services Manager
imsanalysis.com
75
City of Tukwila
Pavement Management Services
IM-
nICCConpny
IMS Today and Pavement Management Services Offered
IMS Infrastructure Management Services, LP is pleased to submit a quotation to update the City's
pavement management program. IMS is an industry leader with 38 years of pavement and asset
management experience. Since our founding in 1985, we have provided similar services to more than
1,000 municipalities across the United States. Collectively, the IMS engineering team brings more than
350 years of pavement and asset management experience to the table.
IMS brings significant regional
experience and expertise to meet the
City's pavement condition
assessment, right-of-way asset, and
software integration. As we
understand from the 2020 project,
the City of Tukwila currently
maintains approximately 90
centerline miles of roadway. IMS has
performed objective pavement data
collection for similar agencies such as
Arlington, Auburn, Bainbridge Island,
Bellevue, Bellingham, Bonney Lake,
Bremerton, Des Moines, Edmonds,
Federal Way, Federal Way Link
Extension, Issaquah, Kitsap County,
Longview, Lynnwood, Marysville, Mason County, Mill Creek, Mercer Island, Pasco, Port Orchard, SeaTac,
Seattle, Snohomish County, Spokane Valley, Tacoma, Tukwila, University Place, Yakima, Yakima County,
and more in Washington. To ensure adequate coverage across the network the Road Surface Tester
(RST) typically surveys the arterial and collector roadways in each direction while testing the residential
roadways in a single direction, but for the revised quote we're proposing all paved roads surveyed in
both directions, for a survey mileage of an IMS estimated 180 miles survey miles. The RST is equipped
with a Laser Crack Measuring System 2 (LCMS-2) that is the most technologically advanced data
collection equipment available in the industry.
In addition to our recent experience in the area, it is worth noting that the IMS team has grown
significantly since 2019, both in staffing and equipment. In 2021, we appointed a new Principal Engineer
and President, Kurt Keifer, PhD, PE. Kurt (based in Austin, TX) brings over 20 years of experience to
projects, and his background is at the core of the industry, with experience working for the US Army
Corps of Engineers and developing the ASTM D6433 protocols.
We have added six pavement engineers and nine GIS analysts to our team along with five state-of-
the-art Road Surface Testers (RST) equipped with the latest 3D Laser Crack Measurement System
(LCMS-2) technology. We have also added Fast Falling Weight Deflectometer (FastFWD) pavement
structural testing equipment along with mobile Lidar technology for asset inventories and ADA
sidewalk and ramp compliance surveys. The combination of our larger technical team and fleet of
testing equipment provides IMS with greater capacity and redundancy for completing larger projects in
a timelier manner.
Members of the IMS Engineering, Technical and Sales Teams at our December
2022 in-service meeting week.
We are confident that IMS will be the ideal partner to ensure that the City achieves its project goals,
given our past successful work with the City, our significant regional experience, and our possession of
the largest fleet of advanced pavement data collection systems in the United States.
76
IMS Infrastructure Management Services, LP 1
City of Tukwila
Pavement Management Services
IMS
an ICC Company
Project Overview
Scope of Work
The IMS project approach for pavement condition and asset inventory projects typically follows the
seven steps shown in the graphic below. In this section, we detail the specific tasks and milestones that
will be required for the successful completion of this project.
1. Project
Kickoff
707
07
0:61)
2. GIS
3. Data
Collection
(�<,>Ls
4. Data
Processing
5. Data
Analysis &
Reporting
LI El
6. Other
Tasks
—
o-
7. Project
Completion
IMS assigns seasoned pavement engineers as the project managers for all our projects. We believe it is
imperative that the project manager have the requisite technical and domain knowledge — as well as
practical project management experience — to lead the team. Our project management process is based
on thorough planning, proactive management of schedules, and constant communication. The result of
effective project management is higher quality with respect to project deliverables and satisfied
stakeholders.
Kickoff Meeting
IMS has standardized a project approach based upon our 38 years of pavement management experience
and the subsequent lessons learned after performing hundreds of projects. Detailed conversations with
our clients allow us to tailor a solution to the specific needs of an individual municipality.
A prerequisite for a successful project is an initial project meeting with the City team members and the
IMS team. This early communication is critical to ensuring that we are fully aligned with the City's overall
vision for this project as well as the specific data needs for the City. Through this project initiation
process, we will prepare the project plan for overall implementation. The plan includes:
• Contacts and stakeholders
• Measurable tasks and milestones
• Project approach and specific data collection methods
• Allocation of resources, including personnel and equipment
• Deliverables and schedule
• Performance and schedule risks
IMS Infrastructure Management Services, LP 2
77
City of Tukwila
Pavement Management Services
IMS
an ICC Company
We will ensure that the plan remains current with any further data needs. Our Project Initiation Form
and GIS Setup Form are part of our process, where the outcome will include a final project plan and an
approved schedule in collaboration with the City's staff and stakeholders. This plan is established before
any data collection begins. Project requirements are incorporated in the two project success documents.
The project success documents ensure transparency and act as a reference point to ensure all
stakeholders are accounted for and involved.
GIS Survey Mapping
Our data collection plan relies on a complete and up to date GIS street centerline. Shortly after the kick-
off, our Esri GIS experts will review and update the City's street centerline data to ensure there is an
accurate inventory of streets to be surveyed. City review of the centerline data is a critical path activity
to ensure timely and accurate data collection. Once the inventory is confirmed by the City, the IMS team
will prepare the GIS maps that guide field data collection.
IMS will produce survey maps to clearly indicate where our equipment will travel to collect data. While
we would expect the City's GIS environment to be highly accurate, we find it valuable to ensure that we
are aware of exactly which roads are included in the project and that we discuss how to proceed with
roads, such as private roads that should not be collected. Any questions regarding the roadway network
will be resolved prior to data collection. IMS will also confirm the linkage of the road segmentation to
the City database and GIS, using the customer defined existing road segments.
Quality Management Plan (QMP)
Based on discussions with the City during the project
initiation and kickoff meetings, IMS will develop a project -
specific version of our standard QMP for this project. The
plan will address the following:
Phase 1. Project Planning — Before Data Collection
• Project team and schedule
• Equipment calibration and control sites
• Rater calibration
Phase 2. Project Execution — During Collection &
Processing
• Fast -tracked data collection, processing, and
reporting
• Production data collection and processing
• Routine equipment inspection and calibration
Phase 3. Data Delivery — Post Data Processing
• City acceptance and corrective action procedures
• Final data review
• Database delivery and technical memo
IMS
Quality Management Plan (QMP}
In -the -field and in -the -office processes and procedures
p embff. au
IMS Infrastructure Management Services, L.
a, eu.KyreeeRoad. se:te101
,11,A, Amp,. 852R4
Phu�r )s80) tl34-434)
IMS' standard Quality Management Plan (QMP)
document that is customized for each project.
New to the IMS Project Workflow: Our engineering team has worked extensively to improve the Al and
data processing algorithms of the LCMS-2 technology. This has resulted in more repeatability, improved
automation (quality and speed), and better data. Our stated goals are to continuously improve and build
upon the tools at our disposal to deliver the best data to our clients.
IMS Infrastructure Management Services, LP
78
3
City of Tukwila
Pavement Management Services
IM-
nICCConpny
Pavement Condition Survey
Our two -person field crews will collect both outward facing and downward facing pavement imagery,
using one of our RSTs equipped with LCMS-2 3D pavement imaging technology. Pavement surface
distresses including load cracking, block cracking, rutting, raveling, reflective cracking, loss of section,
bleeding, edge distress, and patched areas as well as right-of-way imagery will be collected on a
segment -by -segment basis, with each distress being captured by type, extent, and severity. The data
and imagery that is collected is then linked to the City's existing GIS data.
The LCMS-2 system is the highest resolution 3D pavement scanning technology available. Each LCMS-2
system relies on two downward -facing, high -resolution 3D cameras. Combined, the two 3D cameras
capture continuous downward imagery for more than a standard lane width. The cameras are coupled
with downward -facing lasers that provide constant and consistent illumination of the pavement surface
regardless of ambient lighting conditions. The impacts of shadows from trees, buildings, or simply
overcast sky conditions are eliminated by the laser illumination.
Right -of Way (POW}
Fm ge y
High resolution, 3MO-
cameras
Safety Lighting
Front and track racing
I]CShirl IilFlt3 erkStirr
high Visibility.
GPS Positioning
PS with 1nLeqIDLdd
FM4, sub motor
positional accuracy
Pavement Distress
Imaging
(CMS-2, continuous
3D Imaging, lmol
resatution
.immisst lap
k
LIr a+ Pi:#ancc
Positioning
DMI for precis e
linear distar.c
rr' osts urenienl
Texture
Continuous
wurruca ivxturc`
n e0s irerr ants
IMS Road Surface Tester (RST) equipped with Laser Crack Measurement System (LCMS-2)
(Note: IMS has five RST LCMS-2 equipped systems dedicated to municipal pavement management.)
Rutting
Continuous rulr-
lane -width rutting
m8C3u rcrfl r is
Roughness
gntirluout right
arra !aft wheel
path rough Hess
rriGtrIprbr6arat
The 3D cameras can detect one -millimeter -wide cracks and full -lane -width rutting, as required by ASTM
D6433, on the pavement surface at speeds up to 65 mph. Due to the versatility of the LCMS-2
technology, the automated pavement condition survey will be performed at posted speeds, and traffic
control will not be necessary for the data collection effort. Pavement data collection and imagery
surveys are expected to progress at a rate of between 35 and 50 miles per day for the City.
IMS Infrastructure Management Services, LP 4
79
City of Tukwila
Pavement Management Services
IM-
nICCConpny
The IMS team then processes the collected data using a combination of advanced analytical tools and
rigorous, manual QC/QA performed by IMS' certified Pavement Condition Index (PCI) raters to
determine accurate and repeatable PCI values for each roadway segment. Furthermore, we deliver our
PCI ratings and supporting data (distress information, rutting, and
IRI values) in both spreadsheet and GIS formats for easy review.
The data that we provide may be used immediately for decision
making or be imported into any pavement management system.
Any distresses that are not captured by the automated LCMS-2
system will be captured by our trained in -vehicle distress raters.
The automated data is supplemented by information collected by
the second crew person in the van using a mobile mapping solution
known as NOMAD'. The NOMADTM file format is part of IMS'
unique approach to pavement condition surveys. The NOMADTM
files contain useful information for our field crews, including
direction routing information and one -pass versus two -pass data
collection instructions, and allow our trained field staff to capture
additional condition and inspection information that is used by our
QC/QA team to validate condition data.
During data collection, IMS implements routines that are
performed each day of data collection to ensure data consistency.
These include:
IMS' customizable touchscreen NOMAD"'
interface for entering notes and
supplemental field data.
• Equipment is calibrated, and daily reports are completed.
• All sensors are continually monitored to ensure they are receiving data within specification.
• The Crew Chief and operator manually monitor the HD digital images, GPS, distress recorder,
roughness measurements, and rutting data.
• Each street is noted on the inventory and map, as well as through GPS and assignment of the
RST van number.
• Production is tracked and records of coverage are
documented.
• A corrective action plan is followed, as necessary.
• All data is backed up and sent to the IMS main office for
processing.
ASTM D6433 Pavement Condition Evaluation
During and following the data collection effort, our team will
evaluate all collected pavement imagery and surface
measurements to arrive at Pavement Condition Index (PCI)
values. This is a six -step process that includes the following
tasks:
1. RoadlnspectTM Pavement Distress Detection — Cracks,
rutting, and other pavement distresses are
automatically detected in both the 2D and 3D pavement
images. IRI values are also calculated at this time. (Note:
The RoadlnspectTM software was developed by
Pavemetrics, the firm that manufactures the LCMS-2
technology.)
LCMS-2 cracking data in QC/QA review
stage.
IMS Infrastructure Management Services, LP
80
5
City of Tukwila
Pavement Management Services
IM-
nICCConpny
2. IMS Pavement Distress Classification — Pavement distresses detected by the RoadlnspectTM
software are then classified by type (e.g., alligator cracking, bleeding, edge cracking, etc.) and
severity (e.g., low, medium, or high) based on predefined criteria (e.g., ASTM D6433). IMS has
created a suite of custom tools that include rule -based algorithms in conjunction with artificial
intelligence to accurately classify pavement distresses.
3. IMS PCI Calculation — Pavement distress data is imported into IMS' PCI calculation software, and
PCI values are determined for each roadway segment using a scale from zero (0) to one hundred
(100) as defined in ASTM D6433.
4. IMS Quality Control (QC) —The IMS project manager then does a review of the data and works
with the QC team lead to address any issues that may be identified.
5. IMS Quality Assurance (QA) — The IMS project QA Manager independently reviews the rated
data and works with our Project Manager and QC team to correct any issues observed.
6. Client QA — The IMS Project Manager reviews the findings of the pavement condition data with
City staff before beginning any analysis activities. IMS will present the pavement condition data
in a Client Review Spreadsheet (CRS) along with maps illustrating pavement conditions for the
client to independently review.
Rutting and Roughness
IMS' LCMS-2 systems detect rutting on asphalt roadways using laser measurements of transverse
profiles that are collected continuously as the vans drive at normal traffic speed. With more than 4,000
measurement points collected per transverse profile and sub -millimeter vertical accuracy, the LCMS-2
can define transverse profiles with a high level of precision, accuracy, and repeatability.
Once all the transverse profiles are collected for a
roadway, IMS uses the Brazilian Method, which is an
industry standard method, to determine the rut area
and the deepest (or maximum) rut depth for the
profiles. These values, as well as width of rut and
color coding, can be seen in the LCMS-2 laser image
to the right. Red represents high severity rutting,
while orange represents moderate severity rutting.
The severities are determined based on maximum rut
depth thresholds that are specified in ASTM D6433.
915000
414000
913000
912000
Pavement roughness is evaluated by measuring the
accumulated difference in the vertical displacement 911000
of a road surface, independent of chassis response,
over a prescribed road length (longitudinal profile).
This roughness is typically reported via the 910000
International Roughness Index (IRI). IRI data is
calculated in real time from continuous longitudinal
profile data collected by the LCMS-2's 3D profile composite image.
device. To determine the road profile, data is
simultaneously obtained from three devices: a pulse transducer -based distance -measuring instrument
(DMI), high-speed 3D laser sensors operating at 112 MHz, and an accelerometer in compliance with
ASTM E 950. The LCMS-2 unit conforms to a Class I profiling device, and it can also "pause" over non -
valid roadway sections such as localized maintenance activities, railroad crossings, speed bumps, and
brick inlays and not affect the IRI value.
Rut area and severity levels shown on the LCMS-2
IMS Infrastructure Management Services, LP
6
81
City of Tukwila
Pavement Management Services
IM-
nICCConpny
Quality Control and Quality Assurance
IMS has developed a unique approach to pavement condition assessments by coupling manual review of
distress data with automated algorithms. This more rigorous QC/QA process ensures that the
automated distress detection and classification algorithms that we use work correctly. Our Pavement
Engineering team fully understands the capabilities and limitations of the state-of-the-art LCMS-2
technologies and sophisticated algorithms that we employ, and our QC/QA steps are extremely
important in ensuring the success of the project.
The IMS QC/QA process is comprehensive and makes use of field observations, automated data
processing tools, manual data review by our QC team, independent review by our QA manager, and
lastly, final review by the City. There are QC/QA checks at each stage of the project to ensure data
quality before the data is moved into the next steps.
Machine learning and
artificial intelligence have
made leaps and bounds in
speeding up distress
identification. And when
supplemented with trained
pavement raters, field staff,
and expert engineers, they
establish high data
confidence and integrity.
The final quality assurance
performed by City personnel
will ensure that the City has
confidence in and takes
ownership of the condition
data.
tep 1
eAmelOn.lry e.e
crk:eo j. �M,va
Tom [mot Langur
3el TVVe AeMN SflT,t d.. . • . I IC MID
wpa� mzl.mas _
LIST rt, cm, F
s.o.,..... -
re).un v.w.p�a^I Sing•11, I dC I „Rx wl.tnml: N.v
iv... ., .i Length Pd: 16TA of4Yl.1
wls.,pl. M^ II"tIliMl
rayrGrrthp 0,14. F6
w.-m-n+a
New QA Tool! IMS QC/QA interface for manually reviewing automated distress
detection and classification results.
Step 2
Step 3
Step 4
R*xhnr by IMS QC Lad Review try INS Project OM el. ilia sager QA by Ctioat Staff
ReYernrMl distresses: Excessive dIstres. Ei rIMr !WA.* Pertralpaiian
luariht+CS 4nrlf0+ fEvSritiet; vivo Random le% Random 5% clwoirihI
d I trBsies Aurgrt fl within *IQ% A[ECpt if within si{?% SaesfaF:tlao
Iylremerre sections: SurfAcc loft; 6n7emordeliverable; &at :.IMS Co Manger 1140rC: This it perjix1 d
wFdkhjle, th bocu,neprcrfwr of IS n0f dklCNY mvoMed pnor tOA lr+hng ono'
Chip sealed roads, sealed cracks, and any reilinre jssues for In crly oar alpaca of arrohes,s_
nth cr$ discussion milt the Glenn tine protect. Independent
RCI values: Value equal to IOQar4; rittee 1pf rCei iv
l haneu• .n PG.,
✓ eaf
IMS' rigorous, multi -step approach to QC/QA of pavement condition data to ensure ASTM D6433 compliant data.
The image above depicts the new QA tool developed by the IMS engineering team to assist our quality
control team review the LCMS-2 automated data and field imagery to ensure a representative product.
The flow chart below illustrates the 4-step process that has been improved and recently streamlined.
IMS Infrastructure Management Services, LP
82
7
City of Tukwila
Pavement Management Services
IMS
an ICC Company
Analysis for the 2023 Project
Once the QC/QA process has been completed, our project team will deliver a Client Review Spreadsheet
(CRS). This spreadsheet includes the pavement inventory, life -cycle cost estimates, and the familiar
graphs and charts to understand the health of the network. This information will provide quality data,
based on sound engineering principles, and realistic budgets for the City staff to utilize in their project
selections and internal analyses.
Once the City reviews the PCI data, the Project Manager will set up a meeting with City staff to discuss
the analysis requirements and identify additional budget scenarios to prepare. At a minimum, the
following pavement management scenarios have been recommended, based on the simplified approach
to this project:
• Annual funding required to maintain existing pavement conditions.
• Funding required to maintain an average PCI of 65 over the next 5 years.
• Funding allocation for asphalt overlay and/or surface treatments to maintain an average PCI of
70 over the next 5 years.
• PCI for the network if current funding levels remain the same for the next 5 years.
• Recommended pavement strategies for the various budget scenarios investigated.
We look forward to collaborating with the City staff to ensure that the pavement management program
addresses the needs and priorities of the stakeholders involved. If the City has requested utilizing the
Easy Street Analysis (ESA) Excel spreadsheet, similar to what IMS delivered for the City of Tukwila from
2020 (see graph, below) has used for the past several years. As with most recent projects, we plan to
run budget scenarios and develop paving projects with our streamlined approach utilizing the
referenced IMS solution.
80
c
8
70
g0
a 65
50
City of Tukwila, WA
Five Year Post Rehab PCI Versus Annual Budget
Analysis Start O.te. 171/2021 M.Ire. Period 2021to 2025
- Maintain Current Backlog: Final PCI = 63, Backlog = 1%, Annual Budget= $6430k/Yr
— — Recommended Budget: Final PCI = 75, Backlog = 3%, Annual Budget=54425k4Yr
P I
- Backlog Control Budget: PC 67, Backlog = 5%, Annual Budget =$.2g0014Yr Q.e
- Steady State PCI: Final PCI = 66, Backlog = 6%, Annual Budget = $2420I Yr
— PCI Control Budget: PCI = 60, Backlog = 11%, Annual Budget= $1220k/Yr 1 1
—Tukwila Budget: PCI = 59, Backlog = 12%, Annual Budget = $1050k/Yr 1 1
1 1
I 1
Current PCI =65.6 (2020)
Control PCI= 60
Tukwila has a Backlog controlled network
1 1
1 1
1 1
1 1
1,000 2,000 3,000 4,000
Annual Budget Each Year for Five Years ($1,000/Yr)
5,000 6,000 7,000
IMS Infrastructure Management Services, LP
8
83
City of Tukwila
Pavement Management Services
IMS
an ICC Company
Capacity to Perform Work
IMS employs 49 full-time staff, including 8 pavement engineers — five of whom hold PhD degrees in
pavement engineering, 10 GIS analysts and technicians, nine independently, OCTA certified ASTM D6433
pavement raters, and 15 trained and experienced field technicians. Together, we complete over 100
pavement and asset management projects annually. We stand second to none in our ability to establish
cost-effective pavement management programs for large and small agencies alike, and our team has
earned a reputation for excellence over the course of thousands of projects for municipal clients across
the United States. Our multi -disciplinary team, led by pavement engineers, has the experience and
expertise to assist our clients with full -service pavement and asset management services, software
needs assessments, and custom implementations.
Key personnel identified for the project will be assigned to the City for the duration of the project. Our
team is accustomed to working on multiple projects at a time, and we adjust resources on a routine
basis to ensure that we have the staff and equipment required to meet project milestones.
Proposed Project Schedule
This is a representation of our proposed schedule for the 2023 City of Tukwila project, which reflects our
improved project workflow. The field surveys are expected to progress at 35 miles per day, and account
for an estimated 1 week of testing.
Proposed 8-Month Schedule
Assumes a NTP is issued June 3rd, 2024 — Data Collection is Weather Dependent
Task
Description
Estimated Milestone
1
Executed Agreement/NTP
If by early June 2024
2
GIS Acquisition and Validation
June 2024
3
Kick-off with Review Map Iterations and Approval
June 2024
4
RST LCMS-2 Pavement Surveys (180 Test -Miles)
July -Aug., 2024
5
QC/QA for Data Collected
Aug. -September 2024
6
Deliver Pavement Condition Data/Client Review Spreadsheet
October 2024
7
Draft 5-Year "ESA" Analyses & Iterations
Oct. -November 2024
8
Final Analyses, Reporting, and GIS Mapping
December 2024
9
Optional Lucty-centric Analysis, configuration, data load
by January 2025
10
Opt. Images, ROW Assets, Story Map, Council Presentation
by January 2025
IMS Infrastructure Management Services, LP 9
84
City of Tukwila
Pavement Management Services
IM-
nICCConpny
Optional: Esri Story Map
IMS is an Esri Authorized Business Partner and an early adopter of Esri technologies. The partnership
between IMS and Esri makes unparalleled industry and subject matter expertise available to our clients.
Our team of GIS experts are focused on building easy -to -use and easy -to -maintain web -based,
geocentric story maps and dashboards to serve not only our clients, but also their constituents. These
tools provide a dynamic way to
present complicated information
visually. Many agencies are already
using Esri software and ArcGIS
Online, and we look for ways to
leverage that existing licensing,
subscriptions, and infrastructure to
elevate the data we are delivering.
We have built story maps for clients
to help explain to citizens how a
pavement survey works, how the
analysis is performed, and how the
maintenance and rehabilitation
budgets are distributed to maximize
the use of scarce funding. In addition
to the story maps, we have also
deployed agency -focused
dashboards to enable managers to
easily review the planned work,
existing and forecasted conditions, and funding impacts on a map.
Wirt NII[raN • 4/10 Ceanllnc
MOP
....AI w.... f. 1..a...
IMS interactive Esri GIS story map: City of Long Beach, CA
Project Highlight: Long Beach, CA
Link to live story map: https://bit.ly/3NQGIAT
IMS is working with the City of Long Beach, CA to web -enable their pavement management plan to
engage citizens in the pavement management process. To facilitate this activity, IMS has authored and
deployed an Esri Story Map that shares complex engineering information in an easy to understand
public -facing framework. A second, password protected configuration as a dashboard exists that allows
City engineers to access additional information and data.
Deliverables
The following products can be delivered to the City:
• Report summarizing the findings of the pavement condition survey
• Client Review Spreadsheet (CRS) with inventory, charts, and graphs
• Esri geodatabase containing updated pavement information including distress information
• Signs geodatabase and multiple views of imagery along with a viewing tool.
Additional Value -Added Services
On the following page, the table presents additional services that the IMS Team can provide for this
project. We have performed these services for agencies in Arizona and across the United States to assist
agencies in better managing their pavement, sidewalk, and asset inventories.
IMS Infrastructure Management Services, LP 10
85
City of Tukwila
Pavement Management Services
IMS
an ICC Company
Technology
Value Added
Photo
Right of Way
Asset
Collection
Imagery collected during the RST survey
can be used to build ROW asset
inventories and condition assessments
for signs, signposts, curb and gutter,
sidewalks ramps, striping, and many
other assets. A subconsultant will be
added to the team if this is selected.
_,----"
-- '
.-------------
=<
= m
= -
Bannered
Imagery
HD ROW imagery collected at the same
time as the pavement surveys is
processed and cut into 15-foot intervals,
then formatted and bannered with
relevant header data and the City's
branding. Images are linked to the City's
GIS centerline and provided as a
geodatabase with image hyperlinks.
""
• ,,
II i
.. -
Fast Falling
Weight
Deflectometer
(FastFWD)
Deployed for measuring pavement
structural capacity and pavement layer
stiffness values. This information is
combined with pavement distress data to
better predict future performance and
fine-tune rehab activities. This is
frequently used to determine when
overlays are no longer effective, and
reconstruction is needed.
�'-
"I'I IMS
0.
-_4—.Ifj,�
iir
Ire
Sidewalk
Surface Tester
(SST)
Deployed for capturing sidewalk
inventory and condition data, SSTs may
also be deployed to collect data for
narrow alleys, parking lots, bike paths,ill
and multi -use trails. SST surveys provide
agencies with comprehensive sidewalk
condition data that may be used in
combination with Lidar sidewalk ramp
data to develop detailed ADA transition
plans.
f
r. i
•
_' —
,1 .
_
- ails
Mobile LiDAR
for Sidewalk
Ramp
Assessments
Deployed to supplement right-of-way
inventory surveys by creating a three-
dimensional point cloud from which
measurements can be extracted. The
integrated Ladybug 5+ camera captures
high -resolution spherical imagery at
defined intervals.
-;i)
CAU\10\ a6'cw
IvsEE.
.o
/./
IMS Infrastructure Management Services, LP
86
11
City of Tukwila
Pavement Management Services
IM-
nICCConpny
Fee Proposal
The detailed budget presented on the next page is based on the IMS work plan and deliverables. It
represents a realistic budget to complete the work, and we are confident we can maintain an on -time,
on -budget assignment.
Test -Mileage Calculation:
IMS is proposing to survey all City -maintained major roads in both directions and all locals in one
direction to ensure a sufficient representative sample. Please review our assumptions below and the
optional services on the following page:
Tukwila, WA: IMS 2024 Base Scope of Services
Pavement Management Assessment, Analysis, and Report
Task Activity
Project Initiation
Quant Units
Unit Rate Total
1 Project Initiation & Set-up 1 LS $2,500.00 $2,500.00
2 Network Referencing & GIS Linkage 180 T-Mi $20.00 $3,600.00
3 Network Inventory Checks & Survey Map Development 180 T-Mi $10.00 $1,800.00
Field Surveys
4 LCMS-2 RST Mobilization/Calibration 1 LS
5 LCMS-2 RST Field Pavement Data Collection (2-pass All roads) 180 T-Mi
Data Management
6 Data QA/QC, Processing, & Formatting 180
7 Annual Fee: Downward Images in Inform Continuous Intervals (Web Based; No Crack Display)
a. Data Fee for Hosting
8 Easy Street Analysis of Pavement & 5-Year Budget Development 1
a. "ESA - Easy Street Analysis" Pavement Management Spreadsheet Software
b. Customizable Prioritization & Cost -Benefit Analysis
c. Unlimited Access - Training Library
d. Online ESA Spreadsheet Training via Teams
9 Standard IMS Draft Written Report
a. Standard IMS Final Written Report
10 Project Management
$3,600.00
$130.00
T-Mi $35.00
1st Year is Included in Base Activities
1st Year is Included in Base Activities
LS $5,500.00
Included in Base Activities
Included in Base Activities
Included in Base Activities
Included in Base Activities
$2,000.00
$500.00
$3,690.00
LS
LS
LS
$3,600.00
$23,400.00
$6,300.00
$5,500.00
$2,000.00
$500.00
$3,690.00
Project Total: $52,890.00
Assumptions
1. Test miles are calculated based on the number of centerline miles and they will require two pass
collection. We have assumed 2 passes all paved roads.
2. Prior to kickoff meeting, agency will provide IMS with:
1. Primary POC, secondary POC and other stakeholder contact information.
2. Preliminary centerline GIS (i.e., geodatabase).
3. Data collection relies heavily on up to date and topologically sound GIS centerline information.
4. Pavement data collection is dependent on the agency's approval of the GIS maps representing the
street inventory to be surveyed.
5. Pavement data collection is weather dependent and assumes one mobilization to the area. Data
cannot be collected if the pavement is wet or if the temperatures are below 32 F or above 95 F.
6. Agency will actively participate in submission review and provide comments within a period of time
that the agency and IMS will agree to during the kickoff meeting. The current proposed schedule
assumes a two -week review period for draft deliverable submissions.
IMS Infrastructure Management Services, LP 12
87
City of Tukwila
Pavement Management Services
IM-
nICCConpny
Tukwila, WA: IMS 2024 Value -Added Services
Pavement Management Assessment, Analysis, and Report
Optional Service Activities:
11 Set -Up Lucity Operating Parameters for Pavement Management
a. Pavement Data Load - Lucity
12 Annual Fee: Downward Images in Inform Continuous Intervals
a. Data Fee for Hosting (Web Based; No Crack Display)
Year 2+
Year 2+
1 LS $4,750.00
1 LS $4,975.00
Lucity Load Total
1 LS/YR $2,000.00
180 T-Mi/YR $2.00
Annual Image Hosting Total
$4,750.00
$4 975.00
$9,725.00
$2,000.00
$360.00
$2,360.00
13 FastFWD Mobilization/Calibration
a. Deflection Testing: 2-pass Test All Roads
c. Data Analysis of Deflection Testing
d. Traffic Control/Deflection Testing (county to provide; IMS Est. _ Hrs.)
1
84
1
0
LS
T-Mi.
LS
HR
$2,925.00 $2,925.00
$150.00 $12,600.00
$1,250.00 $1,250.00
$110.00 $0.00
14 Right of Way Asset Data Collection (GPS wit -pass of Majors Select once w/Any Asset B
a. Sign & Support Database Development
b. Pavement Markings & Striping Database Development
c. Sidewalk Database Development
d. Curb Ramp Database Development
e. Curb & Gutter Database Development
f. Traffic Signals/ Flashers. Controllers Database Development
g. Street Lights Database Development
h. Drop Inlets Database Development
Drivepads Database Development
j. Bridges Database Development
k. Street Furniture Database Development
I. Cattle Guards Database Development
m. Speed Humps Database Development
n. Guardrails & Roadside Pedestrian Fence Database Development
o. Catch Basins/ Drainage Inlets Database Development
p. Shoulders Database Development
q. Cabinets Database Development
r. Utility Poles Database Development
s. Fire Hydrants Database Development
t. Medians Database Development
u. Valves Database Development
v. Manhole Covers Database Development
w. Trees Database Development
180
180
180
180
180
180
180
180
180
180
180
180
180
180
180
180
180
180
180
180
180
180
180
180
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
T-Mi
FWD Total
$4.60
$75.00
$22.00
$30.00
$43.40
$22.00
$25.00
$45.00
$22.00
$22.00
$25.00
$25.00
$22.00
$25.00
$22.00
$22.00
$22.00
$22.00
$45.00
$22.00
$22.00
$32.00
$25.00
$55.00
$16,775.00
$828.00
$13,500.00
$3,960.00
$5,400.00
$7,812.00
$3,960.00
$4,500.00
$8,100.00
$3,960.00
$3,960.00
$4,500.00
$4,500.00
$3,960.00
$4,500.00
$3,960.00
$3,960.00
$3,960.00
$3,960.00
$8,100.00
$3,960.00
$3,960.00
$5,760.00
$4,500.00
$9,900.00
15 IMS Web -Story Map of City's Pavement Condition (for External Portal)
a. Years 2 & 3 Annual Updates of Rehabs; Update
1 EA $7,500.00' $7,500.00
3 EA $2,000.00' $6,000.00
16 IMS Web -Dashboard of City's Pavement Condition (for Internal Staff)
a. Years 2 & 3 Annual Updates of Rehabs; Update
1 EA $5,500.00 $5,500.00
3 EA $2,000.00 $6,000.00
17 City Council Presentation - Virtual
a. Add for an Onsite City Council Presentation
18 Non -Standard Written Report (Min. 8-Hours; beyond at Hourly Rate)
19 Additional or Specialty Maps for Reporting (Beyond Typical 2 Sets)
20 Additional Hard Copies of the Final Report (>3 Sets Included)
21 Functional Class Review
22 Sidewalk -Surface Tester (SST) Mob., Survey & Analysis: Sidewalks
23 Lidar-Mounted Unit Mob., Survey & ADA Compliance Data: ADA Curb Ramps
24 Software Evaluation Needs Assessment
25 Convert Street Layer Polylines to Polygons
26 Convert Street Layer Polygons to Polylines
1
1
8
1
1
16
1
180
180
EA
EA
HR
EA
EA
HR
LS
T-Mi
T-Mi
$3,500.00
$2,000.00
$150.00
$175.00
$200.00
$175.00
(Available Upon Request)
(Available Upon Request)
$1,750.00
$6.00
$20.00
$3,500.00
$2,000.00
$1,200.00
$175.00
$200.00
$2,800.00
$1,750.00
$1, 080.00
$3,600.00
Thank you for your continued interest in working with the IMS team. We value developing and
maintaining long-term partnerships with our clients. We will strive to become an asset and extension of
the City of Tukwila staff and team. If any questions arise, please do not hesitate to contact me
462-4030 or jtourek@imsanalysis.com.
Best regards,
IMS Infrastructure Management Services, LP
Jim Tourek, Client Services Manager
at (480)
IMS Infrastructure Management Services, LP 13
88
City of Tukwila
City Council Transportation & Infrastructure Services Committee
Meeting Minutes
May 21, 2024, 5:30 p.m. - Hybrid Meeting; Duwamish Conference Room & MS Teams
Councilmembers Present: Armen Papyan, Chair; Dennis Martinez, Hannah Hedrick
Staff Present: Hari Ponnekanti, Catrien de Boer, Seong Kim, Adib Altallal, Griffin Lerner,
Cyndy Knighton, Pete Mayer, Laurel Humphrey, Garron Herdt, Bryan Still,
Adam Cox, Joshua Hopkins, David Rosen
I. BUSINESS AGENDA
A. Bid Award: Sewer Lift Station 5 Rebuild Project
Staff is seeking approval of a construction bid award to Gary Harper Construction Inc. in the
amount of $1,649,438.22
Committee Recommendation
Unanimous approval. Forward to June 3, 2024 Regular Consent Agenda.
B. Contract: 2024 Pavement Condition Index Study
Staff is seeking approval of a contract with IMS in the amount of $52,890.00 to complete the
*study.
Committee Recommendation
Unanimous approval. Forward to June 3, 2024 Regular Consent Agenda.
C. Grant: 2024 Annual Overlay - 50th Place
The grant application was unsuccessful and the item was removed from the agenda.
D. Contract: Traffic Signal Assessment
Staff is seeking approval of a contract with KPG Psomas, Inc. in the amount of $176,622.00 for
the assessment.
Item(s) for follow-up:
Provide map of traffic signals.
Committee Recommendation
Unanimous approval. Forward to June 3, 2024 Regular Consent Agenda.
E. Fleet Purchase: TV Inspection Vehicle
Staff is seeking approval to purchase a t Video Inspection Vehicle in the amount of $438,254
to replace a failing unit.
Committee Recommendation
Unanimous approval. Forward to June 3, 2024 Regular Consent Agenda.
89
90
COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared by
Mayor's review
Council review
06/03/24
JR
ITEM INFORMATION
ITEM No.
5.E.
STAFF SPONSOR: ADAM COX
ORIGINAL AGENDA DATE: 06/03/24
AGENDA ITEM TITLE Traffic Signal Assessment and Repair Recommendation
CATEGORY ❑ Discussion
Mtg Date
11
Motion
Date 06-03-24
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
❑ Other
Mtg Date
Mtg
SPONSOR ❑Council ❑Mayor ❑HR ❑DCD ❑Finance ❑Fire ❑TS ❑P&R ❑Police 11PJV ❑Court
SPONSOR'S The City is responsible for 64 signalized intersections that require routine maintenance and
SUMMARY occasional repairs in response to damaged infrastructure. With budget constraints and
retired senior traffic personnel, there is a gap of experience. KPG's assessment provides
preventative maintenance recommendations to assist the life cycle of the signals and
system. This assessment will be fully funded with ARPA funds. Council is being asked to
approve the contract with KPG to perform a traffic signal assessment.
REVIEWED BY
0 Trans&infrastructure
CommunitySvs/Safety
Arts Comm.
Finance
❑ Parks
Comm. ❑ Planning/Economic Dev.
Comm. ❑ Planning Comm.
CHAIR: ARMEN PAPYAN
❑ LTAC
DATE: 05/21/24
COMMITTEE
RECOMMENDATIONS:
SPONSOR/ADMIN.
COMMITTEE
Public Works Department
Unanimous Approval; Forward to Regular Consent Agenda Meeting
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$176,622.00 $176,622.00 $0.00
Fund Source: AMERICAN RESCUE PLAN ACT (ARPA)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
06/03/24
MTG. DATE
ATTACHMENTS
06/03/24
Informational Memorandum dated 05/17/24
Draft Budget - Signal Assessment and Preventiative Maintenance Program
Draft Scope - Signal Assessment and Preventative Maintenance Program
Minutes from Transportation and Infrastructure Committee meeting of 05/21/24
91
92
TO:
FROM:
BY:
CC:
DATE:
SUBJECT:
City of Tukwila
Thomas McLeod, Mayor
Public Works Department - Hari Ponnekanti, Director
INFORMATIONAL MEMORANDUM
Transportation and Infrastructure Services Committee
Hari Ponnekanti, Public Works Director/City Engineer
Adam Cox, Interim Traffic Engineer
Thomas McLeod, Mayor
May 17, 2024
Traffic Signal Assessment and Repair Recommendation
ISSUE
Authorization to award KPG Psomas, Inc. (KPG) with the Traffic Signal Assessment and
Preventative Maintenance Program.
BACKGROUND
The City is responsible for 64 signalized intersections that require routine maintenance and
occasional repairs in response to damaged infrastructure. Over the last several years, the City
has lost most of its senior traffic personnel due to retirement as well as budget constraints
preventing hiring of additional staff. This has resulted in a gap of experience for the
maintenance and repairs of traffic signals and systems.
ANALYSIS
The assessment and inspection of the City's traffic signals will provide a current condition of
the infrastructure as well as provide future repair recommendations. The assement then
establishes a baseline condition and provides preventative maintenance recommendations to
assist the life cycle of the signals and system.
FINANCIAL IMPACT
This award has been confirmed as an eligible expense and will be fully funded by American
Rescue Plan Act (ARPA) funds.
KPG Services
Cost
$176,622.00
ARPA Funds
Funding
$176,622.00
RECOMMENDATION
Council is being asked to approve the contract with KPG to perform a traffic signal assessment
and forward this to the Consent Agenda at the June 3, 2024 Regular Meeting.
Attachments:
Draft Budget - Signal Assessment and Preventiative Maintenance Program
Draft Scope - Signal Assessment and Preventative Maintenance Program
Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov
93
94
KPG
EXHIBIT B1
PRIME CONSULTANT COST COMPUTATIONS
Client:
Project Name:
KPG Psomas Inc. Project Number:
Date:
City of Tukwila
Signal Assessment and Preventative Maintenance Program
9XXX0X0X00
Mar-24
Task
No.
Task Description
-
Labor Hour Estimate
Total Hours and Labor
Cost Computions by Task
Principal
Engineering
Manager I
Senior Engineer I
Design Engineer
I
Senior CAD
Technician
Senior Admin
Office Admin
$290.00
$226.00
$194.00
$139.00
$139.00
$139.00
$110.00
Hours
Totals
Task 1 - Project Management
1.1
Project Management and Administrative Services
4
8
8
4
8
32
$ 5,956.00
1.2
Monthly Coordination Meetings
16
12
28
$ 5,944.00
1.3
Internal Project Team Meetings
16
20
36
$ 7,496.00
1.4
QA/QC Reviews
20
4
24
$ 5,296.00
Task Total
4
60
44
0
0
4
8
120
$ 24,692.00
Task 2 - Existing Information and Inventory Collection
2.1
Existing Data Collection (In Office)
16
24
40
20
100
$ 16,612.00
2.2
Existing Data Collection (In Field - 2 hrs /Intersection)
4
8
136
148
$ 21,360.00
2.3
TMC Inventory Collection
4
8
4
16
$ 3,012.00
2.4
Follow up with Maintenance Department Representative
4
4
4
12
$ 2,236.00
2.5
Information Collection from Suppliers
2
2
8
12
$ 1,952.00
Task Total
0
30
46
192
20
0
0
288
$ 45,172.00
Task 3 - ExistingSignal Assesment and Evaluation
3.1
Summarize and Tabulate Information for Each Signalized Intersection
4
8
80
92
$ 13,576.00
3.2
Evaluate Condition of Each Signalized Intersection
4
8
48
60
$ 9,128.00
3.3
Evaluate Conditionof Existing TMC
4
8
8
20
$ 3,568.00
Task Total
0
12
24
136
0
0
0
172
$ 26,272.00
Task 4 - Implementation and Upgrade Plan
4.1
Prepare Upgrade Plan
8
48
40
96
$ 16,680.00
4.2
Prepare Implementation Plan
8
60
40
108
$ 19,008.00
4.3
Cost Analysis
8
40
40
88
$ 15,128.00
4.4
Coordinate Lucidity Asset Management Data Input and Resulting Schedules
24
12
8
44
$ 8,864.00
4.4
Prepare Draft and Final Reports
40
44
20
104
$ 20,356.00
Task Total
0
88
204
148
0
0
0
440
$ 80,036.00
Total Labor Hours and Fee
4
190
318
476
20
4
8
1,020
$ 176,172.00
Reimbursable Direct Non -Salary Costs
Mileage at current IRS rate
$ 250.00
Reproduction Allowance
$ 200.00
Total Reimbursable Expense
$ 450.00
Total Estimated Budget
$ 176,622.00
95
96
City of Tukwila
Signal Assessment and Preventative Maintenance Program
KPG Psomas, Inc.
Scope of Work
March 2024
PROJECT UNDERSTANDING:
The purpose of this contract is to assess state of existing signal systems and provide guidelines for performance of
operations and maintenance. Also, document presented in the final submittal, will be able to assist city personnel in
detecting and correcting problems using a comprehensive, systematic approach and establish planning level costs for
capital program budgeting purposes.
A. ASSUMPTIONS:
The following assumptions were made to establish a scope and budget for this project:
• All work will take place within City of Tukwila Right -of -Way or dedicated easements.
• Inventory and evaluation shall exclude signal operations, signal timing and coordination, RRFBs, flasher systems,
junction boxes, wiring, conduit, landing areas adjacent to push buttons and the City maintenance equipment.
• Assessment of signal and signal equipment might not necessarily be in presence of City staff - access to cabinets
shall be coordinated with the Consultant.
• The City will assist with all necessary coordination efforts with WSDOT and King County. The Consultant shall
support the City with preparation of required materials.
• No traffic analysis is included.
• No signal operational analysis is included.
• This project is not federally funded nor does the City plan on acquiring federal funds for this project.
• King County is currently providing emergency on -call maintenance services on signal issues as they arise. This
contract is providing the City with information required as an addition to maintain their existing system.
B. INFORMATION PROVIDED BY THE CITY:
The City of Tukwila will provide the following in aid of design:
• Existing City utility record drawings or GIS.
• Preferred product vendors/suppliers/material in a table format.
• City shall provide access to controller cabinets and TMC.
The following Scope of Work describes the effort required to complete the above -described project:
SCOPE OF WORK
Task 1 - Project Management
The Consultant shall provide continuous project management and administration for the duration of the Project.
(Estimate 10 months).
• Hold project coordination meeting with the City to update progress. Assume five (5) meetings.
• The Consultant shall provide monthly status reports and billings.
Task 2 — Existing Information and Inventory Collection
The Consultant shall collect baseline assessment on the condition of traffic signal equipment (estimated 68 signalized
intersections), including baseline inventory of equipment for each intersection through meetings with the City staff, and
97
visual observations via Google Maps, identify non-functional and non-ADA compliant equipment, TMC (Traffic
Management Center) system, including basic communication network and review past maintenance practices.
Task 3 — Existing Signal Assessment and Evaluation
The Consultant shall summarize findings and shall prepare "must do" list of equipment that needs updates and repairs.
Associated costs for each category shall be estimated based on coordination with the local electrical equipment
suppliers and provided in tabulated format.
Task 4— Implementation and Upgrade Plan
The Consultant shall develop baseline Traffic Signal Maintenance Plan, including signal TMC operations, signal
operational and on -street equipment, develop preventive and responsive maintenance programs and checklists and
associated budgets for personnel and equipment. Coordination with city staff regarding Lucidity Access Management
system shall be developed as required.
The Traffic Maintenance Plan maintenance costs shall also include other miscellaneous electrical equipment, such as
illumination, RRFBs, flashers and fiber optic network, as lump sums only, to provide more accurate budget estimate.
Deliverables:
• Memorandum describing baseline existing signal inventory, existing maintenance operations, and description of
past maintenance practices.
• Memorandum describing the signal assessment and evaluation with the one evaluation categories for
implementation as noted above.
• Memorandum outlining guidelines and a preventative maintenance plan for City to implement over the next
several years to preserve their signal operations, maintenance and TMC functionality. Included in this
memorandum will be planning level costs for capital program budgeting purposes.
98
City of Tukwila
City Council Transportation & Infrastructure Services Committee
Meeting Minutes
May 21, 2024, 5:30 p.m. - Hybrid Meeting; Duwamish Conference Room & MS Teams
Councilmembers Present: Armen Papyan, Chair; Dennis Martinez, Hannah Hedrick
Staff Present: Hari Ponnekanti, Catrien de Boer, Seong Kim, Adib Altallal, Griffin Lerner,
Cyndy Knighton, Pete Mayer, Laurel Humphrey, Garron Herdt, Bryan Still,
Adam Cox, Joshua Hopkins, David Rosen
I. BUSINESS AGENDA
A. Bid Award: Sewer Lift Station 5 Rebuild Project
Staff is seeking approval of a construction bid award to Gary Harper Construction Inc. in the
amount of $1,649,438.22
Committee Recommendation
Unanimous approval. Forward to June 3, 2024 Regular Consent Agenda.
B. Contract: 2024 Pavement Condition Index Study
Staff is seeking approval of a contract with IMS in the amount of $52,890.00 to complete the
study.
Committee Recommendation
Unanimous approval. Forward to June 3, 2024 Regular Consent Agenda.
C. Grant: 2024 Annual Overlay - 50th Place
The grant application was unsuccessful and the item was removed from the agenda.
D. Contract: Traffic Signal Assessment
Staff is seeking approval of a contract with KPG Psomas, Inc. in the amount of $176,622.00 for
the assessment.
Item(s) for follow-up:
Provide map of traffic signals.
Committee Recommendation
Unanimous approval. Forward to June 3, 2024 Regular Consent Agenda.
E. Fleet Purchase: TV Inspection Vehicle
Staff is seeking approval to purchase a t Video Inspection Vehicle in the amount of $438,254
to replace a failing unit.
Committee Recommendation
Unanimous approval. Forward to June 3, 2024 Regular Consent Agenda.
99
100
COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared by
Mayor's revien'
Council review
06/03/24
JR
ITEM INFORMATION
ITEM No.
5.F.
STAFF SPONSOR: JOSH HOPKINS
ORIGINAL AGENDA DATE: 06/03/24
AGENDA ITEM TITLE Gilliam Creek Fish Barrier Removal and Habitat Enhancement
Amendment No. 2 Additional Design and Engineering Services
CATEGORY ❑ Discussion
Mtg Date
11
Motion
Date 06-03-24
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
❑ Other
Mtg Date
Mtg
SPONSOR ❑Council ❑Mayor ❑HR ❑DCD ❑Finance ❑Fire ❑TS ❑PAR ❑Police 11PJV ❑Court
SPONSOR'S The Gilliam Creek Fish Barrier Removal and Habitat Enhancement project was established
SUMMARY as a City CIP project in 2019. This contract amendment will include flood gate system
assessment, preliminary flood study, habitat enhancement design development, and design
and permitting services to stabilize erosion at the culvert inlet incurred this past winter.
Council is being asked to approve Amendment No. 2 to Contract 23-191 with Otak for
additional design and engineering services in the amount of $398,200.
REVIEWED BY
0 Trans&infrastructure
CommunitySvs/Safety
Arts Comm.
Finance
❑ Parks
Comm. ❑ Planning/Economic Dev.
Comm. ❑ Planning Comm.
CHAIR: ARMEN PAPYAN
❑ LTAC
DATE: 05/21/24
COMMITTEE
RECOMMENDATIONS:
SPONSOR/ADMIN.
COMMITTEE
Public Works Department
Unanimous Approval; Forward to Regular Consent Agenda Meeting
COST IMPACT / FUND SOURCE
EXPENDTTURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$398,200.00 $1,350,000.00 $0.00
Fund Source:
Comments: CIP 2023-2028, Pg 81
MTG. DATE
RECORD OF COUNCIL ACTION
06/03/24
MTG. DATE
ATTACHMENTS
06/03/24
Informational Memorandum dated 05/7/24
CIP 2023-2028, Pg 81
Contract Amendment #2
Otak Scope and LOE
Minutes from Transportation and Infrastructure Committee meeting of 05/21/24
101
102
TO:
FROM:
BY:
CC:
DATE:
SUBJECT:
City of Tukwila
Public Works Department - Hari P nnck cnti, Director/City Engineer
Thomas McLeod, Mayor
INFORMATIONAL MEMORANDUM
Transportation and Infrastructure Committee
Hari Ponnekanti, Public Works Director
Joshua Hopkins, Surface Water Project Manager
Mayor Thomas McLeod
May 7, 2024
Gilliam Creek Fish Barrier Removal and Habitat Enhancement
Project No. 99830105, Contract No. 23-191
Amendment No. 2 Additional Design and Engineering Services
ISSUE
Approve amendment No. 2 to Contract No. 23-191 with Otak for additional design and engineering
services.
BACKGROUND
The Gilliam Creek Fish Barrier Removal and Habitat Enhancement project was established as a City
CIP project in 2019, it is a priority project with Water Resource Inventory (WRIA) 9 and the Salmon
Recovery Fund Board. The goals of the project are to restore fish passage between Gilliam Creek and
the Green River, enhance habitat, and maintain or improve flood protection and maintenance and
operation of the tide gate system.
ANALYSIS
This contract amendment will include flood gate system assessment, preliminary flood study, habitat
enhancement design development, and design and permitting services to stabilize erosion at the
culvert inlet incurred this past winter.
FISCAL IMPACT
Otak has provided a cost estimate not to exceed $398,200.00 to perform additional engineering
services. Total funding for contract 22-068/23-191 is $1,350,000.00.
Otak Contract 22-068 (original)
Otak Contract 23-191 *
Amendment No. 2
Grants
Total:
Consultant
$330,622.00
($39,500.00)
$398,200.00
$728,822.00
Budget
$1,350,000.00
$1,350,000.00
* = Contract amount is the balance remaining in expired contract 22-068. Amendment No. 1 was a no cost time extension.
RECOMMENDATION
Council is being asked to approve Amendment No. 2 to Contract 23-191 with Otak for additional design
and engineering services in the amount of $398,200 and to consider this item on the Consent Agenda at
the June 3, 2024, Regular Council Meeting.
Attachments: CIP 2023-2028, Pg 81
Otak Scope and LOE
103
104
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2023 to 2028
PROJECT: Gilliam Creek Fish Barrier Removal Project No. 99830105
DESCRIPTION: Construct fish passage improvements at existing flap gate and restore salmonid habitat; replace flap gate
which may include a self-regulating tide gate or flood wall.
JUSTIFICATION: Enable fish access to lower Gilliam Creek under wider range of flow conditions; fish barrier per WDFW and
City; WRIA 9 salmon habitat project.
STATUS: Analysis of lower Gilliam Creek is being conducted in 2018 to determine the best solution for fish passage
and to address potential flooding.
MAINT. IMPACT: Likely a shift in maintenance commitments with potential elimination of flapgate maintenance.
COMMENT: In 2020, SRFB listed as Project of Concern, WRIA pulling funding from this cycle; BA Fish Barrier Board -
scored 63 of 94; outcomes yet to be determined; $100K allocated in CWM via WRIA 9.
FINANCIAL Through Estimated
(in $000's)
2021 2022 2023
2024 2025 2026 2027 2028 BEYOND TOTAL
EXPENSES
Design
60
150
600
650
1,460
Land (R/W)
0
Monitoring
0
Const. Mgmt.
1,000
1000
Construction
7,500
7,500
TOTAL EXPENSES
60
150
600
650
8,500
-
-
0
0
9,960
FUND SOURCES
Awarded Grant
150
325
375
850
Proposed Grant
275
275
6,800
-
7,350
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
60
0
0
0
1700
-
-
0
0
1,760
TOTAL SOURCES
60
150
600
650
8,500
-
0
0
0
9,960
Project Location
2023 - 2028 Capital Improvement Program
® ,M
81
105
106
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number:
CONTRACT FOR SERVICES
Amendment # 2
Between the City of Tukwila and Otak, Inc.
That portion of Contract No. 23-191 between the City of Tukwila and Otak, Inc. is hereby amended
as follows:
Section 2: Scope of Services. Work under this contract shall be amended to include
reimbursement for direct expenses and costs associated with the additional contract scope of
services as described in Exhibit A, attached.
Section 4: Payment. Payment is hereby changed to include an additional $398,200.00 for this
additional scope of services. See Exhibit A. The maximum amount payable under this contract as
amended inclusive of all fees and other costs shall not exceed $437,700.00 without express written
modifications of the Agreement signed by the City.
All other provisions of the contract shall remain in full force and effect.
Dated this
day of , 20
CA Reviewed May 2020
Page 1 of 2 107
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number:
** City signatures to be obtained by ** Contractor signature to be obtained by
City Clerk's Staff ONLY. ** sponsor staff. **
CITY OF TUKWILA CONTRACTOR:
Thomas McLeod, Mayor
ATTEST/AUTHENTICATED:
Andy Youn, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
By: tZALUO,X hoz,:dh...
Printed Name: Rvsse l' GaS144K
Title: PV` %Ae. t Oh %
1 Q8CA Reviewed May 2020
Page 2 of 2
EXHIBIT A
SCOPE OF WORK
DESIGN/ENGINEERING SERVICES
City of Tukwila
Gilliam Creek Fish Barrier Removal and Habitat Enhancement Project
OTAK Project No. 20610.002
AMENDMENT NO. 2
May 2024
Introduction and Background
The City has received initial feedback from project stakeholders and has applied for additional grant funds for
implementation of the project. The City will continue with stakeholder coordination and providing information to the
public regarding the project progress. There are technical elements of the conceptual design that require further
analysis to determine feasibility and the preferred approach. During conceptual design for the existing culvert
replacement, significant erosion has occurred during storm events around the existing culvert inlet. The existing
culvert inlet requires stabilization measures to withstand further storm events and protect the roadway
embankment prior to implementation of the future culvert replacement project.
This scope provides additional consultant services for the following:
• Preliminary Existing Conditions Hydraulic Modeling to develop baseline for study of flooding
• Project Planning Workshops with the City
• Final Design of Erosion Repair for Existing Culvert Inlet
The Scope of Services is described in detail in the following sections.
SCOPE AND BUDGET MODIFICATIONS
1.0 Project Management and Coordination
1.1 Coordination with City
The scope for this task is increased to provide project management and coordination for an extended project
schedule per Task 1 Assumptions below. This includes additional services for regular status update meetings
with the City, project management, and preparation of status reports.
Otak — Scope of Work
109
1.4 Project Monitoring and Reporting
The scope for this task is increased to provide project management monitoring and reporting for an extended
project schedule through the end of 2024. Project monitoring and reporting will include the coordination of design
team members, internal project scheduling, and the preparation of a monthly progress report and a monthly billing
statement.
TASK 1 DELIVERABLES
• Bi-weekly project reports submitted to the City by email (electronic PDF file format)
• Monthly progress report and monthly invoice (electronic PDF file format)
TASK 1 ASSUMPTIONS
• The duration for this phase of the project is assumed not to extend beyond June 30, 2025.
NEW SCOPE TASKS
4.0 Topographic Survey and Basemap
4.1 Supplemental Topographic Surveying and Mapping of Culvert Inlet Erosion
Otak previously provided topographic survey of the project area under a separate contract in 2022. After the initial
survey, significant erosion occurred around the inlet of the Gilliam Creek culvert at 66th Ave. S. Under this
contract, Otak will provide supplemental topographic survey and will update the electronic basemap to reflect the
current conditions around the culvert inlet. The extents of supplemental survey to capture the recent scour are
estimated at 20-feet to the west, 30-feet to the north and south, and 30-feet to the east of the existing culvert inlet.
The topographic survey requirements include the following:
■ Vertical Datum: NAVD 88
■ Horizontal Datum: State Plane Coordinates (Washington North Zone, NAD 83/91 adjustment)
■ Contours at a maximum interval of 1'
■ TIN surface
■ Surface features:
■ Top/Toe of slopes
■ Channel thalweg
■ Top of bank
■ Toe of bank
■ Culvert invert elevations
■ Vegetation including trees, shrubs, fallen trees in stream over 8-inches in diameter
■ Boulders or rocks in the stream greater than 12" across
■ Rock scour protection limits in place around culvert inlet
Mapping shall be consistent with City of Tukwila Infrastructure Design and Construction standards.
TASK 4 DELIVERABLES
■ Updated Topographic Base Map (Scale 1" = 20 feet) with one -foot contour intervals (AutoCAD DWG file
format)
Otak — Scope of Work
110
TASK 4 ASSUMPTIONS
• Traffic control will not be required for culvert inlet supplemental survey which is outside of the roadway.
• If required, the City will obtain right -of -entry for the parcels for the area of survey.
5.5 Gilliam Creek Flap Gate Replacement Preliminary Flood Study -
Existing Conditions
Under this task, the preliminary existing conditions model will be developed to estimate the baseline for existing
flooding in the Southcenter area. It is expected the final flood study for basis of design for the Gilliam Creek
project will be added under a contract amendment.
The preliminary existing conditions hydraulic model will be based on the unsteady HEC-RAS hydraulic model of
the study area developed in 2015 for the first phase of the levee accreditation process (developed by Northwest
Hydraulic Consultants [NHC]). The portion of the NHC model associated with the project covers roughly 1,150
acres from 1-5 on the west to the Green River on the east and from 1-405 on the north to about 1,500 feet north of
S 200th St on the south. The storm and surface water system in the Southcenter area is complex and includes
Tukwila Pond, P17 Pond, closed pipes, open channels, slide gates, flap gates, three publicly operated stormwater
pump stations, and outfalls to both the Green River and Gilliam Creek, which will be simulated in the preliminary
existing conditions model. Under this task, Otak will provide the following services:
• Conduct desktop analysis of hydrologic and hydraulic information available in the NHC model, City GIS,
and system operation manuals to identify re -usable information and data needs.
• Convert NHC unsteady 1 D HEC-RAS model to HSPF-SWMM
• Survey up to 10 critical inverts if needed and update model with that information
• Calibrate HSPF-SWMMM at existing Gilliam flapgate to represent impact of existing gate on flow backup
in Giliam Creek
• Calibrate HSPF-SWMM model with 1 D HEC-RAS model by checking result at up to 5 critical nodes (with
one being just upstream of the existing 108" diameter pipe) by
o Comparing plots of water surface elevation over a sample year
o Compare plots of water surface elevations for 3 peak event hydrographs
o Prepare 3 simple GIS figures of the Southcenter mall area showing locations of flooding for the
three peak events to obtain confirmation from City staff that the flooding conditions are similar to
what has been observed in the field
• Attend three meetings with City maintenance staff to review results of existing flooding conditions and to
discuss the existing manual slide gate configuration that will be simulated in the model.
• Prepare a memorandum that documents issues encountered while converting the model prepared by
others, assumptions and methodology used for developing and calibrating the existing conditions model.
The memo will also recommend the next steps for advancing the flood study work in support of the
Gilliam Creek Fish Barrier Removal and Habitat Enhancement project including listing considerations,
limiting factors and opportunities for modification of Southcenter drainage features or the Gilliam Creek
flood gate that are identified while preparing the preliminary existing conditions model.
TASK 5.5 DELIVERABLES
• Preliminary Gilliam Creek Flap Gate Replacement Flood Study — Existing Conditions Memorandum (Draft and
Final, electronic PDF file format)
• HSPF-SWMM Electronic Model
Otak — Scope of Work
111
TASK 5.5 ASSUMPTIONS
• Hydraulic modeling of solution alternatives and proposed conditions will be completed in a future phase of
work
6.3 Flood Gate System Assessment
6.3.1 Feasibility Study
Otak will identify a subconsultant with expertise in hydraulically powered gates. Through discussions with the
subconsultant and online research Otak will identify and evaluate available flood -gate systems and technologies
that could be applied for flood protection and fish passage at the Gilliam Creek site. Otak will reach out to up to
five flood -gate system manufacturers via email with conceptual drawings and follow up with a phone call to
discuss the applicability of their product and obtain cost information. Otak will evaluate and compare between the
different gate systems including the side -hinge tide gate technology currently proposed in the Alternatives
Analysis based on criteria such as technical feasibility to provide flood protection and fish passage, operations,
cost and maintenance among others. Evaluation and comparison of the gate systems will be in coordination with
the subconsultant. Otak will conduct up to two meetings with the City to review findings and a memo will be
prepared to summarize the findings on feasible gate technologies.
When a subconsultant is identified to be added to the project team and approved by the City, a request will be
made to utilize management reserve funds for advancing the study with a subconsultant partner.
TASK 6.3 DELIVERABLES
• Flood Gate System Feasibility- Preliminary Memorandum of Findings (Outline and Draft, electronic Word
.docx file format)
7.2 Culvert Inlet Erosion Repair Geotechnical Design Review
A geotechnical subconsultant, HWA GeoSciences (HWA), will provide consultation to the design team including
reviewing the plans and specifications. HWA will conduct a review of the plans at the 60% design level and a
review of the plans and specifications at the 90% design level.
TASK 7.2 DELIVERABLES
• Comments on 60% Design Plans (electronic pdf)
• Comments on 90% Design Plans (electronic pdf)
• Comments on 90% Specifications (electronic pdf)
9.3 Project Planning Workshops
9.3.1 Kickoff and Ongoing Coordination
The Otak Team will kick off the project with the City team and provide ongoing coordination during the
collaborative study process. Subtasks will include:
• Kick off meeting to discuss the overall purpose of this phase of collaborative study, study timeline, and
desired outcomes, and to confirm all products to be delivered.
• Prepare a task work plan and schedule.
Otak — Scope of Work
112
TASK 9.3.1 DELIVERABLES:
• Kick -Off Meeting Agendas and Notes
• Work Plan/Schedule for this Task
• File Sharing Internet Site Maintenance
• Summary of Relevant Background Information/Data to Guide the Collaborative Study Process
9.3.2 Collaborative Workshops/Study Sessions with City Staff (and Others as May Be
Directed by City)
The Otak Team will facilitate up to four two-hour collaborative workshops/study sessions with City staff and
potentially involving other interests (subject matter experts, agency representatives, potential partners, tribes, and
other interests) as directed by the City. For these workshop sessions, the Otak team will use collaborative
interactive tools, such as in -person workshop facilitation/facilitated activities, as well as online programs such as
Mentimeter and/or Mural to gather input and ideas. We will prepare agendas, presentations, hand-outs, and other
materials for the workshops. We will carefully document discussions, decisions, and outcomes of each session.
Following is a general description of the potential focus of each workshop session:
Workshop 1: Framework for Evaluating Habitat Enhancement Based on Considerations, Limitations and
Opportunities at Project Site
The goal of this workshop is to build a framework for evaluation of habitat uplift based on considerations,
limitations and opportunities at the project site. The framework will be based on the following studies and guiding
documents, which will be reviewed by Otak
• WRIA 9 Salmon Habitat Plan
• WRIA 9 2021 Habitat Plan Update
• King County Juvenile Chinook Use of Non -natal Tributaries in the Lower Green River Study
• Lower Green River Corridor Flood Hazard Management Plan and levy upgrade planning documents
• Juvenile Chinook Salmon Effectiveness Monitoring of Duwamish Shallow Water Restoration Sites
• Lower Green River Corridor Flood Hazard Management Plan PEIS
• Meta -analysis of Project Effectiveness Monitoring in Rivers within King County (2013-2019)
• Scope Comments by the City Project Manager regarding natural debris loading in the stream system and
the categories of habitat at the site:
o (1) Confluence habitat
o (2) Passage/Habitat Structure
o (3) Upstream Habitat.
The discussion will identify the decision criteria for making the project successful based on the framework
developed.
Workshop 2: Vision and Concepts —Based on the framework and decision criteria from Workshop 1, the team
will collaborate on developing a vision statement and thoughts about initial concepts/options for design and further
study.
Workshop 3: Draft Concepts Review/Refinement—Otak will present a set of potential concepts based on
discussion in Workshop 2 and then this workshop session will focus on review and refinement of the concepts for
initial analysis. Otak will conduct initial analysis comparing the options to the criteria and bring that back to
Workshop 4.
Workshop 4: Preferred Path Ahead/Preferred Solution—Otak will present the initial analysis of concepts and
the team will discuss the preferred option/preferred path ahead (could be a hybrid of options) to further analyze
and illustrate. The team will discuss and define deliverables for development by Otak under other project tasks
such as Task 6.0 Alternatives Analysis, Task 9.2 Agency and Stakeholder Coordination, and Task 9.4 Public
Engagement Support. Future deliverables to be defined through the collaborative workshops are anticipated to
include:
Otak — Scope of Work
113
o Visualization graphics (2-D and 3-D renderings)
o Habitat Enhancement Considerations, Limitations and Opportunities Study
o Habitat Enhancement Schematic Design Figures
o Flood Gate System Technology Alternatives Assessment(based on workshops and Task 6.3)
o GIS-based Storymap or other materials for website posting
TASK 9.3.2 DELIVERABLES:
• Workshop Agendas
• Workshop Hand -Outs and Presentation Materials
• Project Vision Statement
• Project Goals, Performance Measures, and Decision Criteria
• Up to three separate concepts for evaluation (illustrated and described conceptually)
• Evaluation matrix results
• Memorandum documenting decisions around the preferred direction/preferred solution and a list of
deliverables for the next phase of work.
10.0 Culvert Inlet Erosion Repair Final Design
10.1 Final Design
10.1.1 30% Plans and Engineer's Estimate and Basis of Design Memo
Otak will prepare conceptual plans that include the site layout and section details of the proposed erosion repair
design. The 30-percent design will include the cover sheet, plan and profile, and typical cross sections. We
assume that the concept plans will be prepared at the same scale as the final design plans. Included in the 30-
percent design submittal will be a preliminary engineer's cost estimate.
Otak will prepare a Basis of Design Memo describing the need to repair scour protection measures around the
inlet of the existing culvert to minimize impacts to the environment, infrastructure and O&M safety. The memo will
also i potential habitat enhancement measures that may be implemented with the erosion repair that could be
considered incremental improvements contributing to the future long-term restoration project plans at the Gilliam
Creek site.
TASK 10.1.1 DELIVERABLES
• 30-percent Design Plans (electronic pdf)
• Engineer's Cost Estimate (electronic pdf)
• Basis of Design Memo (electronic pdf)
Thtj10.1.2 60% Construction Documents
Otak will prepare an engineering design and plan set based on the 30-percent plans to a scale and layout
appropriate for a construction plan set, address comments from the City's review of the 30-percent design, and
revise the plans to represent a 60-percent level of detail. Accompanying the 60-percent plans will be a list of
anticipated special provisions and an updated Engineer's cost estimate.
The following is a preliminary drawing list:
1. Cover Sheet
2. Legend, Notes, and Abbreviations
Otak — Scope of Work
114
3. Survey Control and Existing Condition Plan, Scale 1" = 20'
4. Temporary Erosion and Sediment Control and Stream Bypass Plan, Scale 1" = 10'
5. Stream Stabilization Plan and Profile, Scale 1" = 10'
6. Channel Cross Sections, Scale Varies
7. Stream Stabilization Details, Scale Varies
8. Construction Staging Plan and Details (if necessary), Scale Varies
TASK 10.1.2 DELIVERABLES
• 60% Design Plans (electronic pdf)
• List of Special Provisions (electronic pdf)
• Engineer's Construction Cost Estimate (electronic pdf)
10.1.3 90% Construction Documents
Otak will advance plans developed at the 60% level and prepare 90% level plans for the inlet erosion repair. The
60% construction review comments will be addressed in the 90% plans, and comment responses will be prepared
for the 60% review comments.
TASK 10.1.3 DELIVERABLES
• 90% Design Plans (electronic pdf)
• 90% Special Provisions and Project Manual (electronic .doc and .pdf)
• Engineer's Construction Cost Estimate (electronic pdf)
10.1.4 100% Construction Documents
Otak will address the City's comments from the 90-percent design and the final design submittal will include ad -
ready construction drawings, a final Engineer's cost estimate and project specifications including the bid
schedule.
TASK 10.1.3 DELIVERABLES
• Final Design Plans (electronic pdf)
• Special Provisions (Divisions 1-9) and Project Manual (electronic .doc and .pdf)
• Engineer's Construction Cost Estimate/Bid Schedule (electronic pdf)
TASK 10.1 ASSUMPTIONS
• The design concept identified as the preferred alternative in the inlet erosion assessment memo (prepared
under separate contract) will be the design carried forward to the 30-percent design level with minimal
changes.
• Special Provisions will be based on the 2024 (or current) edition of the WSDOT Standard Specifications with
the APWA supplement, current amendments, and City requirements.
• The City will provide a set of current City General Special Provisions and City standard contract and bid forms
to be used for preparation of the Project Manual.
Otak — Scope of Work
115
10.2 Permitting for Inlet Erosion Repair
10.2.1 Pre -Application Meeting, Agency Meetings, and Permit Facilitation
During preparation of permit applications and support documentation, Otak will organize and conduct a pre -
application field meeting with all applicable City, State, and Federal resource and regulatory agency
representatives necessary to assure that they have a solid understanding of the existing and proposed conditions
for the project prior to receiving the JARPA package. Participants in the pre -application field meeting are
anticipated to include agency staff from WDFW, Army Corps, City of Tukwila, relevant tribal biologists, and
potentially WRIA 9 technical staff such as Chris Gregersen.
After permit applications are submitted, Otak will coordinate with City staff to respond to comments, provide
additional clarification, and assist with shepherding the permits through the process efficiently.
TASK 10.2.1 ASSUMPTIONS:
• A single pre -application field meeting, not to exceed two hours in duration, will be conducted under this task.
Hours also include time for responding to agency comments following the meeting and preparing meeting
minutes.
10.2.2 JARPA Form and Figures
Otak will prepare a JARPA form and figure set for the project when the project reaches a 60-percent design
stage. The JARPA and Wetland and Stream Report will be used to apply for and support a Washington State
Department of Fish and Wildlife (WDFW) Hydraulic Project Approval (HPA). The JARPA and the Biological
Evaluation will be used to obtain a Department of the Army (Section 404) Nationwide permit from the Corps of
Engineers. Otak will review the Department of Archaeology and Historic Preservation's web database for known
cultural or historical sites to support the application. A formal cultural resources report will not be prepared.
TASK 10.2.2 ASSUMPTIONS:
• The project will be permitted by the Army Corps of Engineers under one of the Nationwide Permits available
(e.g., NWP #13).
• The project will not require offsite compensatory wetland or stream mitigation. The project is intended to be
self -mitigating through restoration of a native riparian plant community above the bank armoring.
• The project will not require an individual Section 401 Water Quality Certification from Washington State
Department of Ecology.
• A Cultural Resources report, will not be required.
• The City will pay for all required permit fees.
10.2.3 ESA Compliance Documentation
Documentation necessary for compliance with the provisions of the Endangered Species Act will be prepared
during preparation of and in coordination with the 60-percent design level plans. Otak will prepare a Biological
Evaluation (BE) for the project per the USACE format. A BE will be prepared for the USACE's informal
consultation with the National Marine Fisheries Services (NMFS) and US Fish and Wildlife Service (USFWS) for
project impacts to ESA -listed species. Informal consultation with NMFS and USFWS is anticipated for this project
because the stream and riparian impacts from the bank stabilization will be characterized as pre-existing as a
result of previous stabilization efforts, and therefore will be considered not likely to adversely affect (NLAA) ESA
listed species or their critical habitats. If agencies disagree with a NLAA effects determination then a biological
assessment will need to be prepared under a separate scope of work for formal consultation with USFWS and
NMFS. The BE will be submitted as part of the JARPA package for the 404/401 permit application to the USACE.
Otak — Scope of Work
116
TASK 10.2.3 ASSUMPTIONS
• The project will result in a May Affect, Not Likely to Adversely Affect (NLAA) determination for ESA -listed fish
species and designated critical habitat that may occur in the project action area. The project will result is No
Effects determination for all other listed species occurring in King County.
o As such, the project will not undergo formal consultation with the National Marine Fisheries
Service and the U.S. Fish and Wildlife Service (the Services).
o The USACE and Services will concur that due to the eroding slope and erosion, previous bank
armoring and slumping, and proposed bioengineered bank stabilization design, the project will
have insignificant or discountable effects to designated critical habitat for Chinook salmon (Gilliam
Creek).
o Work area isolation and fish removal will be required. Fish removal will be conducted using
herding methods and nets rather than handling (e.g., trapping and relocating).
o The project will achieve ESA compliance utilizing the USACE Abbreviated Biological Evaluation
for Informal ESA Consultation, or similar format.
TASK 10.2.3 DELIVERABLES
• Draft Biological Evaluation and one (1) electronic file (PDF format)
• Final Biological Evaluation and one (1) electronic file (PDF format)
10.2.4 Prepare Shoreline Permit Exemption Application
The project will require compliance with the City's critical areas (e.g., wetlands, streams and their buffers)
regulations at TMC 18.45.100 (Watercourse Designations, Rating and Buffers), 18.45.150 (Fish and Wildlife
Habitat Conservation Areas Designation, Mapping, Uses and Standards), floodplains, and shorelines per TMC
18.44 (Shoreline Overlay). Part of the project area is located within shoreline designation. Otak will complete a
pre -application conference request with City staff in addition to the site meeting under Task 10.2.1, and the
shoreline permit exemption application. The project is expected to be considered normal repair of existing
structures/developments including repair of damage caused by elements (e.g., precipitation and stream flows).
ASSUMPTIONS
-Project will qualify for the Shoreline Permit Exemption. No net loss of shoreline ecological functions will still need
to be achieved in accordance with the requirements of the Shoreline Exemption. Stabilizing the eroding bank and
replating with native plants is expected to provide adequate mitigation for the proposed bank armoring.
DELIVERABLES
-Shoreline Exemption Application
-Floodplain Permit Application
10.2.5 SEPA Compliance
The project will require compliance with the State Environmental Policy Act (SEPA). Otak will prepare a SEPA
checklist for the project, with vicinity map and simple plan view appropriate for the general public, and will submit
the checklist to the City for environmental review as the lead agency in the SEPA process.
ASSUMPTIONS
The proposed project will result in a Determination of Non -Significance (DNS).
Preparation of a SEPA EIS is not included in this scope.
DELIVERABLES
Draft and Final SEPA checklist with vicinity map and site plan, submitted to the City.
Otak - Scope of Work
117
10.2.6 Prepare Critical Areas Report
A Critical Areas Report (CAR) will be prepared for the permit applications to local, state, and federal agencies.
The Wetland and Stream Delineation Report prepared under the previous scope of work will be amended to
include a project description, impacts assessment, and proposed restoration of temporary impacts to result in no
net loss of shoreline ecological functions.
ASSUMPTIONS
-Onsite restoration of temporary impacts using native plants will be adequate mitigation for project impacts to
Gilliam Creek.
DELIVERABLES
-Draft and Final Critical Ares Report (PDF)
Management Reserve
If directed by the City, consultant will provide services needed to assist the City for unforeseen tasks related to
this project that were not specifically addressed in this scope of work. When requested by the City, the consultant
will provide a scope and budget for the task identified by the City. The consultant will not proceed with the task
until written authorization has been provided by the City. The allotted amount for this task is $30, 000.00.
Direct Expenses
Direct expenses to be submitted for reimbursement include:
• Mileage/Travel for site investigations and meetings
• Other Misc. Expenses
Otak — Scope of Work
118
Otak
Exhibit B
City of Tukwila - Gilliam Creek Fish Barrier Removal and Habitat Enhancement
Fee Estimate - AMENDMENT NO. 2
Otak Project #020610.002
5/7/2024
WATER & NATURAL RESOURCES ENGINEERING
ENVIRONMENTAL SCIENCES
STRUCTURAL
TRANSP &
INFRASTRUCTURE
PLANNING & LANDSCAPE
SURVEY
ADMIN
Task
Description
Sr. PIC/Sr.
PM Civil
Civil
Engineer X
g
Civil
Engineer
9
Civil
Engineer VI
g
Civil
Engineer
9
Engineering
Designer IV(Hydrologist)Scientist
g
Scientist VI
VI
Scientist II
Civil
Engineer
9
Civil
Engineer
9
Engineering
Tech IV
Sr. PIC/Sr. PM
LA/Mst Pln
Landscape
Architect IV
Planner IV
Professional
Land
Surveyor V
Survey Crew
Chief II
Survey Field
Tech III
Survey
Office Tech
IV
Graphics
Specialist
p
Project
Coord l
Otak
Total
Hours
Otak Budget by
Sub -Task
Sub - HWA
Geosciences
Total Budget By
Task
SCOPE AND BUDGET MODIFICATIONS
1
Project Management and Coordination
$45,776.00
1.1
Coordination with City
4
80
80
20
184
$36,076.00
1.4
Project Monitoring and Reporting
20
40
60
$9,700.00
NEW SCOPE TASKS
4
Topographic Survey and Basemap
$4,184.00
4 1
Supplemental Topographic Surveying and
Mapping of Culvert Inlet Erosion
2
2
12
12
6
34
$4,184.00
5
Hydrology and Hydraulics
94,120.00
5.5
Gilliam Creek Flap Gate Replacement Preliminary
Flood Study- Existing Conditions
12
20
32
140
80
170
2
8
8
4
492
$94,120.00
6
Alternatives Analysis
6.3
Flood Gate System Assessment
$23,540.00
6.3.1
Feasibility Study
2
20
60
40
12
134
$23,540.00
7
Geotechnical Services
$4,915.00
7 2
Culvert Inlet Erosion Repair Geotechnical Design
Review
1
4
5
$915.00
$4,000.00
9
Engagement with City Staff and Others
9.3
Project Planning Workshops
$68,498.00
9.3.1
Kickoff and Ongoing Coordination
8
12
12
14
24
70
$13,668.00
9 3 2
Collaborative Workshops/Study Sessions with
City Staff
8
32
50
20
16
24
30
80
24
16
300
$54,830.00
10
Culvert Inlet Erosion Repair Final Design
10.1
Final Design
$93,436.00
10.1.1
30% Plans and Engineer's Estimate and Memo
8
36
80
6
8
4
30
164
$26,286.00
10.1.2
60% Design and Construction Documents
12
40
50
6
8
16
32
152
$25,810.00
10.1.3
90% Design and Construction Documents
16
50
80
8
16
24
178
$29,806.00
10.1.4
100% Construction Documents
10
32
20
8
60
$11,534.00
10.2
Permitting
$33,195.00
10.2.1
Agency Meeting and Coordination
1
2
12
4
18
$3,533.00
10.2.2
Prepare JARPA Form and Figures
4
20
24
12
30
86
$13,518.00
10.2.3
ESA Compliance Documentation
16
40
56
$8,072.00
10.2.4
Shoreline Permit Exemption
8
24
32
$4,512.00
10.2.5
SEPA Compliance
8
16
24
$3,560.00
Total Hours
26
232
32
528
80
314
170
72
114
24
16
40
40
138
104
4
20
20
10
24
76
2,049
Current Billing Rate
$344.00
$231.00
$231.00
$171.00
$183.00
$130.00
207.00
207.00
119.00
$231.00
$231.00
$116.00
$312.00
$144.00
$167.00
241.00
120.00
91.00
138.00
126.00
127.00
Total Labor Cost
$8,944.00
$53,592.00
$7,392.00
$90,288.00
$14,640.00
$40,820.00
$35,190.00
$14,904.00
$13,566.00
$5,544.00
$3,696.00
$4,640.00
$12,480.00
$19,872.00
$17,368.00
$964.00
$2,400.00
$1,820.00
$1,380.00
$3,024.00
$9,652.00
$363,664.00
$30,000.00
$500.00
$4,000.00
$367,664.00
$30,000.00
$500.00
100
Management Reserve
050
Direct Expenses
Project Total
$398,200.00
Notes:
(1) Billing rates may vary based on the actual staff performing the work.
(ROUNDED)
O:\PROJECT\20600\20610\O8 Corporate \ Contracts \Scoping\20610.002 Amend 2\GCFBR_LOE_AMEND 2_Rev3
Page 1 of 1
5/7/2024
120
Transportation & Infrastructure Services Committee Minutes May21, 2024
F. Contract Amendment: Gilliam Creek Fish Barrier Removal and Habitat Enhancement
*Staff is seeking approval of Amendment No. 2 to Contract 23-191 with Otak in the amount of
$398,200 for additional engineering services.
Committee Recommendation
Unanimous approval. Forward to June 3, 2024 Regular Consent Agenda.
G. Contract Amendment: S. 131st Street Drainage Improvement Project
Staff is seeking approval of a contract amendment in the amount of $139,733 for additional
engineering services.
Committee Recommendation
Unanimous approval. Forward to June 3, 2024 Regular Consent Agenda.
H. Resolution: Six -Year Transportation Improvement Program
Staff is seeking approval of the annual update of the Six -Year Transportation Improvement
Program.
Committee Recommendation
Unanimous approval. Forward to June 10, 2024 Committee of the Whole.
The meeting adjourned at 6:20 p.m.
Committee Chair Approval
Minutes by LH
121
122
COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared by
Mayor's review
Council review
06/03/24
JR
ITEM INFORMATION
ITEM No.
5.G.
STAFF SPONSOR: JOSH HOPKINS
ORIGINAL AGENDA DATE: 06/03/24
AGENDA ITEM TITLE S. 131st Street Drainage Improvement Project
Amendment No. 3 Additional Engineering Services
CATEGORY ❑ Discussion
Mtg Date
11
Motion
Date 06-03-24
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
❑ Other
Mtg Date
Mtg
SPONSOR ❑Council ❑Mayor HR DCD ❑Finance ❑Fire TS ❑PAR ❑Police 11PJV ❑Court
SPONSOR'S The goal of the S 131st Drainage Improvement Project is to mitigate roadway and property
SUMMARY flooding, improve water quality, and enhance fish mobility and habitat. This amendment
will include survey, critical area delineation, hydraulic analysis, and preliminary design
feasibility for a larger area - upstream and downstream of flooding on S 131st PlCouncil is
being asked to approve Amendment No. 3 to Contract 22-102 with Pace Engineers for
additional engineering services in the amount of $139,733.
REVIEWED BY
0 Trans&infrastructure
CommunitySvs/Safety
Arts Comm.
Finance
❑ Parks
Comm. ❑ Planning/Economic Dev.
Comm. ❑ Planning Comm.
CHAIR: ARMEN PAPYAN
❑ LTAC
DATE: 05/21/24
COMMITTEE
RECOMMENDATIONS:
SPONSOR/ADMIN.
COMMITTEE
Public Works Department
Unanimous Approval; Forward to Regular Consent Agenda Meeting
COST IMPACT / FUND SOURCE
EXPENDTTURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$139,733.00 $587,681.00 $0.00
Fund Source:
Comments: CIP 2023-2028, Pg 85
MTG. DATE
RECORD OF COUNCIL ACTION
06/03/24
MTG. DATE
ATTACHMENTS
06/03/24
Informational Memorandum dated 05/7/24
CIP 2023-2028, Pg 85
Contract Amendment #3
Otak Scope and LOE
Minutes from Transportation and Infrastructure Committee meeting of 05/21/24
123
124
TO:
FROM:
BY:
CC:
DATE:
SUBJECT:
City of Tukwila
Public Works Department - Hari P nnck cnti, Director/City Engineer
Thomas McLeod, Mayor
INFORMATIONAL MEMORANDUM
Transportation and Infrastructure Committee
Hari Ponnekanti, Public Works Director
Joshua Hopkins, Surface Water Project Manager
Mayor Thomas McLeod
May 7, 2024
S. 131St Street Drainage Improvement Project
Project No. 9161204, Contract No. 22-102
Amendment No. 3 Additional Engineering Services
ISSUE
Approve amendment No. 3 to Contract No. 22-102 with Pace Engineers for additional engineering
services.
BACKGROUND
The S 131 st Drainage Improvement Project goal is to address flooding of roadway and adjacent
properties, and to address issues that contribute to flooding, water quality concerns, barriers to fish
movement and habitat degradation. Amendment No. 3 includes additional engineering services to
address residual flooding not addressed by the original scope of work. After completing 30% design,
hydraulic modeling depicted residual flooding persisting on public ROW and private property along S
131 st PI.
ANALYSIS
This contract amendment will include survey, critical area delineation, hydraulic analysis, and
preliminary design feasibility for a larger area - upstream and downstream of flooding on S 131st PI.
Pace Engineers will develop analysis and preliminary feasibility to increase conveyance capacity to
resolve flooding to ROW and private property. This information will be used to determine the scope and
level of effort for design development and funding needs in a subsequent phase of work.
FISCAL IMPACT
Pace Engineers has provided a cost estimate not to exceed $139,733.00 to perform additional
engineering services. Total funding for contract 22-102 is $587,681.00.
Pace Design Contract
Amendment No. 1 & 2
Amendment No. 3
Grants
Utility Revenue
Consultant
$371,610.00
$19,880.00
$139,733.00
Total: $531,223.00
Budget
$276,681.00
$311,000.00
$587,681.00
RECOMMENDATION
Council is being asked to approve Amendment No. 3 to Contract 22-102 with Pace Engineers for
additional engineering services in the amount of $139,733 and to consider this item on the Consent
Agenda at the June 3, 2024, Regular Council Meeting.
Attachments: CIP 2023-2028, Pg 85
Pace Scope and LOE
125
126
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2023 to 2028
PROJECT: S 131st Place Drainage Improvements Project No. 91641204
DESCRIPTION: Design and replace an existing 36" culvert under S. 131st PI. Raise the roadway approximately 18" and/or
provide a concrete wall or other means to keep Southgate Creek within its banks during storm events.
JUSTIFICATION: Southgate Creek overtops its bank several times per year during storm events and runs through private property.
Debris is deposited within a private driveway and storm system.
STATUS: Maintenance is performed annually on the creek to remove excess sedimentation to reduce the likelihood
of flooding.
MAINT. IMPACT: Reduce the frequency of stream sediment removal and storm cleanup.
COMMENT: Project will require an HPA. Will consider combining with a future overlay project to reduce overall costs.
A grant request for $200K was submitted to the KCFCD in 2020.
FINANCIAL Through Estimated
(in $000's)
2021 2022
2023
2024
2025
2026
2027
2028
BEYOND TOTAL
EXPENSES
Design
100
421
521
Land (R/W)
250
250
Const. Mgmt.
400
400
Construction
2,000
2,000
TOTAL EXPENSES
0
100
671
2,400
0
0
0
0
0
3,171
FUND SOURCES
Awarded Grant
60
60
120
Proposed Grant
300
1,600
1,900
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
0
40
311
800
0
0
0
0
0
1,151
TOTAL SOURCES
0
100
671
2,400
0
0
0
0
0
3,171
,,,
,'
Project Location
.
n
li;
r
P`---i-
vigil
P.
r8EA1--
IJ
19,r_r��
e<
5
s
7 0 i
1
,
i_`
S 158
150 $[
-4•
'1 .
s 1n�
{1 7ukwua Pr.`,
sr �. 11 �
2023 - 2028 Capital Improvement Program
accii exa m
85
127
128
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number:
CONTRACT FOR SERVICES
Amendment # 3
Between the City of Tukwila and PACE Engineers, Inc.
That portion of Contract No. 22-102 between the City of Tukwila and PACE Engineers, Inc. is hereby
amended as follows:
Section 2: Scope of Services. Work under this contract shall be amended to include
reimbursement for direct expenses and costs associated with the additional contract scope of
services as described in Exhibit A, attached.
Section 4: Payment. Payment is hereby changed to include an additional $139,733.00 for this
additional scope of services. See Exhibit A. The maximum amount payable under this contract as
amended inclusive of all fees and other costs shall not exceed $531,223.00 without express written
modifications of the Agreement signed by the City.
All other provisions of the contract shall remain in full force and effect.
Dated this
day of , 20
** City signatures to be obtained by ** Contractor signature to be obtained by
City Clerk's Staff ONLY. ** sponsor staff. **
CITY OF TUKWILA CONTRACTOR:
Thomas McLeod, Mayor
By:
Printed Name: Kenneth H Nilsen
ATTEST/AUTHENTICATED: Title: President
Andy Youn, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
CA Reviewed May 2020
Page 1 of 1 129
Ali PACE
WATER I LAND I INFRASTRUCTURE I FACILITIES
SCOPE OF WORK
SOUTHGATE CREEK DRAINAGE IMPROVEMENT PHASE II
PHASE IIA — FEASIBILITY
PROJECT UNDERSTANDING
The City of Tukwila (City) has requested that PACE suspend the original scope and budget for the
131 st Street Drainage Improvements project following the Department of Ecology Stormwater
Grant submittal and develop a new scope and budget for a comprehensive drainage
improvements feasibility study that encompasses a greater area and includes more drainage
elements to address the flooding on S.131 st Street. This feasibility study is the initial stage for the
Phase II project, now being labeled as Phase IIA, with the future Phase IIB being final design
documents.
Prior modifications to the original scope of work requested by the City for this project included
additional topographic survey, basin analysis and modeling, the hydraulic design report and 30%
plans, and the site feasibility/site investigation report. PACE prepared an Additional Services
Agreement (ASA) in March 2023, and prepared a second Draft ASA in December 2023 for this
additional work requested by the City beyond the project scope.
As an alternative to proceeding with an additional ASA to modify the existing budget for the
expanded scope, the City requested that PACE use the existing budget to complete the necessary
tasks, to suspend the current design effort, and prepare documents needed for a grant application
which has been done. Any funds remaining after those above -described elements are complete
would be allocated the new Phase IIA scope and budget.
This effort included the following:
1. Terminate the current project design at 30%, with the addition of adding notes and impact
exhibits, along with an environmental design narrative for Washington Department of Fish
and Wildlife (WDFW) review. (completed)
2. Finalize reports, fee estimate, and documents for a grant application for Department of
Ecology (Ecology) Stormwater Grant. (completed)
3. Prepare a scope and fee proposal for the Phase IIA feasibility tasks including an expanded
project area requiring additional survey, hydraulic design, stormwater (flow control and
water quality) evaluation, and conceptual stormwater options. (this document)
It is our understanding that the project originally scoped under City of Tukwila contract 22-102 for
South 131st Street. Drainage Improvements is considered complete as of the Department of
Ecology Grant submittal, with any remaining funding to be allocated towards the new scope for the
Southgate Creek Drainage Improvements Phase IIA Feasibility Study.
3501 Colby Avenue, Suite 101
Everett, Washington 98201-4794
4iN16.4794
May 10, 2024
22546
City of Tukwila
131st Drainage Improvements Phase IIA
Scope of Work
Page 2 of 7
PACE is proposing the following scope and fee for the Southgate Creek Drainage Improvements
Phase IIA Feasibility Study.
SCOPE OF WORK
Task 1: Project Management, Meetings, and Coordination
PACE will provide administration and coordination throughout the duration of the project,
including coordination of survey and subconsultants, contracting and invoicing, scheduling,
and client coordination. PACE will conduct regular coordination and update meetings virtually
with City of Tukwila and GeoEngineers at project milestones and as needed. The following
tasks are anticipated:
■ Develop approach and scope for the Phase IIA Feasibility Study
■ Bi-weekly project check -in meetings. It is assumed there will be eight (8) meetings,
two (2) hours each for two (2) PACE staff, including preparation of agenda and
meeting minutes.
■ Conceptual hydraulic design development and review with the City,
■ Review / Check -in meetings for each component of the Hydraulic Feasibility
Analysis Task 4, (8 meetings total).
■ Project invoicing, progress reports and team coordination. For the purpose of
budgeting, PACE has assumed the project will continue for 16 weeks through the
completion of this scope. If the project continues beyond this period, services will
be considered additional to the scope of this proposal. Prior to any additional work
being performed, PACE will provide the Client with an estimate of fees to continue
with these tasks.
Deliverables
■ Meeting agendas and minutes (8 Total)
■ Monthly invoicing with progress reports (4 Total)
Task 2: Site Reconnaissance
Up to two (2) PACE project team staff will conduct a single site visit to understand the site -
specific conditions. Qualitative observations concerning existing vegetation, riverbank
conditions, exposed stormwater features, and exposed highway features will be documented
in field notes and site photos.
It is assumed that City staff will accompany PACE and will provide PACE with any available
as -built information.
Ai
PACE
P:\EVR\P22\22546 S. 131st PL DRAINAGE IMPROVEMENT\ PROJECT MANAGEMENT\ CONTRACTS \2024 Phase II Scope and Budget\Southgate Creek Drainage Improvement Phase IIA
Scope.docx
131
May 10, 2024
22546
City of Tukwila
131st Drainage Improvements Phase IIA
Scope of Work
Page 3 of 7
Task 3: Survey and data collection
PACE will extend the topographic survey conducted in January 2023 for the South 131 st Place
Drainage Improvement Project. Survey control will be extended to gather information on
approximately 1200 linear feet of existing ditches adjacent to SR 599, existing Southgate
Creek east of Macadam Rd S, a portion of S 134th PL along the south westerly margin.
Together with ditch lines along the southern edge of Right of Way along S 133' Street approx.
350 linear feet. Together with additional mapping along the southeasterly margins of S 131 St
PL along with 44th AVE S between King County Tax Lots 7349200245 and 7349200340.
Together with topographic elements for portions of King County Tax Parcels; 261320087,
000480003, 2716000030, 2613200028, 0004800002, 2613200133, 26132000085,
7349200340, 7349200255, 7349200225, 7349200220, 7349200095, 7349200040,
7349200005, 7349200345, 0004800003, 0004800014 and 2716000030 as depicted in pink on
attached Exhibit "A". Together with topographic elements within tax lot 2613200134 also
depicted in pink on attached Exhibit "A". Survey will also include outfall of stormwater pipe of
Southgate Creek downstream of the SR 599 culvert as well as the outfall at the confluence
with the Duwamish River.
1. Topographic Survey —Shall include but is not limited to the following:
■ Channel thalweg (deepest point) at 50 ft intervals, and break lines including toe of
stream bank, top of bank, any terraces or major bars or other features, and
floodplain lying 30' either side of edge of channel.
■ Water surface elevations (as required).
■ Major channel angle points.
■ Wetlands flag and ordinary high water (OHW) delineations.
■ Culverts with invert elevation and size.
■ Efforts will be made to show Sound Transit Light Rail columns and downspouts
where accessible or within 20' of survey limits
■ Hardscapes such as walks, driveways, etc.
■ Planted ornamental trees
■ Retaining walls and rockeries
■ Fencing, curb, pavement and gravel edges
■ Roadway markings and signage
■ Surface indications of utilities, such as vaults, pedestals, irrigation etc.
■ Utility lines that can be visually observed, located by RF locating equipment (APS
estimate fee of $2,875.00), or identified on readily available record drawings.
■ Sewer and storm structures will be measured for invert elevations, size of pipe, and
size of structure.
Ai
PACE
P:\EVR\P22\22546 S. 131st PL DRAINAGE IMPROVEMENT\ PROJECT MANAGEMENT\ CONTRACTS \2024 Phase II Scope and Budget\Southgate Creek Drainage Improvement Phase IIA
132 Scope.docx
May 10, 2024
22546
City of Tukwila
131st Drainage Improvements Phase IIA
Scope of Work
Page 4 of 7
■ Any tree 8-inch in diameter or greater as measured 4 feet above the ground.
■ Contours will be generated at a 1-foot interval.
PACE survey team will thoroughly investigate and integrate relevant information accessible
from City data sources, whether readily available or provided. Any additional time due to
unforeseen issues or out of scope work will be billed on a Time -and -Expense (Rates) fee basis
only after City's approval.
The above scope of work and related fee has been based on the following assumptions:
■ Any right -of -entry to be secured by the City. PACE has identified eighteen (19)
private ownership lots that will be in the vicinity of the survey. Full access is not
needed for all lots. However, notification that we will be working near their
properties is advised.
■ Any OHW and Wetland delineation flags will be hung by GeoEngineers prior to the
commencement of the field survey.
■ Re -mobilizations or additional work based on areas or features of concern that
were not originally discussed; areas identified by other specialists (Biologists,
Arborists, etc.) after the initial field work or those areas which were not accessed
due to safety or limitations of time.
■ King County GIS parcel lines will be used to show appropriate right of way and
property lines. No ownership or occupancy will be apart of this Survey.
■ This Task is a Topographic Survey and not a Boundary Survey.
■ Topographic mapping data will be provided in AutoCAD C3D 2021, per PACE ACAD
standards.
Deliverables
Survey basemap CAD file in .dwg format and signed PDF sheet set
Task 4: Hydraulic Feasibility Analysis
To fully evaluate the potential benefits of modifying Southgate Creek with the associated
contributing stormwater run-off, the following analysis is broken down into four subtasks. The
Hydraulic Feasibility Analysis will be summarized into a single report. The named properties
described in this proposal are as follows: NorMed Property (Parcels 734920-0095 and
A
PACE
P:\EVR\P22\22546 S. 131st PL DRAINAGE IMPROVEMENT\ PROJECT MANAGEMENT\ CONTRACTS \2024 Phase II Scope and Budget\Southgate Creek Drainage Improvement Phase IIA
Scope.docx
133
May 10, 2024
22546
City of Tukwila
131st Drainage Improvements Phase IIA
Scope of Work
Page 5 of 7
7349200040), Triangle Property (Parcels 2613200134 and 261320087), and Masonry
Property (Parcel 7349200340).
4.1 Stormwater Park Flow Control and Water Quality Evaluation:
1. PACE will evaluate how much detention storage and water quality treatment can be
provided in parcels 2613200134 and 261320087 (the Triangle Property), through a
WWHM® or MGSFIood® hydrologic model.
2. PACE will explore the feasibility of installing both traditional and low impact
development detention/water quality BMPs in the Triangle property.
3. PACE will provide H&H modeling files identifying water quality and flow control
benefits for up to three (3) schematic design options (or menu of options) for City
review and selection of their preferred design option.
4. Following the City's approval of the preferred alternative, PACE will prepare a
Technical Memo summarizing the options and the City's preferred alternative which
will be used as the Basis of Design going forward.
5. Upon receiving approval from the City for the preferred design option, PACE will
prepare stormwater park conceptual plans and a graphic based on the size of the
stormwater features selected.
4.2 Upsize 44th Avenue South and South 133rd Intersection Culverts:
1. PACE will analyze the S 133rd Street stormwater network, including the existing
bypass system in the commercial parking lot and at the 133rd intersection, to
assess functionality, determine how much flow is being conveyed to the mainstem
verses being bypassed.
2. PACE will evaluate how much conveyance capacity the mainstem Southgate Creek
can provide through the Triangle and/or Masonry properties with upgraded culverts
at S 133rd Street and 44th Avenue S.
3. PACE will prepare a conceptual plan showing the proposed modifications to be
included as an exhibit in the Hydraulic Analysis Report.
4.3 Additional Back Channel Design:
1. Building on the previous task, assuming both 44th Avenue S and S 133rd Place
crossings were upgraded, PACE will explore the possibility of connecting the
Masonry property and the wetland behind NorMed with an additional back channel
alignment through stream grading and hydraulic modeling.
2. PACE will create a Civil 3D surface model for the additional back -channel
alignment. Civil 3D CAD works to show conceptual landscape and hydraulic layout
Ai
PACE
P:\EVR\P22\22546 S. 131st PL DRAINAGE IMPROVEMENT\ PROJECT MANAGEMENT\ CONTRACTS \2024 Phase II Scope and Budget\Southgate Creek Drainage Improvement Phase IIA
134 Scope.docx
May 10, 2024
22546
City of Tukwila
131st Drainage Improvements Phase IIA
Scope of Work
Page 6 of 7
for communication uses. Stream grading and alignment design for the additional
back channel alignment. This evaluates the hydraulic capacity the back channel and
stormwater park can provide. This grading will be used in the SRH-2D model and
conceptual figures.
3. PACE will prepare a conceptual plan as an exhibit that will include the back -channel
alignment and conceptual grading. This will be incorporated into the final Hydraulic
Analysis Feasibility Report.
4.4 South 134th Place Flow Control and Water Quality Evaluation:
1. PACE will explore the feasibility of installing both traditional and low impact
development detention/water quality BMPs in the City right-of-way along S 134th
Place.
2. PACE will determine the level of water quality treatment that can be provided along
South 134th Place.
3. PACE will prepare the channel section conceptual design along South 134th Place
for flood control.
The above scope of work and related fee has been based on the following assumption:
■ The treated stormwater can discharge into the Southgate Creek buffer that is also
proposed to be re -graded to provide flood plain functions for Southgate Creek.
■ Roadway design and utility relocation are not included in this phase.
Deliverables
Hydraulic Feasibility Analysis Report
4.1 Stormwater Park Flow Control and Water Quality Evaluation
Summary of three options and preferred alternative
H&H Modeling Files (3 Design Options)
Stormwater Park conceptual Plans & Graphic
4.2 Upsize 44th Avenue and South 133rd Intersection Culverts
Conceptual plans showing culvert modifications
4.3 Additional Back Channel Design
Civil 3D surface model
Back Channel Conceptual Plans
4.4 South 134th Place Flow Control and Water Quality Evaluation
S 134th Place WQ and channel section conceptual plans
Ai
PACE
P:\EVR\P22\22546 S. 131st PL DRAINAGE IMPROVEMENT\ PROJECT MANAGEMENT\ CONTRACTS \2024 Phase II Scope and Budget\Southgate Creek Drainage Improvement Phase IIA
Scope.docx
135
May 10, 2024
22546
City of Tukwila
131st Drainage Improvements Phase IIA
Scope of Work
Page 7 of 7
Task 5: Agency Review and Response
PACE will check -in with the City and receive feedback during each step of the evaluation,
included as part of the budget allocated under Task 1. PACE has included time in this task to
address City comments and feedback provided for the consolidated report.
1. Once all the evaluations described in Task 4 are completed, PACE will consolidate
the sections into a single document, the "Hydraulic Analysis Feasibility Report for
Phase IIA", then PACE will submit the report to the City for Review.
2. PACE will revise the report based on comments received from the City and resubmit
a Final version. For the purpose of establishing a budget for this proposal, PACE has
allocated up to twenty-four (24) hours for two (2) review cycles. If additional review
cycles are needed or changes are requested to the Task 4 evaluations, those
services will be considered additional to the scope of this proposal. Prior to any
additional work being performed, PACE will provide the City with an estimate for the
fees (Time -and Expense), based on the current rates to continue with this task.
Task 6: Sub -Consultant Wetland & Stream Delineations
GeoEngineers has provided the attached wetland and stream delineation services as a sub -
consultant to PACE Engineers, Inc.
PROJECT COST
The costs associated with the above -described work are shown on the attached spreadsheet.
Fees shown in the summary table below outline the current balance and requested contract
amendment.
ESTIMATED PROJECT COST PHASE IIA $ 231,355
MANAGEMENT RESERVE FUND PHASE IIA $ 25,000
SUBTOTAL PHASE IIA $ 256,355
ORIGINAL CONTRACT AMOUNT $371,610
AMENDMENT#1 Site Investigation Report $19,880
AMENDMENT#2 Contract Extension
TOTAL CONTRACT AMOUNT $391,490
BILLED TO DATE (4/18/2024) $ 274,868
BALANCE ON EXISTING CONTRACT $ 116,622
REQUESTED CONTRACT AMENDMENT $ 139,733
END OF SCOPE OF WORK
Ai
PACE
P:\EVR\P22\22546 S. 131st PL DRAINAGE IMPROVEMENT\ PROJECT MANAGEMENT\ CONTRACTS \2024 Phase II Scope and Budget\Southgate Creek Drainage Improvement Phase IIA
136 Scope.docx
1023046666
0004800002
7345601060
7345601075
2716000010
7349200005
7340600720
Z
E
(0
N
il• U. '•
0
137
z
• revious urve
E
(0
a)
•Mr•M=M
0
a)
7
0)
a)
z
138
Z
1301
d
J
w
• revious urve
•Mr•M=M
0
a)
7
a)
Z
139
Z
-col
d
J
d
• revious urve
E
co
a)
•Mr•M=M
a)
7
a)
z
140