Loading...
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