Loading...
HomeMy WebLinkAboutTIS 2024-10-28 COMPLETE AGENDA PACKETCity of Tukwila Transportation and Infrastructure Services Committee • Armen Papyan, Chair +'+ Dennis Martinez -.� Hannah Hedrick AGENDA Distribution: D. Martinez A. Papyan H. Hedrick P. Mayer G. Lerner (email) Clerk File Copy Share pkt pdf on SharePoint to A. Le, A. Youn M. McCormick MONDAY, OCTOBER 28, 2024 — 5:30 PM HYBRID MEETING — ONSITE AND VIRTUAL DUWAMISH CONFERENCE ROOM, 6300 BUILDING, 2ND FLOOR MS Teams: CLICK HERE TO JOIN THE MEETING Virtual Meeting - Members of the public may listen by dialing 1-253-292-9750 and entering conference ID 252508487# Item Recommended Action Page 1. PRESENTATIONS 2. BUSINESS AGENDA a) Centerpoint Turnover of Infrastructure in Right -of - Way and Easement to Maintain Traffic Light on Private Property (Cherie Du) b) 42nd Ave S Grants — Final Design and Construction Grants - WSDOT Local Bridge Program and Move Ahead Washington Program (Catrien de Boer) c) USDOT Aquatic Organism Passage (AOP) Culvert Removal Grant Application - Gilliam Creek Fish Barrier Removal (Catrien de Boer) d) Amendment to Grant Agreement #23-188 for Polychlorinated biphenyls (PCB) Monitoring and Evaluation (Catrien de Boer) e) Polychlorinated biphenyls (PCB) Evaluation within Stormwater Drainage Consult Svc. (Sherry Edquid) f) Resolution to Surplus City Equipment for 2024 (Shawn Christie) a) Forward to the 11/04/2024 Regular Consent Agenda b) Forward to the 11/04/2024 Regular Consent Agenda c) Council Approval d) Forward to the 11/04/2024 Regular Consent Agenda e) Forward to the 11/04/2024 Regular Consent Agenda f) Forward to the 11/04/2024 Regular Consent Agenda Pg. 1 Pg. 17 Pg. 23 Pg. 27 Pg. 29 Pg. 43 Next Scheduled Meeting: November 25, 2024 S. The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206-433-0179 for assistance. )City of Tukwila Department of Community Development - Nora Gierloff, AICP, Director TO: Transportation & Infrastructure Services Committee FROM: Nora Gierloff, DCD Director BY: Cherie Du, Development Review Engineer CC: Mayor McLeod DATE: October 28, 2024 Thomas McLeod, Mayor SUBJECT: Turnover of Infrastructure in Right -of -Way and Easement to Maintain Traffic Light on Private Property CENTERPOINT 8801 MARGINAL (Centerpoint) ISSUE Accept from CENTERPOINT 8801 MARGINAL (Centerpoint) turnover of sidewalks, signage and traffic signals, and accept easement to maintain traffic signal constructed on private property. BACKGROUND Centerpoint has completed their facility. As conditions of the Public Works permit, Centerpoint has constructed required sidewalk and traffic signals and is providing an easement for the City to maintain the southern traffic signal, which has been constructed on their property. DISCUSSION The proposed public improvements have been constructed to City standards and inspected by Public Works staff and are ready for turnover. FISCAL IMPACT The value of the transferred improvements from Centerpoint to the City totals $421,474 for the sidewalks, signage and traffic signals. There will be no expense to the City for accepting the turnover and the easement to maintain the southern traffic signal. RECOMMENDATION Council is being asked to authorize the Mayor to sign the turnover documents and consider this item on the Consent Agenda at the November 4, 2024 Regular Meeting. ATTACHMENTS Centerpoint Bill of Sale, Easement, Asset Acquisition Form, Record Drawing and Material List NOTE: All Centerpoint Development Files are available at the Department of Community Development Permit Center. Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 1 CITY OF TUKWILA CAPITAL ASSET ACQUISTION FORM INSTRUCTIONS. The Owner or Owner's Representative completes this form for transfer of a capital item to the City. The City Clerk processes the form. TRANSACTION. 1. El DEVELOPER'S AGREEMENT Name: Council Action Dated: 2. O✓ BILL OF SALE Total Construction Cost of Capital Asset: $ 421,474 Grantor: Centerpoint 8801 Marginal LLC Grantee: City of Tukwila 3. 0 OTHER Description: ASSET DESCRIPTION. [ ] Water 0 Sewer 0 Storm 0 Curb/Gutter/Sidewalk 0 Other Water, sewer & Storm utility connections to the 8801 E Marginal Way Building, new sidewalk, curb & gutter along the frontage an I certify that to the best of my knowledge the above information is true and accurate. Signature — Department Head Date I hereby approve the acceptance of the named asset(s) on behalf of the City. Mayor Date Note: Assets over $40,000 in value require Council action and approval. By council action at a council meeting dated 20 0, the above assets were accepted. Council President ATTEST: City Clerk Date Date DOCUMENTATION ATTACHED: 8 Turnover Request Letter ID Bill of Sale 8 Easements 8 Material List 8 Title Report ID Record Drawings 8 ROW dedication 8 Other: DISTRIBUTION LIST: 8 City Clerk ID Utility Asset Acctg. ID Maint. Div I Utility 2 PROJECT NAME: 8801 E MARGINAL ROW Improvements PERMIT NO: PW22-0036 & PW22-0037 MATERIAL LIST DESCRIPTION (length, size, material & type) QUANTITY AVERAGE UNIT COST DATE INSTALLED SERVICE LIFE TOTAL (YRS) ORIGINAL COST TOTAL - ^ DEPRECIATION PER YEAR - -- ACCUMLATED DEPRECIATION 1 Phoenix Drive Traffic Signal Type 1 Signal Pole 1 EA 05/16/23 25 yr $31,460 Sidewalks 4032 SF 04/11/24 40 yr $110,874 90th St Traffic Type II Signal Pole & System 1 EA 04/04/24 25 yr $110,656 E Marginal St Traffic Type III Signal Poles & System 2 EA 04/04/24 25 yr $165,984 Signage 1 LS 04/11/24 25 yr $2,500 TOTAL COSTS: $421,474 SIGNED: G� DATED: l/((!72.q 3 After recording return to: City Clerk City of Tukwila 6400 Southcenter Boulevard Tukwila, Washington 98188 DOCUMENT TITLE: EASEMENT AGREEMENT GRANTOR: CenterPoint 8801 Marginal LLC, a Delaware limited liability company GRANTEE: City of Tukwila, a Washington Municipal Corporation ABBREVIATED LEGAL DESCRIPTION: ADDRESS: Parcel A of City of Tukwila Lot Consolidation No. L19-0083, recorded September 10, 2020, under Recording Number 20200910900087 8801 E. Marginal Way, Tukwila, Washington 98108 KING COUNTY TAX PARCEL NUMBER: 542260-0060-03 1066535.3 4 EASEMENT AGREEMENT THIS EASEMENT AGREEMENT (the "Agreement") is made and entered this day of September, 2024, by and between CENTERPOINT 8801 MARGINAL LLC, a Delaware limited liability company (referred to herein as the "Grantor"), and THE CITY OF TUKWILA, a Washington municipal corporation (referred to herein as the "Grantee"); WITNESSETH: WHEREAS, Grantor is the owner of certain property and the improvements thereon commonly known as 8801 E. Marginal Way, Tukwila, Washington, and legally described on Exhibit A attached hereto (the "Property"); and WHEREAS, Grantor desires to convey to Grantee an easement on, under and across certain portions of the Property for the purpose of utilizing, maintaining, and repairing the City Traffic Signalization Facilities (as hereinafter defined); NOW, THEREFORE, for and in consideration of the sum of Ten and No/100's Dollars ($10.00), and other good and valuable considerations, the receipt of all of which is hereby acknowledged, the said Grantor, as the owner of the Property, and does hereby grant and convey unto the Grantee, subject to all existing easements and restrictions of record, a perpetual, non-exclusive right of way and easement (the "Easement") for access to, across, under and over the Easement Parcel (as hereinafter defined) for the use, operation, inspection, maintenance, repair, renewal and replacement of a Phoenix Drive Traffic Type 1 Signal Pole and System and associated facilities (the "City Traffic Signalization Facilities"), all as heretofore constructed by Grantor and conveyed to Grantee concurrently herewith, on, under and across the portions of the Property legally described on Exhibit B attached hereto and depicted on Exhibit C attached hereto (the "Easement Parcel"). TO HAVE AND TO HOLD the same unto the Grantee for the uses and purposes herein set forth. 1066535.3 5 Grantee shall have the perpetual right to access, cross over, under and through the Easement Parcel for the purpose of utilizing, operating, inspecting, maintaining, repairing, renewing and replacing the said City Traffic Signalization Facilities located within the Easement Parcel provided, however, (i) that no cost or expense shall be incurred by Grantor in connection with the use, operation, inspection, maintenance, repair, renewal and replacement of the City Traffic Signalization Facilities now or hereafter located within the Easement Parcel pursuant to this Easement, and (ii) that all use, operation, inspection, maintenance, repair, renewal and replacement shall be done in compliance with applicable law. During the exercise of any of its rights hereunder, Grantee agrees to use commercially reasonable efforts not to interfere with the use and operation of Grantor's Property by Grantor or any of its contractors, tenants or licensees. Grantee shall keep the Easement Parcel and the Property free from and shall promptly discharge all mechanic's or material supplier's liens arising from any work performed, material furnished or obligations incurred in connection with any of Grantee's activities within the Easement Parcel. Grantee agrees that it shall, at its sole cost and expense, restore, to substantially the same condition as existing immediately before such damage occurred, any damage caused to any part of the Easement Parcel or the Property which occurs as a result of the use, operation, inspection, maintenance, repair, renewal and replacement of the City Traffic Signalization Facilities by Grantee. To the fullest extent permitted by applicable law, the Grantee shall release, indemnify, hold harmless and defend the Grantor, its officers, directors, employees, members and owners, from time to time, of any of the Property, from and against all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by or resulting from the negligent use, operation, inspection, maintenance, repair, renewal and replacement of the City Traffic Signalization Facilities pursuant hereto or which may result from or in connection with or by reason of the rights granted to the Grantee under this instrument, including any act or omission of the Grantee or its agents, contractors or employees. The provisions of this indemnification paragraph shall not be construed to indemnify and 1066535.3 3 6 Grantee shall not be obligated to indemnify Grantor for any liability, loss, damage or expense to the extent attributable to the negligent acts or omissions or willful or intentional misconduct of Grantor. The granting of the Easement shall not be construed to prohibit the Grantor from developing any property adjoining the Easement Parcel or from using the Easement Parcel in any manner or from laying out, establishing and constructing pavement, road surfaces, curbing and gutters along, upon, over or across said Easement Parcel or any portion thereof; provided, however, the Easement Parcel shall be kept free from buildings, and any other structures or obstructions (except sidewalks, roadways, pavement, grass, shrubs, fences, or curbs), which will interfere with the Grantee in entering upon said Easement Parcel for the purpose of the use, operation, inspection, maintenance, repair, renewal and replacement the City Traffic Signalization Facilities. All rights, title, and privileges herein granted, including all benefits and burdens, shall run with the land and shall be binding upon Grantor and Grantee, as well as their respective successors and assigns. 1066535.3 [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK — SIGNATURE PAGES FOLLOW.] 4 7 IN WITNESS WHEREOF, CENTERPOINT 8801 MARGINAL LLC, has caused this Easement to be executed under seal on the 25th day of September, 2024. CENTERPOINT 8801 MARGINAL LLC, a Delaware limited liability company By: CenterPoint Properties Trust, a Maryland real estate investment trust, its sole member By: Its: C. Pt$ward R. Harrington Name: Cwninr Vice Preek nt By: Its: i. Name: SeiliOF ViCe Pferi STATE OF ILLINOIS ) COUNTY OF COOK ) I, (km Cj iCAEL , a Notary Public in and for said County, in the State foresaid, DO HEREBY CERTIFY that EDWARD MARRitsIGTo►J as rli% Via mug and BRfAhl SNSEHAN , as 511�%. CQ411zo Lfg of CenterPoint Properties Trust, a Maryland real estate investment trust, personally known to me to be the same persons whose names are subscribed to the foregoing instrument as such officers, appeared before me this day in person and acknowledged that they signed and delivered the said instrument as their own free and voluntary act and as their own free and voluntary act of said trust for the uses and purposes therein set forth. GIVEN under my hand and notarial seal this 25Hday of September, 2024. I Official Seal JULIE A SKKEL Notary Public, State of Illinois Commission No. 899413 My Commission Expires November 29, 2027 Ciitil Notarublic SIGNATURE PAGE - 1 8 IN WITNESS WHEREOF, THE CITY OF TUKWILA, has caused this Bill of Sale to be executed under seal on the day of September, 2024. Attest/Authenticated: CITY OF TUKWILA, a Washington municipal corporation By: Name: Title: City Clerk Approved As To Form by City Attorney STATE OF WASHINGTON ) COUNTY OF KING ) On this day personally appeared before me , to me known to be the of the CITY OF TUKWILA, a municipal corporation and noncharter code city with a council -mayor form of government organized pursuant to RCW Title 35A, that executed the foregoing instrument, and acknowledged such instrument to be free and voluntary ace and deed of said City for the uses and purposes therein mentioned, and on oath stated that s/he was duly authorized to executed such instrument. GIVEN under my hand and notarial seal this day of September, 2024. Notary Public SIGNATURE PAGE - 2 9 EXHIBIT A LEGAL DESCRIPTION OF PROPERTY PARCEL A OF CITY OF TUKWILA LOT CONSOLIDATION NO. L19-0083, RECORDED SEPTEMBER 10, 2020, UNDER RECORDING NUMBER 20200910900087, IN KING COUNTY, WASHINGTON. Common Address: Tax Parcel Number: 1066535.3 8801 E. Marginal Way Tukwila, Washington 98108 542260-0060-03 EXHIBIT A-1 10 EXHIBIT B LEGAL DESCRIPTION OF EASEMENT PARCEL CITY OF TUKWILA ACCESS & MAINTENANCE EASEMENT LEGAL DESCRIPTION A 7.00-FOOT-WIDE STRIP OF LAND LYING UNDER, OVER„ AND ACROSS A PORTION OF PARCEL A OF CITY OF TUKWILA LOT CONSOLIDATION NUMBER 'Li9-D 33. UNDER RECORDING NUMBER 20200910900087, DATED SEPTEMBER 1 u, 2020, DESCRIBED AS FOLLOWS: COMMENCING AT THE SOUTHEAST CORNER OF SAID PARCEL A: THENCE ALONG THE SOUTH LINE OF SAID PARCEL A. NORTH 3 '51'02" WEST. 25.000 FEET; THENCE NORTH 01'08'58' EAST, 7,00 FEET THENCE PARALLEL AITH SAID SOUTH LINE SOUTH 5 i fie EAST 21. i3 FEET TO THE RESTER' Y` MARGIN OF EAST MARGINAL THENCE ALONG SAID WESTERLY MARGIN SOUTH 22 i" EAST. + . 7.64 FEET TO THE POINT OF BEGINNING. :'ST.hIN1w:3 16 4± S•F; 20538-CENTERPOINT TUKWILA 20538L.003 OBH August 12, 2024 1066535.3 EXHIBIT B-1 8/12/2024 ♦ .?F rrr/H46466 tiWONiNVOM.N `vN V 11 1066535.3 EXHIBIT C DEPICTION OF EASEMENT PARCEL [SEE ATTACHED] EXHIBIT C-1 12 ID Fixi4g..1_ GONbONL9p,,-NONNIn 09-03 IRS_C, 702100013tPC01 / 2500' ' P0 B SE.'7"4ER PARCEL N SCALE 1%100' w = 00' i/L`._,AL N/A Ell Bargheueen Consulting Engineers, Inc. lt215 72nd Ammo South Kent, W 911032 425251 6222 berghatmen.com OH For: (7ITY C F T. KtIIL. 20538 -E 1.4Ar TER AN EASEMENT SHE,- 1 „1 OBH 1APPROVED DRH LL1. DLD4 1066535.3 EXHIBIT C-2 13 Know what's below. Call before you dig. FOR CENTERPOINT TUKWILA PTN OF THE SE 1/4 AND THE SW 1/4 OF SEC. 23, TWNP 24 N, RNG 4 E, W.M. CITY OF TUKWILA, KING COUNTY, STATE OF WASHINGTON GENERAL NOTES 1. LOCATIONS SHOWN FOR EXISTING UTILITIES ARE APPROXIMATE. 2. AT LEAST 48 HOURS BEFORE STARTING PROJECT SITE WORK, NOTIFY THE UTILITIES INSPECTOR AT 206-433-0179. 3. REQUEST A PUBLIC WORKS UTILITY INSPECTION AT LEAST 24 HOURS IN ADVANCE BY CALLING 206-433-0179. 4. THE CONTRACTOR ASSUMES SOLE RESPONSIBILITY FOR WORKER SAFETY, AND DAMAGE TO STRUCTURES AND IMPROVEMENTS RESULTING FROM CONSTRUCTION OPERATIONS. 5. THE CONTRACTOR SHALL HAVE THE PERMIT(S) AND CONDITIONS, THE APPROVED PLANS, AND A CURRENT COPY OF CITY OF TUKWILA DEVELOPMENT GUIDELINES AND DESIGN AND CONSTRUCTION STANDARDS AVAILABLE AT THE JOB SITE. 6. ALL WORK SHALL CONFORM TO THESE APPROVED DRAWINGS. ANY CHANGES FROM THE APPROVED PLANS REQUIRE PRE -APPROVAL FROM THE OWNER, THE ENGINEER, AND THE CITY OF TUKWILA. 7. ALL METHODS AND MATERIALS SHALL MEET CITY OF TUKWILA DEVELOPMENT GUIDELINES AND DESIGN AND CONSTRUCTION STANDARDS, UNLESS OTHERWISE APPROVED BY THE PUBLIC WORKS DIRECTOR. 8. CONTRACTOR SHALL MAINTAIN A CURRENT SET OF RECORD DRAWINGS ON -SITE. 9. CONTRACTOR SHALL PROVIDE RECORD DRAWINGS PRIOR TO PROJECT FINAL APPROVAL. 10. PROVIDE TRAFFIC CONTROL AND STREET MAINTENANCE PLAN FOR PUBLIC WORKS APPROVAL BEFORE IMPLEMENTATION. 11. ALL SURVEYING FOR PUBLIC FACILITIES SHALL BE DONE UNDER THE DIRECTION OF A WASHINGTON LICENSED LAND SURVEYOR. VERTICAL DATUM SHALL BE NAVD 1988. HORIZONTAL DATUM SHALL BE WASHINGTON STATE (GRID) COORDINATES, NORTH ZONE, USING NAD 83/91 SURVEY CONTROL AND TIED TO ANY TWO CITY OF TUKWILA HORIZONTAL CONTROL MONUMENTS. FOR PROJECTS WITHIN A FLOOD CONTROL ZONE, THE PERMITTEE SHALL PROVIDE CONVERSION CALCULATIONS TO NGVD 1929. 12. REPLACE OR RELOCATE ALL SIGNS DAMAGED OR REMOVED DUE TO CONSTRUCTION. SIGNAL GENERAL NOTES 1. THE LOCATION OF ALL CONDUIT JUNCTION BOXES, AND CABINETS SHOWN ON THIS PLAN ARE FOR GRAPHIC REPRESENTATION ONLY AND FINAL LOCATIONS SHALL BE CONFIRMED IN THE FIELD WITH THE ENGINEER OR CITY INSPECTOR. 2. ALL TRAFFIC SIGNAL AND PEDESTRIAN HEADS AND PUSH BUTTONS SHALL BE SECURELY AND COMPLETELY COVERED WHILE NOT IN OPERATION. 3. ALL WORK SHALL BE IN ACCORDANCE WITH CITY OF TUKWILA STANDARDS AND SPECIFICATIONS, CURRENT EDITION UNLESS OTHERWISE SPECIFIED. THE CURRENT EDITION OF THE CITY OF TUKWILA STANDARD SPECIFICATIONS AND DETAILS SHALL BE CONSIDERED PART OF THIS CONTRACT. 4. THE LOCATIONS OF FEATURES SHOWN ARE APPROXIMATE AND SHALL BE VERIFIED IN THE FIELD BY THE CONTRACTOR AS NECESSARY. 5. THE CONTRACTOR SHALL SUBMIT A REQUEST TO THE INSPECTOR FOR MATERIALS APPROVAL MINIMUM THREE WEEKS PRIOR TO THE REQUESTED APPROVAL DATE. 6. ALL WORK SHALL BE CONSISTENT WITH UTILITY AGENCY REQUIREMENTS. THE CONTRACTOR SHALL CONTACT ALL PERTINENT UTILITY AGENCIES 48 HOURS BEFORE COMMENCING WORK, AND SHALL COORDINATE WITH AFFECTED UTILITY AGENCIES THROUGHOUT THE PROJECT. 7. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE TO EXISTING UTILITIES. THE CONTRACTOR SHALL NOTIFY THE AFFECTED UTILITY COMPANY AND THE CITY OF TUKWILA IMMEDIATELY UPON DAMAGE. 8. EXISTING FEATURES TO REMAIN UNLESS OTHERWISE NOTED. 9. ALL CONDUCTORS FOR SIGNAL HEADS, LOOPS, PEDESTRIAN HEADS, PUSHBUTTONS, AND STREET LIGHTS SHALL BE LABELED IN EACH JUNCTION BOX. 10. PRESERVE AND PROTECT EXISTING TRAFFIC LOOPS UNLESS OTHERWISE INDICATED. 11. CONTRACTOR SHALL PROVIDE AND INSTALL A PERMANENT OR TEMPORARY VIDEO DETECTION SYSTEM AT ANY TIME THAT LOOP DETECTORS ARE NOT FUNCTIONAL. 12. ALL NEW SIGNAL POLE FOUNDATION LOCATIONS SHALL BE APPROVED BY THE ENGINEER PRIOR TO EXCAVATION. 13. THE EXISTING ILLUMINATION SYSTEM SHALL REMAIN OPERATIONAL UNTIL NEW ILLUMINATION CONFIGURATION IS FULLY FUNCTIONAL. 14. ALL SIGNALIZED CROSSWALKS SHALL BE OPERATIONAL AT ALL TIMES UNLESS FLAGGERS/POLICE ARE PRESENT TO ASSIST PEDESTRIANS. 15. CONTRACTOR SHALL PROVIDE TENW WITH REDLINE MARKUPS SHOWING ANY AND ALL CHANGES FROM THESE APPROVED PLANS FOLLOWING CONSTRUCTION. 16. CONDUIT UNDER ROADWAY MUST BE SCHEDULE 80 PVC OR RIDGED. 17. CONTRACTOR SHALL CONFIRM PREFERRED TRENCHING/BORING METHOD WITH CITY OF TUKWILA PRIOR TO BEGINNING CONSTRUCTION. 18. ALL JUNCTION BOXES IN WALKWAYS MUST BE SLIP -RESISTANT. 19. AS PART OF THE DESIGN PROCESS, THE ENGINEER HAS ATTEMPTED TO CONFIRM THAT THERE ARE NOT CONFLICTS WITH OVERHEAD POWER LINES OR SUBSURFACE UTILITIES. HOWEVER IT IS POSSIBLE FOR THE EXISTING OR PROPOSED CONDITIONS TO CHANGE PRIOR TO IMPLEMENTATION OF THE SCOPE OF WORK IDENTIFIED ON THESE DOCUMENTS. AS THE FIRST ORDER OF BUSINESS THE CONTRACTOR SHALL POTHOLE EACH POLE LOCATION TO CONFIRM THAT THERE ARE NOT CONhLICI.SWIlH SUBSURFACE UTILITIES. A R SHALL LONE M IHAT 1HLRE IS A 10-FT MINIMUM CIRCUMILREN IIAL CLEARANCE PROVIDED BETWEEN OVERHEAD POWER LINES AND THE PROPOSED TYPE III SIGNAL POLES PRIOR TO CONSTRUCTION. ADDITIONAL CLEARANCE MAY BE REQUIRED AS DIRECTED BY THE UTILITY. THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY IF A CONFLICT IS DISCOVERED. SIGNAL CONSTRUCTION NOTES OCONSTRUCT FOUNDATION PER WSDOT STANDARD PLAN J-21.10 AND SIGNAL POLE CHART, SHEET TS-03. FURNISH AND INSTALL TYPE I SIGNAL STANDARD WITH ONE NEW VEHICULAR SIGNAL HEAD PER SIGNAL POLE CHART, SHEET TS-03, AND TWO NEW SIGNS PER SIGN LEGEND, THIS SHEET. O EXISTING CONTROLLER CABINET TO REMAIN. PROTECT DURING CONSTRUCTION. O3 EXISTING TYPE III SIGNAL POLE TO REMAIN. PROTECT DURING CONSTRUCTION. O EXISTING TYPE PS POLE TO REMAIN. PROTECT DURING CONSTRUCTION. OEXISTING TYPE III SIGNAL POLE TO REMAIN. REPLACE EXISTING FOUR -SECTION HEAD WITH NEW FLASHING YELLOW ARROW (FYA) FOUR -SECTION HEAD ON EXISTING TENON PER SIGNAL DISPLAY LEGEND, THIS SHEET. REPLACE EXISTING R10-12 SIGN WITH NEW FYA SIGN PER SIGN LEGEND, THIS SHEET. SIGNAL WIRING SCHEDULE (AFFECTED RUNS ONLY) /A\ NO. RACEWAY SIZE E.V. ET 3C(SH) VEH. HEAD C PEEL HEAD/PPB PPBVIDEO 2C(SH) DETECTION ILLUM #8 EQUIP. GRND. PULL WIRE CONDUIT FILL ALLOW (NEW) ALLOW. (EXIST.) EX. NEW EX. NEW EX. NEW EX. NEW EX. NEW EX. NEW EX. NEW EX. NEW 1 3.5" EXISTING * 2 5 1 4 3 3 1 2.51 --- 3.48 2 2.5" EXISTING * 1 1 1 3 1 3 1 1.34 --- 1.65 3 2" EXISTING * 1 2 1 0.56 --- 1.65 4 1.5" EXISTING * 1 1 1 0.42 --- 0.68 5 1.5" EXISTING * 1 1 0.28 --- 0.68 6 2" SCH80 PVC 1 1 0.28 1.67 --- * OTHER CONDUIT AND CONDUCTORS MAY BE PRESENT ** EQUIPMENT GROUND SIZE SHALL BE EQUAL TO OR LARGER THAN THE LARGEST WIRE SIZE IN THE CONDUIT. PROJECT SIT SITE ACCESS These plans have been reviewed by the Public Works Department for conformance with current City standards. Acceptance is subject to errors and omissions which do not authorize violations of adopted standards or ordinances. The responsibility for the adequacy of the design rests totally with the designer. Additions, deletions or revisions to these drawings after this date will void this acceptance and will require a resubmittal of revised drawings for subsequent approval. Final acceptance is subject to field inspection by the Public Works utilities inspector. Date: 06/27/2022 By: GAr ce $ w SIGN LEGEND PHOENIX DR SI (18"X60")D3-1 ) EX/RELOCATED NO TURN ON RED R10-11A NEW/EXISTING SS CUSTOM (30"x42") LEFT TURN YIELD ON FLASHING YELLOW PW22-0037 LEFT TURN YIELD ON GREEN • R10-12 EXISTING 52 RAISBECK AVIATION HS 8801 E MARGINAL WAY S4 D2-2 (CUSTOM) BACKGROUND: WHITE BORDER: BLACK OUTER BORDER: WHITE LETTERS/SYMBOLS: BLACK ARROW: YELLOW TEXT STYLE SHALL MATCH MUTCD SIGN R10-12 12" 12" 12" 0 0 PHASE DIAGRAM 01 02 03 04 NOT USED -.1-.., , 1 __ J NOT USED __ J NOT USED _ 05 06 07 08 VEHICLE MOVEMENT PROTECTED MOVEMENT PERMISSIVE MOVEMENT PEDESTRIAN MOVEMENT PRE-EMPT A = 02 & 05 B = 06 SIGNAL DISPLAYS VEHICLE HEADS EX :21,22,23 :31,32 :41,42 :61,62,63,64 NEW :33 12" 12" 12" 12" z O FYA VEHICLE HEADS NEW :51 PEDESTRIAN HEADS EX :48,49 :68,69 ALL NEW VEHICLE AND PEDESTRIAN DISPLAYS SHALL BE LED. ALL VEHICLE HEADS SHALL HAVE 12" LENSES AND TYPE M MOUNTS (CONNECTED BETWEEN THE RED AND YELLOW SIGNAL FACES). PEDESTRIAN HEADS ON TYPE PS POLES SHALL USE TYPE D TOP MOUNTS. RECEIVED 5/24/2022 COMMUNITY DEVELOPMENT N it 10 40 0 20 SCALE IN FEET 60 Title: TRAFFIC SIGNAL MODIFICATION PLAN I F- QO U) YQ�o D�rn Q z� p z LL0 In Uw O co co SIGNAL LEGEND EX NEW/RELOCATE DESCRIPTION LULU H p v JUNCTION BOX TYPE 1,2,8 D VEHICLE SIGNAL HEAD PEDESTRIAN SIGNAL HEAD -0- UTILITY POLE I-C UTILITY MOUNTED E O C - C-SIGNAL POLE TYPE III O O TYPE PS POLE F F PPB H H MAST ARM MOUNTED SIGN p EMERGENCY PRE-EMPTION n/nDETECTOR -Da VIDEO DETECTION CAMERA nag O O CONDUIT/CONDUCTOR ELECTRICAL SERVICE CABINET CONTROLLER CABINET CONSTRUCTION NOTE SIGNAL AND LUMINAIRE POLE NUMBER/CONSTRUCTION NOTE SIGN NOTE 725 S FIGUEROA ST STE 3005 02-02-2022 Job Number N O N O N O N 14 SIGNAL HEAD 33 R 631 A 632 db- G 633 635 636 761 762 763 HAND MAN COM Know what's below. Call before you dig. 1-5C NEW 1-5C EX R G Y PPB 69 w: Cra.0 EX POLE PED HEAD 69 761 COM 762 MAN 763 HAND JB 1-5C NEW 2-5C EX 2-5C EX 1-3CSH EX 1-VIDEO EX JB W EX POLE LUMINAIRE PED HEAD 48 741 HAND 742 MAN 743 COM PPB 48 SIGNAL HEAD 51 R 661 R Y 662 Y G 663 G W 664 W W& 666 WB — FOR CENTERPOINT TUKWILA PTN OF THE SE 1/4 AND THE SW 1/4 OF SEC. 23, TWNP 24 N, RNG 4 E, W.M. CITY OF TUKWILA, KING COUNTY, STATE OF WASHINGTON B PREEMPT A R 621 A 622 G 623 624 626 SIGNAL HEAD 64 R� Y G� W 661 662 663 665 666 R G SIGNAL HEAD 21 U ❑ �n 4B� VIDEO DET A SIGNAL HEAD 63 R� Y-+ G� W� 661 662 663 665 666 R G R 621 A 622 G 623 624 626 SIGNAL HEAD 23 SIGNAL HEAD 31 SIGNAL HEAD 41 VIDEO DET C SIGNAL HEAD 32 SIGNAL HEAD 42 SIGNAL HEAD 62 661 662 663 665 666 R G F R A G R A G R A G R A G 631 632 633 635 636 641 642 643 645 646 631 632 633 635 636 641 642 643 645 646 PREEMPT OEM DIM R 621 A 622 G 623 624 626 SIGNAL HEAD 22 VIDEO DET C R—• Y� -G- -W� o WB� o N R 621 R Y 622 Y G 623 G W 624 W WB 626 WB R 651 R Y 652 Y G 653 G 8 654 W .—WB 656 WB R 641 R Y 642 Y G 643 G W WB R-631 R Y-632 Y G-633 G WB & 645 646 635 636 1-5C NEW 4-5C EX 1-3CSH EX 1-VIDEO EX SIGNAL HEAD 61 661 R 662 Y 663 G W-. WB-• 665 666 LUMINAIRE EX POLE 4-5C EX — 1-3CSH EX 2-VIDEO EX JB PED HEAD 49 '^ EX POLE HAND 741 MAN COM 742 743 PPB 49 JB 4-5C EX 1-3CSH EX 2-VIDEO EX 1-5C NEW 10-5C EX 2-3CSH EX 3-VIDEO EX [1-5C EX PW22-0037 CONTROLLER CABINET i z AC+ 501 AC - 502 511 512 513 521 522 523 531 532 533 541 542 543 611 612 613 616 617 621 622 623 626 627 631 632 633 636 637 641 642 643 x 646 647 h 651 652 653 656 657 661 662 663 B W-1 TO SVC — R— —B 3CS —B 3CS R k` — B 3CS R G SC 5C —YB—�5C —R- -Y- - G- -W- -WB 5C — R —Y 666 667 671 672 673 676 677 681 682 683 686 687 721 722 x 723 724 725 ro X + x + 741 742 743 744 745 761 762 763 764 765 781 782 X 783 784 785 —WB —5C 7 NO TERMINAL REQUIRED. CONNECT IDENTIFIED WIRES TO NEUTRAL (AC-) BUS. + NO TERMINAL REQUIRED. CONNECT IDENTIFIED WIRES TO DETECTOR COMMON BUS. ® TERMINAL REQUIRED. CONNECT IDENTIFIED WIRES TO IDENTIFIED BUS. RECEIVED 5/24/2022 COMMUNITY DEVELOPMENT TRAFFIC SIGNAL WIRE DIAGRAM a) I— F- QO YQo D�rn I——I z� O • Z — LL 0 Q LLJ D LLJ < U Lu O co oo c _ w O N i M F In O w Q O - (/) J Q C U I HOW' • O Z J O W 0 0_ Z Q CC < z LLJ z°OOU � UJ 7- 02-02-2022 Job Number N O N 0 N O N TYPICAL El SIGNAL ARM ATTACHMENT POINT POLE ORIENTATION ANGLE (P.O.A.) DEGREES CLOCKWISE FROM OFFSET LINE TO 0' POINT Know what's below. Call before you dig. LOCATION STATION ALL HANDHOLES AT 180' POLE ORIENTATION AND ATTACHMENT POINT DETAIL 0 -00 TYPE I VEHICLE HEAD STANDARD FOR CENTERPOINT TUKWILA PTN OF THE SE 1/4 AND THE SW 1/4 OF SEC. 23, TWNP 24 N, RNG 4 E, W.M. CITY OF TUKWILA, KING COUNTY, STATE OF WASHINGTON B3 VERTICAL CLEARANCE MINIMUM: 16'-6" MAXIMUM: 20'-0" LIMITS OF VERTICAL CLEARANCE REQUIREMENT CUB B9 B10 h B11 C ROADWAY D D a or F 9 h CURB OR EDGE OF SHOULDER 2-0 MIN. TYPE III COMBINATION LIGHTING AND MAST ARM SIGNAL STANDARD G H\ 0 0 0 ro 0 N LEGEND a. VEHICLE SIGNAL HEAD b. SIGN c. STREET NAME SIGN d. PRE-EMPT DETECTOR e. DELETED (10/22/90) f. LUMINIARE g. PEDETRIAN SIGNAL HEAD h. CABINET i. PEDESTIAN PUSHBUTTON ASSEMBLY j. HANDHOLE NOTES OMOUNTING COUPLING INSTALLED AT OFFSET DISTANCE INDICATED IN CHART. ALTERNATE NOTE 1 FOR TYPE N MOUNT ONLY DRILL 1/2" HOLE IN MAST ARM AND INSTALL PLASTIC SPLIT BUSHING FOR CABLE ENTRANCE. 02 FIELD INSTALLED. SIGNAL STANDARD DETAIL CHART STD. N0. Q REFERENCE ROADWAY FIELD LOCATION TYPE MT. HT. MT. HT. MAST ARM SIGNAL MAST ARM DATA LUMINAIRE ARM(FT) POLE ATTACHMENT POINT ANGLES (DEG) FOUNDATION DEPTHS(FT) REMARKS OFFSET DISTANCE (FT) (Z) (POLE CTO ATTACHMENT POINT) WINDLOAD AREAS (FT)2 (X)(Y) (X)(Y)(Z) NORTHING EASTING P.O.A. Al A2 B1 B2 B3 B4 B5 B6 B7 B9 BIG B11 B1 B2 B3 B4 B6 B7 B9 Ell 811 'TOTAL(FT)3 C A D El Fl F2 G1 G2 H 11 12 3' RD 3' SO 4' RD I E MARGINAL WAY 193497.6 1278089.5 -- I -- -- -- --- --- --- --- --- --- --- --- --- --- --- --- --- --- --- --- --- --- --- --- --- (I) - - - - - - - - - - - - FOUNDATION STD PLAN J-21.10. WSDOT (1) NOT APPLICABLE. SEE WSDOT STANDARD DETAIL J-21.20. PW22-0037 RECEIVED 5/24/2022 COMMUNITY DEVELOPMENT TRAFFIC SIGNAL POLE CHART co w I— iY w 0 0 0 I— Z O 0 cc w H- z w LU 725 S FIGUEROA ST STE 3005 02-02-2022 Job Number N 0 N 0 N O N City of Tukwila Thomas McLeod, Mayor Public Works ❑eportment - Pete Moyer, Interim Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Pete Mayer, Deputy City Administrator/ Interim Public Works Director BY: Catrien de Boer, Public Works Analyst CC: Mayor McLeod DATE: October 25, 2024 SUBJECT: 42"d Ave S Grants — Final Design and Construction Grants Project No. 91840404 WSDOT Local Bridge Program and Move Ahead Washington Program ISSUE Accept two grants for the final design and construction of the 42nd Ave S Bridge: Local Bridge Program in the amount of $12,000,000 and Move Ahead Washington (MAW) Program in the amount of $17,000,000 for a total of $29,000,000. BACKGROUND In 2019 and 2020, Council authorized staff to submit applications to the Local Bridge Program and the MAW Program to fund the replacement of the 42nd Ave S Bridge. The 42nd Ave S Bridge is structurally deficient and is on track to be replaced in the coming years. DISCUSSION In 2021, City staff were notified that we received the full grant award of $12,000,000 from the Local Bridge Program for the bridge replacement. In 2022, City staff were notified that we received the full grant award of $17,000,000 from the MAW Program. FISCAL IMPACT The City was awarded $29,000,000 in grant funding for the complete replacement of 42nd Ave S Bridge. The City expects to use the Local Bridge Program grant for construction expenses, which reimburses at 100% (no local city match) if obligated before Sept. 2026. The City expects to use the MAW Grant for final design and construction, which reimburses at 100% (no local city match). Project Budget Local Bridge Program $12,000,000 Move Ahead Washington $17,000,000 Total $29,000,000 RECOMMENDATION Council is being asked to accept two grants to fund final design and construction of the 42nd Ave S Bridge in the amounts of $12,000,000 and $17,000,000 and consider this item on the Consent Agenda at the November 4th Regular Meeting. Attachments: Award Letters (Local Bridge Program and Move Ahead Washington) Vicinity Map 17 Ti;Washington State AMR Department of Transportation July 15, 2021 Mr. Hari Ponnekanti, P.E. Interim Public Works Director City of Tukwila 6300 Southcenter Blvd., Suite 100 Tukwila, Washington 98188 Transportation Building 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 98504-7300 360-705-7000 TTY: 1-800-833-6388 www.wsdot.wa.gov 42nd Ave South Bridge FFY 2021 Local Bridge Program Selections Federal Funding Dear Mr. Ponnekanti• WSDOT is pleased to advise you that the above -mentioned bridge project was recently selected to receive funding through the Local Bridge Program. The federal funding is limited to the amount shown below: 42nd Ave South Bridge $12,000,000 Scope: Replacement NOTE: This project requires a 13.5% local match during the preliminary engineering/design and right of way phases. Projects that authorize construction by December 2024, are eligible for 100% federal fundingfor eligible costs. If construction is authorized after December 2024, 13.5% local match is required. In order to meet state and federal requirements, the following are required: • Project expenditures incurred before receiving notice from Local Programs of federal fund authorization are not eligible for reimbursement. • Please refer to the Local Programs webpage for detailed information, including: (http://www.wsdot.wa.gov/localprograms/) ✓ Local Agency Guidelines (LAG) manual for the requirements regarding programming, authorization, reimbursement, etc.; ✓ Projects utilizing federal funds must be included in your current Transportation Improvement Program (TIP) as a complete programmed project. Once your TIP amendment is approved, WSDOT will amend the Statewide Transportation Improvement Program (STIP); ✓ Funding and billing forms; ✓ Quarterly Project Reporting is required to be completed by the end of March, June, September, and December each year. To access the database you will need an account name and password. Your account name is Tukwila and your password is Tukwi785. The password is case sensitive. • If the project is not actively pursued, or becomes inactive (23 CFR 630), the project is at risk of being cancelled, funds repaid and reprogrammed. 18 Hari Ponnekanti, P.E. Interim Public Works Director City of Tukwila 42nd Ave South Bridge July 15, 2021 • FHWA requires that all projects are ADA compliant upon completion or the federal funds must be repaid. As a reminder, Local Programs requires all agencies to submit monthly progress billings to ensure timely reimbursement of eligible federal expenditures. Also, it is critical that your agency adhere to the project schedule previously provided, to ensure the delivery of the local federal program. For assistance please contact Mehrdad Moini, your Region Local Programs Engineer, at 206.440.4734. Sincerely, 57-&-p-hermie-Tax Stephanie Tax Interim Director Local Programs SJT:sas cc: Kelly McGourty, Transportation Director, PSRC Mehrdad Moini, Northwest Region Local Programs Engineer, MS NB82-121 19 Washington State AlMilk W, Department of Transportation March 31, 2022 Mr. Hari Ponnekanti, P.E. Public Works Director City of Tukwila 6300 Southcenter Blvd., Suite 100 Tukwila, Washington 98188 Transportation Building 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 98504-7300 360-705-7000 TTY: 1-800-833-6388 www.wsdot.wa.gov 42nd Avenue Bridge Move Ahead WA — Capital Projects 2022 Supplemental Transportation Budget State Funding Dear Mr. Ponnekanti• WSDOT is pleased to advise you that the above -mentioned project was selected to receive funding in the 2022 Supplemental Transportation Budget through the Move Ahead Washington (MAW) — Capital Projects program. The state funding is limited as shown below: 42nd Avenue Bridge $17,000,000 2021-23 Available Funding: $17,000,000 Scope: Complete replacement of the existing bridge which is structurally deficient and functionally obsolete. In the event the 2021-23 funding is not all reimbursed, WSDOT will request the remaining funding through the 2023-25 budget development. Until the funding is provided by the legislature, WSDOT can only reimburse your agency for the approved work completed each biennium, as reflected above. Therefore, it is critical that the Local Project Report is updated detailing the project's delivery, so that the funding aligns with the schedule. In order to meet the state requirements, the following are required: • Project expenditures incurred before receiving notice from Local Programs of state fund authorization are not eligible for reimbursement. • Please refer to the Local Programs webpage for detailed authorization information including: (https://wsdot.wa.gov/business-wsdot/support-local-programs) ✓ Local Agency Guidelines (LAG) manual for detailed requirements; ✓ Transportation Improvement Program (TIP) and Statewide Transportation Improvement Program (STIP) amendments, as applicable; ✓ Funding and billing forms; ✓ Local Project Report is required to be completed by the end of June and December each year. To access the database you will need an account name and password. Your account name is Tukwila and your password is Tukwi785. The password is case sensitive. 20 Hari Ponnekanti, PE City of Tukwila 42nd Avenue Bridge March 31, 2022 Local Programs encourages all agencies to submit monthly progress billings to ensure timely reimbursement of eligible expenditures. For assistance please contact Mehrdad Moini, your Region Local Programs Engineer, at 206.440.4734. Sincerely, /6?-i--- Jay Drye, PE Director Local Programs JD:st:ml cc: Kelly McGourty, Transportation Director, PSRC Mehrdad Moini, Northwest Region Local Programs Engineer, MS NB82-121 21 White [enter Mt View Bunco Normandy Park Tukwila eaTac sE Npwp°'r N, Newcastle Cougar Moun rain Sq Ms a East Renton Rd Highlands Renton 42nd Avenue S Bridge Replacement Project Vicinity Map i t is Duwarnish S 112th 5t 5fi5lb5� 5 160 5t Tukwila Community 1-3 Center a c r4 0 99 er n pi ▪ lf▪ l Riverron q- 4P 42"d Avenue S Bridge Idd - w 7- 4.2 Lri Ln S JraLO S S S Leo 5t 5 Ryar7 5E 57 t h AVe 5 59th Ave S ,RtrOrt Burlington-Northern/Santa Fe Railroad Intermodal Freight Facility Anenta 0 s 133 rd 'L 5 140[h St Access Path Foster ▪ re5 r Sr Foster Golf. Links 64th Ave 5 Skyway Baker Commodities 22 City of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Pete Mayer, Deputy City Administrator/ Interim Public Works Director BY: Catrien de Boer, Public Works Grant Analyst CC: Mayor McLeod DATE: October 25, 2024 SUBJECT: USDOT Aquatic Organism Passage (AOP) Culvert Removal Grant Application Project No. 99830105 Gilliam Creek Fish Barrier Removal ISSUE Authorize the submittal of a grant application to the USDOT AOP National Culvert Removal, Replacement, and Restoration Grant Program for design and construction funding for the Gilliam Creek Fish Barrier Removal and Habitat Enhancement Project. BACKGROUND The primary goals of this project are to restore fish passage between Gilliam Creek and the Green River, restore salmon habitat, and maintain or improve flood protection. The 108" flap gate would be removed and replaced with flood protection more suitable to fish passage. DISCUSSION The City currently has $1,350,000 in awarded design grant funding from the King County Flood Control District (FCD) and the Recreation and Conservation Office (RCO). In late 2023, the City applied to the NOAA Fish Barrier Removal grant program for $19.6 Million and to the NOAA Transformational Habitat grant program for $22.6 Million. The City was unsuccessful with both but participated in valuable debrief sessions with NOAA grant managers to discuss our applications. In late September 2024, the City became aware of the USDOT AOP grant opportunity which funds culvert replacement projects, such as this. The application was due on September 23, 2024. City staff learned about this grant opportunity only days before the application was due, and did not want to miss an opportunity for our project to be considered. This is a highly competitive national grant program. We believe that even if our application is unsuccessful, we look forward to meeting with USDOT staff to debrief our application and discuss strengths and weaknesses to prepare a better application next year. FISCAL IMPACT The City is seeking $19.3 Million from the USDOT AOP program for design and construction of the Gilliam Creek Culvert Removal project. The program requires a 20% non-federal match of $4.8 Million. The project team feels reasonably confident the match could come from local funding partners such as the King County Flood Control District, Recreation and Conservation Office, and WRIA 9 to offset the City contribution. City staff will continue to seek grant opportunities for this project and if successful, will request Council approval to accept. Amount Notes USDOT Request $19,298,460.00 Design, Permitting, Construction Non -Federal Match $4,824,615.00 City 412 funds, WRIA 9, RCO, FCD Total $24,123,075 RECOMMENDATION To approve the submittal of the USDOT AOP grant application for the Gilliam Creek Fish Barrier Removal Project. Alternatively, the Committee may recommend the City rescind its application. Attachments: Vicinity Maps 23 Elliott Bay ✓s Watershed Boundary ✓^ Basin Boundary •- River Major Road Open Water Duwamish Estuary Subwatershed Lower Green River Subwatershed 0 King County Department of Natural Resources and Parks Water and Land Resources Division The Green/Duwamish River Watershe Tukwila Project Location Middle Green River Su bwatershed Prod aced by- Department of Natural Resources and Parks,WLRD, Gl5, visual communications 8 Web bail File Name: 0605greenbase sk Vicinity Maps Ki nggCou my Howard Hanson Dam Upper Green River Subwatershed Washington State f1 as South 1• J v_ e a Gi!!ia Creek Basin LStrand Ivd P17 Basin 66th Ave S 208' x 9' Culvert !son P!ac ng Acr 114 Southeast CBD Basin .) 24 1of45 Tukwila iMap Portal ( ) Tukwila DPW, DCDD 6300 Southcenter Bvd 1-405 Culvert 11111 Gilliam Creek 1-405 On -ramp Culvert •--1222464]46hDegrees Project Boundary red -r 1 i - 4 .Ol of Tukwila, King County I Kng County I City of Re on, County of King, Bureau of Land 1,1 tEEsri Canada Esn, HERE.. Project Map & Site Map Tukwila iMap Portal ( ) wen."Staff vrrwer Sit Map 6405 Culvert Gilliam Creek j 207 LF x 9 FT Dia. Culvert Tide Gate Green River 25 2 of 45 26 City of Tukwila Thomas McLeod, Mayor Pubtic Works Department - Pete Mayer, Interim Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Pete Mayer, Deputy City Administrator/ Interim Public Works Director BY: Catrien de Boer, Public Works Analyst CC: Mayor McLeod DATE: October 25, 2024 SUBJECT: Amendment to Grant Agreement #23-188 for Polychlorinated biphenyl (PCB) Monitoring and Evaluation Project No. 32441201 ISSUE Accept a Department of Ecology (DOE) Water Quality Grant award for Polychlorinated biphenyl (PCB) evaluation within the City's stormwater drainage system in the amount of $446,144. BACKGROUND On July 24th, 2023, Council authorized the City to accept a DOE Water Quality Grant to fund the development of an Enhanced Maintenance Plan (EMP) and decant facility design. In early September 2024, DOE invited Tukwila to apply for additional funding specifically for PCB monitoring and evaluation to be added to our existing DOE Grant (Contract No. 23-188). PCBs are man-made chemicals previously used in hundreds of industrial and commercial applications including electrical equipment, paint, pigments, and dyes. PCB manufacturing was banned in 1979 but the chemicals are still found in the environment. DISCUSSION On September 26, 2024, City staff were notified that we received supplemental funding in the amount of $446,144 for PCB monitoring and evaluation. We propose to monitor PCBs using sediment traps in up to 15 different locations around the City to detect and test for the presence of PCBs. This funding must be spent by June 30th, 2025. DOE proposes issuing this funding to Tukwila via an amendment to our existing agreement, Contract No 23-188. FISCAL IMPACT The City has been awared an additional $446,144 in funding through our existing grant agreement with the DOE. There is no local city match associated with this supplemental funding. Current DOE Grant Agreement City Match for EMP/Decant Amendment #1 for PCB Monitoring Total Project Budget Notes $462,043.00 $81,537.00 $446,144.00 $989,724.00 EMP and Decant Facility Design 15% of original grant amount PCB Evaluation/Monitoring RECOMMENDATION Council is being asked to accept this amendment to Grant Agreement, contract #23-188 for PCB monitoring and consider this item on the Consent Agenda at the November 4th Regular Meeting. Attachments: Award Notice Email 27 From: Weisman, Kitty (ECY) <kitw461@ECY.WA.GOV> Sent: Thursday, September 26, 2024 11:33 AM To: Russell Betteridge <Russell.Betteridge@TukwilaWA.gov>; Sherry Edquid <Sherry.Edquid@TukwilaWA.gov>; Catrien de Boer <Catrien.deBoer@TukwilaWA.gov>; Mike Perfetti <Mike.Perfetti@TukwilaWA.gov> Cc: Nejedly, Jeffrey (ECY) <JNEJ461@ECY.WA.GOV>; Schwing, Jessica (ECY) <jess461@ECY.WA.GOV>; Zehner, Sarah (ECY) <szeh461@ECY.WA.GOV>; McCrea, Rachel (ECY) <rmcc461@ECY.WA.GOV>; Neculae, Cleo (ECY) <CNEC461@ECY.WA.GOV>; Howie, Douglas (ECY) <doho461@ECY.WA.GOV>; Izumoto, Karen (ECY) <kizu461@ECY.WA.GOV>; Kasmari, Jessica (ECY) <kasi461@ECY.WA.GOV> Subject: PCB Funding - Congratulations & Next Steps Good Morning Mike, Russell, Sherry, and Catrien, Thank you for submitting a proposal for Ecology's PCB discretionary funding. We have reviewed your PCB proposal, and I am pleased to inform you that your project has been selected to receive funding up to $446,144. This award reflects your original funding request minus the optional testing costs, as those pollutants are not within the parameters of this funding. As we discussed, the most expedient approach to award this funding is to amend your current Enhanced Maintenance Plan agreement WQC-2024-Tukwil-00085, which we will handle on our end once we have determined the scope of work for your PCB project. You do not need to request an amendment via EAGL, and this way you can continue to submit PRPRs for your EMP project without any delays. We would like to set up a meeting with you to negotiate the PCB project scope of work, tasks and deliverables. Please let me know your preferred meeting date and time below. If these don't work for you, please suggest some dates and times that do, and we will go from there: 10/8: 8:30-10am & 2:30-3:30pm 10/10: 3-4pm 10/14: 1-2pm & 3-4pm 10/15: 2-4pm 10/21: 3-4pm 10/22: 9am — noon 10/24: 10am — noon Thank you so much and we look forward to working with you on this project! Kitty Weisman (she, hers) Stormwater & Nonpoint Grant Manager Water Quality Department, Northwest Regional Office Washington State Department of Ecology (cell) 425-213-9065 0 DEPARTMENT 01 ECOLOGY State c+w,wngton CAUTION: This email originated from outside the City of Tukwila network. Please DO NOT open attachments or click links from an unknown or suspicious origin. Notice: Emails and attachments may be subject to disclosure pursuant to the Public Records Act (chapter 42.56 RCW). 3 28 City of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Pete Mayer, Interim Public Works Director BY: Sherry Edquid, Levee and Floodplain Project Manager CC: Mayor Thomas McLeod DATE: October 25, 2024 SUBJECT: Polychlorinated biphenyls (PCB) Evaluation within Stormwater Drainage Consultant Services, Project No. 32441201 ISSUE Request to execute a Consultant Agreement for services with Herrera Environmental Consultants, Inc. (Herrera) to conduct a Polychlorinated biphenyls (PCB) evaluation within our stormwater drainage system. BACKGROUND In 2023, the City received an Ecology Water Quality grant to develop an Enhanced Maintenance Plan (EMP), which has been assigned to Herrera. Recently, Ecology informed us that additional grant funds are available for conducting a PCB evaluation within our stormwater drainage system. PCBs were domestically manufactured from 1929 until manufacturing was banned in 1979. PCBs were used in hundreds of industrial and commercial applications including electrical, heating, and hydraulic equipment as well as in paints, plastics and rubber products. ANALYSIS Herrera will sample stormwater and provide a report that details where PCBs are present in stormwater as outlined in the Ecology grant. The MRSC Consultant Roster was used to select Herera. The City has been very satisfied with Herera's past work. FISCAL IMPACT Herera has provided a cost not to exceed $421,206 to perform the attached scope of work. This contract will be entirely funded by the Department of Ecology grant with no city cost share. RECOMMENDATION Council is being asked to approve the consultant agreement with Hererra in the amount of $421,206 and consider this item on the Consent Agenda at the November 4, 2024 Regular Meeting. Attachment: Consultant Agreement for Engineering Services, Cost Estimate, Scope of Work 29 nCity of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: PROFESSIONAL SERVICES AGREEMENT (Includes consultants, architects, engineers, accountants, and other professional services) THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and Herrera Environmental, hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform Polychlorinated biphenyls (PCB) Evaluation services in connection with the project titled Stormwater Drainage Services. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending July 31, 2025 unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than July 31, 2025 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $421,206without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 30 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised May 2020 Page 2 31 4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. CA revised May 2020 Page 3 32 11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: 2200 Sixth Avenue Suite 1100 Seattle, WA 98121 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. CA revised May 2020 Page 4 33 DATED this day of , 20 ** City signatures to be obtained by ** Consultant signature to be obtained by City Clerk's Staff ONLY. ** sponsor staff. ** CITY OF TUKWILA Thomas McLeod, Mayor ATTEST/AUTHENTICATED: Andy Youn, City Clerk APPROVED AS TO FORM: Office of the City Attorney CONSULTANT: By: Printed Name: Title: CA revised May 2020 Page 5 34 LA./HERRERA Cost Estimate for Herrera Project No. City of Tukwila PCB Evaluation 24-08544-000 10/17/2024 Task No. Herrera Labor based on: Burdened Labor Rates 1 2 3 Total Grant and Loan Study Planning Administration PCB Study Schedule Task Start Date 11/5/2024 11/5/2024 11/5/2024 Task End Date 6/30/2025 12/31/2024 6/30/2025 Staff Labor Category 2024 Burdened Labor Rates Ahearn, Dylan Scientist VII $316.35 12 14 26 Dugopolski, Rebecca Engineer VI $273.41 0 124 184 308 Packman, James Scientist V $230.50 0 94 280 374 Bartish, Nicholas Scientist II $134.51 0 20 214 234 Garcia, David Scientist II $132.29 0 20 194 214 Luell, Stacy Engineer IV $22115 0 43 128 171 Hobson, Paul Engineer IV $217.97 0 2 32 34 Mullen, Meghan Engineer III $169.27 0 24 24 Siegel, Andrew GIS Analyst III $153.42 0 16 39 55 Jackowich, Pamela Administrative Coordinator IV $143.83 0 16 14 _ 30 Maloof, Charles Project Accountant III $135.81 4 8 _ 12 Total Hours per Task Subtotal Labor Subtotal Herrera Labor 5% Escalation on Herrera Labor in 2025 Escalated Subtotal Herrera Labor 0 351 1,131 1482 $302,101 $302,101 $11,108 $313,209 $0 $0 $o $0 $79,947 $222,154 — $79,947 $222,154 $0 $11,108 $79,947 $233,262 Travel and Per Diem (PD) Auto Use Laboratory Costs Mile ARI Unit Other Direct Costs (ODCs) Subtotal Per Diem $600.00 3% Fee on Lab Costs Subtotal Lab Costs $0 $0 $0 $1,584 $1,584 $o $54,384 $54,384 Item In -line sediment trap Unit Each Unit Cost $2,000.00 25 25 0 0 Confined space tripod & winch Day $75.00 0 0 21 21 Tools (Hilti power) Day $25.00 0 0 5 5 3% Fee on ODCs SubtotalODCs $o $o $1,551 $1,551 $o $o $53,251 $53,251 Subtotal Per Diem, Lab Costs, and ODCs so $40 $107,957 $107,997 Grand Subtotal. $0 Grand Total $79,987 $341,219 $421,206 $421,206 Note: Herrera adjusts labor rates annually in January unless contract specifies otherwise. 35 ‘HERRERA Science + Planning + Design SCOPE ADDENDUM CITY OF TUKWILA ENHANCED MAINTENANCE PLAN On August 21, 2024, the City of Tukwila (City) authorized Herrera Environmental Consultants (Herrera) to prepare a scope addendum and cost estimate to add a task to the Enhanced Maintenance Plan (EMP) contract to be funded by an additional allocation from the Washington State Department of Ecology (Ecology) to support a polychlorinated biphenyl (PCB) evaluation within the City's stormwater drainage system. We propose to monitor PCBs using sediment traps to evaluate stormwater suspended particulate matter (SSPM), also commonly referred to as suspended sediment or stormwater solids. This scope of work includes a discussion of the activities, assumptions, deliverables, and a schedule associated with the following tasks for this project: • Task 2 — Study Planning • Task 3 — PCB Study The proposed task numbering starts with Task 2 since Task 1 is reserved for the City's Grant and Loan Administration task. Task 2 - Study Planning Subtask 2.1 — Quality Assurance Project Plan Development The Quality Assurance Project Plan (QAPP) will guide all study design, sample collection, field and laboratory analyses, data analyses, quality assurance, and reporting activities. The QAPP will follow Ecology's "Guidelines and Specifications for Preparing Quality Assurance Project Plans for Environmental Studies." The QAPP will (1) describe in detail the monitoring and data quality objectives, procedures, and methodologies that will be used to ensure that all environmental data generated will meet the QAPP requirements; (2) describe in detail the sediment quality monitoring approach and laboratory protocols, including types of data and samples to be collected, sampling frequency, sampling procedures, analytical methods, quality control procedures, and data handling protocols; (3) describe data assessment procedures; (4) explain how the project will yield sufficient information to achieve the purpose and intent of monitoring, and (5) discuss data accuracy and statistical requirements. To expedite the Ecology review process, the draft QAPP will not contain information on specific monitoring locations, but a placeholder appendix will be included in the draft QAPP for the monitoring location maps. These site selection process to identify monitoring locations will be concurrently with the QAPP review to ensure sufficient time for identifying monitoring sites and expedite the start of data collection for the 2024-2025 wet season. October 17, 2024 jr draft-scopeofwork Page 1 of 6 HVRA SCOPE ADDENDUM Subtask 2.2 — Site Selection The City will provide Herrera with a list of up to 30 sites based on an initial land use evaluation. Herrera will visit and evaluate up to 30 sites in the field to evaluate feasibility for sediment trap installation. Following this field evaluation, Herrera will select a minimum of 15 locations for monitoring. After the site selection has been finalized, Herrera will update the placeholder QAPP appendix to include maps of each monitoring location and stormwater infrastructure and facilities located in the vicinity of each location. It is assumed that this QAPP appendix will not need to be approved by Ecology prior to equipment procurement and installation (Subtask 3.1) and starting the sediment monitoring (Subtask 3.2). Subtask 2.3 — Project Management Herrera will be responsible for ongoing administration of the project, including preparing invoices and progress reports, as well as coordination of work efforts with the City project manager (Sherry Edquid). Herrera's project manager (Rebecca Dugopolski) and contract manager will have phone and e-mail contact with the City project manager and other City representatives on an as -needed basis with regard to scope, schedule, budget, and invoicing issues. This subtask also includes regular check -in meetings between the Herrera and City project manager. The regular meetings will be the primary forum for discussing schedule and budget status, additional information needs, and to identify and address any emerging or ongoing concerns. These regular meetings are in addition to subtask-specific meetings outlined in other subtasks. Herrera's project manager will be responsible for ongoing administration of the project, including preparing invoices and progress reports, as well as coordination of work efforts with the City and analytical laboratories. Assumptions • The City will identify priority areas for monitoring based on a GIS evaluation of land use. • The City will provide GIS shapefiles for the stormwater conveyance network, catch basins/ maintenance holes, flow control/water quality treatment BMPs, and land use. • The City will provide schedules and routes for street sweeping and line -cleaning. • Herrera staff will conduct 2 to 3 days of field assessment to determine the final site selection. • The City will provide a single set of comments on the draft QAPP and draft technical memorandum within 7 business days of its delivery. • Ecology will provide a single set of comments on the revised draft QAPP and revised draft technical memorandum within 15 business days of its delivery. • The QAPP will be approved by Ecology by November 15, 2024. October 17, 2024 jr draft-scopeofwork Page 2 of 6 SCOPE ADDENDUM • The procurement and fabrication of Hamlin sediment traps are assumed to cost up to $2,000 each. • Up to two 1-hour virtual working meetings are anticipated to be scheduled with City staff for this task. Official meeting notes will not be prepared for the City following these meetings, but comments will be addressed in the QAPP based on these discussions. • The City will be responsible for submitting deliverables to Ecology for review according to grant timelines. • Project management check -in meetings will be scheduled on a bi-weekly basis. Meetings will be virtual (conducted using Microsoft Teams or a conference call) and will last up to 30 minutes. Deliverables • Draft QAPP (for City review) (Microsoft Word and PDF) • Revised draft QAPP (for Ecology review) (PDF) • Final QAPP (Microsoft Word and PDF) • Monthly invoices and progress reports Task 3 - PCB Study Subtask 3.1 — Equipment Procurement and Installation Herrera will procure a minimum of 15 in -line sediment traps (e.g., Hamlin traps), which may require custom fabrication. Sediment traps will be deployed at selected sites for approximately one (1) month and then the collected sediment will be gathered and delivered to the laboratory for analysis. The traps will be deployed and samples collected at the same monitoring locations monthly for 3 to 4 months during the wet season, expected to be December 2024 to March 2025. Subtask 3.2 — Data Collection, Management, and Quality Assurance Herrera will conduct sampling per the methods identified in the QAPP developed under Subtask 2.1. Herrera will collect monthly sediment samples from up to 20 locations for 3 to 4 months during the wet season. Sediment samples will be analyzed by an Ecology -accredited laboratory for low-level PCBs (using EPA 8082A), grain size, total organic carbon (TOC), and total solids. The grain size, TOC, and total solids data will be used to characterize the PCBs. Since PCBs bind to organic matter in sediment, TOC is recommended for normalization and characterization of the sediment. Herrera will construct a database for managing the laboratory data. Herrera will complete quality control of submitted data per the QAPP. Herrera will use an established system of quality assurance/ quality October 17, 2024 jr draft-scopeofwork Page 3 of 6 H NRA SCOPE ADDENDUM control review to ensure high quality deliverables that comply with the requirements of this scope of work. Subtask 3.3 — Data Analysis As outlined in the QAPP, Herrera will analyze data to summarize in -line sediment quality at the monitored sites and evaluate where PCB hot spots are located. Herrera will also submit collected data to the EIM at the conclusion of the project. Subtask 3.4 — Develop Maintenance Recommendations Herrera will prepare a technical memorandum documenting the findings of the PCB evaluation. The technical memorandum will include analysis of sample results and recommendations for maintenance (e.g., line cleaning) or source control best management practices (BMPs) to address PCB hot spots that are identified. Subtask 3.5 — Project Management Herrera will be responsible for ongoing administration of the project, including preparing invoices and progress reports, as well as coordination of work efforts with the City project manager (Sherry Edquid). Herrera's project manager (Rebecca Dugopolski) and contract manager will have phone and e-mail contact with the City project manager and other City representatives on an as -needed basis with regard to scope, schedule, budget, and invoicing issues. This subtask also includes regular check -in meetings between the Herrera and City project manager. The regular meetings will be the primary forum for discussing schedule and budget status, additional information needs, and to identify and address any emerging or ongoing concerns. These regular meetings are in addition to subtask-specific meetings outlined in other subtasks. Herrera's project manager will be responsible for ongoing administration of the project, including preparing invoices and progress reports, as well as coordination of work efforts with the City and analytical laboratories. Assumptions • If necessary, the City will provide traffic control at sampling locations with potential traffic conflicts or safety concerns. • A 10-percent contingency for equipment failure or loss is included in the budget. • The analytical laboratory will provide results within 4 weeks of sample delivery. • Up to two 1-hour virtual working meetings are anticipated to be scheduled with City staff for this task. Official meeting notes will not be prepared for the City following these meetings, but October 17, 2024 jr draft-scopeofwork Page 4 of 6 H NRA SCOPE ADDENDUM comments will be addressed in the QAPP and the technical memorandum based on these discussions. • The City will be responsible for submitting deliverables to Ecology for review according to grant timelines. • Project management check -in meetings will be scheduled on a bi-weekly basis. Meetings will be virtual (conducted using Microsoft Teams or a conference call) and will last up to 30 minutes. Deliverables • Laboratory analysis reports (PDF) • Data submittal to EIM • Draft technical memorandum (for City review) (Microsoft Word and PDF) • Revised draft technical memorandum (for Ecology review) (PDF) • Responses to Ecology's comments on revised draft technical memorandum (Word or Excel) • Final technical memorandum (Microsoft Word and PDF) • Monthly progress reports and invoices (PDF) October 17, 2024 jr draft-scopeofwork Page 5 of 6 HEf2gERA SCOPE ADDENDUM Project Schedule Task Deliverable/Meeting Timeline a Task 2 — Study Planning Subtask 2.1 — Quality Assurance Project Plan Development Draft QAPP (for City review) Nov. 15, 2024 Virtual working meeting #1 Nov. 2024 (TBD) Revised draft QAPP (for Ecology review) Nov. 22, 2024 Final QAPP (with updated monitoring location appendix) Dec. 13, 2024 Subtask 2.2 — Site Selection Virtual working meeting #2 Nov. 2024 (TBD) Site selection Nov. — Dec. 2024 Subtask 2.3 — Project Management Monthly invoices and progress reports Nov. — Dec. 2024 Bi-weekly project management check -in meetings Nov. — Dec. 2024 Task 3 — PCB Study Subtask 3.1 — Equipment Procurement and Installation Equipment procurement Oct. — Nov. 2024 Equipment installation Dec. 2024 Subtask 3.2 — Data Collection, Management, and Quality Assurance Sediment data collection Dec. 2024 — Mar. 2025 Laboratory analysis report review Jan. — May 2025 Data submittal to EIM May 2025 Subtask 3.3 — Data Analysis PCB hot spot evaluation Apr. — May 2025 Virtual working meeting #3 May 2025 (TBD) Subtask 3.4 — Develop Maintenance Recommendations Draft technical memorandum (for City review) May 16, 2025 Virtual working meeting #4 May 2025 (TBD) Revised draft technical memorandum (for Ecology review) June 6, 2025 Final technical memorandum June 27, 2025 Subtask 3.5 — Project Management Monthly invoices and progress reports Jan. — June 2025 Bi-weekly project management check -in meetings Jan. — June 2025 TBD: to be determined a The proposed project timeline assumes that the notice to proceed will be issued on November 5, 2024 or sooner. October 17, 2024 jr draft-scopeofwork Page 6 of 6 HEftjERA 42 City of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Pete Mayer, Interim Public Works Director BY: Shawn Christie, Fleet & Facilities Manager Garron Herdt, Fleet Superintendent CC: Mayor McLeod DATE: October 14, 2024 SUBJECT: Resolution to Surplus City Equipment for 2024 ISSUE Approve Resolution authorizing the sale of surplus vehicles and equipment no longer needed by the City under the authority granted with RCW 35A.11.010. ANALYSIS The Fleet Department has identified 37 pieces of equipment that have outlived their service life, are no longer required, or have been replaced by the City. Most of these items still operate, but in some cases require extensive repairs, are no longer used, or too costly to overhaul. FISCAL IMPACT All pieces of equipment are fully depreciated and are currently valued at $117,800. Selling the equipment at auction in an "as is" condition is now the most practical solution for disposal. Revenue generated from the surplus process is returned to the originating fund from the purchase. RECOMMENDATION Council is being asked to approve the Resolution declaring 37 pieces of equipment, estimated value at $117,800, as surplus and authorize their sale, and to consider this item on the Consent Agenda of the November 4, 2024 Regular Council Meeting. Attachments: Draft Resolution Exhibit A Surplus Equipment List Exhibit B Surplus Equipment Photos Fleet & Facility Services • 11210 Tukwila International Boulevard • Tukwila, WA 98168 • 206-431-0166 Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 43 DRAFT A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, DECLARING CERTAIN FLEET VEHICLES AND EQUIPMENT SURPLUS, AND AUTHORIZING THEIR SALE OR DISPOSAL. WHEREAS, the City of Tukwila purchased 30 vehicles and 7 other pieces of equipment described and depicted in an inventory list with estimated salvage values and photographs on Exhibits A and B, respectively, which were utilized by various City departments; and WHEREAS, the 37 vehicles and other pieces of equipment described and depicted on Exhibits A and B, have a combined estimated salvage value of $117,800; and WHEREAS, the vehicles and other pieces of equipment described and depicted on Exhibits A and B have outlived their usefulness and are no longer needed by the City of Tukwila's Fleet (Equipment Rental) Department or any other City Department; and WHEREAS, the City of Tukwila has statutory authority to dispose of personal property under RCW 35A.11.010, provided such personal property is declared surplus to the City's needs; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: Section 1. Declaration of Surplus. The 30 vehicles and 7 other pieces of equipment described and depicted on the attached Exhibits A and B are hereby declared surplus. Section 2. Fleet Department authorized to sell. The Fleet Department, as part of the City's replacement program, is hereby authorized to sell the 30 vehicles and 7 other pieces of equipment described and depicted in the inventory list and photographs on Exhibits A and B, respectively, for the best available price, or properly dispose of those remaining items it is unable to sell in any commercially reasonable manner for the common benefit. {KZS2417697.DOCX;1/13175.000001/ }CC:\Legislative Development\Vehicles and equipment declared surplus 11-06-2023 CITY CLERK TO UPDATE REFERENCE TT: Page 1 of 2 44 PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of , 2024. ATTEST/AUTHENTICATED: Andy Youn, CMC, City Clerk Mohamed Abdi, Council President APPROVED AS TO FORM BY: Filed with the City Clerk: Passed by the City Council: Resolution Number: Office of the City Attorney Exhibit A: 2024 Fleet Surplus List Exhibit B: 2024 Fleet Surplus Equipment — Photographs {KZS2417697.DOCX;1/13175.000001/ }CC:\Legislative Development\Vehicles and equipment declared surplus 11-06-2023 CITY CLERK TO UPDATE REFERENCE TT: Page 2 of 2 45 EXHIBIT A 2024 SURPLUS EQUIPMENT LIST COUNT EO# DIV • •. Serial Number/Vehicle Identification Number License Meter EST. SALVAGE VALUE 1 escnptwn 1 1219 ADMIN SERVICES AS004012 AD 1999 CARGO VAN, FORD WINDSTAR BLUE 2FTZA5444XBB21296 27057D 30,159 $1,500 2 1220 SURF WATER PW412380 SW 1999 1-TON DUMP TRUCK, CHEVY C30 CAB & CHASSIS DK BLUE 1 GBKC34J6XF060736 27089D 62,184 $2,500 3 1225 PARKS MAINT PR015800 PK 1998 1/4-TON PICKUP, FORD RANGER EXT CAB 4X2 TAN 1FTYR14UXWPA87465 25147D 94,183 $1,000 4 1233 RECREATION PR007200 RC 2000 VAN, 15-PASSENGER FORD ECONO CLUBWAGON DK BLUE 1FBSS31LOYHB72270 31110D 61,637 $3,500 5 1246 PARKS MAINT PR015800 PK 2004 3/4-TON DUMP, CHEVY SILVERADO C2500 BLUE 1GBHC24U24E361021 38265D 73,253 $4,500 6 1271 EQUIP RENTAL PW501650 ER 2003 STEP VAN, GRUMMAN/WRKHORSE 14' WALK-IN RED 5B4HP42R233370943 37697D 18,575 $6,500 7 1275 BUILDING MAINTENANCE PW013300 BM 2003 CARGO VAN, CHEVY EXPRESS WHITE 1GCGG25V331170247 61421D 28,698 $3,000 8 1291 WATER PW401800 WA 2006 1-1/2 TON SERVICE TRUCK, FORD F450XL WHITE 1FDXF46Y06EA60997 33259D 102,356 $3,000 9 1301 STREET MAINT PW016200 ST 2004 1-TON DUMP, CHEVY SILVERADO 3500 WHITE 1GBJC34U94E352811 37707D 49,744 $4,000 El 1412 STREET MAINT PW016200 ST 1992 CRACK SEALER, CRAFCO EZ POUR 200 DIESEL MELTER RED S/N:1C9ED1226N1418231 15861D N/A $1,300 10 1436 PD INVESTIGATIONS PD010210 PD 2015 DETECTIVE SEDAN, FORD TAURUS P2D SE FWD SILVER 1 FAHP2D86FG162277 57962D 115,508 $2,000 11 1744 PD SPEC OPS PD010260 PD 2014 PATROL, FORD INTERCEPTOR BLACK/ WHITE 1FAHP2MT8EG101077 54993D 81,796 $2,000 12 1748 PD SPEC OPS PD010260 PD 2015 PATROL, FORD POLICE INTERCEPTOR UTILITY SUV AWD BLACK / WHITE 1FM5K8ARXFGA16102 56557D 80,003 $3,500 13 1750 PD ADMIN PD010100 PD 2015 ER ADMIN SEDAN, FORD INTERCEPTOR P2M AWD BLACK 1FAHP2MK6FG184713 59665D 90,758 $3,000 14 1752 PD PATROL PD010220 PD 2016 PATROL, FORD POLICE INTERCEPTOR UTILITY SUV AWD BLACK/ WHITE 1FM5K8ARXGGA29031 60012D 101,428 $3,500 15 1753 PD PATROL PD010220 PD 2016 PATROL, FORD POLICE INTERCEPTOR UTILITY SUV AWD BLACK/ WHITE 1FM5K8AR3GGA29033 59655D 110,332 $3,500 16 1755 PD PATROL PD010220 PD 2p17 PATROL, FORD POLICE INTERCEPTOR UTILITY SUV AWD BLACK / WHITE 1FM5K8AR8HGA94963 61489D 101,600 $3,500 17 1761 PD PATROL PD010220 PD 2017 PATROL, FORD POLICE INTERCEPTOR UTILITY SUV AWD BLACK/ WHITE 1FM5K8AR2HGD93770 62528D 88,449 $3,500 18 1764 PD PATROL PD010220 PD 2017 PATROL, FORD POLICE INTERCEPTOR UTILITY SUV AWD BLACK/ WHITE 1FM5K8AR6HGD93769 62569D 101,168 $3,500 19 2202 SEWER PW402800 SE 2007 3/4-TON PICKUP, FORD SD F350 SUPERCAB WHITE 1FTWX30537EA03426 43840D 110,124 $3,000 20 2204 SURF WATER PW412380 SW 2007 I 3/4-TON PICKUP, FORD F250SUPERCAB WHITE 1FTSX20507EA03425 43837D 66,531 $3,000 21 2205 STREET MAINT PW016200 ST 2008 CAB ON PICKUP, FORD F250 4X2 EXT WHITE 1 FTNX20588EE03201 46806D 68,531 $5,000 22 2312 SURF WATER PW412380 SW 2008 1-TON DUMP, FORD F350 SD CREW CAB & CHASSIS WHITE 1 FDWW36Y18EE22781 47790D 105,973 $4,000 23 2900 SPLIT SE 50% / SW 50% PW402800 PW412380 SE / SW 2013 VAN, CUES TV VAN FORD E450 CHASSIS WHITE 1FDXE4FS9DDA24887 54288D 12,234 S10,000 24 3101 PW ADMIN PW013100 PW 2007 SEDAN, TOYOTA PRIUS HYBRID WHITE JTDKB20UX77088395 43883D 37,664 $2,500 https://tukwilawa.sharepoint.com/sites/ publicworks/fleet/Surplus/SURPLUS2024/2024 SURPLUS LISTING 46 Pg 1 of 2 I 10/23/2024 EXHIBIT A 2024 SURPLUS EQUIPMENT LIST COUNT Description Serial Number/Vehicle Identification Number License Meter EST. SALVAGE VALUE 25 6200 PARKS MAINT PR015800 PK 2012 3/4-TON PICKUP, FORD F250 RC WHITE 1FTBF2A66CEC13662 54222D 45,270 $3,000 26 6201 PARKS MAINT PR015800 PK 2013 1/2-TON PICKUP, FORD F1504X2 WHITE 1FTNF1CF1DKE99895 72185D 38,750 $3,500 27 6612 GOLF MAINTENANCE PR411680 GC 2011 JOHN DEERE PROGATOR 2010 W/ 200 GAL SPRAY TANK W/18' SPRAY GREEN/ YELLOW 1TC203ATLBT050085 N/A 2,476 $10,000 BOOM 28 6626 GOLF MAINTENANCE PR411680 GC 2017 MOWER, FAIRWAY, TORO REELMASTER 5410-D CROSSTRAX 8 BLADE -REEL RED S/N: 03670-280000335 N/A 5,000 $1,500 29 7201 DCD BLDG DIV CD008501 CD P008 1/4-TON PICKUP, CHEVY COLORADO CREW CAB 2WD WHITE 1GCCS33E888217129 46807D 50,757 $2,000 30 7202 EQUIP RENTAL PW501650 PW 2009 U49 -HYBRID, FORD ESCAPE FWD HEV WHITE 1FMCU49369KA89706 68866D 104,385 $1,500 E2 9602 EQUIP RENTAL PW501650 ER 2006 TOOL, PARTS WASHER, CUDATOP- LOAD AQUEOUS WHITE S/N: C0106-62074 N/A N/A $500 E3 910ER EQUIP RENTAL PW501650 ER UNK MOTORCYCLE LIFT TABLE 1 METAL UNK N/A N/A $500 E4 910ER EQUIP RENTAL PW501650 ER UNK MOTORCYCLE LIFT TABLE 2 METAL UNK N/A N/A $500 E5 920BM BUILDING MAINTENANCE PW013300 BM UNK ARMSTRONG HYDRONIC PUMP RED UNK N/A N/A $500 E6 920BM BUILDING MAINTENANCE PW013300 BM UNK BALDOR RELIANCE SUPER E MOTOR W/ PUMP GOLD/RED UNK N/A N/A $1,000 E7 970GC GOLF MAINTENANCE PR411680 GC 2018 MAPLE WOOD SLABS BROWN N/A N/A N/A $7,000 37 $117,800 https://tukwilawa.sharepoint.com/sites/ publicworks/fleet/Surplus/SURPLUS2024/2024 SURPLUS LISTING 47 Pg 2 of 2 I 10/23/2024 EXHIBIT B: 2024 Surplus Equipment Photos Unit 1219, 1999 FORD WINSTAR CARGO VAN, License 27057D, VIN 2FTZA5444XBB21296. Estimated value: $1,500 Unit 1220, 1999 CHEW C30 1-TON DUMP, License 27089D, VIN 1GBKC34J6XF060736. Estimated value: $ 2,500 Unit 1225, 1998 FORD RANGER EXT CAB, License 25147D, VIN 1FTYR14UXWPA87465. Estimated value: $1,000 Unit 1233, 2000 FORD ECONO CLUBWAGON VAN, License 31110D,VIN 1FBSS31LOYH B72270. Estimated value: $3,500 Unit 1246, 2004 CHEW SILVERADO C2500, License 38265D, VIN 1GBHC24U24E361021. Estimated value: $4,500 Unit 1271, 2003 GRUMMAN WORKHORSE 14' WALK-IN STEP VAN, License 37697D, VIN 5B4HP42R233370943. Estimated value: $ 6,500 48 1 EXHIBIT B: 2024 Surplus Equipment Photos Unit 1275, 2003 CHEW EXPRESS CARGO VAN, License 61421D, VIN 1GCGG25V331170247. Estimated Value: $3,000 Unit 1291, 2006 FORD F450XL, License 33259D, VIN 1FDXF46Y06EA60997. Estimated value: $ 3,000 Unit 1301, 2004 CHEW SILVERADO 3500, License 37707D, VIN 1GBJC34U94E352811. Estimated value: $ 4,000 Unit 1412, 1992 CRAFCO EX POUR 200 DIESEL MELTER, License 15861D, S/N:1C9ED1226N1418231. Estimated value: $ 1,300 Unit 1436, 2015 FORD TAURUS, License AUSS5538, VIN 1FAHP2D86FG162277. Estimated Value: $2,000 Unit 1744, 2014 FORD INTERCEPTOR, License 54993D, VIN 1FAHP2MT8EG101077. Estimated value: $2,000. 49 2 EXHIBIT B: 2024 Surplus Equipment Photos Unit 1748, 2015 FORD POLICE INTERCEPTOR UTILITY, License 56557D, VIN 1FM5K8ARXFGA16102. Estimated value: $3,500 Unit 1750, 2015 FORD INTERCEPTOR, License 59665D, VIN 1FAHP2MK6FG184713. Estimated value: $3,000 Unit 1752, 2016 FORD POLICE INTERCEPTOR UTILITY, License 60012D, VIN 1FM5K8ARXGGA29031. Estimated value: $3,500 Unit 1753, 2016 FORD POLICE INTERCEPTOR UTILITY, License 59655D, VIN 1FM5K8AR3GGA290331. Estimated value: $3,500 Unit 1755, 2017 FORD POLICE INTERCEPTOR UTILITY, License 61489D,VIN 1FM5K8AR8HGA94963. Estimated value: $3,500 Unit 1761, 2017 FORD POLICE INTERCEPTOR UTILITY, License 62528D,VIN 1FM5K8AR2HGD93770. Estimated value: $3,500 50 3 EXHIBIT B: 2024 Surplus Equipment Photos Unit 1764, 2017 FORD POLICE INTERCEPTOR UTILITY, License 62569D, VIN 1FM5K8AR6HGD93769. Estimated value: $ ,500 Unit 2202, 2007 FORD SD F350 SUPERCAB, License 43840D, VIN 1FTWX30537EA03426. Estimated value: $3,000 Unit 2204, 2007 FORD F250 SUPERCAB, License 43837D, VIN 1FTSX20507EA03425. Estimated value: $3,000 Unit 2205, 2008 FORD F250 EXT CAB, License 46806D, VIN 1FTNX20588EE03201. Estimated value: $5,000 Unit 2312, 2008 1-TON DUMP FORD F350 SD CREW CAB, License 47790D, VIN 1FDWW36Y18EE22781. Estimated value: $4,000 Unit 2900, 2013 CUES TV VAN FORD E450 CHASSIS, License 54288D, VI N 1FDXE4FS9DDA24887. Estimated value: $10,000 51 4 EXHIBIT B: 2024 Surplus Equipment Photos Unit 3101, 2007 TOYOTA PRIUS HYBRID, License 43883D, VIN JTDKB20UX77088395. Estimated value: $2,500 Unit 6200, 2012 FORD F250, License 54222D, VIN 1FTBF2A66CEC13662. Estimated value: $3,000 Unit 6201, 2013 FORD F150, License 72185D, VIN 1FTNF1CF1DKE99895. Estimated value: $ 3,500 Unit 6612, 2011 PROGATOR 2010 WITH 200 GAL SPRAY TANK & 18' SPRAY BOOM, VIN 1TC203ATLBT050085, Estimated value: $10,000 Unit 6626, 2017 TORO REELMASTER 5410-D CROSSTRAX 8 BLADE -REEL, S/N: 03670-280000335. Estimated value: $1.500 Unit 7201, 2008 CHEVROLET COLORADO CREW CAB, License 46807D, VIN 1GCCS33E888217129. Estimated Value: $2,000- MECHANICAL ISSUES. 52 5 EXHIBIT B: 2024 Surplus Equipment Photos Unit 7202, 2009 FORD ESCAPE HYBRID, License 68866D, VIN 1FMCU49369KA89706. Estimated value: $1,500 Unit 9602, 2006 PARTS WASHER, CUDA TOP -LOAD AQUEOUS, S/N: C0106-62074. Estimated value: $500 Unit 910ER, MOTORCYCLE LIFT, QTY 2. Estimated value: $500 EACH. UNIT 920BM, ARMSTRONG HYDRONIC PUMP. Estimated Value $500 UNIT 920BM, BALDOR RELIANCE SUPER E MOTORY W/ PUMP. Estimated value $1,000 """ NO PHOTO AVAILABLE """ Surplus Maple wood slabs approved for surplus at the 07/15/2024 Regular Meeting consent agenda item d. Estimated value: $7,000 53 6