Loading...
HomeMy WebLinkAbout02-079 - WA State Department of Transportation (WSDOT) - Transit Oriented Development (Sounder Station / Longacres)A 9\1 1 02-07 9Cc1) V7; Washington State VI/ Department of Transportation Local Agency Agreement Supplement Agency City of Tukwila Supplement Number 3 Federal Aid Project Number TCSP-TCSP (010) Agreement Number LA5377 CFDA No. 20.205 (Catalog of Federal Domestic Assistance) The Local Agency requests to supplement the agreement entered into and executed on 9.11.02 All provisions in the basic agreement remain in effect except as modified by this supplement. The changes to the agreement are as follows: Project Description Name Tukwila Transit Oriented Development at Longacres Termini NA Length NA Description of Work ® No Change Reason for Supplement Provide additional funds to reimburse local agency PE work. Does this change require additional Right of Way or Easements? 0 Yes ® No T e of Work yp Estimate of Funding (1) Previous Agreement/Suppl. (2) Supplement (3) Estimated Total Project Funds (4) Estimated Agency Funds (5) Estimated Federal Funds PE a. Agency 99,302.00 10,500.00 109,802.00 109,802.00 100 % b. Other consultant 1,377,659.00 -10,500.00 1,367,159.00 1,367,159.00 c. Other Federal Aid d. State Participation 10,000.00 10,000.00 10,000.00 Ratio for PE e. Total PE Cost Estimate (a+b+c+d) 1,486,961.00 1,486,961.00 1,486,961.00 Right of Way f. Agency % q. Other Federal Aid h. Other Participation Ratio for RW i. State j. Total R/W Cost Estimate (f+g+h+i) Construction k. Contract I. Other % m. Other Federal Aid n. Other Participation o. Agency Ratio for CN p. State q. Total CN Cost Estimate (k+l+m+n+o+p) r. Total Project Cost Estimate (e+j+q) 1.486.961.00 1.486.961.00 1.486.961.00 The Local Agency further stipulates that pursuant to said Title 23, regulations and po icies and procedures, and as a condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions. Agency Offici By T Title Mayo ff Tu DOT Form 140-041 EF Revised 03/2011 Washington State De,arthnent of Transp • rtation By Director of Highways and Loca Programs Date Executed , n, n 1 5 2013 9 -Kat of -d -011t -A ---e7)— City of Tukwila Tukwila Transit Oriented Development at Longacres Agreement # LA5377 TCSP-TCSP (010) Estimate for. Additional Funds June 12, 2013 Grant funds obligated June 24, 2009 for Agency PE $99,302.00 Additional grant funds needed for Agency PE Staff hours (154 hours @ $52 per hour) $8,000 Document printing & Materials $2,500 Total Additional Needed $10,500.00 Jim Haggerton, Mayor Ani Washington State • Department of Transportation Ac iEN("; • D2 -0'1'(c) Local Agency Agreement Supplement Agency City of Tukwila Estimate of Funding Supplement Number 2 Federal Aid Project Number TCSP-TCSP (010) Agreement Number LA 5377 ' ''' CFDA No 20.205 _(Catalog of Federal Domestic Assistance) The Local Agency desires to supplement the agreement entered into and exe ' tl l 9.11.02 iycy All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows Project Description Name Tukwila Transit Oriented Development at Longacres Termini NA Length NA Description of Work ® No Change Reason for Supplement a. Provide additional funds to reimburse local agency PE work. b. Provide additional funds to consultants to execute PE work originally assigned to Sound Transit. c. Provide additional funds to consultants to implement the Plan. Does this change require additional Right of Way or Easements? ❑ Yes ® No T e of Work ip Estimate of Funding (1) Previous Agreement/Suppl. (2) Supplement (3) Estimated Total Project Funds (4) Estimated Agency Funds (5) Estimated Federal Funds PE a. Agency 76,500 00 22,802.00 99,302.00 99,302.00 % b. Other consultants 1,204,461 00 173,198.00 1,377,659 00 1,377,659 00 c. Other Sound Transit 200,000.00 -200,000 00 0 00 0.00 Federal Aid d. State 6,000.00 4,000.00 10,000 00 10,000 00 Participation Ratio for PE e. Total PE Cost Estimate (a+b+c+d) 1,486,961.00 1,486,961.00 1,486,961.00 Right of Way f. Agency Other o Federal Aid h. Other Participation Ratio for RW i. State j Total RNV Cost Estimate (f+g+h+i) Construction k. Contract 1. Other m. Other n. Other % o. Agency Federal Aid p. State Participation Ratio for CN q Total CN Cost Estimate (k+l+m+n+o+p) r. Total Project Cost Estimate (e+j+q) 1.486.961.00 1.486.961.00 1.486.961.00 The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions Agency Offi - 1 Washington State Depart ent of Transpirtation By By Title MayTukwila atmAttr�uk-sem DOT Form 140-041 EF Revised 1/2007 Director of Highways and Lo -I Programs Date Executed JUN 2 4 2009 a0�2 0r(csLhates •► • • � Washington State ill/ Department of Transportation Supplemental Agreement Agreement Number Project Number LA 5377 TCSP-TCSP (010) Organization and Address ECONorthwest 99 W. 10th Suite 400 Eugene, OR 97401 Phone 541.687.0051 Project Title Tukwila Transit Oriented Development atLongacres New Maximum Amount Payable $ 105,928.26 Description of Work Prepare plans, market and fiscal analyses, and resource allocation studies. The Local Agency of City of Tukwila, Washington desires to supplement the agreement entered into with ECONorthwest and executed on 3.18.2003 and identified as Agreement No. LA 5377 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: See _attached FxhihitB4 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: End datelias heen__changed fromflecember 342004 to_May _3_42005 111 Section V, PAYMENT, shall be amended as follows. To include_hoursand_expenses as set forth in theattached.D-1.1V_ Section VI, SUBCONTRACTING, shall he amended to include those items of workand expenses_ asset forth in the attached G, G-1 and G-2 and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By. _ _ ECONorthwest. Con.31ltant Signature DOT Form 140-063 EF Revised 10/97 By. City of Tukwila IV\ ►� �-- Approving Authority Signature • • EXHIBIT B-1 ECONorthwest Contract Supplement Project Status The community has selected a preferred land use scenario for the Tukwila Urban Center (TUC) plan. This plan, including the initial catalyst projects and associated costs, has been presented to the Tukwila City Council and Planning Commission. Concerns of the Council regarding plan implementation include the costs and benefits of the recommended investments, and the financial strategy needed to pay for them. ECONorthwest has been doing the technical work for the TUC plan related to economics and financing. ECO's contracted obligations and budget were completed in May 2004 with its presentation to the City Council. This contract supplement allows ECO to continue the financial work, adding more detail to the financial alternatives and strategies. Supplemental Tasks for ECONorthwest Task 1. Preliminary Evaluation of a Financial Strategy to Implement the TUC Plan Prepare a preliminary funding strategy to finance those transportation and land use/amenity improvements identified as necessary for implementing the TUC plan. Memo should address: • Recommended list of projects/improvements needed to implement the TUC plan and their approximate costs and timing. • Potential sources of funding. • At a policy level for Council consideration, a financing strategy consisting of a package of funding sources the City could choose (considering tools such as bonds, likely grant sources, LIDs, and impact fees). ECO will need the assistance of the City's finance director or staff, at a minimum, as follows: (1) to answer questions by phone as ECO prepares the strategy, and (2) to comment in writing on the draft of the strategy. ECO will attend one City Council work session to discuss the preliminary funding strategy. Product: Memorandum Meetings: One City Council/Planning Commission work session Schedule: Winter 2004/05 Budget: $15,000 • • ECO will bill for this task as follows: • $4,000 upon approval of the City of an outline of the memorandum • $7,000 upon delivery of a draft of the memorandum • $2,000 upon delivery of a final memorandum • $2,000 after attendance and presentation at a joint Council / Planning Commission work session. Task 2: Simulation of Returns to the City One reason (not the only one) for the City to invest in the TUC and in what is referred to as the "catalyst" project is so the TUC will grow, more than it would otherwise, and potentially in a more diversified way, in order to generate additional revenue for the City. In particular, any additional development that the City investment generates should generate property tax and, for retail development, sales tax. ECO has done earlier simulations as part of this project, and has made it clear that such simulations are exactly that: simulations, not predictions. No one can predict with any confidence how the TUC retail sales will be different over a 20 -year period with and without the investment. Thus, ECO and City staff agreed to the following simulation: 1. Estimate what the City will be investing,. 2. Estimate how much the City would need to get repaid on that investment. Say the City's marginal (extra; new) investment in the catalyst project is $10 million in 2004 dollars. Assume that the City has patient capital: it does not want a big rate of return on its investment, but it would like to recover that money over a 20 -year period at a low (possibly zero) rate of return. Say that works out to a need for an extra $600,000 per year. 3. Estimate, crudely, the amount of property tax or sales tax revenue that goes to servicing a new development. In other words, we are looking for some estimate of net cash. The professional literature and our prior work suggest that the residential component of new development is not going to generate net cash. That does not mean the City should not support residential development in the TUC: such development supports GMA and regional requirements, the City's goal of creating a sense of place in the TUC, and ultimately, may create revenue to the City via property and sales taxes paid by business that now operate better because of the combined retail/residential base. So ECO would be making some rough estimate of net revenue contributions by type of business development. 4. Make assumptions about the amount of new business development (divided by retail and office) that would occur because of the investment. 5. Using the results of 3 and 4, estimate the present value of the new net revenue generated. 6. Using the results of 2 and 5 describe the extent to which the investment "pays for itself' (given the assumptions in the simulation). • • Attend one work session with City Council/Planning Commission members to discuss outcomes. Discuss other fiscal issues or concerns raised by the Council. Product: Memorandum Meetings: One presentation (occurring at the same Council/Planning Commission Workshop in Task 1) Schedule: Winter 2004/05 Budget: $6,000 Task 3: Preparation of Economic Materials for the Final TUC Plan This project comprises two years of technical work and almost 10 memoranda or reports on some aspect of the economic or financial factors related to the TUC. The final plan adopted for the TUC will have an appendix summarizing all this work. ECO will work with City staff on developing an outline for the appendix, prepare the draft of that appendix, and revise it based on a single, consolidated set of City comments in writing. The City will be responsible for final formatting in a manner consistent with the plan document. Also, ECO will review and edit a section on Market Conditions in the Existing Conditions portion of the draft TUC Plan, to be written by Freedman Tung & Bottomley. Product: Appendix to final TUC Plan Meetings: None Schedule: Winter 2004/05 Budget: $5,000 • • EXHIBIT G Scope of Work for Berk and Associates as subcontractor to ECONorthwest Berk and Associates will be assisting ECONorthwest with all aspects of ECO's scope of work. In particular, Brett Sheckler will be doing most'of the work for Berk and Associates. ECO will have primary responsibility for all project management, quality control, and presentations. Berk will assist with all aspects of the technical analysis described below. Overview The community has selected a preferred land use scenario for the Tukwila Urban Center (TUC) plan. This plan, including the initial catalyst projects and associated costs, has been presented to the Tukwila City Council and Planning Commission. Concerns of the Council regarding plan implementation include the costs and benefits of the recommended investments, and the financial strategy needed to pay for them. Those concerns are the focus of this scope of work Tasks for ECONorthwest Task 1. Preliminary Evaluation of a Financial Strategy to Implement the TUC Plan Scope for Berk and Associates ECO will work with the City staff to refine the scope of work and products. ECO will outline the memorandum, and make initial data requests to the City. Sheckler will conduct or assist with various aspects of the technical analysis and contribute to the memorandum. Berk will bill for Sheckler's service based on time and expenses. The expected level of effort is $5,000. Task 2: Simulation of Returns to the City Scope for Berk and Associates ECO will have primary responsibility for the review and formatting of the final product, and the presentation. Sheckler will have primary responsibility for a draft of the analysis. ECO and Berk will collaborate on defining the analytical strategy and refining it during the development of the memorandum. The expected level of effort is $4,000. Task 3: Preparation of Economic Materials for the Final TUC Plan • • Scope for Berk and Associates This is primarily a task for ECO. Scheckler will review and comment on ECO's draft. The expected level of effort is $1,000. The total budget for Berk and Associates is $10,000. • • Exhibit D-1 Consultant Fee Determination - Summary Sheet (Lump Sum, Cost Plus Fixed Fee, Cost Per Unit of Work) Project: Transit Oriented Development at Longacres/Tukwila Urban Center Plan Direct Salary Cost (DSC): Classification Man Hours Rate = = Cost Project Manager 68.0 X 43.50 $ 2,958.00 Research Analyst 38.0 X 18.50 703.00 Tech Assistant 22.0 X 13.00 286.00 Clerical Support 17.0 X 13.16 223.72 X X X X X Total DSC = $ 4,170.72 Overhead (OH Cost -- including Salary Additives): OH Rate x DSC of 2.1095 % x $ 4,170.72 8,798.13 Fixed Fee (FF): FF Rate x DSC of .3109 % x $ 4,170.72 1,296.68 Reimbursables: Itemized 1,734.47 Subconsultant Costs (See Exhibit G): 10,000.00 Grand Total 26,000.00 Prepared By Roberta Smythe Date October 13, 2004 • • Exhibit G-1 Subconsultant Fee Determination - Summary Sheet Project: Transit Oriented Development at Longacres/Tukwila Urban Center Plan Direct Salary Cost (DSC): Classification Man Hours Rate = Cost Economist (Berk Assoc.) 100.0 X 32.10 $ 3,210.00 X X X X X X X X Total DSC = $ 3,210.00 Overhead (OH Cost -- including Salary Additives): OH Rate x DSC of 1.8267 % x $ 3,210.00 = 5,863.71 Fixed Fee (FF): FF Rate x DSC of .2825 % x $ 3,210.00 = 906.83 Reimbursables: Itemized Grand Total = 19.47 10,000.00 Prepared By. Roberta Smyth Date October 19, 2004 Exhibit G-2 Breakdown of Subconsultants Overhead Cost Account Title $ Beginning Total % of Direct Labor Direct Labor Overhead Expenses: FICA Unemployment Health/Accident Insurance Medical Aid & Industrial Insurance Holiday/Vacation/Sick Leave Commission/Bonus/Pension Total Fringe Benefits General Overhead: State B&O Taxes Insurance Administration & Time Not Assignable Printing, Stationery & Supplies Professional Services Travel Not Assignable Telephone & Telegraph Not Assignable Fees, Dues & Professional Meetings Utilities & Maintenance Professional Development Rent Equipment Support Office, Miscellaneous & Postage Total General Overhead Total Overhead (General + Fringe) Overhead Rate (Total Overhead / Direct Labor) 241,276.00 100.00% 18,458.00 7.65% 6,438.00 2.67% 33,603.00 1 13.93% 2,988.00 1.24% 103,354.00 42.84% 164,841.00 68.32% 19,875.00 8.24% 1,867.00 0.77% 155,393.00 64.40% 6,493.00 2.69% 2,277.00 0.94% 3,230.00 1.34% 9,162.00 3.80% 2,394.00 0.99% 2,134.00 0.88% 2,996.00 1.24% 35,586.00 14.75% 28,763.00 11.92% 5,716.00 2.37% 275,886.00 114.34% 440,727.00 182.67% 182.67% � Washington State VI/ Department of Transportation AGENCY . AG oc.- 0-29 (b) Local Agency Agreement Supplement Agency City of Tukwila Supplement Number 1 Federal Aid Project Number TCSP-TCSP (010) Agreement Number LA 5377 CFDA No 20.205 (Catalog of Federal Domestic Assistance) The Local Agency desires to supplement the agreement entered into and executed on 9.11.02 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Project Description Name Tukwila Transit Onented Development at Longacres Termini NA Length NA Description of Work ® No Change Reason for Supplement a. Provide $5,000 to fund State audit of consultant contract exceeding $250,000 b Provide additional funds to reimburse local agency PE work. Type of Work yp Estimate of Funding (1) Previous Agreement/Suppl. (2) Supplement (3) Estimated Total Project Funds (4) Estimated Agency Funds (5) Estimated Federal Funds PE a. Agency 35,000.00 41,500 00 76,500 00 76,500 00 100 % b. Other consultant 1,250,961 00 -46,500 00 1,204,461 00 1,204,461 00 c. Other Sound Transit 200,000 00 200,000.00 200,000 00 Federal Aid d. State 1,000 00 5,000 00 6,000 00 6,000 00 Participation Ratio for PE e. Total PE Cost Estimate (a+b+c+d) 1,486,961.00 1,486,961.00 1,486,961.00 Right of Way f Agency 0.00 0 00 % q. Other Federal Aid h. Other Participation Ratio for RW i. State i. Total R/W Cost Fstimata (f+n+h+i) Construction k. Contract I. Other m. Other n. Other % o. Agency Federal Aid p. State Participation Ratio for CN q. Total CN Cost Estimate (k+I+m+n+o+p) r. Total Project Cost Estimate (e+j+q) 1,486,961.00 1,486,961.00 1,486,961.00 The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions. Agenc icial n Washington State Department of Transportation ByBy Title Mayor of Tukwila DOT Form 140-041 EF Revised 4/2000 Assistant Secretary for Highways and Local Programs Date Executed JUL 0 2 2003 ENT'DAUG 252003a,-r,efa ORIGINALS 4.111. Washington State Win Department of Transportation • •• /9C oz-- 07 0) Local Agency Agreement Supplement Agency City of Tukwila Supplement Number 1 Federal Aid Project Number TCSP-TCSP (010) Agreement Number LA 5377 CFDA No 20.205 (Catalog of Federal Domestic Assistance) The Local Agency desires to supplement the agreement entered into and executed on 9.11.02 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Project Description Name Tukwila Transit Oriented Development at Longacres Termini NA Length NA Description of Work ® No Change Reason for Supplement a. Provide $500,000 for right of way acquisition. b Provide additional funds to reimburse local agency PE work. Typeof Work Estimate of Funding (1) Previous Agreement/Suppl. (2) Supplement (3) Estimated Total Project Funds (4) Estimated Agency Funds (5) Estimated Federal Funds PE a. Agency 35,000.00 10,000.00 45,000.00 45,000.00 b. Other consultant 1,250,961.00 -510,000.00 740,961.00 740,961.00 c. Other Sound Transit 200,000.00 200,000.00 200,000.00 Federal Aid d. State 1,000.00 1,000.00 1,000.00 Participation Ratio for PE e. Total PE Cost Estimate (a+b+c+d) 1,486,961.00 -500,000.00 986,961.00 986,961.00 Right of Way f. Agency 0.00 500,000.00 500,000 00 500,000.00 q. Other Federal Aid h. Other Participation Ratio for RW 1. State j. Total RAN Cost Estimate (f+g+h+i) 500,000.00 500,000.00 500,000.00 Construction k. Contract I. Other m. Other n. Other o. Agency Federal Aid p. State Participation Ratio for CN q. Total CN Cost Estimate (k+I+m+n+o+p) r. Total Project Cost Estimate (e+j+q) 1,486,961.00 1,486,961.00 1,486,961.00 The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions. Agency Official Washington State Department of Transportation Byer) 1 — �� iia /1 d By TitleMayor of Tukwila Assistant Secretary for Highways and Local Programs Date Executed DOT Form 140-041 EF Revised 4/2000 �afi1 NL Washington State WDepartment of Transportation Agency City of Tukwila Address Dept of Community Development Suite 100 6300 Southcenter Blvd 4o2 -O7' Local Agency Agreement CFDA No. 20.205 (Catalog of Federal Domestic Assistance) Project No. �CS - TCS\ (cic) Agreement No. kiA 5377 For OSC WSDOT Use Only The Local Agency having complied, or hereby agreeing to comply, with the terms and conditions set forth in (1) Title 23, U.S. Code Highways, (2) the regulations issued pursuant thereto, (3) Office of Management and Budget Circulars A-102, A-87 and A-133, (4) the policies and procedures promulgated by the Washington State Department of Transportation, and (5) the federal aid project agreement entered into between the State and Federal Government, relative to the above project, the Washington State Department of Transportation will authorize the Local Agency to proceed on the project by a separate notification. Federal funds which are to be obligated for the project may not exceed the amount shown herein on line r, column 3, without written authority by the State, subject to the approval of the Federal Highway Administration. All project costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency Project Description Name Tukwila Transit Onented Development at Longacres Termini NA Length NA Description of Work CS t'- 'ra�wt"ti'�"� r The project's major objectives during the PE phase are: 1) prepare a master plan for the area surrounding Longacres commuter rail/Amtrak station that identifies and coordinates local and regional transportation investments, and facilitates transit -supportive development; 2) facilitate the design of a permanent station at Longacres; 3) complete a redevelopment strategy for the Tukwila Urban Center that maintains the area's economic viability and regional focus, encourages relevant land use mixes and densities to support improved transit, improves internal circulation and access to/from the urban center, and creates a more attractive and multi -faceted center; 4) integrate the TOD plan into Type ofor(3) yp Wk Estimate of Funding Estimated Total Project Funds Estimated(1) ) Agency Funds Estimated Federal Funds PE a. Agency 35,000 00 35,000 00 b. Other consultants 1,250,961 00 1,250,961 00 c. Other Sound Transit Commuter Rail 200,000 00 200,000 00 Federal Aid d. State 1,000 00 1,000 00 Participation Ratio for PE e. Total PE Cost Estimate (a+b+c+d) 1,486,961.00 1,486,961.00 Right of Way f Agency q. Other h. Other Federal Aid i. State Participation Ratio for RW j Total R/W Cost Estimate (f+g+h+i) Construction k. Contract 1. Other m Other n Other % o Agency Federal Aid p. State Participation Ratio for CN q. Total CN Cost Estimate (k+I+m+n+o+p) r. Total Project Cost Estimate (e+j+q) 1,486,961.00 1,486,961.00 Agency Official By Title v\i' fvvSLOst-t— DOT Form 140-039 EF Revised 10/01 Washington State Department of Transportation By Assistant Secretary for Highways and Local Programs SEP 112002 Date Executed ORIGINAL • • Construction Method of Financing (Check Method Selected) State Ad and Award ❑ Method A - Advance Payment - Agency Share of total construction cost (based on contract award) ❑ Method B - Withhold from gas tax the Agency's share of total construction cost (line 4, column 2) in the amount of $ at $ per month for months. Local Force or Local Ad and Award ❑ Method C - Agency cost incurred with partial reimbursement The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the federal funds obligated, it accepts and will comply with the applicable provisions set forth below Adopted by official action on Provisions 1. Scope of Work The Agency shall provide all the work, labor, materials, and services necessary to perform the project which is described and set forth in detail in the "Project Description" and "Type of Work." When the State acts for and on behalf of the Agency, the State shall be deemed an agent of the Agency and shall perform the services described and indicated in "Type of Work" on the face of this agreement, in accordance with plans and specifications as proposed by the Agency and approved by the State and the Federal Highway Administration. When the State acts for the Agency but is not subject to the right of control by the Agency, the State shall have the right to perforin the work subject to the ordinary procedures of the State and Federal Highway Administration. 11. Delegation of Authority The State is willing to fulfill the responsibilities to the Federal Government by the administration of this project. The Agency agrees that the State shall have the full authority to carry out this administration. The State shall review, process, and approve documents required for federal aid reimbursement in accordance with federal requirements. If the State advertises and awards the contract, the State will further act for the Agency in all matters concerning the project as requested by the Agency If the Local Agency advertises and awards the project, the State shall review the work to ensure conformity with the approved plans and specifications. III. Project Administration Certain types of work and services shall be provided by the State on this project as requested by the Agency and described in the Type of Work above. In addition, the State will furnish qualified personnel for the supervision and inspection of the work in progress. On Local Agency advertised and awarded projects, the supervision and inspection shall be limited to ensuring all work is in conformance with approved plans, specifications, and federal aid requirements. The salary of such engineer or other supervisor and all other salaries and costs incurred by State forces upon the project will be considered a cost thereof. All costs related to this project incurred by employees of the State in the customary manner on highway payrolls and vouchers shall be charged as costs of the project. IV. Availability of Records All project records in support of all costs incurred and actual expenditures kept by the Agency are to be maintained in accordance with local government accounting procedures prescribed by the Washington State Auditor's Office, the U.S. Department of Transportation, and the Washington State Department of Transportation. The records shall be open to inspection by the State and Federal Government at all reasonable times and shall be retained and made available for such inspection for a period of not less than three years from the final payment of any federal aid funds to the Agency Copies of said records shall be famished to the State and/or Federal Government upon request. V. Compliance with Provisions The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing by the State for each classification. The classifications of work for projects are: DOT Form 140-039 EF Revised 10/01 2 , Resolution/Ordinance No 1 Preliminary engineering. 2. Right of way acquisition. 3 Project construction. In the event that right of way acquisition, or actual construction of the road, for which preliminary engineering is undertaken is not started by the closing of the tenth fiscal year following the fiscal year in which the agreement is executed, the Agency will repay to the State the sum or sums of federal funds paid to the Agency under the terms of this agreement (see Section IX). The Agency agrees that all stages of construction necessary to provide the initially planned complete facility within the limits of this project will conform to at least the minimum values set by approved statewide design standards applicable to this class of highways, even though such additional work is financed without federal aid participation. The Agency agrees that on federal aid highway construction projects, the current federal aid regulations which apply to liquidated damages relative to the basis of federal participation in the project cost shall be applicable in the event the contractor fails to complete the contract within the contract time. VI. Payment and Partial Reimbursement The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency and by the Federal Government. Federal funding shall be in accordance with the Transportation Equity Act for the 21st Century (TEA 21), as amended, and Office of Management and Budget circulars A-102, A-87 and A-133 The State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal participation m this project. The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws. The agency shall mimimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for federal participation unless an indirect cost plan has been approved by WSDOT The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government (see Section IX). 1. Project Construction Costs Project construction financing will be accomplished by one of the three methods as indicated in this agreement. Method A — The Agency will place with the State, within (20) days after the execution of the construction contract, an advance in the amount of the Agency's share of the total construction cost based on the contract award. The State will notify the Agency of the exact amount to be deposited with the State. The State will pay all costs incurred under the contract upon presentation of progress billings from the contractor Following such payments, the State will submit a billing to the Federal Government for the federal aid participation share of the cost. When the project is substantially completed and final actual costs of the project can be determined, the State will present the Agency with a final billing showing the amount due the State or the amount due the Agency This billing will be cleared by either a payment from the Agency to the State or by a refund from the State to the Agency Method B — The Agency's share of the total construction cost as shown on the face of this agreement shall be withheld from its monthly fuel tax allotments. The face of this agreement establishes the months in which the withholding shall take place and the exact amount to be withheld each month. The extent of withholding will be confirmed by letter from the State at the time of contract award. Upon receipt of progress billings from the contractor, the State will submit such billings to the Federal Government for payment of its participating portion of such billings. Method C — The Agency may submit vouchers to the State in the format prescribed by the State, in duplicate, not more than once per month for those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocable to this project. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for Federal participation unless claimed under a previously approved indirect cost plan. The State shall reimburse the Agency for the Federal share of eligible project costs up to the amount shown on the face of this agreement. At the time of audit, the Agency will provide documentation of all costs incurred on the project. The State shall bill the Agency for all costs incurred by the State relative to the project. The State shall also bill the Agency for the federal funds paid by the State to the Agency for project costs which are subsequently determined to be ineligible for federal participation (see Section IX). VII. Audit of Federal Consultant Contracts The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project. The report of said audit shall be in the Agency's files and made available to the State and the Federal Government. An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual M 27-50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and FHWA, and Office of Management and Budget Circular A-133 If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the Agency shall reimburse the State for the amount of such overpayment or excess participation (see Section IX). VIII. Single Audit Act The Agency, as a subrecipient of federal funds, shall adhere to the federal Office of Management and Budget (OMB) Circular A-133 as well as all applicable federal and state statutes and regulations. A subrecipient who expends $300,000 or more in federal awards from all sources during a given fiscal year shall have a single or program -specific audit performed for that year in accordance with the provisions of OMB Circular A-133 Upon conclusion of the A-133 audit, the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State. IX. Payment of Billing The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project (e.g., State force work, project cancellation, overpayment, cost ineligible for federal participation, etc.) is not made to the State within 45 days after the Agency has been billed, the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless otherwise directed the Assistant Secretary for Highways and Local Programs. DOT Form 140-039 EF Revised 10/01 3 X. Traffic Control, Signing, Marking, and Roadway Maintenance The Agency will not permit any changes to be made in the provisions for parking regulations and traffic control on this project without prior approval of the State and Federal Highway Administration. The Agency will not install or permit to be installed any signs, signals, or markings not in conformance with the standards approved by the Federal Highway Administration and MUTCD The Agency will, at its own expense, maintain the improvement covered by this agreement. XI. Indemnity The Agency shall hold the Federal Government and the State harmless from and shall process and defend at its own expense all claims, demands, or suits, whether at law or equity brought against the Agency, State, or Federal Government, arising from the Agency's execution, performance, or failure to perform any of the provisions of this agreement, or of any other agreement or contract connected with this agreement, or arising by reason of the participation of the State or Federal Government in the project, PROVIDED, nothing herein shall require the Agency to reimburse the State or the Federal Government for damages arising out of bodily injury to persons or damage to property caused by or resulting from the sole negligence of the Federal Government or the State. No liability shall attach to the State or Federal Government except as expressly provided herein. XII. Nondiscrimination Provision The Agency shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any USDOT-assisted contract and/or agreement or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Agency shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of USDOT-assisted contracts and agreements. The WSDOT's DBE program, as required by 49 CFR Part 26 and as approved by USDOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its teens shall be treated as a violation of this agreement. Upon notification to the Agency of its failure to carry out its approved program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.). The Agency hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the rules and regulations of the Secretary of Labor in 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee or understanding pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee, the required contract provisions for Federal -Aid Contracts (FHWA 1273), located in Chapter 44 of the Local Agency Guidelines. The Agency further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or Local Government, the above equal opportunity clause is not applicable to any agency, instrumentality, or subdivision of such government which does not participate in work on or under the contract. The Agency also agrees: (1) To assist and cooperate actively with the State in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and rules, regulations, and relevant orders of the Secretary of Labor (2) To furnish the State such information as it may require for the supervision of such compliance and that it will otherwise assist the State in the discharge of its primary responsibility for securing compliance. (3) To refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, government contracts and federally assisted construction contracts pursuant to the Executive Order (4) To carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the State, Federal Highway Administration, or the Secretary of Labor pursuant to Part II, subpart D of the Executive Order In addition, the Agency agrees that if it fails or refuses to comply with these undertakings, the State may take any or all of the following actions: (a) Cancel, terminate, or suspend this agreement in whole or in part; (b) Refrain from extending any further assistance to the Agency under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received from the Agency; and (c) Refer the case to the Department of Justice for appropriate legal proceedings. XIII. Liquidated Damages The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 630, Subpart 305, as supplemented, relative to the amount of Federal participation in the project cost, shall be applicable in the event the contractor fails to complete the contract within the contract time. Failure to include liquidated damages provision will not relieve the Agency from reduction of federal participation in accordance with this paragraph. XIV. Termination for Public Convenience The Secretary of the Washington State Department of Transportation may terminate the contract in whole, or from time to time in part, whenever: (1) The requisite federal funding becomes unavailable through failure of appropriation or otherwise. (2) The contractor is prevented from proceeding with the work as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense, or an Executive Order of the President or Governor of the State with respect to the preservation of energy resources. (3) The contractor is prevented from proceeding with the work by reason of a preliminary, special, or permanent restraining order of a court of competent jurisdiction where the issuance of such order is primarily caused by the acts or omissions of persons or agencies other than the contractor. (4) The Secretary determines that such termination is in the best interests of the State. DOT Form 140-039 EF Revised 10/01 XV. Venue for Claims andlor Causes of Action For the convenience of the parties to this contract, it is agreed that any claims and/or causes of action which the Local Agency has against the State of Washington, growing out of this contract or the project with which it is concerned, shall be brought only in the Superior Court for Thurston County XVI. Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying The approving authority certifies, to the best of his or her knowledge and belief, that: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit the Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subgrants, and contracts and subcontracts under grants, subgrants, loans, and cooperative agreements) which exceed $100,000, and that all such subrecipients shall certify and disclose accordingly This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification as a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Additional Provisions 4 • • Local Agency Agreement Full Description of Work: The project's major objectives during the PE phase are. 1) prepare a master plan for the area surrounding Longacres commuter rail/Amtrak station that identifies and coordinates local and regional transportation investments, and facilitates transit -supportive development, 2) facilitate the design of a permanent station at Longacres, 3) complete a redevelopment strategy for the Tukwila Urban Center that maintains the area's economic viability and regional focus, encourages relevant land use mixes and densities to support improved transit, improves internal circulation and access to/from the urban center, and creates a more attractive and multi -faceted center; 4) integrate the TOD plan into the TUC redevelopment strategy, and develop implementing regulations and guidelines; and 5) complete the SEPA evaluation of impacts from proposed development that would allow the City to designate the TUC plan as a "planned action". Subsequently, the City will submit a supplemental agreement to initiate plan implementation, e g., right of way acquisition and/or construction of improvements.) Project partners include Renton, Boeing, WSDOT, Sound Transit, Metro, Amtrak, & BNSF and UP railroads Total project costs are $1,486,961 million. A -r-rAc wlwc `t ic LA 53 7 7 ViWashington State Department of Transportation Prefix Route Local Agency Federal Aid Project Prospectus Federal Aid Project Number - Date 8.7.2002 2002DCDTUC001 WSDOT VraErner ()ax ID Number 916001519 Local Agency Nmer Agency City of Tukwila Federal Program Title 20.205 ■ 20.209 • Other Project Title Tukwila Transit Oriented Development at Longacres Project Termini From NA To NA From: To: NA NA Length of Project NA Award Type _4 Local • Local Forces ■ State ■ Railroad Federal Agency :• FHWA ■ Others City Number 1320 County Number 17 County Name King WSDOT Region NW Congressional District 7 Legislative Districts 33(llinll/02) Urban Area Number 1 TMA / MPO / RTPO PSRC Phase Tata/:: StStitilataitUttitidCost 1eaestl nitecEoNarl Locat Agency Fu d ittg ..: NeestFziidreJltarV etteraE Eunis feafes# Huii tr04 Do 1a .:: Ptiase::Start: Date :, .. ::Moth.. Year P E. $1,487,000 $1,487,000 10.02 RNV Const. Total $1,487,000 $1,487,000 escrtptior of> x _sting Facility (Existing:>Desigii and Present Coil'-. itton Roadway Width NA Number of Lanes NA Description':of P oposed'Work • New Construction ■ 3-R ■ 2-R Roadway Width NA Number of Lanes NA The project's major objectives during the PE phase are: 1) prepare a master plan for the area surrounding Longacres commuter rail/Amtrak station that identifies and coordinates local and regional transportation investments, and facilitates transit -supportive development; 2) facilitate the design of a permanent station at Longacres; 3) complete a redevelopment strategy for the Tukwila Urban Center that maintains the area's economic viability and regional focus, encourages relevant land use mixes and densities to support improved transit, improves internal circulation and access to/from the urban center, and creates a more attractive and multi -faceted center; 4) integrate the TOD plan into the Local Agency Contact Person Lynn Miranda Title Senior Planner Phone 206 433.7162 Mailing Address 6300 Southcenter Blvd, Suite 100 City Tukwila State WA Zip Code 98188-1544 By Design Approval Approving Authority (CA Agencies Only) Title Date DOT Form 140-101 EF Revised 4/2000 Page 1 of 3 Agency City of Tukwila Project Title Tukwila Transit Oriented Development at Longacres Date 8.7.2002 Geometric .. Eesign. Data Description Through Route Crossroad Federal Functional Classification ❑ Urban ■ Principal Arterial • Minor Arterial • Collector Urban • Principal Arterial • Minor Arterial ■ Collector ❑ Rural • Major Collector ■ Minor Collector • Access Street/Road ❑ Rural • Major Collector • Minor Collector ■ Access Street/Road Terrain • Flat 1 Roll 1 Mountain ■ Flat IN Roll ■ Mountain Posted Speed Design Speed Existing ADT Design Year ADT Design Year Design Hourly Volume (DHV) ;;Accident:- 3<Year Experience: Year Property Damage Accidents Injury Accidents Number of Accidents Fatal Accidents Number of Injuries Number of Accidents Number of Fatalities Total Number of Accidents 'otal<Nur bei.:of:Accidents:Atttibutable::to Lack of having the:Proposeit itoprove hent;.:. o rf°fiance : of Work Preliminary Engineering Will Be Performed By Consultants, City of Tukwila, Sound Transit Others 96.5 % Agency 3.5 % Construction Will Be Performed By Contract Agency Enviroomentai Classification: ❑ Final ® Preliminary ❑ Class I - Environmental Impact Statement (EIS) ❑ Project Involves NEPA/SEPA Section 404 Interagency Agreement ❑ Class III - Environmental Assessment (EA) ❑ Project Involves NEPA/SEPA Section 404 Interagency Agreement ® Class II - Categorically Excluded (CE) 0 Projects Requiring Documentation (Documented CE) Environmental Considerations DOT Form 140-101 EF Revised 4/2000 Page 2of3 Agency City of Tukwila Project Title Tukwila Transit Oriented Development at Longacres Date 8.7.2002 !!Right ofWay . Right of Way Required No Relocation Relocation Required 0 No Right of Way Required * All construction required by the contract can be accomplished within the existing right of way. Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project No utility relocation or adjustments identified at this time. If any are identified during planning process or as part of implementation of the plans, we will revise the project prospectus. FAA Involvement Is any airport located within 3.2 kilometers (2 miles) of the proposed project? D Yes Eg No Remarks This project has been reviewed by the legislative body of the administration agency or agencies, or it's designee, and is not inconsistent with the agency's comprehensive plan for community development. Date DOT Form 140-101 EF Revised 4/2000 Agency City of Tukwila By v - ,QC Page 3 of 3 Mayor/Chairperson • Local Agency Federal Aid Project Prospectus Full Description of Proposed Work: The project's major objectives during the PE phase are: 1) prepare a master plan for the area surrounding Longacres commuter rail/Amtrak station that identifies and coordinates local and regional transportation investments, and facilitates transit -supportive development; 2) facilitate the design of a permanent station at Longacres; 3) complete a redevelopment strategy for the Tukwila Urban Center that maintains the area's economic viability and regional focus, encourages relevant land use mixes and densities to support improved transit, improves internal circulation and access to/from the urban center, and creates a more attractive and multi -faceted center; 4) integrate the TOD plan into the TUC redevelopment strategy, and develop implementing regulations and guidelines; and 5) complete the SEPA evaluation of impacts from proposed development that would allow the City to designate the TUC plan as a "planned action". Subsequently, the City will submit a supplemental agreement to initiate plan implementation, e.g., right of way acquisition and/or construction of improvements.) Project partners include Renton, Boeing, WSDOT, Sound Transit, Metro, Amtrak, & BNSF and UP railroads. Total project costs are $1,486,961 million. • FEDERAL -AID PROJECT PROSPECTUS PLANNING SCOPE OF WORK Agency City of Tukwila Federal Aid Project Number Project Title Tukwila Transit Oriented Development at Longacres Federal Funding Program FHWA TCSP (Discretionary Funds) Amount $1,486,961 Matching Funds Not required Total Amount $1,486,961 Project Area: The project area is located primarily in the City of Tukwila. The transit oriented development (TOD) planning area is centered around Sounder's Tukwila Longacres commuter rail/Amtrak passenger station, in proximity to the intersection of W. Valley Hwy and I-405, and adjacent to the Strander Blvd. extension project. The area also includes properties on both sides of W. Valley Hwy., properties between the UP and BNSF railroad tracks, and the Boeing Longacres office park site (approximately 164 acres) in Renton. The TOD site is located within Tukwila's urban center (TUC), a regional urban center designated under the State of Washington's Growth Management Act and recognized as such in the King County and Tukwila comprehensive land use plans, and the region's Metropolitan Transportation Plan. Tukwila's urban center planning area comprises approximately 1,000 acres, and is generally bounded by I-5 to the west, I-405 to the north, Tukwila city limits to the east, and S. 180th St. to the south. Uses within this area are primarily retail, warehousing and distribution space, and hotels, as well as the Sounder/Amtrak station. Background: The City of Tukwila will use a $1,486,961 million TCSP grant from FHWA to prepare a master plan for TOD in the northeast corner of the urban center, adjacent to Longacres commuter rail/Amtrak passenger station, and complete a redevelopment strategy for the region's designated urban center in Tukwila. A master plan for the station area should be in place prior to Sound Transit's construction of a permanent station at Longacres. TCSP funding will allow the City to integrate the more detailed site plans for the TOD area into the redevelopment plans for the TUC. The Tukwila Longacres site currently offers one of the greatest opportunities in the region for creating TOD and transit -demand land uses. The station offers connections to Amtrak passenger service and local and regional express bus service, as well as commuter rail. The area surrounding the Longacres commuter rail station is one of the largest assemblage of undeveloped/redevelopable real estate adjacent to a rail station in the Puget Sound area, and is served by two major interstates, with easy access to many of the region's other key commuter corridors. Funding of this project allows the City to bring together and coordinate a diverse set of regional transportation and land use actions independently poised to occur within one-half mile of the project site, as well as expand the planning area into the adjacent City of Renton, offering a unique opportunity for multi jurisdictional TOD planning. The TOD station area planning effort will produce a high quality master plan for mixed use, transit -oriented development — establishing a strong transportation -land use link with existing and planned projects, and a framework that encourages public- private TOD partnerships. Overall, implementing a TOD at the Longacres site will reduce commuter demands on an overtaxed freeway system, provide improved access to a new commuter rail station, and help to meet air quality, community livability, and regional growth management and transportation goals. Type of Study Region Area X Corridor_ Intersection_ Design_ Feasibility_ Modeling Other • Scope of Work: The project's scope of work during the PE phase includes the following tasks: 1) prepare a master plan for the area surrounding Longacres commuter rail/Amtrak station that identifies and coordinates local and regional transportation investments, and facilitates transit -supportive development; 2) facilitate the design of a permanent station at Longacres; 3) complete a redevelopment strategy for the Tukwila Urban Center that maintains the area's economic viability and regional focus, encourages relevant land use mixes and densities to support improved transit, improves internal circulation and access to/from the urban center, and creates a more attractive and multi -faceted center; 4) integrate the TOD plan into the TUC redevelopment strategy, and develop implementing regulations and guidelines; and 5) complete the SEPA evaluation of impacts from proposed development that would allow the City to designate the TUC plan as a "planned action". Subsequently, the City will submit a supplemental agreement to initiate plan implementation, e.g., right of way acquisition and/or construction of improvements.) Partners m this project include Renton, Boeing, WSDOT, Sound Transit, Metro, Amtrak, & BNSF and UP railroads. Public Involvement Plan: Preparation of the TUC and TOD plans will involve a series of public workshops and focus groups to review existing conditions, issues and opportunities, discuss proposed future land use/circulation alternatives, and select a preferred alternative. For the TUC plan, the City will contact key property owners to participate in the planning workshops, including the new owners of Southcenter Mall, as well as Tukwila residents, transit service providers, utility providers, and WSDOT. Partnerships geared towards a successful TOD master plan project have been forged between the Cities of Tukwila and Renton, Boeing, WSDOT, Sound Transit, King County Metro, Amtrak, BNSF and UP railroads, and private sector interests. These partners will form the TOD advisory group that will participate in workshops and review documents and plans. Environmental Considerations: The City of Tukwila will prepare an integrated subarea plan and supplemental environmental impact statement (SEIS) for the TUC redevelopment plan (which will include the more detailed TOD master plan). Preparation of this TUC plan is one of the next steps in implementing the City's 1995 Comprehensive Plan. The plan/SEIS will serve as the basis for a planned action ordinance for future development in the TUC. In order for approval of the subarea plan as a planned action to occur, the SEIS will adequately identify in sufficient detail the full range of potential environmental impacts and mitigation associated with a final land use scenario for the TUC. At this point, traffic and circulation issues are anticipated to be the primary adverse impacts of the plan. Conducting a more detailed environmental review process up -front in the planning process benefits developers by: 1) reducing permit -processing time; and 2) providing more certainty during the permitting application process as to how environmental impacts are addressed and what will be required for mitigation. This benefits the City by making the TUC more attractive to development, and ensures that all of the significant impacts of future development are identified and mitigated. Once the SEIS and planned action ordinance are completed and adopted, subsequent development in the TUC may occur without additional review under the SEPA, so long as the proposed development is consistent with the subarea plan. The City anticipates that the subarea plan and SEIS will be consolidated into a single document, as authorized by WAC 197-11-640, which includes a full environmental review of the impacts of the proposed development of the TUC. • TDM/TSM and Transit alternatives to be considered: • High capacity transit (commuter rail, light rail, express bus) • Bus rapid transit • Local shuttle bus Land Use Implications: • Preparation of this transportation and land use redevelopment strategy for the TUC will dramatically support adopted state, regional and local transportation and growth management goals, and city goals of maintaining the economic viability and regional focus of the TUC, by encouraging relevant land use mixes (including residential and public open spaces) and densities to support improved transit, and creating a more attractive and multi -faceted center. • A high quality master plan for the Longacres station area will facilitate mixed use, transit -oriented development — establishing a strong transportation -land use link with existing and planned projects, and a framework that encourages public-private TOD partnerships. Project Schedule: Anticipating WSDOT authorization to proceed with obligation of funds by October 2002: • Hiring of consultants (economics, land use, transit & SEPA) by December 2002 to complete TUC plan and prepare TOD plan. Consultant hiring could occur earlier if WSDOT authorization to proceed is received before October. • PE Phase completed by December 31, 2003 • Amend TIP, Project Prospectus and Local Agency Agreement, 2003 • Initiate ROW/Construction Phase (plan implementation) by January 2004 Cost Breakdown by Task: PE Phase: $1,486,961 Deliverable Final Products: Phase I Final Products: 1.Tukwila Urban Center Plan & implementing ordinances/regulations 2. TOD Master Plan 3. City Transit Plan 4. Planned Action SEIS 5. Capital improvements plan 6. Scope of work for plan implementation (ROW acquisition/construction phases)