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)