Loading...
HomeMy WebLinkAboutTrans 2009-05-18 COMPLETE AGENDA PACKET Distribution: J. Morrow N. Olivas City of Tukwila D. Quinn B. Giberson M. Miotke D. Robertson F. Iriarte C. Parrish i D Transportation Committee V. Griffin P. Brodin B. Arthur Mayor Haggerton G. Labanara File Copy I Hernandez C. Knighton Single side to Dana 4 4 De Sean Quinn, Chair R. Berry R. Tischmak 3 Extra Copies K. Mate P. Lau a -mail cover to �i� Dennis Robertson D. Speck M. Mathia B.Saxton, M. Hart, •i• Verna Griffin C. C'Flaherty S. Anderson C. O'Flaherty, K. M. Hart S. Hunstock Narog, S. Norris S. Norris J. Pace and S. Kirby S. Kerslake J. Harrison AGENDA MONDAY, MAY 18, 2009 Time; 5;00 PM Place.- Conference Room #1 Recommended Action Pa e" w z 9 I. Current Agenda Review I. II. Presentation(s) II. III. Business Agenda III. A. 2009/2010 Overlay Repair Program A. Forward to 5/26/09 C.O.W. Pg. 1 Bid Award and 6/1/09 Regular B. 2009/2010 Overlay Repair Program B. Forward to 5/26/09 C.O.W. Pg. 7 Construction Management Services and 6/1/09 Regular C. Six -Year Transportation Improvement Program C. Forward to 6/8/09 C.O.W. Pg. 23 (2010 -2015) Resolution and 6/15/09 Regular D. 35 Avenue South Street Vacation D. Forward to 5/26/09 C.O.W. Pg. 31 Ordinance (time extension) and 6/1/09 Regular E. First Quarter Report E. Information Only Pg. 37 IV. Old Business IV. Future Agendas: Next Scheduled Meeting: Monday, June 1, 2009 S The City of Tukwila strives to accommodate individuals with disabilities Please contact the Public Works Department at 206- 433 -0179 for assistance. TO: ISSUE City of Tukwila INFORMATIONAL MEMORANDUM Mayor Haggerton TRANSPORTATION COMMITTEE BUDGET AND BID SUMMARY FROM: Public Works Director DATE: May 14, 2009 SUBJECT: 2009/2010 Annual Overlay Repair Program Project No. 09 -RW01 BID AWARD Award the bid for construction of the 2009/2010 Annual Overlay Repair Program. Jim Haggerton, Mayor BACKGROUND This project will provide roadway repairs and overlays on the 23 street segments listed on Page 2 of this memo. The project was advertised for bids on April 30 and May 7, 2009 for 20 street segments and 4 additive items. The specified basis of award that determines the lowest bidder is the bid amount for the 20 street segments identified as the base bid. Bids were opened May 14, 2009. Six bids were received with the apparent low base bid of $1,297,328.50 from Lakeside Industries. The engineer's estimate was $1,801,848.00. ANALYSIS The bids were reviewed and tabulated. No errors were discovered in the base bids or in the additive items (only the additive items for the lowest bidder were checked). Lakeside Industries has successfully worked for the City on past projects. Since favorable bids were received, the four additive items can be awarded and constructed within budget. Bid Results Estimate Budget Base Bid $1,297,328.50 $1,801,848,00 Additive Items 1 4 263,310.00 328.435.00 Subtotal $1,560,638.50 $2,130,283.00 2009 Construction Budget $1,200,000.00 2010 Construction Budget 1,000,000.00 Contingency (15 234,095.00 319,542.00 0.00 Total $1.794.733.50 $2.449.825.00 $2.200.000.00 RECOMMENDATION The Council is being asked to award the construction bid for the 2009/2010 Overlay Repair Program, including the Base Bid and Additive Items 1 4, to Lakeside Industries in the amount of $1,560,638.50 for consideration at the May 26, 2009 Committee of the Whole meeting and subsequent June 1, 2009 Regular Meeting. Attachments: Vicinity Map Bid Tabulations (Base Bid Tabulation and Lakeside with Additive Items 1-4) INFORMATIONAL MEMO Page 2 The 2009 2010 Annual Overlay Repair Program list includes: 1. S 133 Street: 2. Corporate Drive N: 3. S 150th Street: 4. 33rd Avenue South: 5. 32 Avenue South: 6. S 130th Place: 7. S 144th Street: 8. S 130th Place: 9. S 115th Street: 10. E Marginal Way: 11. Upland Drive: 12. 51st Avenue S: 13. S 112th Street: 14. 34th Avenue S: 15. 41 st Avenue S: 16. 45th Place S: 17. S 138th Street: 18. S 148th Street: 19. S 146th Street: 20. S 131st Street: 21. S 142nd Place: 22. 41st Avenue S: 23. S 149th Street: Lakeside Bid Results Base Bid Schedule A Additive #1 Schedule B Additive #2 Schedule C Additive #3 Schedule D Additive #4 Schedule D Sites #6 #8 107,731.50 Site #9 136,853.50 Adjust gas valve 4,550.00 Adjust private utility casting 14,175.00 Total $1.297.328.50 263.310.00 P:IPROJECTSIA- RW RS Projects109RWO1 2009 -10 Overlay\AwardMemo2009.doc 32 Avenue South to Tukwila International Boulevard Andover Park West to west cul -de -sac Military Road to Tukwila International Boulevard S 132nd Street to S 130th Street S 135th Street to S 133rd Street 56th Avenue S to 57th Avenue S (Additive Item No. 1) Interurban Avenue S to east end 50th Place S to 56th Avenue S (Additive Item No. 1) East Marginal Way to 42nd Ave S (Additive Item No. 2) S 126th Street to SR -599 Bridge Andover Park W to west cul -de -sac S 138th Street to north end West end to Tukwila International Blvd S 135th Street to S 132nd Street S 131st Street to S 130th Street S 137th Street to S 136th Street 51st Avenue S (W) to 51st Avenue S (E) Military Road to Tukwila International Blvd Military Road to Tukwila International Blvd 41st Avenue S to 42nd Avenue S Military Road to east cul -de -sac S 139th Street to north end West end to 57th Avenue S 1,297,328.50 1.560.638.50 2009 - 2010 Overlay Program Vicinity Map CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS 2009/2010 Overlay Program Protect No 09 -RW01 Certified Bid Tabulation �No 5N0c Item [ROADWAY 1 1 -07 Resolution of U1171v Con ll cis 2 1.09 Mo078za17on 1 3 1.10 Rioted Temooram TralOC Control i 4 1- 101Trafl c Control Labor 5 2- 017CIear7no and Grubb no 6 2- 027Rem0v en Coma. Concrete Pavement 7 2 -02 ieemowna Pavement Marko. 2-02 diternowno Cement Concrule Curb 9 12 -03 7Unsul1461 ab1e Foundation Excavation Includ nn Haul 1 10 14 -041 Crushed Suda47r70 Too Course 11 1 5.041Pavemenl Reoa7r Excavation Includ■n Haul 12 1 504 I HMA C ass 1/2' PG 6422 13 1 504 7Thokened Edne 14 1 5.04 IHMA C ass 1/2' PG 64 -22 for Pavement Repair 15 1 5.04 7PIamn0 Beurnmous Pavement 16 15 -04 7 oineCmck Sea no 17 1 5.04 7Pavino Fahrlc 18 7 -12 1 Water Valve 19 B- 01 IE,OS!1Eros10n/Waler POl ut on Control 20 8.01 Intel Protec1on 21 I0 -04 Cement Cone Traffic Curb and Gutter 22 0.131Ad7ust Monument Case and Cover 23 1 820 7Tra000 Locoemenl 24 1 8.20 7Adlust Junction 00 804 Box to Grade 25 18.217Permznenl Smnmo [STORM DRAINAGE 7 30 17 -05lAd us! Catch Basin 131 7.05 7 Replace Catch Bas n Grate 1 32 1 7.05 7 Plastic Catch Basin Markin 1 33 1 2.05 724" Frame with Cover ISANII SEWER 134 1 7-05 7A076s1 Manhole [TRAFFIC CONTROL DEVICE 35 1 5.09 Raised Pavement Marker. Tvoe 1 L 36 I B -09 Raised Pavement Marker. Tvoe 2 37 8- 221PIashc Traffic Arrow 38 B -22 Plastic Bicycle Lane Symbol 39 18 -22 Plastic Sloo Line 40 1 822 Plastic Crosswalk Line 41 1822 Plastic Line. 4-Inch 42 I B -22 Plastic Line. B-Inch ROADSIDE DEVELOPMENT 43 7 8021 Proved,' Restomllon 44 1 8- 0510005 Resloralron 1 616 1 100 1 640 290 90 1 850 5 560 3 300 3.900 13 150 1 18110 1 99 640 26 1 SIDEWALK 26 7 8- 041Cemenl Cone Driveway Entrance 70 27 7 8- 141Cement Cone 570ewalk 60 2B 1 8141 Cement Gone 5lewalk Ramo 4008 1 29 I B -14 Icemen Ram Conc Sidewalk Ra 4A 3 20.1101 I Enn neer, Estimate 1 Lakeside Industries I Western AS0halt. Inc II ICON Materials 1 FA 5 1000015 L5 131.57015 S 000I5 HR 5 5015 LS S B 000 15 SY 5 50 I E LS 1070015 LF 9 2015 CY 15 4075 TON 5 3015 CY 5 55 I TDN 5 8015 LF 515 TON 0515 SY 5 315 FA 10.008 SY E 8 EA 9 300 FA 10 000 EA 75 9 LF .6 40 EA 5 400 EA 5 1000 5 EA 5 300 E LS 4 500 E SY 115 6018 SY I I 5 40 EA 3.000 I 9 5 EA II$ 300015 1 0 000 1 9 10 000 00 E 1000000 133 570 1 980 000 00 9 80 000 00 11 40 000 1 810000 DO 5 10 000 00 11 8080015 5000 5 8080000 5.000 7 5 3 500 00 S 3.500 00 500018 46 B0 5 468000 10700715 5 000 00 500000 12 800 1 5 11 20 7 168 00 1160075 100015 290000 2 700 1 5 52 50 1 5 4 725 0011 101.750 1 E 60 DO 1 E 111 000 00 52479375 6500 5 426 400 00 36 500 1 5 0 25 E 1.025 00 331 500 7 E 7200 200.80000 3945085 3251$ 42.73750 10 00071 5 10 000 00 10 000 00 144 88011 5 1 75 1 5 31.692 50 6 60011 5 250 00 1 5 ,500 00 10.000 510000001E 10 000 00 7.425 5 75 OD 1 9 7 425 00 25 600 E 16 50 1 6 10.560 00 1800 250 00 1 5 1 750 00 26.000 450 00 1 5 11700 00 600 200 00 1 5 400 00 4,00 44000015 4 400 00 1000000 10 000 00 15 10 000 00 68000 00 1 68 000 00 15 46.000 00 1 31 400 00 1 314000015 4000000 45 00 1 72 720 D0 5 5000 9.000 00 1 9 000 00 5 5.400 00 29 00 7 2.900 00 5 25 00 5.000 00 7 5.000 00 5 7 500 00 25 00 1 16 000 00 5 11 00 10001 290000 5 27 00 1 45001 4 050 00 S 50001 33 60 1 62 160 00 5 4500 71 50 469 040 00 S 69 00 1D0 6 30000 S 1D0 71 50 278850 00 S 71 00 350 4802500 5 400 10000 00 10 000 00 10 000 00 184 33 322 40 5 2001 29400 6.46B00 5 300 00 1 10000 00 10.000 00 5 10 00000 5000 4 950 00 5 71 00 1 23631 15 123 20 5 22 00 1 262 50 1 1 837 50 265001 472 50 I 12 285 00 480 00 I 210 00 7 42000 5 210001 11 025 00 1 1102500 5 4.500001 4.200 979015 6.85300 710215 50274015 530015 2400 5 415015 249000 520215 34812015 37.0015 15.000 5 14500015 6.700001 15225015 91350015 14500015 900011 5 1 700 00 1 5 5.100 00 1 1 417 50 1 5 4252 50 1 5 985 00 1 S 72 I EA 4001 E 2880011 5 350001 5 25200001 5 367 50 1 2E4600015 370001 E 23 I EA 50015 11 50011 5 1350015 3.10500!5 19175 15 3260251$ 213001E 15 1 EA 501$ 750 11 5 450015 6750015 47251$ 70075715 45 DD 15 3 1 EA 300 1 900115 3100015 93000115 3255015 976501$ 4520019 I 11 1 11 1 11 I 31 I EA II 40075 12 40071 3500075 10850008E 36750 5 11392508$ 375 DO I5 11 I I 1 11 11 I 3.560 EA 115 315 11 55011 5 20515 7.9130015 21515 82990045 2001E 550 EA 115 515 2750115 37015 2 035 0071 5 .189 5 2.13950115 40015 20 EA 1 1 5 100 1 5 2.00011 5 75 00 1 5 1 500 00 5 78 75 5 1.575 00 17 5 80 00 1 5 23 EA 1 100 1 5 /300 1 1 5 75 00 1 5 1 725 00 1 5 78 75 5 1 8 1 1 2511 5 00 00 15 470 LF II 515 235085 30013 1 4100071E 31515 1480501E 32015 1410 SF 1 5 815 11280115 30015 4 230 0011 5 315 5 444150/5 32015 400 LF 5 1 1 4 400 I I 5 0 90 I S 360 0011 5 0 95 I E 38000 1 5 1 00 5 8 690 LF 5 5 1 5 43 450 4 5 1 05 1 5 9 124 501 5 1 10 1 5 9 559 00 1 5 1 10 7 5 I II I I I I FA 5 10.000 1 10 000 1 810 000 00 1 5 10 000 001 510 000 00 1 5 10000 90 7 5 10 900 00 1 5 LF 5 2 1 5 40.22011 5 1501 5 30165001 S 1 OD 1 5 20.110 001 E 2001 E TOTALS I$ 1,801,84811 151,297,325501 1 51.315.26095 II 26 640 00 4 899 00 5 720 00 9 1 356 00 E 11 625 00 S 7200 DO 2.200 00 1 1 600 00 1 840 00 1 504 00 4 1200 400 00 9 559 00 KEG ,/1:111 LL 17L.007, dam" Prepared By Data May 14 2009 Lak Pavina Co. LLC 11 WoodwortM1 S Co Inc II Watson Asphalt Payme Co I Unit Cost Total Cost V Unit Cost Total Co. II Umt Cost Total Cost 10 000 00 10 000 00 1 5 10 000 00 46 000 00 7 72 250 00 2 72.25000 40 000 00 8 7.500 DO 750000 80 800 00 17 415015 67 064 00 5 400 00 77 8.50000 S 8 500 00 25000011 5000 5 500000 7 500 00 II 7E0 0015 7 500 00 04000 122015 7 808 DO >83000i 10001E 522000 5 220 00 40001 3.608100 B3 250 DO 58 30 1 5 107.055 00 452 640 00 765015 501.8400011 7200 00 1 65 1 5 11045 00 276.90000 870015 339300001 1 51600 00 1 6 10 1 5 80.215 00 I 10 .000 00 71 10 000 00 1 5 1.000 001 36/20001 1757 31692501 8600 00 II 225 00 1 8 4,950 00 II 10.000 00 7 1 1 0 0 0 0 1 1 1 0 1 1 4 00 7.029 080 29 0017 40 00 1 5 3.960 00 14.08D00 1430 9.15200 1.855 0011 11 275 00 7 5 1.925 00 12 480 0011 535 00 7 5 13.910 00 420001 3500015 700001 4500 DO 11 85000015 8 500 oat I 3710007 5 105 DD E 7350001 2.220 00 5 4500 2.70000 II 5.700 00 1 5 1.500 00 5 9 000 00 II 295500 5 1.800 OD 5 540000 1 3750D 1 27000 00 15000 3 450 00 5 4000 S 60000 5 60000 160000 S 4750015 1472500 5 I 17514 67550015 4 00 1 5 2.200 00 11 E 105001 s 210000115 1600015 368000115 1100 5 5.1700045 650 5 9.165 D0175 175 5 7000071 300 5 2607000115 10 000 00 1000000 5 10 000 00 10 000 00 5000000 50 000 00 980000015 98 000 00 95.00D00 45 000 00 50 000 D01 E 50.00000 4500 72720001E 50001E 8080000 250000 2500001$ 2.000 001E 2 000 00 37 00 3.700 00 1 5 52 00 1 E 5.200 00 6.50000 6 500 00 15 7.000 00 1 700000 1200 7650001$ 13001$ 8 320 00 3500 10150 00 1 5 5 00 1 1 450 00 2500 8750001E 60001E 5 400 00 6400 118.400 00 I E 56001 5 103 600 00 8200 5329200015 80001E 52460000 1 50 10.950 00 11 E 1 00 1 5 7100 00 8500 331.50000115 9000 351 000 00 325 49.31250115 3501 E 46.02500 10 000 00 1 10000 001 5 10 000 00 15 10000 00 2 25 1 40242 50 1 5 2 00 1 5 36.220 00 295 OD I 84900015 3500015 7700 10 000 00 1 10 000 00 1 5 10.000 00 1 5 10 000 00 25001 7.425 0011E 500015 4.95000 27 00 1 122800011 5 16001 5 10.24000 295001 2.06500115 3250015 2.27500 450 00 1 11.200 00 115 520 00 7 5 11520 00 200 00 1 400 00 115 250 00 1 E 500 00 4400001 4400001$ 4.500 OD I5 4500.00 42001 5 2 940 00112 110001E 7700 00 29001E 174000/5 460015 2 760 00 9500015 5 700 00 II 16000015 9.60000 850 00 1 5 2.550 00 II 5 1 900 00 18 5.700 00 1 11 1 39500 5 284400015 5000015 3800000 1350015 3.10500115 1500D S :1.45000 1 45001E 675 00 11 5 4500 8 67500 3100015 930 D011$ 700 OD 18 2.10000 I 3950075 12.245001 5000015 15.50000 1 1 20515 7 913 00 37075 203500 75001E 1.50000 75 00 1 5 1 725 00 0 30015 1 410 00 71 30015 4 230 00 1 0 90 1 5 360 00 1 1 05 1 5 9 124 50 II 1 I 1 20515 7 913 00 3 70 1 5 2 035 00 75 00 1 9 1.500 00 75 00 1 5 1 725 00 3001$ 1 410 00 3 Do 1 5 4.230.00 09015 36000 10515 9 124 50 1000000 10 000 00 5 100000071510000001E 1000000 100000075 10.00000 40.220 00 5 10015 20.11000115 10015 20 215 1 1 I 5 43 236 50 51.460.461.50 I $1,490,322.501`__ LEt,$fi$,B19.DD 1 CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS 2009/2010 Overlay Program Bid Tabulation for Additive Items Eng'neer's Estimate N NO Item Quantity Unit t cost Total COSt act Estimate ROADWAY (Base Bid t 4 Ad tn. Items No. 1 41 1.07 IResolubon al Uhler COm.ls n FA .I8 /ashen LS 23 300 1 8 23 300 P 1.10 IPro.I Temporary Traffic Control LS 1000015 100001 1.10 ,Traffic Centro Labor 2-01 •Clearing and 0!E 500 702 .RemovmoC Cement Concrete Pavement 50 SY 50 15 2 500 S 1 0 3DOO nD Cement Concrete Curb 20 1 E 1 400 Foundation Excavation Inc udino Haul CY 401$ 16001 2.03 MInsueable 4.04 Crushed SUrlannnToo Course O 5.04 Pavement Repair Excavation Include Haul CY 55 14 17 050 I MA Class lrz'PG 6422 I 1 06D TON BO I S 94000 5 04 IH s 1//2' PG 64-22 For Pavement HCOall 8. TON 6 vemenl 3 i s 1320 1 5 e Pa nOCraacir Sealino 1A 69070 0 i 3 55 760 i 1 7.12 ter Pollution Control 1 FA .I i 8-01 and Gutter 70 and Cover EA 400 i E EA S I 0.21 Sam. Smn 1 LS 15001E 1 500 IDEWALK Cons Onvpvmv Entrance 0 1 E 27 1 0 -14 C nc Sidewa k 40 1 S 20 1 menl cons Sidewalk Ramo Tvoe 2 29 614 ICernen1Cenc walk Ramo Tvos 4A 0 I EA E 30001 E 400 STORM DRAINAGE I9 30 800 1 s 31 i 7-05 Menlace 32 I 7.051P c Bash Manono 4 EA a 0IE 33 I Cover 7 -05 12 am h o EA s 300 I s SANITARY SEWER Is 4 1 EA I E 400 1 5 1 600 1 E T na CONTROL DEVICES Is 35 I 869 tRaisse Pavement Marker Tvoe 1 820 EA 5 3 I 8 24 35 I 9 .a.setl Pavement Marker. Ty.2 EA 8.22 IP Symbol 150 i S 40 1 B-22 IPlasbc Crosswalk Line BO SF 5 8 I 3 64015 41 1 8.22 Plastic 1 n adnch 6 930 LF S 1 I S 69301 a ROADSIDE LE s sIS DEVELOPMENT O la 43 I 0 -02 .Prooenv Resmrai on 44 I s .$doe Reslorabn 3350 LF I s 21$ 6700 ADDITIVE ITEMS la 45 I 619 Admst Gas B 1 8.19 Admit Pnete Uc iro Cash. (Amnwe Item No 41 t 21 LA 15 400 I E B 600 00 t a TOTAL ESTIMATED CONSTRUCTION COST 1 5 328,435 1 Total Of All Additives unit Cost Quantity Tula Cost 0uanlily 0019100st Su0otel Cost UnIt Cos/ Total Cost 0 09 27 000 SO 00 COO SO 00 19 200 S50 00 64 00 2 340 $4600 I DOD SO 00 $11 20 $1000 1 1 050 552 50 13 600 60 00 71 391 S57 35 I 660 SBO 00 e BOD E 25 DO 1 SO DO 12198 SI 75 6T5 875 00 I 2617 SO DO 250 50 00 SO 00 $000 950 00 00 1 3 458 SO 1 CCM SO 00 1 500 1 00 5000 7017 1 $350 00 54D 1 5000 7201 SO 00I -1 1 d 5350001 O I 681 SO 00 SO Ou -I SO OD 90 I SO 00 I 240 SO 00 I 6 237 1 $090 5 SO OO O 00 5 025 Et 50 6 9 550 1 50 OD 141751 SO OD 203,311 SiJP 4 t ,F.,1111 \(OS, Sc...D S le Nos Sne Noe S 13019 PI S 13041 PI SO 00 250 Do 61.000 00 S3 200 00 0 0 0 00 SO 00 SO 00 6100 CO 50 00 900 00 sa 2 S11000 0 S3 50 00 SO 017 sU 00 So 00 515000 SD 00 SO 00 SO 00 SO DO SO CO SO 00 SO 00 SO 00 SO DO S350 00 0 00 0 00 SO 00 570300 SO DO SO 00 SO 00 SO 00 SO OD 346600 SO DO SC 5900 0 300 D 530,908 00 S7 750 CM S1 000 00 $6400 00 5500 00 SO 00 o Do SO CO 5100 00 SO 0050 S30 307 SG 00 513600001 EC 0 $5 285 00 SD 00 SO OD SO OD ED MI SO 00 So 00 50 D0 SO 00 SO 00 50 00 SO 00 S0 00 $000 II 50 00 50 00 $35000 x000 SO DD SO 00 SO OD SO 00 5000 661 Do SO 00 53 D0 SO 00 SO oO 576.803.5011 AddNO e tom Lakeside Industries B1d 0 00 O 00 0 00 S17 OM 00 1 oO DC 53.000 00 96000[ S50 017 192 1 000 D[ 61 500 00 0 D S. 00 0 00 t 000 00 0 00 SII 20 70 200 00 SIO 00 20 0 00 852 50 7.200 001 660 DO 190 38.369 501 567 35 490 110 00 SO 00 0 20.000.001 572 OD 3500001 51500 300 0 00 SO 00 0 0 00 00 0 0 00 50 00 0 150 CO 575 00 7 0 OD S18 OD 70 0 OM 50 00 0 OD SO DO 0 O OD SO DO 0 0 OD S950 OD DC C D OC 3 61300 00 t 1 I I 350 ON 535000 2 02, S135 001 224 0001 SO 00 0 1050 635000 1 DD 1 0 00 $205 82 0.00 s3 70 0 DO 10 DO 0 0 00 SO 00 0 0 001 S3 00 30 0001 $300 00 4 167 DO SO 90 2300 0 00 SD 00 0 0 00 60001 3 930 OD 50 I 730 0001 D 7101 50 CO 1 0 107731.501 1 Schedule C S. No 511517 Slreel SO OC 5 00C $3000 OC 600 00 S1 500 0011 32 340 00 St 000 DO I 5764 D0 D0 00 31..050 00 3300 14 001 3 Dot 5011 SO 00i 328 080 000 $4500 Dm 1 S 25011 $00011 SI 60 OM 3750 005 O OC SO 00 S950 OC 30 OC 5C 51000 CO 31500 DC SO 001 $350 001 3540 00 OC SO 00 80 OC 5350 0011 SO CO $1681 00 $407 00 SO DO SO 00 590 00 5240 001 $2 070 00 SO 00 50 00 SO 00 st 095 00 $0 00 SO DO 50 DDII Addia Item No. SO 00 S17.000 00 $3000 DO 5.600 00 1.500 O0 S1.000 001 6784 00 $200 00 51.050 00 400 001 533 001 50 SO 00 0001 00 001 91 56 2501 SO DO. SO 00i .25 001 51.260 017, 0 001 50 00 O 00M 8950 11 S3 457 505 S1 DOD DO 5 s 005 SO O 001 0001 3.720 00 SO 8350 OC 00 .07 OC SD OC SO OC $90 OCT 5240 OD11 52 070 ON 50 00m SO 004 51095 000 so ow Su 001 sus 8S 901 Schedule D w, em ve Items m 36 4 .75 DO 21 MCI 4 G Si, fl.[.T\it. II II II II 5 11 84 550 00 11 316175 01 $18,725.00 TO: City of Tukwila INFORMATIONAL MEMORANDUM Mayor Haggerton TRANSPORTATION COMMITTEE FROM: Public Works Director DATE: May 12, 2009 SUBJECT: 2009/2010 Overlay Repair Program Project No. 09 -RW01 Construction Management Consultant Selection and Agreement Jim Haggerton, Mayor ISSUE Approve consultant agreement with Anchor -QEA for Construction Management services. BACKGROUND Due to the large scope and complexity of the 2009/2010 Overlay Repair Project, staff proposes to use a Construction Management Consultant to assist with inspection, review, and management of the construction contractor during the course of this project. The construction project's bid opening is May 14, 2009 and is scheduled to be awarded with this contract. Construction is anticipated to begin by early June. DISCUSSION City staff reviewed the MRSC Consultant Roster and short- listed three firms capable of performing the desired construction management services. Anchor -QEA was determined to be qualified to perform the work and has demonstrated to the City the ability to provide construction support and contract management. They have a successful history with the City of providing these services and have demonstrated the desire to support the City's interest and outcome of the project. Anchor -QEA has 20 offices nationwide with 200 employees. Among the services offered are Construction Management, Construction Inspection, Civil Engineering, and Transportation Planning and Analysis. A cost has been negotiated with Anchor -QEA for $216,085.00 which is reasonable for the size and scope of this project. The budget is $300,000.00 over two years (see page 20, 2009 CIP). RECOMMENDATION The Council is being asked to approve and forward the Construction Management consultant agreement with Anchor -QEA, LLC for the 2009/2010 Overlay Repair Project for consideration at the May 26, 2009 Committee of the Whole meeting and subsequent June 1, 2009 Regular Meeting. Attachments: Consultant Agreement P:IPROJECTStA- RW RS Projects 109RWO1 2009 -10 Overlay\Const. ManagementllnfoMemo City Clerk 5 -12 -09 Final.doc CONSULTANT AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred to as "the City and ANCHOR QEA„ LLC hereinafter referred to as "the Consultant in consideration of the mutual benefits, tetnis, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform Construction Management services in connection with the project titled 2009/2010 Overlay Repair Program. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Time for Performance. Work under this contract shall commence upon the giving of written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement within 30 calendar days from the date written notice is given to proceed, unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $216,085.00 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment is provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and state for a period of three (3) years after final payments. Copies shall be made available upon request. 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services to be rendered under this Agreement. 7. Indemnification. The Consultant shall indemnify, defend and hold harmless the City, its officers, agents and employees, from and against any and all claims, losses or liability, including attorney's fees, arising from injury or death to persons or damage to property occasioned by any negligent act, omission or failure of the Consultant, its officers, agents and employees, in performing the work required by this Agreement. With respect to the perform- ance of this Agreement and as to claims against the City, its officers, agents and employees, the Consultant expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any employee of the Consultant. This waiver is mutually negotiated by the parties. This paragraph shall not apply to any damage resulting from the sole negligence of the City, its agents and employees. To the extent any of the damages referenced by this paragraph were caused by or resulted from the concurrent negligence of the City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid and enforceable only to the extent of the negligence of the Consultant, its officers, agents and employees. 8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance, with a minimum coverage of $500,000 per occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/ aggregate for property damage, and professional liability insurance in the amount of $1,000,000 per occurrence and annual aggregrate. Said general liability policy shall name the City of Tukwila as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an inde- pendent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that they have not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that they have not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Attorneys Fees and Costs. In the event either party shall bring suit against the other to enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to recover its costs, including reasonable attorney's fees, incurred in such suit from the losing party. 16. Notices. Notices to the City of Tukwila shall be sent to the following address: DATED this Jim Haggerton, Mayor City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: Anchor QEA, LLC Ed Berschinski 1423 Third Avenue Suite 300 Seattle, WA 98101 17. Integrated Agreement. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. This Agreement may be amended only by written instrument signed by both the City and the Consultant. day of ,20 CITY OF TUKWILA CONSULTANT By: Printed Name: Title: Attest /Authenticated: Approved as to Form: Christy O'Flaherty, CMC, City Clerk Office of the City Attorney 1.i-3 Th l Suite 700 9S101 May 13, 2009 Mr. Mike Mathia City of Tukwila, Public Works 6300 Southcenter Blvd., Suite 100 Tukwila, WA 98188 -2544 RE: Proposal for Construction Management Services 2009/2010 Overlay Program Dear Mike: ANCHOR OFA We are pleased to have another opportunity to provide Construction Management (CM) services for the City of Tukwila (City) specifically for the 2009/2010 Overlay Program. We have reviewed the bid package and are excited to have the opportunity to present this proposal for that work. We understand the work primarily consists of minor pavement repair, pavement grinding, asphalt pavement overly as well as related concrete approach work, pavement markings, and utility adjustments at 23 different sites throughout the City. The contractors will provide a base bid and also bid on some alternative optional schedules which the City may award at their discretion. Bid opening is on May 14, 2009, and it is expected that construction will begin on or about the first week in June. Given the 112 calendar day contract, construction should be complete before the end of September. Our project team is well known to the City. Ed Berschinski will be the project manager and Bud Whitaker will serve as the lead inspector. www.anchomea.com EXHIBIT Mr. Mike Mathia May 13, 2009 Page 2 Ed Berschinski has a Master's Degree in Construction Engineering and Management from the University of Washington and has been providing construction services to municipal clients for over 30 years. He understands his role will include acting as the formal point of contact between Anchor QEA and the City, as well as between the City and the contractor. Ed will provide oversight of Anchor QEA's staff and take personal responsibility for fulfilling our services to the City. Ed has a long and successful history of providing on -call construction services to the City on projects as small as $100,000 to over $5 million. His previous accomplishments with the City include a history of no outstanding contractor claims and a national project award. He has extensive experience with dozens of overlay, bridge, sewer, stormwater, and other major underground utility construction projects, pump stations, and wastewater treatment systems. Ed remains active in the American Public Works Association (APWA) CM committee (committee co -chair for 2006 through 2008), and Construction Management Association of America (CMAA). Ed's recent experience with the City was as project manager for construction of the Interurban Avenue Waterline project. Ed has a unique history of successful implementation of overlay programs in the City. Ed was the CM for the City Annual Overlay Programs in 1990, 1991, 1992, 1993, and 1994. He also provided CM services for asphalt overlays at several other City street construction projects and private property owners including the former Xerox building and Southcenter Mall. Ed has also provided CM services for street reconstruction and overlay programs in the Cities of Federal Way, Auburn, Puyallup, Sumner, Lynnwood, Bellingham, and Marysville, and for King County, Clark County, and the Oregon Department of Transportation. Bud Whitaker is a senior inspector with recent project history in the City providing inspection of the waterline installation on the Interurban Avenue project. Bud understands inspection requirements of asphalt paving including proper surface preparation, placement procedures, compaction, and other key checks to help ensure a quality product. Bud's experience regarding overlay work is primarily in providing CM work on municipal streets in the Cities of Gig Harbor and University Place. Bud's other municipal construction experience includes roadway construction, sidewalk construction, and utilities. Bud takes a proactive but cooperative approach with contractors to protect the City's interest and help www.anchorgea.coin Mr. Mike Mathia May 13, 2009 Page 3 ensure they get a quality product. Bud is very computer proficient and maintains excellent field records. The inspector has a major role in achieving project success. The inspector is the primary day -to -day point of contact with the contractor, adjacent property owners, and the public. The inspector can play a big role in helping the contractor make the project successful. The inspector has to be sure the contractor is using the right materials, building to the right grade and alignment, not jeopardizing public safety, meeting quality requirements, and numerous other responsibilities. The inspector will also properly document the work and track quantities. Bud knows the City's expectations, he knows the need to keep property owners informed, he knows the importance of traffic control, and he has experience working on Interurban Avenue. He also knows to consult with the designer as needed. Bud is a good fit for this project. He has also reviewed the plans and specifications and is enthusiastic about the potential to work on this project. Given the multiple sites and the potential need for additional support, we have made other technical personnel available to support Bud. Ralph Heitt will join our team as an additional resource for paving inspection on an as- needed basis. Ralph has over 40 years of construction inspection and survey experience, including serving as a consultant inspector under Ed's direction on previous Tukwila overlay projects. Ralph has recently retired as an inspector for the City of Bothell but has also been a municipal inspector for the Cities of Lynnwood and Sumner following a long career in engineering consulting. In addition to these field personnel resources, Ed will be assisted in the office by Lori Russo. Lori is a project assistant who is skilled in supporting a number of project management tasks. Lori manages project records, prepares contractor payment applications, and drafts project communications. Lori developed and maintained the documentation file for several construction projects. We have also anticipated the need to perform materials testing and possibly some survey services as part of the project. We have allocated a budget for those services but have not www.anchorgea.co►n selected subconsultants for the work. We want to consult with the City and select the firm that has provided you the best services and best value in the past. If that firm is available and can be responsive, we will add them as subconsultants after award. Attached is a proposed scope of work and cost to perform the 2009/2010 Overlay Program construction services. We would be happy to review the proposed scope with you and give you a full understanding of the assumptions used to develop the costs. Based on this scope, we anticipate a cost of $216,000 to perform the services, which is approximately 12% of the estimated $1.8 million construction cost. Please let us know of your availability to discuss and jointly make any adjustments (as needed). Thank you for this opportunity we look forward to working with you again. Sincerely, Ed Berschinski, CCM Partner /Project Manager Anchor QEA, LLC www.anchorgea.com Mr. Mike Mathia May 13, 2009 Page 4 ANCHOR QEA City of Tukwila: Construction Management Services 2009/2010 Overlay Program City Project No. 09 -RW01 SPECIFIC SCOPE OF WORK CONSTRUCTION MANAGEMENT SERVICES The following represents the general scope of services to be performed by Anchor QEA, LLC (Anchor QEA) during construction of the City of Tukwila (City) 2009/2010 Overlay Program. The services are divided into different categories of work that represent the chronology of the activities as well as the types of services provided. This scope is intended to reasonably address the construction- related services that would normally be anticipated for a project of this type. Task 1 Pre Construction Services Subtask 1.1 Construction Document Review Scope Obtain from City and become familiar with plans, specifications, property owner agreements, and other existing information pertinent to performance of the work. Hold kick -off meeting for Anchor QEA project team. Subtask 1.2 Pre Construction Meeting Scope Issue invitations and prepare meeting agenda. Conduct and attend pre construction meeting. Prepare and distribute pre construction meeting minutes. Subtask 1.3 Submittal Review Scope Log and track contractor submittals (as outlined in specifications). Review contractor submittals for general compliance with contract requirements. Submittals include general requirements (i.e., schedule and wage rates) as well as Task 2 Contract Administration Services Subtask 2.1 Planning Scope Subtask 2.2 Records Management Scope technical submittals (i.e., shop drawings, catalogue cuts, work plans, test reports, and certifications). Submittals will be routed as requested for review by City maintenance staff and/or City /consultant design team. Subtask 1.4 Conditions Review Scope Pre Construction Conditions: Document pre construction conditions, including pre construction site condition surveys, photographs, and record any visible property corners. Prepare a brief project specific construction management plan that outlines tasks, staff responsibilities, procedures and forms, documentation methods, safety procedures, and communication links. Documentation: Establish project specific documentation management system for maintaining project records and tracking multiple party review /approval documents. Documents include submittals, Requests for Information (RFIs), change orders, test reports, surveys, meeting minutes, project photographs, and general correspondence. Liaison: Act as City's representative /liaison for daily coordination/communication to contractor as well as that from other agencies, other contractors (adjacent projects), site tenants and other third parties that will have access impacted during the course of the project, and City Police Dept. regarding traffic control. Correspondence: Prepare draft response on behalf of City to formal project construction correspondence requiring responses. Status Reports: Prepare and transmit monthly invoices and status reports. Status reports to accompany invoices shall include project progress with respect to critical timelines, budget status, and identification of any issues that may affect schedule or budget. 2 Products Project documentation system (files) Tracking logs for correspondence Draft letters Status reports Subtask 2.3 Progress Payments Scope Payment: Prepare payment spreadsheet. Review monthly progress payment requests submitted by the contractor. Provide measurements and verification of progress and submit monthly application for payment to the City for processing. Products Payment spreadsheet with signature page Task 3 Field Observations/Inspections Scope Activities performed by field engineer /technician: Observation: Observe the technical conduct of the contractor's work for quality and compliance with design documents, approved submittals, and/or applicable technical standards. Prepare a daily inspection report and take progress photographs. Interpretations: Provide day -to -day interpretation of contract requirements and respond to contractor's questions including resolution of minor issues. Testing: Perform or cause to be performed sampling and testing of materials to be incorporated into the project. Review compaction testing results performed by testing technician and verify compliance with specifications (for materials testing by subconsultant, see Task 8). All test acceptances will be performed by City personnel. 3 Products Measurements: Perform or cause to be performed field measurements and collect and tally truck tickets to determine material quantities, verify placement limits, or other measurements to verify pay requests and conformance with project requirements. (Actual survey, if needed, may be done by subconsultant, see Task 7). Field Changes: Facilitate minor field changes to circumvent change orders due to variations in field or other unanticipated conditions. Coordinate with design engineer for any changes that may impact project cost or time. (See Task 4). Communications: Maintain primary day -to -day communications with the contractor and keep the construction manager and City representative informed of activities. Receive comment from neighboring property owners and the general public and provide responses for questions and concerns. Check for contractor compliance with requirements for traffic control and notice requirements with City. Participate in weekly project meetings Note: For budgeting purposes, this proposal assumes one full -time equivalent inspector on site for 112 calendar day construction contract duration. An average of one person on site during active contractor working periods means the inspector may not be on site full -time or if the contractor is working on multiple sites simultaneously during short durations, two people may be on site at the same time. Inspection Daily Reports Field sketches and measurements Progress photos Task 4 Construction Engineering /Change Orders Scope Respond to questions related to site engineering. Evaluate contractor proposed revisions or substitutions. Change Orders: Prepare calculations, drawings, cost estimates, and justification for change orders for approval by the City. This includes coordination with the designer for input regarding design changes. Negotiate change orders with the contractor and incorporate into the project. For this cost estimate we have assumed up to five minor change orders (8 hours per change order). Task 5 Site Visits/Meetings Scope Periodic site visit by construction manager in combination with conducting a weekly coordination meeting with the contractor. Prepare agenda and minutes of meetings including tracking of action items. Task 6 Record Drawings Scope Review and verify the final conformed set of drawings provided by the contractor that includes any field changes and final configuration of facilities. Task 7 Surveying Scope Activities: Although none is anticipated, a budget has been established for a licensed surveyor to perform any survey verification (if needed) to confirm any monumentation, questionable property corners, verify grades, or similar services. The survey work will be done by a City- approved survey subconsultant (as needed). Products Survey Reports Task 8 Materials Testing Scope Work on this task will not begin until receipt of City approval of a qualified, independent subcontractor. 5 Provide tests of materials for compliance with contract requirements for gradation, compaction, etc. (as needed only to verify). Products Test Reports Note: Anchor QEA will review test results for compliance with the project specifications. EXCLUSIONS Anchor QEA shall assume no responsibility for proper construction techniques and jobsite safety. The presence of Anchor QEA personnel at the construction site is for the purpose of providing the City a greater degree of confidence that the work will generally conform to the Contract Documents and that the integrity of the design concept as reflected in the Contract Documents has been implemented and preserved by the construction contractor. Anchor QEA will endeavor to protect all parties against defects and deficiencies in the work of the contractor(s) but cannot guarantee the contractor's performance and shall not be responsible for construction means, methods, techniques, sequences of procedures, or for safety precautions and programs in connection with the work performed by the construction contractor or any subcontractors. ESTIMATED COSTS A detailed breakdown of labor and cost estimates by task is provided in the accompanying budget spreadsheet. Note that labor hour breakdowns by subtask are included in the spreadsheet. However, we have only used the subtask designation to explain the basis for our budget estimates, and have anticipated that we would track and bill costs at the Task level, not at the subtask level. We trust that this proposed scope and cost estimate is sufficient for your needs. If you have any question regarding this scope, please do not hesitate to contact Ed Berschinski at eberschinski ananchoraea.com or 206 287 -9130. 6 ANCHOR ENVIRONMENTAL, L.L.C. 2009 PROJECT COST ESTIMATING FORM Proposal /Project Name: Tukwila- 2009/2010 Overlay Program 05/10/09 Construction Services Labor Categories Principal Engr /Plan /Sci Staff 2 Engr /Plan!Sci Senior Design /GIS /Dbase /IT Project Assistant Total Hours Total Labor Average Hourly Rate Office Overhead Field Overhead Total Labor and Overhead Fee Subconsultants Surveyor Materials Testing Total Cost Markup on Subs Reimbursables CAD /Computer /hr) Mileage /mile) Copies /copy) Faxes /fax) Outside Expenses Airfare /Hotel Car Rental Repro /Plotting Mail /Fedex/Courier Per Diem Other expenses Task 1 Pre construction services Task 2 Contract Administration Services Task 3 Field Observation/Inspection Services Task 4 Construction Engineering /Change Orders Task 5 Site visits/meetings Direct Task Rate 1 68.32 38.71 32.08 22.32 Total Cost Outside Exp Markup 10.0% Field Equip. and Supplies Summary 36 32 0 12 80 3,966 45 171.86% 6,816 14,061.72 140.00% 10,782 22,244 15% 1,617 3,337 $10.00 $0.585 $0.10 $1 59 25 50 100 234 10 Task 2 108 0 0 36 144 8,182 9 9 Markup 10.0% Task 3 0 996 0 0 996 38,555 12,987.67 7,514.54 1,572.31 508.02 508.02 53,977 92,532 20,545 11,887 2,487 804 804 13,880 3,082 1,783 373 121 121 2,925 30 500 3,455 50 108 0 0 8 116 7,557 Task 4 25 Task 5 64 0 0 0 64 4,372 176 10 Task 6 Record Drawings Task 7 Surveying Task 8 Materials Testing Task 9 Task 10 Task Task 6 7 4 0 20 0 24 915 200 400 20 4 0 0 1 5 296 8,000 15,000 8,000 15,000 800 1,500 Tukwila 2008 Cost Est 2009 -2010 Overlay(COST +WFIELD)_formatted Task 8 4 0 0 1 5 296 Number: Prepared by: Task 9 0 0 0 0 0 Task 10 0 0 0 0 0 Ed Berschinski Total Hours 328 1,028 20 58 1,434 Total Dollars 22,409 39,794 642 1,295 64,139 43,968 53,977 162,085 24,313 8,000 15,000 23,000 2,300 200 3,159 79 50 20 200 600 4,308 80 TOTAL COSTS 12,643 25,589 109,917 23,652 13,856 3,280 9,724 17,424 216,085 TO: City of Tukwila INFORMATIONAL MEMORANDUM Mayor Haggerton TRANSPORTATION COMMITTEE FROM: Public Works Director DATE: May 6, 2009 SUBJECT: Six -Year Transportation Improvement Program (2010 -2015) ISSUE Jim Haggerton, Mayor Annual update of the Six -Year Transportation Improvement Program for the years 2010 2015. BACKGROUND The Transportation Improvement Program (TIP) is updated annually as required by RCW. The TIP is adopted by resolution after a public hearing at the local agency level and incorporated into the regional and state TIPs. The TIP is primarily a financial planning document for projects competing for grants. Any project submitted for federal grant funding must be included in the local, regional and state adopted TIPs. The TIP is a rolling plan showing various funding sources: grants, developer, and local funds. Projects "roll" as funds or stages occur (design report, final design, and construction). Tukwila's TIP and Capital Improvement Program (CIP) list many of the same transportation- related projects. The TIP lists only those transportation- related projects planned within the next six years that are deemed regionally significant. The City's CIP lists transportation projects planned in the next six years and beyond, as well as water, sewer, surface water, and capital facilities. The TIP is required to be adopted by July 1 on an annual basis, while the CIP is prepared during summer /fall in conjunction with the City's budget preparation. Differences between the two may be due to priority changes, funding availability changes, or other factors that normally occur during the time between adoption of each document. ACTION TAKEN The attached spreadsheet is the "Draft" 2010 2015 TIP and was created by modifying the 2009 2014 TIP to add or remove projects, adjust project costs, and reprioritize the list of projects. Added: Project 11 Walk Roll Plan (Nonmotorized Transportation Plan) Deleted: Tukwila Int'I Blvd (Phase II) Deleted: Tukwila Int'I Blvd (Phase III) RECOMMENDATION The Council is being asked to approve and forward the resolution for the updated annual Six -Year Transportation Improvement Program of 2010 2015 for consideration at the June 8, 2009 Committee of the Whole meeting to hold a Public Hearing and subsequent June 15, 2009 Regular Meeting for Adoption. Attachment: Resolution 2010 2015 "Draft" Transportation Improvement Program (TIP) Spreadsheet Current Adopted 2009 2014 TIP P: \PROJECTS \TIP \Current TIP \tip2010 memo gl.doc A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, ADOPTING A SIX -YEAR TRANSPORTATION IMPROVEMENT PROGRAM (2010- 2015), AND DIRECTING THE SAME TO BE FILED WITH THE STATE SECRETARY OF TRANSPORTATION AND THE TRANSPORTATION IMPROVEMENT BOARD. WHEREAS, pursuant to the requirements of RCW Chapters 35.77 and 47.26 as amended, the City Council of the City of Tukwila has previously adopted a Transportation Improvement Program and thereafter periodically modified said Transportation Improvement Program by resolution; and WHEREAS, the City Council has reviewed the work accomplished under said program, determined current and future City street and arterial needs and, based upon these findings, has prepared a Six -Year Transportation Improvement Program for the ensuing six calendar years (2010- 2015); and WHEREAS, on June 8, 2009, a public hearing was held regarding the City's Six Year Transportation Improvement Program; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: Section 1. Program Adopted. A six -year Transportation Improvement Program for the calendar years 2010 -2015 is hereby adopted. Section 2. Filing of Program. The City Clerk is hereby authorized and directed to file a copy of this resolution, together with the exhibit attached hereto, with the Secretary of Transportation and the Transportation Improvement Board of the State of Washington. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of 2009. ATTEST/ AUTHENTICATED: Christy O'Flaherty, CMC, City Clerk APPROVED AS TO FORM BY: Office of the City Attorney DRA Exhibit: City of Tukwila' s Six -Year Transportation Improvement Program from 2010 to 2015 W: \Word Processing \Resolutions \TIP 2010 -2015 Adoption.doc RT:GL:kn 5/14/2009 Joan Hernandez, Council President Filed with the City Clerk: Passed by the City Council: Resolution Number: Page 1 of 1 2010 -2015 TIP DRAFT 2010 -2015 TIP SUMMARY PROJECT TITLE 1 Neighborhood Traffic Calming Program 2 Annual Bridge Inspections and Repairs 3 Boeing Access Rd Bridge Replacement 4 Tukwila Urban Center- Ped /Bike Bridge 5 Southcenter Parkway IS 180 St S 200 St) 6 Tukwila Urban Center Access (Klick[tat) 7 5 144 St (Phase 11) 8 Annual Overlay 8 Repair Program 9 Tukwila Urban Center Transit Center 10 !Andover Park West (Tuk Pkway Strander) 11 I Walk 8 Roll Plan (Nonmotorized Trans. Plan) 12 (Macadam Rd 8 S 144th St Intersection 13 ;Andover Pk E M nkler Blvd Intersection 14 1W Valley Hwy /S 156 St 15 ]Andover Park E Industry Dr. Signal 16 IS 133 St SR 599 Ramps Intersection 17 [East Marginal Way (BAR to S 112 St) 18 I Interurban Ave S (S 143 St Ft Dent Way) 19 ITUC/TOD Pedestnan Improvements 20 IMinkler Blvd (Southcenter Pkwy APW) 21 Tukwila Int'I Blvd (Phase IV) 22 (Traffic Signal Interconnect Program 23 ;SC Blvd Widening (1-5 61st Ave S Bridge) I 24 1Tukwita Intl Blvd S 116 Wy/ SR599 25 IS 168 St (010 Parkway to Andover Pk E) I 26 (West Valley Hwy (1-405 Strander Blvd.) 1 27 'Nelsen P ace (S 158 St S 156 SI) 28 S 1600)/ Andover Park W Intersection 29 S 144th St Bridge S'dwalks 30 !Greenbelt Mult purpose Trails PROJECTS REVISED FROM 2009 -2014 TIP 4 8 9 10 14 15 19 20 22 23 24 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 43 44 47 56 Deleted ;Tukwi a Intl Blvd (Phase II) Deleted ,Tukwila Intl Blvd (Phase 111) New ;Walk 8 Roll Plan (Nonmotonzed Tran Plan) 24 2009 CIP Page No. (Project Costs n Thousands of Dollars I I I I 1 I I 1 2010 2011 1 2012 2013 2014 0 145 1,750 5,826 23,480 0 1,250 1,150 0 200 17 75 75 75! 0( 2 01 5 01 Oj 01 01 01 01 0' 0, 01 01 01 01 43 4 1 TOTAL 34,0861 31,32 i I 2010 2015 Draft Transportation Improvement Program (TIP) 0 1451 20 1,7501 13,61 01 50 25,251 0 0 1,2501 1,25 1,150 1,46 20 20 40 20 13,61 10 1,25 20 6,42 4 4 1 16,21 21,84 270 0 1,400 0 0 1,250 200 0 0 0 4,275 0 0 0 0 0 1 0 1 0 0 01 May 12, 2009 FUNDING SOURCES 2015 TOTAL 1 Federal I State TIB, Developer Unsecured, City 01 0 2701 1,240 01 30,734 01 2,000 0 31,077 O 23,480 1,750 1,750 1,250 7,500 4,300 6,600 O 1461 O 1,000 610 627 602 677 1,032 1,107 575 650 630 6501 3,300 3,3501 O 11,100 1,100 1,100 4251 425 4,591i 4,591 3,000 3,000 20,000 20,000 4,675 4,675 23,244 23,244 630 630 200 200 2101 210 1001 100 01 172 I 1 1 24,588 400 3,550 15,000 3,000 5,250 452 1,600 6,307 12,139 940 1,000 17 751 751 440 751 201 460 1,0401 1,300 1 5,000 1 500 4251 216! 3,500 1 1 5,300, 5301 4,620 1,200 1,900 30 100' I I I I I 1 0 1,240 1 6,146 0 6,220 3,091 750 7,500 1,528 521 1,000 610 602 592 575 17C 1,010 6,100 600 0 875 1,800 20,000 2,775 17,944 100 200 80 100 172 7,3951 72,494 183,350/ 31,538; 20,702! 28,7891 20,020! 82,301 I I I Six Year Transportation Improvement Program rove From rove to 2014 Hearing Date: 6/9/2008 Adoption Date: 6116/2008 r Washington State Department of Transportation Resolution No.: 166 Tukwila Amend Date: ncy: Federally Funded Co. Name: King Projects Only No.: 17 Expenditure Schedule MPOfRTPO: PSRC project Costs in Thousands of Dollars (Local A gency) R!W y No.: 1320 Fund Source Information Required 4th n P roject identification B Bridge No. °r Feder Funding To tal 3rd T6 h T vir. pate AI u egUire a Federal State Sta Local 1st 2nd A. PIN/Federal Aid No. a y phase Federal Fund Funds Funds 20 21 r rn o Start Fund Cost by Code Funds E 1 f3 19 y 9 C. Project Title o d i Phase 16 17 I E r m mldd/YyYYl Code 1 4 15 3 n o a D. S Describe Name er Number M P or Road p 12 13 j Z inni MP or Road Ending 1 0 1 i. E. Beg F. Describe Work to be Done 4 5 g 7 8 3 ALL 111/2009 1 2 12 S 19 1 Neighborhood Tragic Calming Program 43 43 86 Various City Streets 1 215 215 43 from: eeding Totals I Program to address neighborhood traffic and education toserduce spg PEI 1(1 (ZD09 roadway Improvements, traffic calming, and im prove safety. 32 P 00 2 43 43 43 86 Greenbelt Trails 215 215 140 y 140 I 615 to: 1015 1015 120 1 from: blic traits to promote Pedestrian and bicycle "Totals Provide safe c onnections to W ALL 1 /112009 modes of transportation in lieu of motorized vehicles. 11 S 14 3 1015 120 140 140 615 Annual Bridge Inspections and Repairs Various City Streets 1015 400 100 to. 50 0 500 1600 CE from: Totals 1600 1600 perform load ratings and bi- annual Inspections as well as construct PE 111 /2010 necessary repairs and maintenance. C N 1/1/2012 12t31t12 32 p 1,000 Ft 08 lsoo 00 4 400 100 Tukwila Urban Center PedlBike Brdge 2100 2 10 0 11600 CE to: West Valley Hvry 6931 14375 No from: Baker Blvd. TOta15 9R 7444 Pedestrian bridge wer the Green River cpnneGmg the Ca0 and rail sta ion. ALL 1/1!2014 0800250 og P 1,000 Ft F 14 5 Boeing Access Rd Bridge Replacemen 14375 6931 14375 20827 CE 0 Boeing Access Road to f 5 7 444 31002 tD175 Yes from: Airport Way 9476 TPP 50D0 16526 I Totals Reconstruct bridge. CN, 1/1/2009 \Discretionary\ 01 S 7 400 Ft W 7/1/09 T S 16 6 S 180 St S 20 S t p 10175 20827 South center Parkw G 500D 16526 31002 CE Sou /50501er Parkway to: S 200 St 9,476 21209 29860 29860 Yes T from: S dew St tickets including curb Totals Tpp 525D CN 11112009 Discretionary 3401 landscapi and utility undergrounding Construct widening to 4 lanes with center tum gutter, sidewalks, drainage, 12/31/09 05 P 1,500 Ft W 08 s 16 7 P 29860 from: Tukwila Urban Center Klickita 5250 21209 28660 Southcenter Parkway to: S 168 St G 3 401 from: I-5 d 0 Ramp Totals v. 5.7 Supersedes Previous editions Design and construct safety and capacity improvements Page 1 Washington State Department of Transportation 3ency: Tukwila o. No.: 17 ity No.: 1320 14 8 14 9 17 10 Co. Name: King MPO /RTPO: PSRC Project Identification B Bridge No. A. PIN /Federal Aid No. C. Project Title D. Street/Road Name or Number E. Beginning MP or Road Ending MP or Road F. Describe Work to be Done 1 2 3 Tukwila Intl Blvd (Phase 2) Tukwila Intl Blvd to: S 132 St from: S 116 St drainage, Construct overlay, curb gutter, sidewalks, illumination, landscaping, and utility undergrounding. Tukwila inn Blvd (Phase 3) Tukwila Intl Blvd to: S 138 St from: S 132 St Reconstruct on, drainage and u ti li ty u oundingner, sidewalks, S 144 St (Phase 2) 5 144 St from: 42 Ave S to Tukwila Intl Blvd Design and construct paving, curb gutter, sidewalks, drainage, illumination, and utility undergrounding. 16 11 Annual Overlay and Repair Program Various City Streets t um: to: Repair, rehabilitate, and overlay City streets as needed in an annual program. 16 12 Tukwila Urban Center Transit Center Central Business District to: from: Design and construct a transit center. 16 13 Andover Park West Andover Park West to: Sf ander Blvd from: Tukwila Parkway Complete widening for center left tum lane. 0, £y d m T $r E 14 14 Interurban Ave S Interurban Ave S from: S 143 St to: Fort Dent Way Reconstruct street including paving, curb gutter, drainage, illumination, sidewalk, and landscaping Project Costs in Thousands of Dollars Fund Source Information d N s Federal Funding 0 3 a Phase Federal Federal o S d S tarYY) t Fund Cost by (mm/ddlyy Code Phase a 10 11 _.12 I 13 4 5 6 7 8 9 CN 1/1/2009 I STP(U) 03 S 5,000 Ft G 0 P S 03 S 2,100 Ft G S P 03 P 07 S 21 P 05 P 03 P T W C T W 2000 C G P S 7 W 4,500 Ft W T S P G C Totals CN I 1/1/2009 Totals ALLI 1/1/201 Totals ALL 1/112009 C G 0 P S T W Totals ALLI 1/1/2009 T W P S Totals Totals ALL 1/1/2009 Totals CN 1/1/2014 STP(U) Six Year Transportation improvement Program From 2009 to 2014 Hearing Date: 6/9/2008 Resolution DD to 1663 6/2008 Amend Date: Federally Funded Projects Only State State Local Total code Funds grinds Funds 14 15 16 17 18 19 1296 5011 5011 1715 TPPI 2000 1,715 2000 1296 5011 668 1 37721 3104 I f I 3,104 I I I I I STP(U) I 8001 Page 2 I I 800 I I I I I I 668 3772 1750 1461 7625 I 7625 1750 1 1 st Expenditure Schedule (Local Agency) 7625 5011 3772 I 3772 2nd 1750 1750 7500 I 7500 1250 1 1250 1 1250 1 7500 7500 1250 1250 1250 4600 I 5400 I 31001 4600 5400 3100 1461 1 1461 I 1461 I I I 1461 1461 7625 l 3rd l 1 4th Thru 6th Y I I I 1 1750 R/W Required Date (MMNY) Envir. Type 20 21 3750 CE CE 1750 3750 2300 CE 2300 7625 7625 CE No Yes 7/1/08 Yes 12131(14 Yes 1/1/12 v. 5.7 Supersedes previous editions Six Year Transportation Improvement Program From 2009 to 2014 Washington State Department of Transportation Agency: Tukwila Tukwila Co. No.: 17 Co. Name: King City No.: 1320 MPO /RTPO: PSRC o y a .QE S o 0 tL 1 2 16 22 14 23 14 24 Tukwila Intl Blvd /S 116 St Tukwila Intl Blvd from: 1,000 Ft. on each leg to: 1,000 Ft. on each leg Design and construct widening on Tukwila Int'I Blvd and intersection improvements at T.I.B. /S 116 St. 16 25 14 26 17 27 03 P 600 Ft Nelson Place Nelson Place from: S 156 St to: S 158 St Design and construct paving, curb gutter, sidewalks, drainage, and illumination 16 28 Project Identification A. PIN /Federal Aid No. B. Bridge No. C. Project Title D. Street/Road Name or Number E. Beginning MP or Road Ending MP or Road F. Describe Work to be Done 3 Traffic Signal Interconnect Program Various City Streets from: to: Design and install hard wire interconnect system between traffic signals and the Traffic Operations Center. SC Blvd. Widening Southcenter Blvd from: 1 -5 to: 61 Ave S Widen Southcenter Blvd and the 61st Ave S Bridge to add a lane for future traffic growth. S168St S 168 St from: Southcenter Pkwy to: Andover Pk E Construct new roadway including curb gutter, sidewalk, drainage, illumination, and landscaping. West Valley Highway West Valley Hwy from: 1 -405 to: Strander Blvd Design and construct widening to 7 lanes including curb gutter, sidewalks, illumination, and drainage. S 180 St/ Andover Park W Intersection from: 500 Ft. on each leg to: 500 Ft. on each leg Widen for north south tum lanes. r D d 0 0 w nF 1- 5 4 5 6 7 12 S W T G C P S 04 P o. C G P S T W 04 P 2000 P 01 P 4,000 Ft P T W S 05 P 0.5 Mi W T S P G 12 P loon w T P Project Costs in Thousands of Dollars Federally Funded Fund Source Information Expenditure Schedule Projects Only (Local Agency) (5 Federal Funding RIVV a. Required Phase Federal Federal State State Local Total 4th Envir. Date Start Fund Cost by Fund Funds Funds Funds 1st 2nd 3rd Thru Type (mm/dd/yyyy) Code Phase Code 6th (M a 8 9 10 11 12 13 14 15 16 17 18 19 20 21 ALL 1/1/2014 3000 3000 3000 Totals ALL 1/1/2013 Totals ALL 1/1/2014 Totals ALL 1/1/2014 Totals ALL 1/1/2014 Totals ALL 1/1/2014 Totals ALL 1/1/2014 Totals Report Date: June 27, 2005 Page 4 Six Year Transportation Improvement Program From 2009 to 2014 Hearing Date: 6/9/2008 Adoption Date: 6/16/2008 Amend Date: Resolution No.: 1663 3000 3000 3000 1700 4675 1372 630 200 210 17001 4675 1 1372 1 630 1 200 1 210 1700 1700 1700 1700 4675 4675 4675 4675 1372 1372 1372 1372 630 630 630 630 200 200 200 200 210 210 210 210 v. 5.7 Supersedes previous editions Agency: Tukwila Co. No.: 17 City No.: 1320 1 2 17 29 16 30 16 31 Washington State Department of Transportation Co. Name: King MPO /RTPO: PSRC Project Identification A. PIN /Federal Aid No. B. Bridge No. C. Project Title D. Street/Road Name or Number E. Beginning MP or Road Ending MP or Road F. Describe Work to be Done 3 S 144 St Bridge Sidewalks S 144 St from: 51 Ave S to: 53 Ave S Widen existing sidewalks on bridge over 1 -5 between 51st Ave S and 53rd Ave S. Minkler Blvd Minkler Blvd from: Southcenter Pkwy to: Andover Park W Consruct widening for 3 lanes inccuding curb gutter, sidewalk, drainage, and landscaping. East Margin! Way East Marginal Way from: Boeing Access Rd to: S 112 St Design and construct widening to 3 lanes including curb gutter, sidewalks, drainage, landscaping, and ubhty undergrounding. 04 P 03 P N o 0 U 6 7 0.25 C G P S T W 2,000 Ft W T 5 P 1,500 Ft P s T W Project Costs in Thousands of Dollars Federally Funded Fund Source Information Expenditure Schedule Projects Only Federal Funding (Local Agency) R/W Phase Federal Federal State 4th Required Start Fund Cost by Fund State Local Total 1st 2nd 3rd Thru Envir. Date (mm /dd/yyyy) Code Phase Code Funds Funds Funds 6th Type (Ammo 8 9 10 11 12 13 14 15 16 17 18 19 20 21 PE 1/1/2014 25 25 25 Totals ALL 1/1/2012 Totals ALL 1/1/2011 Totals Grand Totals for Tukwila STP(U) Report Date: June 27, 2005 Page 5 700 Six Year Transportation Improvement Program From 2009 to 2014 Hearing Date: 6/9/2008 Adoption Date: 6/16/2008 Amend Date: Resolution No.: 1663 25 25 25 425 4251 425 425 1255 19551 35 425 700 1255 1955 35 1920 26,640 12,250 95,143 134,033 55,482 23641 4,061 50,849 425 1920 CE No v. 5.7 Supersedes previous editions To: From: Date: Subject: City of Tukwila INFORMATIONAL MEMORANDUM Mayor Haggerton Transportation Committee Public Works Director May 4, 2009 35th Ave South Street Vacation Ordinance ISSUE Status updates and time extension for the street vacations agreed upon between the City of Tukwila and Sound Transit as part of the Sound Transit Light Rail project. Jim Haggerton, Mayor BACKGROUND Ordinance No. 2214 extended the 35th Ave S street vacation until April 30, 2009. Sound Transit continues to work with WSDOT to clarify WSDOT's underlying rights to their part of the street vacation. WSDOT is working on the following items for Sound Transit: updating exhibit and legal description; entering into a Vacation Agreement; and processing limited access revisions. After WSDOT executes the Vacation Agreement, Sound Transit will pay Tukwila for the street vacation and WSDOT will execute a Quit Claim Deed to Sound Transit. Ordinances File No. Street (Expired 4130107, 4130/08, Payment Status Participation 10/31/08, or 4/30/09) 2087, 2158, 2203, 2214 New Ordinance w /time extension to 12/31/09. 3.40.62 35th Ave S Null Void $446,088.00 ST WSDOT land, proceeding w/ vacation. 2088& 2159 Null Void All ST land, Payment in full. 3.40.63 48th Ave S Ord. 2204 Recorded $53,592.00 pd All conditions have been met. 2089 2160 Conditions cannot be satisfied. 3.40.64 47th Ave S Null Void $176,5 -46.00 Private owners refused to participate. 2090, Null Void All conditions have been met. 3.40.65 49th Ave S Ord. 2061 Recorded $0.00 $0 as City initiated on City land. 2091 2162 $0 Conditions can not be satisfied. 3.40.66 S 138th St Null Void (City initiated) Private owners refused easements. 2092 2163 Conditions can not be satisfied. 3.40.67 S 146th St Null Void $73,635.00 Private owners refused to participate. 2093 2164 Conditions can not be satisfied. 3.40.68 S 133rd St Null Void $101,052.00 Private owners refused to participate, RECOMMENDATION The Council is being asked to approve and forward the Ordinance extending the time for the 35th Ave S Street Vacation to December 31, 2009 for consideration at the May 26, 2009 Committee of the Whole meeting and subsequent June 1, 2009 Regular Meeting for adoption. Ordinance No. 2214 is considered null and void. Attachments: Ordinance Maps P. \STREET VACATIONS sound transit \3.40.62 35th \5.4.09 ST street vacation update info memo finall.doc DRAFT AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, VACATING CERTAIN PROPERTY LOCATED WITHIN THE CITY, DEDICATED FOR STREET PURPOSES, GENERALLY DESCRIBED AS 35th AVENUE SOUTH, RUNNING SOUTHWESTERLY FROM SOUTHCENTER BOULEVARD (SOUTH 154TH STREET) FOR APPROXIMATELY 354 FEET, INCLUDING THE PARTIAL CUL -DE -SAC BULB; AMENDING THE OFFICIAL STREET MAP OF THE CITY; PROVIDING FOR SEVERABILITY; AND ESTABLISHING AN EFFECTIVE DATE. WHEREAS, the City of Tukwila and Sound Transit executed the Development and Transit Way Agreement for Sound Transit Central Link Light Rail Tukwila Freeway Route Project on December 8, 2004; and WHEREAS, Chapter 11.60 of the Tukwila Municipal Code identifies street vacation procedures including public notification, a public hearing, review and comment, and submittal of relevant information to City Council, all of which have been done; and WHEREAS, Sound Transit Link Light Rail proposes that a station be constructed at this location; and WHEREAS, 35th Avenue South has been right -of -way for more than 25 years; and WHEREAS, Sound Transit provided a real property appraisal from a member of the American Institute of Real Estate Appraisers in the amount of $446,088.00; and WHEREAS, utilities exist in the right -of -way being vacated; and WHEREAS, the Tukwila City Council conducted a public hearing on April 4, 2005 for the purpose of considering the vacation of certain property located in the City of Tukwila, as described in the ordinance title; and WHEREAS, following conclusion of the public hearing, the City Council found the property should be vacated, subject to certain conditions; and WHEREAS, on May 16, 2005, the City Council approved Ordinance No. 2087, authorizing the vacation of certain City property to Sound Transit, subject to Sound Transit satisfying certain conditions by April 30, 2007; and WHEREAS, on June 4, 2007, the City Council approved Ordinance No. 2158, authorizing the vacation of certain City property to Sound Transit, subject to Sound Transit satisfying certain conditions by April 30, 2008; and WHEREAS, on May 19, 2008, the City Council approved Ordinance No. 2203, authorizing the vacation of certain City property to Sound Transit, subject to Sound Transit satisfying certain conditions by October 31, 2008; and WHEREAS, on December 1, 2008, the City Council approved Ordinance No. 2214, authorizing the vacation of certain City property to Sound Transit, subject to Sound Transit satisfying certain conditions by April 30, 2009; and W:\ Word Processing \Ordinances 2008 \Sound Transit St Vac 35th Ave S.doc GL:ksn 5/8/2009 Page 1 of 2 WHEREAS, Sound Transit failed to satisfy those conditions by April 30, 2009, and has requested additional time for satisfying the conditions for this street vacation; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY ORDAINS AS FOLLOWS: Section 1. Vacation. A. The following property located in the City of Tukwila is hereby vacated: Approximately 23,891 square feet of 35th Avenue South, running southwesterly from Southcenter Boulevard (South 154th Street) for approximately 35 feet, including the partial cul -de -sac bulb. B. This vacation is conditioned upon satisfaction, by December 31, 2009, of the following: 1. Provision of compensation for $446,088.00. 2. Provision of utility easement(s). 3. Provision of easement(s) to Sound Transit for construction, operation and maintenance of the Tukwila Freeway Route Project consistent with the Development and Transit Way Agreement referenced herein. Section 2. Recording of Certified Copy. The City Clerk is hereby directed to record a certified copy of this ordinance with King County, upon determination by the Public Works Director that the conditions referenced above have been satisfied. Section 3. Amendment of Official Street Map. Upon the recording of a certified copy of the ordinance, the City Public Works Director shall amend the City's official street map to be consistent with this ordinance. Section 4. Severability. If any section, subsection, paragraph, sentence, clause or phrase of this ordinance or its application to any person or situation should be held to be invalid or unconstitutional for any reason by a court of competent jurisdiction, such invalidity or unconstitutionality shall not affect the validity or constitutionality of the remaining portions of this ordinance or its application to any other person or situation. Section 5. Effective Date. This ordinance or a summary thereof shall be published in the official newspaper of the City. This vacation shall not become effective until the conditions contained herein have been fully satisfied, until all fees owed the City have been paid, and until five working days after the date that this ordinance and all relevant documents have been recorded with King County Records. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of 2009. ATTEST/ AUTHENTICATED: Christy O'Flaherty, CMC, City Clerk APPROVED AS TO FORM BY: Office of the City Attorney Attachment: Exhibit A Street Vacation 35th Avenue South, 3.40.62 W:\ Word Processing \Ordinances 2008 \Sound Transit St Vac 35th Ave S.doc GL:ksn 5/8/2009 Jim Haggerton, Mayor Filed with the City Clerk: Passed by the City Council: Published: Effective Date: Ordinance Number: Page 2 of 2 Exhibit A Street Vacation 35th Avenue South Map 3.40.62 22, �23N,R4E� W.M. NW �/4 SW 14 SEC SOUND 1101411 GEIVTER @OUL�YARD SCALE IN FEET Scale: Filename: 35TH AVEnue VAC Contract No.: C 755 LINK LIGHT RAIL PROJECT SOUTH CORRIDOR 35th AVE STREET VACATi0N EXHIBIT CITY COUNCIL City of Tukwila There are no updates for the Council goals during the first quarter. Per direction given at the Council Retreat in late February/early March, each goal will be assigned to a Council Committee for implementation and /or follow -up. Committee assignments have been made by the Council President, but have not yet been distributed to full Council for comment. BUDGET PROGRAM GOALS 1. Seek out opportunities for Councilmembers to further their knowledge, experience and awareness of the different cultures represented within the Tukwila community: Awaiting Council Committee assignment. 2. Support programs and services that provide a sense of stability, community and unity throughout Tukwila's residential neiahborhoods: Awaiting Council Committee assignment. 3. Work together in cooperation with nearby cities to address common problems in the Highway 99 corridor and Military Road: Awaiting Council Committee assignment. 4. Provide legislative support and encouragement to Tukwila residents living in rental communities through programs that hold owners and /or property manaaers accountable for providing safe places to live through the implementation of a rental licensing program: Awaiting Council Committee assignment. 5. Approve and implement standard operating procedures for the Council. Review and update procedures on a reaular basis: Awaiting Council Committee assignment. 6. Support the implementation of City endorsed programs (i.e. Walk Roll Plan, Fire Master Plan, Parks Recreation Open Space Plan) through policy related decisions not associated with direct program funding: Awaiting Council Committee assignment. 7. Ensure a commitment to continued human services fundina in relation to the cost of living through consistent review of regional, state and federal budgets affecting human services programs and services: Awaiting Council Committee assignment. 8. Study the feasibility and implementation of televised City Council meetings: Awaiting Council Committee assignment. 9. Continue to foster relationships within local, regional and state entities that encouraae opportunities for ioint partnership and outreach: Awaiting Council Committee assignment. 10. Formulate an Adopt -a- Neiahborhood program that will provide Councilmembers the opportunity to become more familiar with the chanainq faces of communities and neiahborhoods throughout the City: Awaiting Council Committee assignment. 11. Research the viability of sponsoring a City -wide Citizens' Academy: Awaiting Council Committee assignment. 12. Establish a process to provide updates to Council on issues that are brouaht forward at Council meetings durina citizen comment opportunities: Awaiting Council Committee assignment. PUBLIC WORKS DEPARTMENT 2009 1 QUARTER SIGNIFICANT ISSUES FIRST QUARTER REPORT TO COUNCIL January 1 March 31, 2009 Prepared for Transportation Committee Jim Haggerton, Mayor Since being notified by the U.S. Army Corps of Engineers in February that there is an increased probability that the City will experience flooding because the Howard Hanson Dam will not be allowed to store as much water, City Departments have undertaken a massive planning effort and outreach program. Over 3,900 letters and facts sheets have been mailed to residents and businesses within the impacted area and an additional 500 letters and fact sheets have been hand delivered to residents within 2009 First Quarter Report Prepared for Transportation Committee Page 2 the Allentown, Foster Point, and Duwamish neighborhoods. The first public meeting was held March 28, 2009 and four additional public outreach meetings are scheduled in April. BUDGET PROGRAM GOALS Public Works Administration 1. Prepare and present a comprehensive City Facilities Upgrade and Replacement Plan: Assessing options and discussing them with DCD. 2. Evaluate future grant funding options available and propose a course of action to fund transportation proiects: Submitted TUC Access (Klickitat) Project to KCPEC and PSRC for the Regional Competition and made a presentation to KCPEC on March 31, 2009. 3. Implement the Emergency Management Community Disaster Education (CDE) Program: In progress. Preparedness briefings are part of the Outreach Program for the Howard Hanson Dam planning effort. 4. Provide quarterly reports on emergency management issues: Ongoing. Mayor and Council are being regularly updated on all issues. 5. Hold quarterly community informational meetings: Ongoing. Emergency Management briefing held at Foster High School on March 28, 2009 with approximately 50 people attending. Business Services 1. Create a more effective, cost efficient department projecting and monitoring department costs: seeking more cost effective purchasing agreements with vendors: preparing the department's operation, maintenance and capital facilities budaet using a "needs- basis" approach: Ongoing. 2. Review the feasibility of using Council- approved Local Improvement Districts (LIDs) as a means of financing street improvement projects for residential and commercial areas: TUC Access (Klickitat) Project will be the first LID project since 1989. 3. Review "rate model" for establishing appropriate rates for water, sewer and surface water enterprise funds. Investigate the feasibility of a consumption -based sewer rate: Ongoing. Maintenance Administration 1. Identify operational requirements (facility space, equipment, and personnel) for all maintenance functions beina performed: Analyzed zero -cost arrangements for new equipment only. 2. Implement recurrent technical training and operational safety programs to maintain employee certification levels to meet current and updated regulations: Approved contract for confined space training that will include updating the city's confined space plan with new regulations. 3. Initiate a program that will improve the energy efficiency of City maintenance operations: As part of the City's Green Team, Public Works is reducing waste and evaluating facility lighting. Engineering Administration 1. Assess standardized contracting procedures for construction and repair projects: Ongoing. The use of a cost loaded network is being used for the fifth time with the Tukwila International Blvd Phase II III Project. 2. Annual assessment and update of transportation impact fees system: Draft In progress, to Transportation Committee in the third quarter. Development General: 1. Maintain and improve the turn around time for permit review and approval: All performance goals are being met. 2. Work with and support DCD to improve permit processes: Ongoing. Performance: 1. Zero backlogs of permits waiting for more than 30 days to be reviewed: Goal met for first quarter. 2. Permits for single family residences issued within 30 days: Goal met for first quarter. 2009 First Quarter Report Prepared for Transportation Committee Page 3 Facility Maintenance General: 1. Maintain a record keeping and tracking system for facility maintenance work order allocation: Review of the data will occur after the first quarter. 2. Implement the business plan for facility maintenance: Tied to evaluation of the data. Performance: 1. Advertise and award 90% of active Fund 303 Proiects no later than June 1 On hold. 2. Reduce facility maintenance costs by 10% through efficiencies: Reviewing lighting efficiencies. Street Maintenance /General Admin General: 1. Participate in pavement management for the multi -year street overlay program: Proceeding past the 60% design review with engineering. 2. Assess the Traffic Operations Center (TOC) effectiveness and flexibility with an emphasis on expanding its use by other departments: Fiber expansions being done with CIP projects. Performance: 1. Repair City -owned streetlights within 72 hours. For Seattle City Light/Puget Sound Energy streetlights. report within 24 hours: Repairs have been made on City -owned lights as needed. 2. Correct all traffic signal problems within 24 hours: Goal being met. 3. Perform quarterly preventative maintenance on all City -owned traffic signals: Completed 50% of all LED replacements in the traffic signal heads. 4. Evaluate reflectivity of all signs once a year: Will begin in second quarter. 5. City street cleaning: Sweeping all roads and still retrieving sand from the 2008 snow operations. Residential 100 percent of the streets. twice a year. Arterial residential and commercial /industrial roads six times a year. Arterial commercial /industrial roads eight times a year. 6. Potholes shall be repaired within 48 hours of notification: Goal being met. 7. Provide quarterly reports on the effort to remove graffiti from public property: Forthcoming. Residential Streets General Engineering 1. Prioritize, budget, and schedule list of residential street improvement projects, including condition of sidewalks. for inclusion into the City's Capital Improvement Program: On hold. 2. Annual update of pavement management system: Update to C.O.W. in second quarter. Bridges Streets General Engineering 1. Ongoing construction of Phase II III of Tukwila International Blvd. Improvement Project: Material and schedule submittals reviewed and approved with cost loaded network nearly ready. Construction notice to proceed expected by early part of second quarter. 2. Award construction contract for Tukwila Urban Access (Klickitat) Project: Award expected prior to end of calendar year. ROW acquisition, certification, and LID formation are outstanding but all are well underway and expected to be completed no later than mid -third quarter. 3. Award construction contract for Southcenter Parkway Project: On hold pending development agreement approval. Equipment Rental General: 1. Use the Fleet Management Database to recommend a 10 percent reduction in the City's fleet costs: Determined under utilized vehicles that qualified for auction or carpool use. 2. Fully implement the Vehicle Replacement Guidelines Procedures: Goal being met. Performance: 1. Return 100 percent of vehicles for preventive maintenance and checkup within the 30 -day timeframe: On track after 1 -month recovery from winter snow events. 2. Keep 90 percent of safety vehicles (Police and Fire) available for use: Goal being met. 3. Complete by April 30th, the "Condition of the City's Fleet" Report: Forthcoming in second quarter. 4. Complete 85 percent of the capital equipment purchases by June 30 On budgetary hold.