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.