HomeMy WebLinkAboutTrans 2014-05-27 COMPLETE AGENDA PACKETNot
City of Tukwila
Transportation Committee
• Allan Ekberg, Chair
• Kathy Hougardy
• De'Sean Quinn
Baer
Distribution:
A. Ekberg
D. Robertson
K. Kruller
D. Quinn
Mayor Haggerton
D. Cline
L. Humphrey
B. Giberson
F. Iriarte
R. Tischmak
G. Labanara
P. Brodin
S. Kerslake
Clerk File Copy
2 Extra
Place pkt pdf on Z: \TC -UC
Agendas
e -mail cover to: A. Le,
C. O'Flaherty, D.
Almberg, B. Saxton,
S. Norris, M. Hart, L.
Humphrey
AGENDA
TUESDAY, MAY 27, 2014 — 5:15 PM
FOSTER CONFERENCE Room
(formerly known as CR #1) in the 6300 building
Itetn�
Re co ended Action
Page`
1. PRESENTATION(S)
2. BUSINESS AGENDA
a) 42nd Ave South /Allentown Roadside Barriers
a) Forward to 6/2/14 Regular
Pg. 1
Consultant Selection and Agreement
Consent Agenda
b) 42nd Ave South /Allentown Roadside Barriers
b) Committee Approval
Pg. 17
Grant Application
c) East Marginal Way S (BAR — S 112th St)
c) Forward to 6/9/14 C.O.W. and
Pg. 19
Consultant Selection and Agreement
6/16/14 Regular
d) 2014 Overlay and Repair Program
d) Forward to 6/2/14 Regular
Pg. 33
Construction Management Supplement No. 1
Consent Agenda
e) Interurban Ave S (S 143rd St to Fort Dent Way)
e) Forward to 6/2/14 Regular
Pg. 49
1) CM Consultant Selection and Agreement
Consent Agenda
2) On -Call Design Support Services Supplement No. 2
f) I -5 /Klickitat Drive - Unstable Slope /Elevated Walkway
f) Forward to 6/2/14 Regular
Pg. 97
Resolution Declaring an Emergency
Consent Agenda
g) Resolution for Six -Year Transportation Improvement
g) Forward to 6/9/14 C.O.W. and
Pg. 103
Program (2015 — 2020)
6/16/14 Regular
3. SCATBd
h) SCATBd April 15, 2014 Meeting Summary
h) Information Only
Pg. 163
SCATBd May 20, 2014 Meeting Agenda
4. MISCELLANEOUS
5. ANNOUNCEMENTS
Future Agendas:
Transportation Benefit District
Next Scheduled Meeting: Monday, June 9, 2014
The City of Tukwila strives to accommodate individuals with disabilities
Please contact the Public Works Department at 206 - 433 -0179 for assistance.
TO:
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director
BY: Dave Sorensen, Project Manager
DATE: May 23, 2014
SUBJECT: Small Roadway and Safety Improvements
42nd Ave South /Allentown Roadside Barriers (Project No. 91310301)
Consultant Selection and Agreement
ISSUE
Approve a contract with KPG, Inc. to provide design services for the 42nd Ave South /Allentown Roadside Barrier Project.
BACKGROUND
In 2013 a study was conducted to evaluate the need for installation of a guardrail or barrier between the Duwamish River
and the adjacent streets of 42nd Ave S and S 115th St in Allentown. Several sections are recommended for guardrail /barrier
installation and funding for design in 2014 was approved in the current CIP.
City staff used the Municipal Research and Services Center (MRSC) Consultant Roster to evaluate engineering firms to
provide the desired services. Five (5) engineering firms were evaluated (see attached scoring and selection matrix) and,
although all are well qualified, KPG, Inc. provides a unique knowledge and understanding of the City's program providing
efficiency and benefits which cannot be matched at this time by the other firm. KPG, Inc. has also prepared the 42nd Ave
South /Allentown Roadside Barrier Study.
DISCUSSION
This contract will include the design of roadside barriers along portions of 42nd Ave S and S 115th St that are recommended
in the previous study. Construction is to be at only the highest risk /highest priority areas and will include guardrail placement
on 42nd Ave S from S 116th St to the vicinity of the Duwamish Community Church.
FISCAL IMPACT
KPG, Inc. has provided a contract, scope of work, and fee estimate to complete design of the 42nd Ave South /Allentown
Roadside Barrier project and advertise for construction bids. Grant funding is being sought for construction.
KPG Contract
Contract Design Budget
$95,927.49 $110,000.00
RECOMMENDATION
Council is being asked to approve the consultant selection and contract with KPG, Inc. for design of the 42nd Ave
South /Allentown Roadside Barrier Project in the amount of $95,927.49 and consider this item on the Consent Agenda at the
June 2, 2014 Regular Meeting.
Attachments: Vicinity Map
Consultant Selection Scoring Matrix
Page 5, 2014 CIP
Contract, Scope of Work and Fee Estimate
W:\PW EngIPROJECTSIA- RW & RS Projects \42nd Ave S Allentown Roadside Barrier (91310301)1Design \Consultant Selection \Docs to TC1Info Memo Consult Selection & Ag.docx
1
Google Maps
S 115:th cs'4
"Iglat'ag
f I
S 117th St
Kiig Countyi
VIP"Ut -,:01.1th Base
'11
S itA ME St
S 117th PI
S-*
(1)
IldWriv-j?
https://www.google.com/maps/preview?h1=en&source=newuser-ws
_
S 11 th St
m— >
i',:q ■C
),..
<
.57,9
ea
, Group Health
•
Cooperative
S 128th St
CFI
E!3,g
73 ," :•13
fn CP
'593)
S 122nd 1,22nd
'12
I 24th St
1:C
.r
cd
•zr
S 124th St
OPOIFt'rt°'N'l
Tukvdki
Corn-runny cent
1Ii Technical Institute
- Seattle Campus
Ilr
ks'
kt:=.
28th st
(1)
S.I burban Prop a e
Map data 02014 Google 500 ft
174=,
Iri ac lad Compel,/
I 25th
u)
co
BE C.4./
1 of 2 5/19/2014 3:32 py
42nd Ave South /Allentown Roadside Barrier
Consultant Selection Matrix (Internal Selection, No Interviews)
ssociates
s
)eying
•ABAM
[cifc
a
a.
Safety Projects Experience
2
2
3
Current Knowledge of Tukwila Standards and Procedures
1
3
4
Environmental Experience
1
2
2
Experience with similar projects?
2
3
2
Expertise Using Federal Funds
1
2
2
CV C'r) CO CO CV
I I I
Pavement Design / Rehabilitation Repair Expertise
1
2
2
Planning and Design
3
3
3
Small Scale Projects
1
3
2
Storm water Drainage & Detention Design
1
2
2
Survey Crew In -House
1
4
4
31
14
26
26
27
TOTALS
For each category, highest score is 1 (with the lowest or worst score at 5)
Consultant with the lowest score is ranked the best.
Staff: Dave Sorensen
Selection Date: 4/10/14
Selected Consultant: KPG, Inc.
Selection Justification: This firm has demonstrated small project design experience, in
house survey, and they are very current on Tukwila standards and procedures. And
have current and past expeirence with the City on multiple projects which produced
outstanding results. Based on overall score KPG, Inc. prevailed.
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2014 to 2019
PROJECT: Small Roadway and Safety Improvements Project No. Varies
DESCRIPTION: Programmatic approach to addressing small roadway and safety concerns through a variety of methods.
Addresses needs not included in general maintenance, traffic calming, or other approaches.
JUSTIFICATION: Increasing public demand on staff time. Local access streets in residential neighborhoods may need minor
roadway or safety improvements that can not be addressed with any other City program.
STATUS: 42nd Ave S /Allentown Roadside Barrier is proposed in phases, Project No. 91310301.
MAINT. IMPACT: Minimal.
COMMENT: Full program is only feasible if Public Works adds a Traffic Engineer to staff (same position as Traffic Calming).
FINANCIAL Through Estimated
in $000's
2012 2013 2014
2015 2016 2017 2018 2019 BEYOND TOTAL
EXPENSES
Design
6
110
116
Land(R/W)
0
Const. Mgmt.
10
40
50
Construction
60
200
260
TOTAL EXPENSES
0
6
110
70
0
0
0
0
240
426
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
0
6
110
70
0
0
0
0
240
426
TOTAL SOURCES
0
6
110
70
0
0
0
0
240
426
!r'oje t Location
2014 - 2019 Capital Improvement Program
5
4
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City ", and KPG, Inc., hereinafter referred to as "the Consultant ", in consideration
of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform engineering services
in connection with the project titled `42nd Ave S Roadside Barrier'.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2014, unless sooner
terminated under the provisions hereinafter specified. Work under this Agreement shall
commence upon written notice by the City to the Consultant to proceed. The Consultant shall
perform all services and provide all work product required pursuant to this Agreement no
later than December 31, 2014 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 $95,927.49 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 as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
5
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall be
endorsed to provide contractual liability coverage.
CA revised : 1 -2013
Page 2
6
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self - insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Consultant
before commencement of the work. Certificates of coverage and endorsements as
required by this section shall be delivered to the City within fifteen (15) days of execution
of this Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
CA revised : 1 -2013
Page 3
7
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this
warrant, the City shall have the right to annul this contract without liability, or in its
discretion to deduct from the contract price or consideration, or otherwise recover, the full
amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non - Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree
that venue shall be properly laid in King County, Washington. The prevailing party in any
such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive
termination of this Agreement.
CA revised : 1 -2013
Page 4
8
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
KPG
753 9th Avenue North
Seattle, WA 98109
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
DATED this
CITY OF TUKWILA
day of , 2014.
Mayor, Jim Haggerton
CONSULTANT
By:
Printed Name:Nelson Davis, KPG
Title: Principal
Attest /Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1 -2013
Page 5
9
EXHIBIT A
City of Tukwila
42nd Avenue S Roadside Barrier
Engineering Design
Scope of Work
May 10, 2014
BACKGROUND:
The City of Tukwila intends to install roadside barrier along 42nd Avenue S and S 115th
Street in general accordance with the recommendations contained in the `42nd Avenue
S — Roadside Barrier Analysis' prepared by KPG (9/25/2013). The proposed
improvements include installation /replacement of approximately 2,400 linear feet of
barrier along the west side of 42nd Avenue S / south side of S 115th Street. The
roadway is located adjacent to the Duwamish River and the barrier will improve safety
along this stretch of the roadway.
The work includes survey, geotechnical investigations, utility coordination, grant funding
assistance, and permitting to support final design and construction of the improvements
as described in the Scope of Work. It is anticipated that the barrier will be installed in
one or more segments depending on available budget and other considerations. The
Consultant and City will work collaboratively to prioritize the segments at the 30%
design level.
90% Design will be completed for the entire project and final Plans, Specifications, and
Estimates will be prepared for the initial project segment for advertisement and award
by the City. Preparation of Bid Documents for future segments, if required, is not
included in this scope of work and will be completed under separate authorization as
funding becomes available.
City of Tukwila
42nd Ave S Roadside Barrier Page 1 of 5
KPG
May 10, 2014
10
SCOPE OF WORK:
Task 1 — Management, Coordination & Administration
1.1 The estimated project duration is 6 months. The Consultant shall provide overall
project management including:
♦ Project staff management and coordination
♦ Subconsultant management and coordination
♦ Schedule and budget monitoring and reporting
1.2 The Consultant shall assist the City with construction grant funding application for
the Highway Safety Improvement Program (HSIP).
Task 2 — Field Investigations
2.1 The Consultant shall coordinate geotechnical review to determine groundwater
depths, trenching recommendations, and other information for construction of the
new pipeline. Geotechnical review will be performed by GeoDesign under
subcontract to the Consultant and will include the following work:
♦ Review available existing geotechnical, geological, and environmental
reports for the project area.
♦ Select boring locations and coordinate and manage the field investigation.
♦ Mark the boring locations and request public utility locates. A separate trip
to the site will be necessary to mark the boring locations in order to get the
utility locates completed and obtain a right -of -way use permit from the City
of Tukwila (City). We assume the City will waive the permit fee, as they
have on past City - related projects.
♦ Explore subsurface conditions by completing up to two soil borings along
the west side of the roadway to a depth of approximately 20 feet below
ground surface. Drilling will be completed using hollow -stem auger drilling
techniques, and samples will be collected using standard penetration tests
for correlation with soil engineering parameters. Samples will be collected
at 2.5 -fot intervals to a depth of approximately 15 feet and then at 5 -foot
intervals to the bottom of the boring. Our representative will collect soil
samples and maintain a log of the subsurface conditions encountered.
We anticipate the borings can be completed in one day.
City of Tukwila KPG
42nd Ave S Roadside Barrier Page 2 of 5 May 10, 2014
11
♦ Complete laboratory analyses on disturbed soil samples obtained from the
explorations to assist in soil classification and evaluating engineering
parameters. Testing may include up to two moisture content
determinations and up to two grain -size distribution tests.
♦ Prepare a report summarizing our findings, conclusions, and
recommendation related to the following:
• Subsurface soil and groundwater conditions and results of laboratory
testing.
• Soil parameters for use in design of guardrail supports.
Task 3 — Survey and Mapping
3.1 The Consultant shall perform topographic survey and prepare project base maps.
Base mapping shall extend approximately 4,000 linear feet from S 115th Street at
the east side of the intersection with 40th Avenue S to the existing guardrail on
42nd Avenue S approximately 300 feet south of the intersection with S 124th
Street. Survey shall extend from the north /east edge of pavement on S115th
Street / 42nd Avenue S to the apparent ordinary high water mark of the Duwamish
River and will include channelization, surface features, grade breaks, and
existing guardrail.
3.2 The Consultant coordinate with a utility locate firm to mark the horizontal location
of utilities within the mapping limits and incorporate into the project base maps.
Measure downs for gravity utilities crossing the proposed guardrail will be
obtained and incorporated into the base maps.
3.3 Right of way will be shown on the base maps based on GIS information and
other publicly available sources. It is assumed that all proposed features lie
within the existing right of way and that no acquisition or right of way calculations
will be required.
Task 4 — Prepare Final Plans, Specifications, and Estimates
The Consultant shall prepare Final Plans, Specifications and Estimates for the initial
phase of this project for advertisement and award by the City. Plans shall be formatted
to provide sufficient detail for convenient field layout of all proposed facilities. City
standard details and WSDOT standard plans will be supplemented with project specific
details as required. Final bid documents will be signed by a licensed professional
engineer in the State of Washington.
City of Tukwila KPG
42nd Ave S Roadside Barrier Page 3 of 5 May 10, 2014
12
4.1 The Consultant shall prepare 30% Plans and cost estimates for the entire project
area consistent with the recommendations contained in the `42nd Avenue S —
Roadside Barrier Warrant Analysis' (KPG, 9/25/2013) and modified based on
actual survey and geotechnical findings.
4.2 The Consultant shall distribute 30% plans to utility providers along the corridor for
verification of their facilities, identification of conflicts with proposed barrier, and
coordinate with franchise utilities for any necessary relocations.
4.3The Consultant shall work collaboratively with the City to prioritize segments for
implementation over one or more years. Priorities will be based on available
budget, severity of safety concern, utility issues, and /or other factors as
determined by the City. Project segments will be summarized in a brief technical
memo for use by the City in future budget considerations.
4.4 The Consultant shall incorporate comments and prepare 90% Plans for the entire
project area, with cost estimate broken into the segments determined in Task
4.3. Plans will show layout of guardrail, terminal ends, curbing, channelization,
and cross sections at key locations to permit convenient layout in the field.
Details showing modifications to WSDOT standard plans based on actual site
conditions will also be included. Specifications will be prepared for the initial
segment anticipated for construction. A $5,000 allowance is included in the
project budget for geotechnical assistance with final design. Structural
streambank repairs / retaining walls are not anticipated or included in the project
budget.
4.5The Consultant shall incorporate city comments and finalize Plans,
Specifications, and Estimate for bid advertisement of the initial segment. The
plans may be for the entire project length or for a portion of the project based on
available budget or other considerations at the discretion of the City.
4.6The Consultant shall upload Bid documents to bxwa.com for advertisement.
Fees for advertisement will be paid by the City.
4.7The Consultant shall provide bid period services to include responses to bidder
inquiries, preparation of addenda, attendance at bid opening, preparation of bid
tabulation, and recommendation to award or reject the apparent low bidder. The
budget assumes a straight forward review process with the low bidder receiving
the contract award.
City of Tukwila KPG
42nd Ave S Roadside Barrier Page 4 of 5 May 10, 2014
13
Task 5 — Permitting
5.1 The Consultant shall prepare and submit a SEPA checklist to the City for
processing. No other permits are anticipated or included in the scope of work.
ADDITIONAL SERVICES:
The City of Tukwila may require other services of the consultant. These services could
include additional design, right of way, environmental documentation, construction
phase services, or other work tasks not included in the scope of work. At the time these
services are required, the Consultant will provide the City with a detailed scope of work
and an hour and fee estimate. The Consultant will not proceed with the work until the
City has authorized the work and issued a Notice to Proceed.
DELIVERABLES
• Draft and Final Geotechnical Report
• 30% Plans and Estimate (5 copies)
• Technical memo for project phasing
• 90% Plans, Specifications, and Estimates (5 copies)
• 1/2 size final Plans (10 copies)
• Full size final Plans (5 copies)
• Final Specifications (10 copies)
• Final Engineer's Estimate
• Upload of Bid Documents to bxwa.com
• Completed SEPA checklist
City of Tukwila KPG
42nd Ave S Roadside Barrier Page 5 of 5 May 10, 2014
14
HOUR AND FEE ESTIMATE
Project: City of Tukwila
42nd Ave S Roadside Barrier
Engineering Design
EXHIBIT B
• Architecture
Landscape dscape Ar°c°hitecture
Civil Engineering •
Task
Description
Labor Hour Estimate
Total Fee
Project
Manager
$ 185.60
Senior
Engineer
$ 132.60
Project
Engineer
$ 112.71
Design
Engineer
$ 99.45
CAD
Technician
$ 86.18
Const
Inspector
$ 106.06
Survey
Crew
$ 139.96
Senior
Admin
$ 106.06
Office
Adm in
$ 66.30
Fee
Task 1 - Management, Coordination, Administration
1.1 Project Management (6 months)
1.2 Assist with HSIP grant application
Task Total
6
0
6
0
0
0
0
6
12
4
0
8
0
4
0
0
0
4
10
0
14
0
4
0
0
6
16
$ 3,221.83
$ 2,254.01
$ 5,475.83
Task 2 - Field Investigations
2.1 Coordinate geotechnical investigations
Reimbursable - Geotechnical (GeoDesign)
Task Total
1
0
4
0
2
0
0
0
2
1
0
4
0
2
0
0
0
2
$ 941.40
$
8,990.00
$ 9,931.40
Task 3- Survey and Base Mapping
3.1 Topographic survey
2
4
0
32
0
0
70
0
0
$ 13,880.95
3.2 Utility pick ups
0
0
0
4
0
0
8
0
2
$ 1,650.05
3.3 Incorporate GIS right of way into base maps
0
0
2
4
0
0
4
0
0
$ 1,183.04
Reimbursable - Utility locates
8
16
80
40
40
0
0
0
24
$ 3,000.00
Task Total
2
4
2
40
0
0
82
0
2
$ 19,714.03
Task 4 - Prepare Final Plans, Specifications, and Estimate
4.1 Prepare 30% Plans and Estimate
4
8
40
24
40
0
0
0
2
$ 12,278.17
4.2 Utility coordination
4
0
16
8
8
0
0
0
8
$ 4,561.18
4.3 Prioritize segments for installation
8
0
8
0
8
0
0
0
4
$ 3,341.13
4.4 Prepare 90% Plans, Specifications, and Estimate
8
16
80
40
40
0
0
0
24
$ 21,639.46
4.5 Finalize Bid Documents for Segment 1
4
0
16
16
16
0
0
0
8
$ 6,046.20
4.6 Upload bid documents to bxwa.com
0
0
4
0
8
0
0
0
4
$ 1,405.49
4.7 Bid period services
4
0
8
4
4
0
0
0
4
$ 2,651.79
Reimbursable - Mileage
$ 500.00
Reimbursable - Reprographics
$ 1,500.00
Reimbursable - Geotechical allowance (GeoDesign)
$ 5,000.00
Task Total
32
24
172
92
124
0
0
0
54
$ 58,923.42
Task 5 - Permittin
5.1 Prepare and submit SEPA checklist
Task Total
g
2
0
8
0
4
0
0
0
4
$ 1,882.81
2
0
8
0
4
0
0
0
4
$ 1,882.81
Hourly rates are based on the following:
Direct Salary Costs
Overhead Rate
Fixed Fee
Project Total: $ 95,927.49
$ 67.30
$ 48.08
$ 40.87
$ 36.06
$ 31.25
$ 38.46
$ 50.75
$ 38.46
$ 24.04
145.78%
30%
Totals
$ 27, 898.14
$ 40, 669.91
$
8,369.44
5/10/2014
16
TO:
City of Tukwila
FROM:
BY:
DATE:
SUBJECT:
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
Bob Giberson, Public Works Director
Sorensen, Project Manager
May 23, 2014
Small Roadway and Safety Improvements
42nd Ave South /Allentown Roadside Barrier, (Project No. 91310301)
Grant Application
ISSUE
Authorize the submittal of a grant application for federal transportation funds.
BACKGROUND
WSDOT announced that 2015 City Safety grant applications are due on July 16. This
program includes $37 million of federal funds to fund the design /preliminary
engineering, right -of -way, and construction phases of projects that will use engineering
countermeasures to reduce fatal and serious injury collisions on city streets and state
highways. WSDOT Highways and Local Programs are overseeing the competitive
process for this federal grant program. Projects advertised for construction by
September 30, 2017 are eligible for 100% funding for construction (no local match is
required for eligible federal expenditures). Final project selections will be made in
December 2014 and grant funds will be available in 2015.
DISCUSSION
The Transportation Committee requested a study regarding guardrail and /or barrier
warrants along 42nd Avenue South in Allentown. The goal of the study was to identify
applicable design and safety standards, roadside barrier needs and any upgrades or
modifications available to existing guard rail and concrete barriers.
The study was completed in September 2013 and funds were budgeted in 2014/2015
to begin implementation. A design consultant has been selected and will proceed with
the design phase of this project. The City will pursue WSDOT grant funds for the
construction phase of this project with Transportation Committee approval. Currently
full construction funding is in beyond, but if the grant submittal is successful, funding
will be moved to 2015.
RECOMMENDATION
Committee approval to submit a grant application for the 42nd Ave South /Allentown
Roadside Barrier Project.
Attachments: Proposed 2015 GIP page for Small Roadway & Safety Improvements
W:1PW EngIPROJECTSIA- RW & RS Projects142nd Ave S Allentown Roadside Barrier (91310301)1Grants \Doss to TC\Info Memo 2015 Grant Application 5- 23- 14.docx
17
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2014 to 2019
PROJECT: Small Roadway and Safety Improvements
Project No. Varies
DESCRIPTION: Programmatic approach to addressing small roadway and safety concerns through a variety of methods.
Addresses needs not included in general maintenance, traffic calming, or other approaches.
JUSTIFICATION: Increasing public demand on staff time. Local access streets in residential neighborhoods may need minor
roadway or safety improvements that can not be addressed with any other City program.
STATUS:
42nd Ave S /Allentown Roadside Barrier is proposed in phasf 1, N_ 91310301.
MAINT. IMPACT: Minimal.
COMMENT:
0
Full program is only f?. sw i r °rrt., "c Works adds a Traffic Engineer to staff (same position as Traffic Calming).
FINANCIAL Through Estimated
in $000's
2012 2013 2014
2015 2016 2017 2018 2019 BEYOND TOTAL
EXPENSES
Design
6
110
116
Land (R/W)
0
Const. Mgmt.
30
30
Construction
210
210
TOTAL EXPENSES
0
6
110
240
0
0
0
0
0
356
FUND SOURCES
Awarded Grant
0
Proposed Grant
240
240
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
0
6
110
0
0
0
0
0
0
116
TOTAL SOURCES
0
6
110
240
0
0
0
0
0
356
2014 - 2019 Capital Improvement Program
5
18
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Directorre9
BY: Dave Sorensen, Project Manager
DATE: May 23, 2014
SUBJECT: East Marginal Way S (BAR — S 112th St)
Project No. 98910405
Consultant Selection and Agreement
ISSUE
Approve a consultant agreement with TransOlympic Engineering, Inc. to provide a design report for East Marginal Way S.
BACKGROUND
East Marginal Way South between Boeing Access Road and S 112th St has been identified as a capacity improvement
project in the City's transportation forecasting. The project is included on the mitigation list for transportation improvements
and traffic impact fees have been collected by the City.
A consultant selection process using the Municipal Research and Services Center (MRSC) Consultant Roster was
performed and six (6) engineering firms were evaluated to provide a Design Report (see attached scoring and selection
matrix). TransOlympic Engineering was scored as the most qualified to provide the requested design services as they have
prepared preliminary plans for several other municipal projects statewide and have performed very well.
DISCUSSION
The East Marginal Way S project is a design feasibility report which will consider the cost benefit of design and construction
of curb, gutter, drainage, lighting, turn lanes, traffic control, and other transportation improvements as identified in the final
report that could be needed over the next 20 years. Upon completion of the design feasibility report, staff will evaluate the
cost benefit to either move forward with full design or discontinue the traffic impact fee collection zone. The west half of East
Marginal Way S was completed by Sound Transit as part of the Link Light Rail Project.
FINANCIAL IMPACT
In the 2014 CIP, $50,000 is budgeted yet traffic impact fees collected to date total $112,642.00. TransOlympic Engineering
has submitted a design report contract for $88,032.00. Additional expenditures will be needed from the 104 Arterial Street
Fund's traffic impact fees.
Design Feasibility Report
Additional Traffic Impact Fee Revenue
Contract Budget Traffic Impact Fees
$88,032.00 $ 50,000.00 $ 112,642.00
33,032.00 (88,032.00)
$ 88 032.00 $ 24 610.00
RECOMMENDATION
Council is asked to approve the consultant agreement with TransOlympic Engineering, Inc. in the amount of $88,032.00 for
the design feasibility report for the East Marginal Way S (BAR — S 112th St) Project and consider this item at the June 9,
2014 Committee of the Whole and subsequent June 16, 2014 Regular Meeting.
Attachments: Consultant Selection Matrix
Page 27, 2014 CIP
Contract, Scope of Work, and Fee Estimate
W: \PW Eng \PROJECTS\A- RW & RS Projects \EMW Feasibility (BAR - 113) (98910405) \Consultant Selection \To TC \Info Memo Consult Select & Contract 5- 23- 14.docx
19
CONSULTANT SELECTION
E. Marginal Way 9 (BAR - S. 112 St)
For each category, highest score is 1 (with the lowest or worst score at 4)
Consultant with the lowest score is ranked the best.
20
DKS Associates
TransOlympic
Engineering, Inc.
KPFF
Parametrix
Perteet
W & H
Pacific, Inc.
Survey Crew In -House
3
1
1
1
1
1
Bikeway & Walkway
Design
2
2
2
2
2
2
Past Performance on Similar
Projects
4
2
3
2
3
3
Stormwater Drainage &
Detention Design
2
2
3
2
3
3
Pedestrian Path / Facilities
Planning and Design
3
2
3
3
3
2
Recent Experience with Tukwila
Standards and Procedures
4
4
3
4
4
4
TOTALS
18
13
15
14
16
15
Justificaiton of Prevailing Consultant: Based on rewiew of the consultants website and MRSC online profile, including completed projects,
TransOlympia Engineering was chosen to perform this study. This contract includes the possiblity the consultant could be chosen to provide further
design work, including a Prelimanry Engineering contract.
For each category, highest score is 1 (with the lowest or worst score at 4)
Consultant with the lowest score is ranked the best.
20
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2014 to 2019
PROJECT: E Marginal Way (BAR - S 112 St) * Project No. 98910405 Zone 4
DESCRIPTION: Design and construct curb, gutter, drainage, lighting, turn lanes, and traffic control.
JUSTIFICATION: Safety, capacity, and drainage items needed to serve this area of increasing vehicle and pedestrian traffic.
STATUS: Design report needed. Project will include improvements in conjunction with Sound Transit Light Rail.
MAINT. IMPACT: Reduction in maintenance.
COMMENT: Project is on impact fee list for only the design costs.
FINANCIAL Through Estimated
(in $000's)
2012 2013 2014
2015
2016
2017
2018
2019
BEYOND TOTAL
EXPENSES
Design
50
170
220
Land (R/W)
700
700
Const. Mgmt.
280
280
Construction
2,150
2,150
TOTAL EXPENSES
0
0
50
0
0
0
0
0
3,300
3,350
FUND SOURCES
Awarded Grant
0
Proposed Grant
1,300
1,300
Mitigation Actual
0
Traffic Impact Fees
113
50
990
1,153
City Oper. Revenue
(113)
0
0
0
0
0
0
0
1,010
897
TOTAL SOURCES
0
0
50
0
0
0
0
0
3,300
3,350
Project Location
2014 - 2019 Capital Improvement Program
27
21
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and Trans Olympic Engineering, Inc., hereinafter referred to as "the
Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform engineering services
in connection with the project titled E. Marginal Way (BAR — S. 112th ST).
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2014, unless sooner
terminated under the provisions hereinafter specified. Work under this Agreement shall
commence upon written notice by the City to the Consultant to proceed. The Consultant shall
perform all services and provide all work product required pursuant to this Agreement no later
than November 30, 2014 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 he made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall not
exceed $88,032 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 as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
22
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 propel ty of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
I. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non-owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall he
endorsed to provide contractual liability coverage.
CA revised 1-2013
Page 2
23
2. Commercial General Liability- insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall he written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liabilitv with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self-insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not he contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Consultant
before commencement of the work. Certificates of coverage and endorsements as required
by this section shall be delivered to the City within fifteen (15) days of execution of this
Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days' notice to the Consultant to correct the breach,
immediately ten-ninate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall he 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.
CA revised : 1-2013
Page 3
24
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this warrant,
the City shall have the right to annul this contract without liability, or in its discretion to
deduct from the contract price or consideration, or otherwise recover, the full amount of such
fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability 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 teens of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules. including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree
that venue shall be properly laid in King County, Washington. The prevailing party in any
such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The provisions
of this Agreement, which by their sense and context are reasonably intended to survive the
completion, expiration or cancellation of this Agreement, shall survive termination of this
Agreement.
CA revised : 1-2013
Page 4
25
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the .following address:
/Lir No,
1 8. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
DATED this /2114 day of
CITY OF TUKWILA CONSULTANT
7T7-4/Vc-l-P°Pqf ‘-'1V6,;(inrkriez/ve:, //le.: -
By: *
11--41/4, 416
Mayor, Jim Haggerton
Printed Name: C-C1- ilf&A/Ya'
Title: fr(24/1/c/A44-
Attest/Authenticated: Approved as to Form:
City Clerk, Christy OTlaherty Office of the City Attorney
CA revised : 1-2013
Page 5
26
EXHIBIT "A"
City of Tukwila
E. Marginal Way (BAR — S. 112th ST)
Scope of Work
May 7, 2014
Scope:
TransOlympic Engineering, Inc. in collaboration with Skillings Connolly, Inc. is to provide
engineering services to the City of Tukwila for preparation of an alternatives
analysis /feasibility study to identify a project to improve East Marginal Way.
The work associated with this agreement involves the study of alternatives to improve
safety and levels of service for motorized and non - motorized modes of transportation
along East Marginal Way from the NB stop bar at the intersection of East Marginal Way
and the South Boeing Access Road to and including the intersection of East Marginal
Way with South 112th Street.
The goal of this project is to identify a preferred alternative that will provide the desired
outcome while being financially feasible.
Following is the scope of work to accomplish this goal:
Assumptions
1. TransOlympic Engineering will lead a team to provide the services required by this task.
2. Level 1 Screening will be conducted on a range of alternatives by a team of City,
TransOlympic Engineering, Skillings Connolly, and DKS Associates members. It will
consist of a qualitative approach (order of magnitude only, not actual quantities)
based on existing information and knowledge of the team representatives. The
screening criteria will include costs, constructability, environmental considerations
and the purpose and need of the improvement. The intent of the screening is to identify
"fatal flaws" and to qualitatively rank the remaining alternatives for the Level 2
Screening process to follow. No field data will be collected to support this effort.
3. Level 2 Screening will be conducted on the viable alternatives identified in the Level 1
process by a City selected evaluation team. It will be quantitative in nature and based
on conceptual designs to include footprints and key features that will impact cost and
constructability. Retaining walls, bridges, storm water facilities, channelization, signals
and other structural components, right -of -way acquisition,
27
displacements, environmental impacts and materials quantities will be utilized for the
analysis with the intent of providing rough estimates of types, sizes, locations, costs
etc.
Tasks
1. Develop a purpose & need statement that defines the purpose of the project and its
supporting need(s). Submit to the City for review. Incorporate review comments and
resubmit for concurrence.
2. Develop a list of reasonable alternatives for consideration in the Level 1 Screening
process.
3. Identify the environmental elements to be considered. Submit to the City for
review. Incorporate review comments and resubmit for concurrence.
4. Collect necessary environmental data via site visit and literature search.
5. Level 1 Screening:
a. Gather background data.
b. Evaluate reasonable alternatives & identify fatal flaws.
c. Apply Level 1 Screening criteria.
d. Meet with the City to review the reasonable alternatives evaluated and
initial screening. Select viable alternatives to be considered in the Level 2
Screening process.
e. Document the Level 1 Screening process in a Technical Memorandum.
Submit the Draft Technical Memorandum to the City for review.
Incorporate review comments and resubmit for concurrence as final.
6. Level 2 Screening:
a. Gather data, collect field data and prepare conceptual designs with
plans and cost estimates.
b. Develop Level 2 screening criteria to be used by the City evaluation team.
Submit to the City for review. Incorporate review comments and resubmit
for concurrence.
c. Meet with the City evaluation team to:
1) Present proposed viable alternatives.
2
28
2) Present proposed screening criteria.
3) Screen and rank viable alternatives. Select the preferred alternative.
4) Document the Level 2 Screening process in a Technical
Memorandum. Submit the Draft Technical Memorandum to the City
for review. Incorporate review comments and resubmit for
concurrence as final.
Deliverables
1. Purpose & Need Statement.
2. Level 1 Screening Technical Memorandum.
3. Level 2 Screening Technical Memorandum.
3
29
EXHIBIT "B"
CITY OF TUKWILA
E. Marginal Way (BAR — S. 112th ST)
Fee Summary
NEGOTIATED HOURLY RATE (NHR):
Classification Man Hours X Rate = Cost
PRINCIPAL -IN- CHARGE 125 x $139.00 = $17,375.00
ENGINEER 62 x $85.00 = $5,270.00
TECHNICIAN 38 x $60.00 = $2,280.00
PROJECT ADMINISTRATOR 4 x $80.00 = $320.00
Total Hours = 230 Total NHR =
REIMBURSABLES:
Mileage 400 X $0.560 = 5224.00
Miscellaneous Expenses 51,085.00 x 10% = 51,193.50
Total Expenses=
SUBCONSULTANT COST (See Exhibit G):
Geotechnical $0.00 X 15% _ $0.00
Skillings Connolly $50,790.00 x 10% _ $55,869.00
DKS- Allowance 55,000.00 X 10% _ $5,500.00
** $0.00 x 10% $0.00
Total Subconsultants
SUB -TOTAL (NHR + REIMBURSABLES + SUBCONSULTANTS):
MANAGEMENT RESERVE FUND:
Sub Total =
SUB TOTAL = $88,031.50 x 0% = MRF
GRAND TOTAL
GRAND TOTAL =
PREPARED
30
EXHIBIT "B"
CITY OF TUKWILA
E. Marginal Way (BAR - S. 112th ST)
Sub Consultant Fee Summary
31
NEGOTIATED HOURLY RATE (NHR):
Classification
Man Hours
X
Rate
=
Cost
PRINCIPAL -IN- CHARGE
46
x
5146.00
=
$6,716.00
SENIOR PROJECT MANAGER
1
X
$0.00
=
$0.00
PROJECT MANAGER
93
x
$126.00
=
$11,718.00
SENIOR PROJECT ENGINEER
0
x
5140.00
=
$0.00
PROJECT ENGINEER
0
X
5140.00
=
$0.00
ENVIRONMENTAL MANAGER
14
x
5146.00
=
$2,044.00
SR ENVIRONMENTAL SCIENTIST
0
x
5146.00
=
$0.00
STAFF SCIENTIST
0
x
$72.00
=
50.00
PUBLIC INVOLVEMENT COORDINATOR
16
x
580.00
=
$1,280.00
ENGINEER
146
x
$112.00
=
$16,352.00
RIGHT OF WAY AGENT
0
x
5129.00
=
50.00
SURVEY MANAGER
4
x
$160.00
=
$640.00
SURVEYOR
0
x
5114.00
=
50.00
1 MAN SURVEY CREW
24
x
$80.00
=
$1,920.00
2 MAN SURVEY CREW
0
x
$230.00
=
$0.00
3 MAN SURVEY CREW
26
x
$260.00
=
$6,760.00
TECHNICIAN
32
x
595.00
=
$3,040.00
INSPECTOR
0
x
$130.00
=
$0.00
PROJECT ADMINISTRATOR
4
x
$80.00
=
$320.00
ADMINISTRATIVE ASSISTANT
0
x
$90.00
=
$0.00
Total Hours =
406
Total NHR'
J�
.*� 'S.KC
REIMBURSABLES:
Mileage
0
X
$0.560
=
$0.00
Miscellaneous Expenses
$0.00
x
10%
=
$0.00
Total Expenses =
SUBCONSULTANT COST (See Exhibit 0):
Geotechnical
$0.00
X
15%
_
$0.00
Subconsultant 1
$0.00
X
10%
_
$0.00
Subconsultant 2
$0.00
X
10%
=
50.00
Subconsultant 3
$0.00
x
10%
=
50.00
Total Subconsultants = ,
#x,
„r;�,t.,
SUB -TOTAL (NHR + REIMBURSABLES + SUBCONSULTANTS):
Sub Total - �yrr
.�'z�`�.'�7="``�a ��
*,!s�9�
MANAGEMENT RESERVE FUND:
SUBTOTAL=
$50,790.00
x
0%
=
MRF,yy"''
GRAND TOTAL
GRAND TOTAL
=
'�
PREPARED
31
32
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director
BY: David Sorensen, Project Manager
DATE: May 23, 2014
SUBJECT: 2014 Overlay and Repair Program
Project No. 91410401, Contract No. 13 -193
Supplement No. 1 for Construction Management Services
ISSUE
Execute Supplement No. 1 with KPG, Inc. to provide construction management services for the 2014
Overlay and Repair Program.
BACKGROUND
Five (5) engineering firms were evaluated to provide construction management services for the City's
2014 Overlay and Repair Program (see attached scoring and selection matrix). Each consulting firm
provides services with expertise in multiple engineering disciplines. All of the firms are qualified;
however KPG, Inc. possesses a knowledge and understanding of the City's program that provides
efficiency and benefits which cannot be matched at this time by any other firm. KPG, Inc. has
prepared preliminary plans for several of the project segments as part of the 2013 Overlay and Repair
Program and has also performed very well on previous City projects, including preliminary design of
the 2014 Overlay and Repair Program. The selection of a consultant to provide these services will
continue to be evaluated annually as consultant's staffing and expertise change over time.
DISCUSSION
KPG, Inc. has provided a supplement, scope of work, and fee estimate for construction management
services for the 2014 Overlay and Repair Program for $168,729.49. Construction bid opening is
scheduled for May 28, 2014.
FISCAL IMPACT
Sup No. 1 CM Budget
Construction Management Sup No. 1 $ 168,729.49 $ 175,000.00
RECOMMENDATION
Council is being asked to approve Supplement No. 1 to Contract No. 13 -193 for construction
management services with KPG, Inc. for the 2014 Overlay and Repair Program in the amount of
$168,729.49 and consider this item on the Consent Agenda at the June 2, 2014 Regular Meeting.
Attachments: Consultant Selection Scoring Matrix
Vicinity Map
Page 15, 2014 CIP
Contract, Scope of Work and Fee Estimate
W:1PW Eng1PROJECTSIA- RW & RS ProjectslAnnual Overlay & Repair Programs12014 Overlay & Repair Program (91410401)1CN Management\Docs to TC11nfo Memo CM Sup 91 KPG 05- 23- 14.docx
33
2014 Overlay Program - Contract for Construction Management
Services
DEA Associate
I
a
m
Jason
Engineering
v
cg
a
CH2M Hill, Inc.
Paving project design/ constuction experience.
1
3
3
3
3
Current Knowledge of FHWA, State, and Tukwila Standards and Procedures
2
1
2
4
3
Environmental Experience
2
2
2
2
2
Experience with similar federal aid projects?
2
2
2
3
3
Expertise Using Federal Funds
2
2
3
3
3
Project Manager
1
1
2
5
4
Small Scale Projects
2
2
1
4
2
Utilities
2
2
3
3
3
Stormwater, Drainage, and Detention Design.
1
2
3
4
4
Plan Review
1
2
3
4
4
Contruction Inspection
1
3
3
4
4
Survey Crew In -House
2
1
4
4
2
19
23
31
43
37
TOTALS
For each category, highest score is 5 (with the lowest or worst score 1)
Consultant with the highest score is ranked the best.
Staff: Dave Sorensen
Selection Date: 5/13/14
Selected Consultant: KPG, Inc.
Selection Justification: This firm has demonstrated relevant pavement project design
experience including exceptional familiarity with WSDOT/ FHWA standards, and a
solid DBE approach and commitment. And has performed well on previous city overlay
projects in providing design and CM services. Based on overall score KPG prevailed.
N
NTS
Project
Locations
City of Tukwila
Department of Public Works
2013 Overlay Program
10/9/2013
Vicinity Map
35
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2014 to 2019
PROJECT: Annual Overlay and Repair Program Project No, 91310401
DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets,
JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also
minimizes costs, Some individual sites may be coordinated with water, sewer, and surface water projects.
STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay.
MAINT. IMPACT: Reduces annual maintenance.
COMMENT: Ongoing project. Only one year actuals shown in first column,
FINANCIAL
(in $000's)
EXPENSES
Through Estimated
2012 2013 2014
2015 2016 2017 2018 2019 BEYOND TOTAL
Design
Land (RAN)
Const, Mgmt,
Construction
TOTAL EXPENSES
FUND SOURCES
Awarded Grant
Proposed Grant
Mitigation Actual
Mitigation Expected
City Oper, Revenue
TOTAL SOURCES
194
165
969
1,328
100
100
175
1,225
1,500
125
175
1,250
1,550
125
175
1,260
1,560
150
200
1,300
1,650
150
200
1,320
1,670
175
225
1,325
1,725
175
225
1,325
1,725
1,328
1,328
100
100
1,500 1,550
1,500 1,550
1,560
1,560
1,650
1,650
1,670
1,670
1,725 1,725
1,725 1,725
1,294
0
1,540
9,974
12,808
0
0
0
0
12,808
12,808
;It.7
/Jr
4 ---
F
r
2014 - 2019 Capita/ Improvement Program
15
36
SUPPLEMENTAL AGREEMENT NO. 1
AGREEMENT No. 13 -193
PROJECT No. 91410401
City of Tukwila
Public Works Department
6300 Southcenter Boulevard #100
Tukwila, WA 98188
KPG, Inc.
753 - 9th Avenue N.
Seattle, WA 98109
PROJECT: 2014 Overlay Program — Construction Services
This SUPPLEMENTAL AGREEMENT NO. 1 is to supplement the agreement entered into with KPG,
Inc. and the City of Tukwila, which was executed on the 2nd day of December, 2013.
All provisions in the basic agreement remain in effect, except as expressly modified as follows:
Article 2, Scope of Services, shall be supplemented with the following:
The Consultant agrees to provide construction services in accordance with the scope of work included as
Exhibit A.
Article 4, Payment, shall be modified as follows:
Payment for work provided by Consultant shall be made as provided on Exhibit B, attached hereto,
provided that the total amount of payment to the Consultant for this work not exceed $168,729.49 without
express written modification of the Agreement signed by the City. The new total contract shall not exceed
$288, 606.30 without express written modification of the Agreement signed by the City.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals this day
of , 2014.
APPROVED: APPROVED:
CITY OF TUKWILA KPG, INC.
Jim Haggerton
Mayor
Attested:
Christy O'Flaherty, City Clerk
Nelson Davis, P.E.
Principal
37
EXHIBIT A
City of Tukwila
2014 Overlay Program
Supplement No. 1
Construction Services
Scope of Work
May 19, 2014
This work will provide construction services for the construction contract to complete the City of Tukwila
— 2014 Overlay Program. These services will include design support, project management,
documentation control, inspection, materials testing, public involvement, and contract administration
during the construction of the project, as detailed below. KPG ( "Consultant ") will provide to the City of
Tukwila ( "City ") construction management services for the project.
A detailed scope for the Contract follows:
I. INTRODUCTION
The following scope of services and associated costs are based upon the assumptions outlined below.
General Assumptions:
• The proposed project team will include a part -time project manager, one part -time
documentation control specialist, a part -time project engineer during construction activities,
one full -time inspector during construction activities when unit price work is being performed,
and sub - consultant to provide services for materials testing.. It is anticipated that full -time site
observation will be required for the entire project.
• The level of service is based on a construction project duration of approximately 60 calendar
days.
• KPG estimates a total project duration of 126 calendar days (18 weeks) including
preconstruction service, construction services, and project closeout.
• It is anticipated that the KPG will develop the Record of Materials (ROM). This scope of services
provides the management of the ROM and scheduling of required materials testing respectively.
• It is anticipated that the City will review and execute the insurance, bonds, and the Construction
Contract.
• It is anticipated that all Community Outreach will be completed by the City.
• The design engineers from KPG will be available during construction to answer questions during
construction and review RAM's, shop drawings, and answer RFI's that require a level of
engineering expertise outside of the capabilities of the Consultant.
• Services will be performed in accordance with the Contract plans & special provisions, and City
of Tukwila engineering standards.
City of Tukwila — 2014 Overlay Program Page 1 of 7 KPG
Construction Services Project Number 13156
Scope of Work 5/19/2014
38
EXHIBIT A
II. SCOPE OF WORK
The objective and purpose of this Construction Services Agreement is for the Consultant to successfully
deliver the construction of the Project to the City by ensuring that the improvements are constructed in
accordance with the approved Plans and Specifications, as may be amended or revised, that all of the
required Project documentation is accounted for.
TASK 1— MANAGEMENT /COORDINATION /ADMINISTRATION
Provide overall project management, coordination with the City, monthly progress reports, and
invoicing. This effort will include the following elements.
• Organize and layout work for project staff. Prepare project instructions on contract
administration procedures to be used during construction.
• Review monthly expenditures and CM team scope activities. Prepare and submit project
progress letters to the City along with invoices describing CM services provided each month.
Prepare and submit reporting required by funding source(s), if any.
Deliverables
• Monthly invoices and progress reports
TASK 2 — PRECONSTRUCTION SERVICES
2.1 Preconstruction Conference: The Consultant will prepare an agenda for, distribute notices of,
and conduct a preconstruction conference in the City's offices. The Consultant's project
manager, resident engineer, inspector, and document control specialist will attend the
preconstruction conference. The Consultant will prepare a written record of the meeting and
distribute copies of the minutes to all attendees and affected agencies, staff, etc.
At the Pre - construction conference, the Consultant shall facilitate discussions with the
Contractor concerning the plans, specifications, schedules, issues with utilities, unusual
conditions, Federal, State, and local requirements and any other items that will result in better
project understanding among the parties involved.
Deliverables
• Preconstruction conference agenda with meeting minutes
TASK 3 — CONSTRUCTION SERVICES - FIELD
3.1 On -site Observation: The Consultant shall provide the services of one full time inspector
during construction activities and other tasks necessary to monitor the progress of the work.
An additional part time inspector may be incorporated as dictated by the Contractor's
approach to the Work. Construction staff shall oversee the following items of work, on the
project site, and will observe the technical progress of the construction, including providing
day -to -day contact with the Contractor and the City:
City of Tukwila — 2014 Overlay Program
Construction Services
Scope of Work
Page 2 of 7
KPG
Project Number 13156
5/19/2014
39
EXHIBIT A
o Preparation to include mobilization, clearing and grubbing, removal of structures
o Grading, installation of drainage and storm sewer
o Erosion Control and Planting
o HMA grinding and paving
o Driveways, curb, gutter and sidewalk
o And all incidental items necessary to complete the Work as described in the Plans
and /or Specifications.
Field inspection staff will perform the following duties as a matter of their daily activities:
Observe technical conduct of the construction, including providing day -to -day contact
with construction contractor, City, utilities, and other stakeholders, and monitor for
adherence to the Contract Documents. The Consultant's personnel will act in
accordance with Sections 1 -05.1 and 1 -05.2 of the Standard Specifications.
ii. Observe material, workmanship, and construction areas for compliance with the
Contract Documents and applicable codes, and notify construction contractor of
noncompliance. Advise the City of any non - conforming work observed during site visits.
iii. Document all material delivered to the job site in accordance with the contract
documents.
iv. Prepare daily inspection reports, recording the construction contractor's operations as
actually observed by the Consultant; includes quantities of work placed that day,
contractor's equipment and crews, and other pertinent information.
v. Interpret Contract Documents in coordination with the City and KPG.
vi. Resolve questions which may arise as to the quality and acceptability of material
furnished, work performed, and rate of progress of work performed by the construction
contractor.
vii. Establish communications with adjacent property owners. Respond to questions from
property owners and the general public.
viii. Coordinate with permit holders on the Project to monitor compliance with approved
permits, if applicable.
ix. Prepare field records and documents to help assure the Project is administered in
accordance with the funding requirements.
x. Collect and calculate delivery tickets and salesman's daily reports of aggregate. All
tickets will be initialed with correct bid item and stationing identified (Construction
Manual 10 -2).
xi. Attend and actively participate in regular on -site weekly construction meetings.
xii. Take periodic digital photographs during the course of construction, and record
locations.
xiii. Coordinate with the City's maintenance personnel.
City of Tukwila — 2014 Overlay Program
Construction Services
Scope of Work
Page 3 of 7
KPG
Project Number 13156
5/19/2014
40
EXHIBIT A
xiv. Punch list. Upon substantial completion of work, coordinate with the Client and
affected agencies, to prepare a `punch list' of items to be completed or corrected.
Coordinate final inspection with those agencies.
•
3.2 Substantial Completion: Upon substantial completion of work, coordinate with the City and
other affected agencies, to perform a project inspection and develop a comprehensive list of
deficiencies or ` punchlist' of items to be completed. A punchlist and Certificate of Substantial
Completion will be prepared by the Consultant and issued by the City.
3.3 Materials Testing: Coordinate the work of the materials testing technicians and testing
laboratories in the observation and testing of materials used in the construction; document
and evaluate results of testing; and address deficiencies. Frequency of testing shall be
determined by the resident engineer.
Assumptions:
• Consultant will provide observation services for the days /hours that the contractor's
personnel are on -site.
• The Consultant's monitoring of the construction contractor's activities is to ascertain
whether or not they are performing the work in accordance with the Contract Documents;
in case of noncompliance, Consultant will reject non - conforming work, and pursue the
other remedies in the interests of the City, as detailed in the Contract Documents. The
Consultant cannot guarantee the construction contractors' performance, and it is
understood that Consultant shall assume no responsibility for: proper construction means,
methods, techniques; project site safety, safety precautions or programs; or for the failure
of any other entity to perform its work in accordance with laws, contracts, regulations, or
City's expectations.
Deliverables
• Daily Construction Reports with project photos — submitted on a weekly basis
• Punch List, Certificate of Substantial Completion
• Review test reports for compliance
City of Tukwila — 2014 Overlay Program
Construction Services
Scope of Work
Page 4 of 7
KPG
Project Number 13156
5/19/2014
41
EXHIBIT A
TASK 4.1— CONSTRUCTION SERVICES — OFFICE
A. Document Control. Original documentation will be housed at the Consultant's office, and
filed in accordance with standard filing protocol. A copy of working files will be maintained in
the field office.
Document Control consists of:
• Final Estimate (Approving Authority File)
• Comparison of Preliminary and Final Quantities (Approving Authority File)
• Final Records (Approving Authority File)
• Record of Material Samples and Tests
• Affidavit of Wages Paid
• Release for the Protection of Property Owners and General Contractor
B. Project Coordination: Liaison with City, construction contractor, engineer, utilities and
property owners on a regular basis to discuss project issues and status.
C. Plan Interpretations: Provide technical interpretations of the drawings, specifications, and
contract documents, and evaluate requested deviations from the approved design or
specifications. Coordinate with City for resolution of issues involving scope, schedule, and /or
budget changes.
D. Weekly Meetings: Lead weekly meetings, including preparation of agenda, meeting minutes,
and distribution of minutes to attendees. Outstanding issues to be tracked on a weekly basis.
E. Initial Schedule Review: Perform detailed schedule review of contractor provided CPM for
conformance with the contract documents.
F. Lump Sum Breakdown: Evaluate construction contractors' Schedule of Values for lump sum
items. Review the Contract Price allocations and verify that such allocations are made in
accordance with the requirements of the Contract Documents. Lump Sum Breakdowns for
payment each month will be calculated with detailed data.
G. Monthly Pay Requests: Prepare monthly requests for payment, review with the City,
contractor and approve as permitted. Utilize City provided format for pay estimates, or
Consultant format.
H. Monthly Schedule Review: At the monthly cutoff, review contractor's updated schedule and
compare with field- observed progress, as described in Section 1 -08 of the Special Provisions.
In addition, perform schedule analysis on contractor provided CPM updates and review
schedule for delays and impacts. Coordinate with Contractor in the development of recovery
schedules, as needed, to address delays caused by either events or issues within the
Contractor's control or other events or issues beyond the Contractor's control.
I. Certified Payroll: Process and track all certified payroll per State Prevailing Wage
Requirements. This includes verifying the initial payroll for compliance and 10% of all payrolls
submitted thereafter. Tracking payroll each week.
J. Weekly Statement of Working Days: Prepare and issue weekly statement of working day
report each week.
K. Subcontractor Documentation: Process / Approve all required subcontractor documentation.
Request to Sublets will be verified and logged. This includes checking System Award
City of Tukwila — 2014 Overlay Program
Construction Services
Scope of Work
Page 5 of 7
KPG
Project Number 13156
5/19/2014
42
EXHIBIT A
Management System (SAMS), verifying business licensing, reviewing insurance
documentation, verifying city business licensing, Intent to Pay Prevailing Wage and Affidavit of
Wages Paid. All subcontractor documentation will be logged into KPG's subcontractor logs.
L. Record Drawings: Review record drawings prepared by the Contractor, and prepare a
conformed set of project record drawings based on Contractor provided information and from
inspection notes. Record drawings to be verified on a monthly basis, as part of the progress
payment to the Contractor. Upon project completion, contractor provided markups will be
verified for completeness and supplemented with inspection information. The Consultant will
provide the marked up plan sheets with both the contractors and inspectors as -built
information. Revise CAD drawings to reflect as -built conditions based on Contractor /Inspector
provided redlines.
M. Physical Completion Letter: Following completion of all punchlist work, prepare physical
completion letter to the contractor, and recommend that City and /or Utilities accept the
project.
N. Project Closeout: Transfer all project documents to the City for permanent storage.
• Schedule review comments
• As -built schedule
• Meeting agendas and notes
• Monthly Pay Estimates
• Subcontractor Packets
• Cost Projection
• Physical Completion Letter
• Final Project Documents
TASK 4.2 — SUBMITTAL /RFI PROCESSING
A. Submittals: Coordinate review process for shop drawings, samples, traffic control plans, test
reports, and other submittals from the Contractor for compliance with the contract documents.
Key submittals to be transmitted to the City for their review and approval. Submittals shall be
logged and tracked.
B. Request for Information (RFI): Review and respond to RFI's. RFI's shall be logged and tracked.
C. Record of Materials (ROM): Utilize ROM prepared by KPG and update based on Special
Provisions and Plans for use on the project, based on the contract specifications. The ROM will be
maintained by the Resident Engineer. The ROM will track all of the materials delivered to the site
including manufacturer /supplier, approved RAM's, QPL items, material compliance
documentation, and all other required documentation.
Deliverables
• Submittal log
• RFI Log
• Completed Record of Material for Material Certification
City of Tukwila — 2014 Overlay Program
Construction Services
Scope of Work
Page 6 of 7
KPG
Project Number 13156
5/19/2014
43
EXHIBIT A
TASK 4.3 — CHANGE MANAGEMENT
A. Case Log: Develop and maintain a case log which includes change orders, RFP's, Field Work
Directives
B. Change Orders: Develop change orders and provide technical assistance to negotiate change
orders, and assist in resolution of disputes which may occur during the course of the project. Each
change order will be executed in accordance with WSDOT Standard Specifications and contain the
following:
• Change order
• Independent Cost Estimate
• Time Impact Analysis
• Contractor's Pricing
• Verbal Approval Memo
• Back up documentation
C. Field Work Directives: Prepare field work directives as necessary to keep the contractor on
schedule.
D. Minor Change Orders: Develop minor change orders per WSDOT Standard Specifications. Each
minor change order will be executed and contain the following:
• Independent Cost Estimate
• Verbal Approval Memo
• Back up documentation
E. Force Account: Track contractor force account labor, equipment and materials. All force account
calculations will be verified by the engineer and double checked by the documentation specialist.
Deliverables
• Change Order(s)
• Case Management Log
• RFI Log
• Minor Change Order(s)
• Force Account Records
City of Tukwila — 2014 Overlay Program
Construction Services
Scope of Work
Page 7 of 7
KPG
Project Number 13156
5/19/2014
44
HOUR AND FEE ESTIMATE
Project: City of Tukwila
2014 Overlay Program
Construction Services
EXHIBIT B
• Architecture •
Landscape Architecture
O Civil Engineering •
1 - Management, Coordination, Administration (Estimated duration 18 weeks)
Weekly level of effort by Classification 1 0 0
Preconstruction Budget Estimate 18
2 - Preconstruction Services (Estimated duration 4 weeks)
Weekly level of effort by Classification 4 2
2
36
5,899.27
Preconstruction Budget Estimate
3 - Construction Services (Estimated duration 10 weeks)
Weekly level of effort by Classification
Construction Period Budget Estimate 1
0 I 20 I 0
8 0 80 0
2 t 2 20 0
I I
20 20 200 0
0 10
0
40
O 40
O 400
0 5 0
0 20 0
2 2
20 100 20
10
10
0
40
16
21,783.64
O 16
O 160
8
80 $ 95,508.00
4 - Closeout/Record Dwg Services (Estimated duration 4 weeks)
Weekly level of effort by Classification 2
Reimbursables & Subconsultants
Material Testing Allowance $
Construction Vehicle (3 months @ $750) $
Miscellaneous - Mileage, Repro, Field Supplies $
5/20/2014
17,500.00
2,250.00
3,000.00
Project Cost Estimate
Special Inspection and QA Testing
Tukwila 2014 Overlay Program
Tukwila, Washington
Prepared For: Nathan Monroe with KPG
A GEOSCIENCES INC.
HWA Ref:
Date:
Revised:
Prepared By:
2014- P088 -23
16- May -14
SB
PROPOSED WORK SCOPE:
This cost estimate was prepared from a set of drawings and specifications obtained from Client
HWA proposed services will consist of field inspection and testing, including:
1. Sampling and Laboratory testing of compacted aggregates (Gravel Borrow, CSTC).
2. Inspection and compaction testing of Gravel Borrow and CSTC.
3. Sampling bitumen oil and aggregates at HMA plant to establish Oven Correction Factor.
4. Inspection and testing of HMA placement and compaction.
5. Sampling of HMA mix at the Plant, laboratory testing for theoretical Rice Density, bitumen content and gradation.
6. Written field reports will be prepared for all inspections and reviewed for QC.
Not included in HWA work scope:
Assessment of safety or environmental issues.
i,. l wax �;- .,ttl .e i s et : ,( s' .5 ✓° c ".e s v,-
A ,.,.r 4 ,.. a.ur.a .. sX..t�.A.; w..�
ESTIMATED HWA LABOR:
WORK TASK
DESCRIPTION
2014 PERSONNEL & HOLRLY RATES
TOTAL
AMOUNT
Principal
$190.00
Proj Mgr
$160.00
Inspector
$80.00
Clerical
$71.00
TOTAL
HOURS
Soils Inspection and Testing, including:
Sampling CSTC and Gravel Borrow for laboratory testing
6
6
$480
Compaction testing of Gravel Borrow and CSTC
24
24
$1,920
Asphalt Inspection, and Testing, including:
Sampling of Cold Feed and Oil at the HMA batch plant
4
4
$320
Sampling of HMA from Batch Plant
28
28
$2,240
Monitoring and Testing during Placement of HMA
60
60
$4,800
Project Management, QA Review and Reporting
4
16
2
22
$3,462
TOTAL LABOR:
4
16
122
2
144
513,222
2014- P088 -23 Tukwila 2014 overlay Program 1 of 2
HWA GeoSciences Inc.
LABORATORY TESTING ESTIMATE:
LABORATORY TEST
Est. No.
Tests
Unit Test
Cost
Total
Cost
Laboratory acceptance testing of CSTC
1
$215
$215
Laboratory acceptance testing of Gravel Borrow
1
$175
$175
Proctors on compacted Materials
2
$200
$400
HMA ignition oven correction factor
3
$90
$270
HMA testing for Rice, extraction and grading
7
$235
$1,645
LABORATORY TOTAL:
ESTIMATED DIRECT EXPENSES:
Mileage IRS Rate
$300
Mileage for sampling aggregates and HMA at sources
$300
Nuclear Gauge Rental @ $30 /day
$240
TOTAL DIRECT EXPENSES:
$840
ESTIMATED PROJECT TOTALS AND SUMMARY:
Total labor cost
$13,222
Laboratory testing
$2,705
Direct expenses
$840
ESTIMATED TOTAL:
$16,767
Assumptions:
1. These estimates may require adjustment due to the Contractor's rate of construction, weather delays, night work and /or other factors
beyond our control.
2. The HWA PM reserves the right to shift hours between the various subtasks as required.
3. All night work is charged at 8 hour minimum segment and at additional 15% over normal charge out rate.
2014- P088 -23 Tukwila 2014 overlay Program
2 of 2 HWA GeoSciences Inc.
48
TO:
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee ii��jj
FROM: Bob Giberson, Public Works Director -f`'
BY: Michael Ronda, Construction Project Manager
DATE: May 23, 2014
SUBJECT: Interurban Avenue South (S 143rd St to Fort Dent Way)
Project No. 90310402
1) CM Consultant Agreement with Anchor QEA
2) On -Call Design Support Services with KPG, Contract No. 13 -028, Supplement No. 2
ISSUE
Execute 1) a contract with Anchor QEA (Anchor) in the amount of $1,078,720.00 to perform construction management
(CM) services and 2) a supplement with KPG, Inc. in the amount of $357,973.00 to perform on -call design support services
for the Interurban Ave S Street Improvement Project.
BACKGROUND
Design for the proposed improvements on Interurban Ave S from S 143rd St to Fort Dent Way began in 2004. The contract
has been bid and awarded to Walsh Construction II LLC and a Notice to Proceed is expected sometime in June. A
Request for Proposals was advertised on February 18 and 25, 2014 and nine CM proposals were received on March 11,
2014. Four consultants were interviewed and Anchor was chosen as the most qualified.
DISCUSSION
Anchor has provided the attached contract, scope of work, and fee estimate to perform the majority of CM services over
the 450 calendar day construction contract. An additional supplement for on -call construction engineering support from
KPG, our design consultant, is also needed. Negotiations for CM services revealed that the expected construction
management budget was underfunded, but with the favorable low construction bid, the overall project budget is sufficient
for the entire project.
FINANCIAL IMPACT
Contracts Budget
Construction Contract (Incl. 15% Contingency) $8,737,508.39 $9,400,000.00
Anchor QEA Construction Management 1,078,720.00 1,300,000.00
KPG On -Call Construction Support Sup No. 2 357,973.00
Tukwila Staff, Field Office Expenses, WSDOT 225,000.00
Potential Utility Conflicts 100,000.00
Storm Quality Retrofit Budget (CIP page 83) 95,000.00
Totals $10,499,201.39 $10,795,000.00
RECOMMENDATION
Council is being asked to approve the CM contract with Anchor in the amount of $1,078,720.00 and Supplement No. 2 with
KPG in the amount of $357,973.00 for the Interurban Ave S Street Improvement Project and consider this item on the
Consent Agenda of the June 2, 2014 Regular Meeting.
Attachments: Selection Matrix
2014 CIP, pages 14 & 83
Anchor QEA Contract
KPG Supplement No. 2
W:1PW EngIPROJECTS1A- RW & RS Projects \Interurban Ave S (90310402)1Consultant SelectionlInfo Memo CM Anchor & KPG.docx
49
IU Roadway CM Consultants -
Final Selection
Submitter
40% 1 60% 1' 0 %:'
100%
Ranking
319
311
536
0
531 0
316 495 0
317 476 0
1
2
3
4
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2014 to 2019
PROJECT: Interurban Ave S (S 143 St - Fort Dent Way) Project No. 90310402
DESCRIPTION: Design and construct sidewalks, pavement restoration, drainage, and lighting.
JUSTIFICATION: Pedestrian traffic is forced to walk in traveled way, lighting is substandard, drainage is poor and
pavement failure is accelerating.
STATUS: Completed final design in 2013. Construction scheduled for 2014.
MAINT. IMPACT: Reduce annual pavement repairs and increase pedestrian safety.
COMMENT: Federal Hwy STP Grant of $389,000 for design. State TIB grant of $5m, Federal STP grant of
$2.145m, and developer mitigation of $550,000. City Bond for $3.465m in 2014.
FINANCIAL Through Estimated
(in $000's)
2012 2013 2014
2015 2016 2017 2018 2019 BEYOND TOTAL
EXPENSES
Design
466
349
815
Land (R/VV)
111
111
Const. Mgmt.
1,300
1,300
Construction
9,400
9,400
TOTAL EXPENSES
466
460
10,700
0
0
0
0
0
0
11,626
FUND SOURCES
Awarded TIB Grant
389
5,000
5,389
Awarded STP Grant
2,145
2,145
Mitigation
550
550
Bond
3,465
3,465
City Oper. Revenue
77
460
(460)
0
0
0
0
0
0
77
TOTAL SOURCES
466
460
10,700
0
0
0
0
0
0
11,626
2014 - 2019 Capital Improvement Program
14
51
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2014 to 2019
PROJECT: Storm Water Quality Retrofit Program Project No. 91241202
DESCRIPTION: Design and install water quality vaults at selected drainage locations throughout the City.
JUSTIFICATION: NPDES permit requirements to improve water quality.
STATUS: Two candidates have been identified; water quality vaults (WQV) for 48th Ave S and S 122nd St.
MAINT. IMPACT: Expected to increase maintenance.
COMMENT: Combine with other CIP projects for design and construction, where feasible. Additional water quality is
being added to Interurban Ave S in 2014 and 42nd Ave S in 2015.
FINANCIAL Through Estimated
(in $000's)
2012 2013 2014
2015 2016 2017 2018 2019 BEYOND TOTAL
EXPENSES
Design
15
15
15
15
15
15
15
105
Land(R/W)
0
Const. Mgmt.
15
15
15
15
15
15
15
105
Construction
80
80
80
80
80
80
80
560
TOTAL EXPENSES
0
0
110
110
110
110
110
110
110
770
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
0
0
110
110
110
110
110
110
110
770
TOTAL SOURCES
0
0
110
110
110
110
110
110
110
770
Project Location:
Entire System
2014 - 2019 Capital Improvement Program
83
52
Local Agency
Standard Consultant
Agreement
Architectural/Engineering Agreement
Personal Services Agreement
Agreement Number
Consultant/Address/Telephone
Anchor QEA, LLC
720 Olive Way, Suite 1900
Seattle, WA 98101
(206) 287-9130
Federal Aid Number
STPUL-1045(007)
Agreement Type (Choose one)
0 Lump Sum
Lump Sum Amount $
Cost Plus Fixed Fee
Overhead Progress Payment Rate
Overhead Cost Method
El Actual Cost
Actual Cost Not To Exceed
0 Fixed Overhead Rate
Fixed Fee $ 87,643.45
0 Specific Rates Of Pay
13 Negotiated Hourly Rate
o Provisional Hourly Rate
O Cost Per Unit of Work
160.94 °/
Project Title And Work Description
Interurban Avenue South Improve en s
Provide Construction Management Services for
roadway improvements from S. 143rd Street to Fort
Dent Way, including walls, storm drainage,
illumination, landscaping, paving, and pedestrian
facilities.
DBE Participation
El Yes No
%
1 Federal ID Number or Social Security Numbe
160.94 % 91-1851322
0 % Do you require a 1099 for IRS? JCOmPIetiOnDate
0 Yes 41 No December 31, 2015
Total Amount Authorized $ 1,078.720.00
Management Reserve Fund $
Maximum Amount Payable $
1,078,720.00
Index of Exhibits (Check all that apply):
Exhibit A-1 Scope of Work
0 Exhibit A-2 Task Order Agreement
0 Exhibit B-1 DBE Utilization Certification
Exhibit C Electronic Exchange of Data
El Exhibit D-1 Payment - Lump Sum
Exhibit D-2 Payment - Cost Plus
0 Exhibit D-3 Payment - Hourly Rate
0 Exhibit D-4 Payment - Provisional
Exhibit E-1 Fee - Lump/Fixed/Unit
0 Exhibit E-2 Fee - Specific Rates
Exhibit F Overhead Cost
Exhibit G Subcontracted Work
0 Exhibit G-I Subconsultant Fee
0 Exhibit G-2 Fee-Sub Specific Rates
0 Exhibit G-3 Sub Overhead Cost
Exhibit H Title VI Assurances
Exhibit I Payment Upon Termination of Agreement
Exhibit J Alleged Consultant Design Error Procedures
Exhibit K Consultant Claim Procedures
0 Exhibit L Liability Insurance Increase
Exhibit M-la Consultant Certification
Exhibit M-lb Agency Official Certification
Exhibit M-2 Certification - Primary
Exhibit M-3 Lobbying Certification
Exhibit M-4 Pricing Data Certification
0 App. 31.910 Supplemental Signature Paqe
THIS AGREEMENT, made and entered into this day of
between the Local Agency of City of Tukwila . Washington, hereinafter called the "AGENCY",
and the above organization hereinafter called the "CONSULTANT".
DOT Form 140-089 EF
Revised 09)2013
Page 1 of 8
53
WITNESSETH THAT:
WHEREAS, the AGENCY desires to accornplish the above referenced project, and
WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and therefore deems it
advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the PROJECT;
and
WHEREAS, the CONSULTANT represents that he/she is in compliance with the Washington State Statutes relating to
professional registration, if applicable, and has signified a willingness to fuimish Consulting services to the AGENCY,
NOW THEREFORE, in consideration ofthe terms, conditions, covenants and performance contained herein, or attached
and incorporated and made a part hereof, the parties hereto agree as follows:
I General Description of Work
The work under this AGREEMENT shall consist of the above described work and services as herein defined and
necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall furnish all services, labor, and
related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT.
II Scope of Work
The Scope of Work and projected level n[ effort required for this PROJECT is detailed in Exhibit "A" attached hereto and
by this reference made a part ofthis AGREEMENT.
III General Requirements
All aspects of coordination of the work of this T with outside agencies, groups, or ind iduals sha { receive
advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be
coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings
with the AGENCY and/or such Federal, State, Community, City or County officials, groups or individuals as may be
requested by the AGENCY The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring
CONSULTANT participation. The minimum required hours or days notice shall be agreed to between the AGENCY and
the CONSULTANT and shown in Exhibit "A."
The CONSULTANT shall preparea monthly progress report, in a form approved by the AGENCY which wiJl outline in
written and graphical form the various phases and the order ofperformance ofthe work in sufficient detail so that the
progress of the work can easily be evaluated.
The CONSULTANT, and each SUBCONSULTANT, shall not discriminate on the basis of race, color, national origin, or
sex in the performance of this contract. The CONSULTANT, and each SUBCONSULTANT, shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of USDOT-assisted contracts. Failure by the
CONSULTANT to carry out these requirements is a material breach of this AGREEMENT that may result in the
termination of this AGREEMENT.
Participation for Disadvantaged Business Enterprise (DBE), ifrequired, per 49 CFR Part 26, or participation of Minority
Business Enterprises (MBE), and Women Business Enterprises (WBE), shall be shown on the heading of this
AGREEMENT. 1fD/M/WBE firms are utilized, the amounts authorized »m each finnand their certification number will hc
shown on Exhibit "B" attached hereto and by this reference made a part of this AGREEMENT. If the Prime
CONSULTANT is a DDE firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the
AGENCY'S "DBE Prograrn Participation Plan". The mandatory DBE participation goals of the AGREEMENT are those
established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the
AGENCY.
All Reports, PG data furnished furnished to the CONSULTANT hy the AGENCY shall be returned. Alt
electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C."
All designs, drawings, documents, and other work products, including alt electronic files, prepared by the
CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT,
and are the property ofthe AGENCY Reuse by the AGENCY or by others, acting through or on behalfofthe AGENCY
of any such instruments of service, not occurring as a part of this PROJECT, shall be without liability or legal exposure to
the CONSULTANT.
Page zmo
54
IV Time for Beginning and Completion
The CONSULTANT shall not begin any work under the terms of this AGRE
AGENCY.
ENT until authorized in writing by the
All work under this AGREEMENT shall be completed by the date shown in the heading ofthis AGREEMENT under
completion date.
The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but
may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of unavoidable
delays caused by an act of GOD or governmental actions or other conditions beyond the control of the
CONSULTANT. A prior supplemental agreement issued by the AGENCY is required to extend the established
completion time.
V Payment Provisions
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided in Exhibit "D" attached hereto, and by reference made part of this AGREEMENT. Such
payment shall be full compensation for work perfoi wed or services rendered and for all labor, materials, supplies,
equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable
portions of 48 CFR Part 31.
A post audit may be performed on this AGREEMENT. The need for a post audit will be determined by the State
Auditor, WSDOT External Audit Office and/or at the request of the AGENCY'S PROJECT Manager.
VI Sub-Contracting
The AGENCY perrnits sub-contracts for those items of work as shown in Exhibit "G" attached hereto and by this
reference made part of this AGREEMENT.
Compensation for this sub-consultant work shall be based on the cost factors shown on Exhibit "G."
The work of the sub-consultant shall not exceed its maximum amount payable unless a prior written approval has been
issued by the AGENCY.
All reimbursable direct labor, overhead, direct non-salary costs and fixed fee costs for the sub-consultant shall be
substantiated in the same manner as outlined in Section V. All sub-contracts shall contain all applicable provisions of
this AGREEMENT.
With respect to sub-consultant payment, the CONSULTANT shall comply with all applicable sections of the Prompt
Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011.
The CONSULTANT shall not sub-contract for the performance of any work under this AGREEMENT without prior
written permission of the AGENCY. No permission for sub-contracting shall create, between the AGENCY and sub-
contractor, any contract or any other relationship. A DBE certified sub-consultant is required to perform a minimum
amount of their sub-contracted agreement that is established by the WSDOT Local Programs Project Development
Engineer in consultation with the AGENCY.
VII Employment
The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide
employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to
pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee,
commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or
making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this
AGREEMENT without liability or, in its discretion, to deduct from the AGREEMENT price or consideration or
otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or
services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the
CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's
Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a
Page 3 of 8
55
third party as a consequence of any act or omission on the part of the CONSULTANT'S employees or other persons
while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and
responsibility of the CONSULTANT.
The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of the contract, any
professional or technical personnel who are or have been at any time during the period of the contract, in the employ
of the United States Department of Transportation, or the STATE, or the AGENCY, except regularly retired
employees, without written consent of the public employer of such person.
VIII Nondiscrimination
During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in interest agrees
to comply with the following laws and regulations:
Title VI of the Civil Rights Act of 1964
(42 USC Chapter 21 Subchapter V Section 2000d through 2000d -4a
Federal -aid Highway Act of 1973
(23 USC Chapter 3 Section 324)
Rehabilitation Act of 1973
(29 USC Chapter 16 Subchapter V Section 794)
Age Discrimination Act of 1975
(42 USC Chapter 76 Section 6101 et seq.)
Civil Rights Restoration Act of 1987
(Public Law 100 -259)
American with Disabilities Act of 1990
(42 USC Chapter 126 Section 12101 et. seq,)
49 CFR Part 21
23 CFR Part 200
RCW 49.60.180
In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "H"
attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "H" in
every sub - contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or
directives issued pursuant thereto.
IX Termination of Agreement
The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten (10) days written notice to
the CONSULTANT.
In the event this AGREEMENT is terminated by the AGENCY other than for default on the part of the
CONSULTANT, a final payment shall be made to the CONSULTANT as shown in Exhibit "I" for the type of
AGREEMENT used.
No payment shall be made for any work completed after ten (10) days following receipt by the CONSULTANT of the
Notice to Terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds
the total amount that would be due when computed as set forth herein above, then no final payment shall be due and the
CONSULTANT shall immediately reimburse the AGENCY for any excess paid.
If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT,
the above formula for payment shall not apply.
Page 4 of 8
56
In such an event, the amount to be paid shall be determined by the AGENCY with consideration given to the actual
costs incurred by the CONSULTANT in performing the work to the date of termination, the amount of work originally
required which was satisfactorily completed to date of termination, whether that work is in a form or a type which is
usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the
work required and the time which may be required to do so, and other factors which affect the value to the AGENCY
of the work performed at the time of termination.
Under no circumstances shall payment made under this subsection exceed the amount, which would have been made
using the formula set forth above.
If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S failure to
perform is without the CONSULTANT'S or it's employee's default or negligence, the termination shall be deemed to
be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for
actual costs in accordance with the termination for other than default clauses listed previously.
In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervisory personnel
assigned to the PROJECT, or dissolution of the partnership, termination of the corporation, or disaffiliation of the
principally involved employee, 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 AGENCY. This subsection shall not be a bar to
renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the
AGENCY so chooses.
In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the
CONSULTANT, with the AGENCY'S concurrence, desire to terminate this AGREEMENT, payment shall be made as
set forth in the second paragraph of this section.
Payment for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of
any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for
failure of the CONSULTANT to perform work required of it by the AGENCY. Forbearance of any rights under the
AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or
omission by the CONSULTANT.
X Changes of Work
The CONSULTANT shall make such changes and revisions in the complete work of this AGREEMENT as necessary
to correct errors appearing therein, when required to do so by the AGENCY, without additional compensation thereof.
Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed work or parts
thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work .
shall be considered as Extra Work and will be paid for as herein provided under Section XIV.
XI Disputes
Any dispute concerning questions of fact in connection with the work not disposed of by AGREEMENT between the
CONSULTANT and the AGENCY shall be referred for determination to the Director of Public Works or AGENCY
Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided,
however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that
decision shall be subject to de novo judicial review. If the parties to this AGREEMENT mutually agree, disputes
concerning alleged design errors will be conducted under the procedures found in Exhibit "J ", and disputes concerning
claims will be conducted under the procedures found in Exhibit "K ".
XII Venue, Applicable Law, and Personal Jurisdiction
In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or
obligation under this AGREEMENT, the parties hereto agree that any such action shall be initiated in the Superior
court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that
all questions shall be resolved by application of Washington law and that the parties to such action shall have the right
of appeal from such decisions of the Superior court in accordance with the laws of the State of Washington. The
CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated
in the county in which the AGENCY is located.
Page 5 of 8
57
XIII Legal Relations
The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be
done under this AGREEMENT. This contract shall be interpreted and construed in accordance with the laws of the
State of Washington.
The CONSULTANT shall indemnify and hold the AGENCY and the STATE and its officers and employees harmless
from and shall process and defend at its own expense all claims, demands, or suits at law or equity arising in whole or
in part from the CONSULTANT'S negligence or breach of any of its obligations under this AGREEMENT; provided
that nothing herein shall require a CONSULTANT to indemnify the AGENCY or the STATE against and hold
harmless the AGENCY or the STATE from claims, demands or suits based solely upon the conduct of the AGENCY or
the STATE, their agents, officers and employees; and provided further that if the claims or suits are caused by or result
from the concurrent negligence of (a) the CONSULTANT'S agents or employees, and (b) the AGENCY or the
STATE, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon
such negligence (2) the costs to the AGENCY or the STATE of defending such claims and suits shall be valid and
enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S agents
or employees.
The CONSULTANT'S relation to the AGENCY shall be at all times as an independent contractor.
The CONSULTANT shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23,
which is the Code of Ethics for regulating contract interest by municipal officers. The CONSULTANT specifically
assumes potential liability for actions brought by the CONSULTANT'S own employees against the AGENCY and,
solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under
the state industrial insurance law, Title 51 RCW.
Unless otherwise specified in the AGREEMENT, the AGENCY shall be responsible for administration of construction
contracts, if any, on the PROJECT. Subject to the processing of a new sole source, or an acceptable supplemental
agreement, the CONSULTANT shall provide On -Call assistance to the AGENCY during contract administration. By
providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques, job
site safety, or any construction contractor's failure to perform its work in accordance with the contract documents.
The CONSULTANT shall obtain and keep in force during the terms of the AGREEMENT, or as otherwise required,
the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to
Title 48 RCW.
Insurance Coverage
A. Worker's compensation and employer's liability insurance as required by the STATE.
B. Commercial general liability written under ISO Form CG 00 01 12 04 or its equivalent with minimum limits of
one million dollars ($1,000,000) per occurrences and two million dollars ($2,000,000) in the aggregate for each
policy period.
C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000)
combined single limit.
Excepting the Worker's Compensation Insurance and any Professional Liability Insurance secured by the
CONSULTANT, the AGENCY will be named on all policies as an additional insured. The CONSULTANT shall
furnish the AGENCY with verification of insurance and endorsements required by the AGREEMENT. The AGENCY
reserves the right to require complete, certified copies of all required insurance policies at any time.
All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The
CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of
this AGREEMENT to the AGENCY.
No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY.
The CONSULTANT'S professional liability to the AGENCY shall be limited to the amount payable under this
AGREEMENT or one million ($1,000,000) dollars, whichever is the greater, unless modified by Exhibit "L ". In no
case shall the CONSULTANT'S professional liability to third parties be limited in any way.
Page 6 of 8
58
The AGENCY wi)! pay no progress payments under Section V until the CONSULTANT has fully complied with this
section. This remedy is not exclusive; and the AGENCY and the STAT may take such other action as is available to it
under other provisions of this AGREEMENT, or otherwise in law.
XIV Extra Work
A. The AGENCY may at any time by written order, make changes within the general scope ofthe AGREEMENT in
the services to be performed.
B. Ifany such change causes an increase or decrease in the estimated cost of, or the tirne required for, performance of
any part ofthe work under this AGREEMENT, whether or not changed by the order, or othenvise affects any other
terms and conditions ofthe AGREEMENT, the AGENCY shall make an equitable adjustment iui the (1) niaximum
amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify the
AGREEMENT accordingly.
C. The CONSULTANT must submit for equitable adjustment", hereafter referred to as "CLAIM", under
this clause within thirty (30) days from the date ofreceipt ofthe the written order. However, if the AGENCY decides
that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of the
AGREEMENT.
D. Failure to agr e to any adjustmen shafl be a dispute under the Disputes clause. . However nothing in this claus
shall excuse the CONSLJLTANT from proceeding with the AGREEMENT as changed.
E. Notwithstanding the terms and conditions ofparagraphs (A) and (B) above, the maximum amount payable for this
AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this
AGREEMENT.
XV Endorsement of Plans
If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data
furnished by theni.
XVI Federal and State Review
The Federal Highway Administration and the Washington State Department of Transportation shall have the right to
participate in the review or examination of the work in progress.
XVU Certification of the Consultant and the Agency
Attached hereto as Exhibit "M-1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit ^M
-2" Certification Regarding Debarment, Suspensiori and Other Responsibility Matters - Primary Covered Transactions,
Exhibit "M-3" Certification Regarding the Restrietions ofthe Use ofFederal Funds for Lobbying and Exhibit "M-4"
Certificate ofCurrent Cost or Pricing Data. Exhibit "y&'9" is required only in AGREEMENTS over $)OO.UOO and
Exhibit "M'4" is required only in AGREEMENTS over $500,000.
XVIII Complete Agreement
This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the
parties. No agent, or representative ofeither party has authority to make, and the parties shall not be bound by or be
liable for, any statement, representation, promise or agreement ootocc(orth6rrrio.Nocbungey. amendments, or
modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to
this AGREEMENT.
XIX Execution and Acceptance
This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an
original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations,
warranties, covenants, and agreements contained in the proposa!, and the supporting material subrnitted by the
CONSULTANT, and does hereby accept the AGREEMENT and agrees to all ofthe terms and conditions thereof,
Page 7 of 8
59
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the
"Execution Date' box on page one (1) of this AGREEMENT.
By
Consultant Ed Berschinski
DOT
By
Agency
Page 8 of 8
60
Exhibit A-1
Scope of Work — Construction Management Services
for
Interurban Avenue S — S 143rd Street to Fort Dent Way
The following represents the general Scope of Services (Scope) to be performed by Anchor
QEA, LLC (Anchor) during the pre-construction, construction, and closeout of the Interurban
Avenue S — S 143rd Street to Fort Dent Way project (Project), for the City of Tukwila (City). The
project was designed by KPG, Inc. (Engineer), who is under separate contract with the City
during the construction phase of the Project. 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 all construction management services that would
noiinally be anticipated for a project with these types of features.
Task '1 Pre-Construction Services
Subtask 1.1 Construction Document Review
• Obtain from City and become familiar with plans, specifications, property owner
agreements, etc.
• Hold kick off meeting for Anchor project team.
o Design coordination meeting. Following initial review of the contract documents,
Anchor will coordinate with the Engineer and the City to hold a meeting to discuss
the design intent and review findings of any observations made by Anchor or other
parties.
Deliverables
• Meeting notes
Subtask 1.2 Pre-Construction Coordination
• Coordinate with utility companies, City and Engineer to verify progress of relocation
plans.(see Task 3 for utility coordination during construction).
• Coordinate with property owners to establish a project communication link and
develop a contact list.
61
Coordinate with permitting consultant and permitting agencies to understand
enviromnental restrictions and specific compliance oversight needs during
construction.
• Participate in special utility coordination meeting to "re-launch" coordination effort
with City, Engineer and utilities,
Participate in special meeting with City and Contractor prior to formal pre-
construction meeting to establish relationship understanding between parties.
Subtask 1.3 Submittal Review
• 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, wage rates) as well as
technical submittals (i.e. shop drawings, catalog cuts, work plans, test reports and
certifications). Submittals will be routed as requested for review by City Water Dept.
staff and/or City/Consultant designers.
• Receive initial Record of Materials (ROM) from the Washington State Department of
Transportation (WSDOT) and update this document (with input from KPG) for use in
tracking required submittals, material testing, and other required. The ROM will be
kept updated by Anchor through the Project.
Deliverables
• Submittal log
• ROM
Subtask 1.4 Conditions Review
• Pre-construction conditions: Document pre-construction conditions, including pre-
construction construction site condition observationss, photographs, and record any
visible property corners.
Deliverables
• Preconstruction photos and/or video
Subtask 1.5 Preconstruction meeting
• Issue invitations and prepare meeting agenda and sign in sheet for eview by the City.
• Attend and Conduct preconstruction meeting.
Prepare and distribute meeting notes to City for initial review, respond to one set of
comments, and distribute to attendees and affected agencies.
62
Deliverables
Preconstruction rneeting agenda and sign in sheet
• Meeting notes
Task 2 Contract Administration Services
Subtask 2.1 Planning
• CM Plan: Prepare a brief project specific Construction Management (CM) plan that
outlines tasks, staff responsibilities, procedures and forms, documentation methods,
safety procedures and communication links. The CM Plan will be submitted to the
City for review and comment, and finalized based on comments received.
Deliverables
• CM Plan — Draft and Final, with forms.
Subtask 2.2 Records Management
• Documentation: Utilize CM Team established project specific documentation
management system (based on City core process) for maintaining project records and
tracking multiple party review/approval documents. Documents include submittals,
Requests for Information (RFI's), change orders, inspector test reports, materials
testing lab reports, meeting notes, project photographs and other data and general
correspondence.
• Liaison: Act as owner's representative/liaison for all daily coordination and
communication to contractor, as well as that from other agencies, other contractors
(adjacent projects), and other third parties that occurs during the course of the project.
• Correspondence: Prepare draft response on behalf of City to formal project
construction correspondence from the contractor requiring responses.
• Construction Status Reports: Prepare and transrnit monthly contractor requests for
payment and construction status reports. Status reports shall be brief but include
project progress with respect to critical timelines, budget status and identification of
any issues that may affect schedule or budget. Report will include an "executive
summary" and representative photos suitable for posting on City website.
• Electronic files: The City will provide access to a server, with password protection,
for storage of all files. The organization of those files will be defined in the CM Plan.
The City will retain ownership of the server throughout the project. Anchor will
provide needed laptops for assigned staff.
63
• Hard copy files: A project file index and structure will be developed, as part of the
CM Plan, and used to setup and organize the project files in the field office and
decide on project related forms. Most records will be scanned for current use.
Deliverables
• Project Documentation System (Files)
Tracking logs for correspondence
• Draft letters
• Status reports
Subtask 2.3 Progress Payments
• Payment: Prepare monthly requests for payment, using an agreed upon spreadsheet
and cover signature page. Provide measurements and verification backup for each
progress payment and submit monthly application for payment to the City for
processing.
Deliverables
Payment spreadsheet with summary/signature page
Subtask 2.4 Federal-Aid Documentation
• Contractor and subcontractor certification(s). For the prime and each proposed
subcontractor, collect information for and verify ability to perform work on the
project, checking debarment list, reviewing request to sublet, certified payrolls , and
other required forms.
• Wage rate interviews. For the prime contractor and each of the subcontractors (as
required), conduct an on-site review of wage rates and verify with actual records on
the Certified Payrolls and compare against the Intent to Pay Prevailing Wages.
• Tracking of DBE, Training, and other required reporting.
• Coordinate with representatives of WSDOT's Highways and Local Programs
throughout the project for compliance with current requirements for federally funded
projects.
• Participate in periodic Pre-Project Management Reviews during the project, and
prepare for and participate in a final Project Management Review with the Client, if
necessary.
Deliverables
• Federal-Aid documentation
64
Subtask 2.5 Permit Coordination
During the construction, conduct periodic reviews of
assess overall perfonnance and general compliance wi
spot checks of reporting infonnation,)
Participate in pre - activity meetings, as appropriate, to discuss permit conditions and
restrictions.
• Aid in the review of sub.
requirements.
Perform periodic /spot check confirmation testing of contractors Compliance with
NPDES discharge permit requirements. Provide a minimum of three QA checks of
their sampling and recording activities.
ractor's operations and
conditions.(lncl tiding
als pertaining
o contractor work plans relating to permit
Task 3 Field Observations /Inspections /Utility coordination
• Activities performed by field engineer /technician.
- Observation: Observe the technical conduct of the contractors work for quality
and compliance with design documents, approved submittals and /or applicable
technical standards. Prepare a daily inspection report and take progress
photographs.
— Observation e Utilities: Observe and coordinate utility relocations during
construction
- Interpretations: Provide day to day interpretation of contract requirements and
respond to contractors questions including resolution of minor issues.
- Materials Testing: Perform, or cause to be perfoi Hied, sampling and testing of
materials to be incorporated into the project. Witness leak testing performed by
contractor and verify purity testing. Other materials testing by sub - consultant, see
Task 8). All city utility test results will be observed by or submitted for
acceptance by City utility personnel.
- Measurements; Perform or cause to be performed field measurements to
determine excavation quantities, trench backfill and placement limits, etc. as well
counts or other measurements to verify units for pay requests and conformance
with project requirements.(Quantity verification surveys may be done by sub -
consultant, see Task 7).
- Field Changes: Facilitate minor field changes to circumvent change orders due to
obstructions or other unanticipated conditions. Coordinate with design engineer
for any changes that may impact project cost or time. (See Task 4).
65
- Communications: Maintain primary day to day communications with the
contractor and keep the construction manager 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 and WSDOT when disconnecting loops.
- Participate in weekly project meetings.
- Force Account (FA) Work: Provide field observation, document work and track
inclusion of required records.
Note: Assumes a 450 calendar day construction contract duration with a minimum of 1
RE /inspector on site full -time for each day of scheduled work. For budgeting purposes,
on full -time inspector with supplemental assistance is assumed.
Products
• Inspection Daily Reports
• Field Sketches and Measurements
• Progress photos
• FA documentation
Task 4 Construction Engineering /Change Orders /Field Directives
• Respond to questions related to site engineering, coordinating with the Engineer, as
needed.
• Evaluate contractor proposed revisions or substitutions.
• Change Orders (CO): Prepare calculations, drawings, cost estimates and justification
for minor change orders (MCO) and significant change orders for approval by City.
This includes coordination with Engineer for input regarding design changes and cost
estimating (as appropriate). Negotiate change orders with the contractor and
incorporate into the project.
Field Directives (FD): Prepare documentation for field directives to modify or clarify
the design (includes communication with design team)
Deliverables
• Change order four's
• Field directive documents
66
Note: For costing this scope we have assumed up to 20 minor change orders hours
per CO and 2 significant change orders (20 hour per CO) and up to 50 field
directives (4 hours per directive)
Task 5 Site Visits/Meetings
• Periodic site visit by construction manager in combination with conducting a weekly
coordination meeting with the contractor. Prepare agenda and notes of meetings,
including tracking of action items.
Deliverables
• Meeting notes with action items.
Task 6 Record Drawings
• Record Drawings: Provide a set of redline mark-up drawings that include any field
changes that represent the final configuration of facilities and consolidate these mark-
ups into the contractors mark-up drawing set if not previously included.
Review the Contractor set of official Record Drawings on a monthly basis. The
Contractor set of Record Drawings will be the official set of Record Drawings.
Deliverables
• Record Drawings
Task 7 Surveying
• The following activities will be performed by Anchor QEA or by the Engineer (as
needed):
- Provide visual spot checks of contractor's alignment, grade cuts, elevations, etc.
as a quality control check and only use ri party surveyor if questionable issue.
- Provide cross sections of cuts and fills to check quantity calculations for payment.
Deliverables
• Survey Reports (for surveys provided by the Engineer
67
Task 8 Materials Testing
Provide tests of materials for compliance with contract requirements for gradation,
compaction, strength. etc. (as needed to verify conformance with contract
requirements)
Deliverables
• Test Reports
Note: Anchor will review test esults for compliance with the project specifications.
Task 9 Project Closeout
Substantial Completion. At substantial completion, coordinate with City and affected
utilities to compile a punchlist of remaining work. This punchlist will be included in
the Certificate of Substantial Completion, which will be agreed to with the City and
then issued to the Contractor.
Physical Completion. Coordinate with the City and Contractor to track progress
towards physical completion.
Records transfer. Compile all project documentation, per the file structure and other
agreed to organization to be outlined in the CM Plan, and transfer project records to
the City. All electronic data will be stored on the City's server and will not require
any separate transmittal.
Deliverables
Certificate of Substantial Completion and punchlist
• Certificate of Physical Completion
Final project records — hard copy only
Task 10 Project Management
• Review staffing levels on a continuing basis to maintain proper staff levels at efficient
costs,
Comrnunicate with field staff on a daily basis to provide guidance and general
consultation
• Coordinate with subconsultants for needed services.
• Review monthly expenses and prepare invoicing and related progress reports of
services provided, and submit to the City.
Participate in weekly meetings and conduct regular communications with the City
Deliverables
68
• Monthly invoices with progress reports
Task 11 Optional Additional Services
Provide performance tracking of "license to construct" commitments and "day to
day" field contact with property owners affected by the construction
Provide a designated outreach to franchise utilities and performance tracking of
relocation activities
Prepare for and participate in Project Management Review with WSDOT local
programs
Exclusions
Anchor shall assume no responsibility for proper construction techniques and jobsite safety. The
presence of Anchor 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 will endeavor to protect all
parties against defects and deficiencies in the work of the contractor(s) but cannot guarantee the
contractors 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 perfoi tiled 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.
69
Exhibit C
Electronic Exchange of Engineering and Other Data
In this Exhibit the agency, as applicable, is to provide a description of the format and standards the
consultant is to use in preparing electronic files for transmission to the agency. The format and standards to
be provided may include, but are not limited to, the following:
Surveying, Roadway Design & Plans Preparation Section
A. Survey Data
B. Roadway Design Files
C. Computer Aided Drafting Files
D. Specify the Agency's Right to Review Product with the Consultant
E. Specify the Electronic Deliverables to Be Provided to the Agency
F. Specify What Agency Furnished Services and Information Is to Be Provided
II. Any Other Electronic Files to Be Provided
Conciiltant to provide PDF, Word, and F,xcel filec riming the project
DOT Form 140-089 EF Exhibit C
Revised 10/2013
70
III. Methods to Electronically Exchange Data
Flectrnnin files tn he stnred nn a City provided server
A. Agency Software Suite
iv1irrognft Office
B. Electronic Messaging System
n/a
C. File Transfers Format
n/a
DOT Form 140-089 EF Exhibit C
Revised 10/2013
71
Exhibit D-2
Payment (Cost Plus a Fixed
The CONS shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided hereinafter. Such payment shall be full compensation for work performed or
services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the
work specified in Section II, "Scope of Work." The CONSULTANT shall conform to all applicable portions of
48CFB Part 3\.
A. Actual Costs: Payment for all consulting services for this PROJECT shall be on the basis ofthe
CONSULTANT'S actual cost plus a fixed fee. The actual cost shall include direct salary cost,
overhead, direct non-salary costs, and fixed fee.
Direct Salary Costs: The Direc Salary Cos is the direc salary paid to principals,
professional, technical, and clerical personnel for the time they are productively
engaged in work necessary to fulfihI the terms ofthis AGREEMENT. The
CONSULTANT shall maintain support data to verify the direct salary costs billed
to the AGENCY.
2. Overhead Costs: Overhead Costs are those costs other than direct costs, which are
included as such on the books of the CONSIJLTANT in the normal everyday
keeping of its books. Progr ss payments shall be made at the rate shown in the
heading of this AGREEMENT under "Overhead Progress Payment Rate." Total
overhead payment shall be based on the method shown in the heading ofthe
AGREEMENT. The two options are explained as foliows:
a. Fixed Rate: Ifthis method is indicated in the heading ofthe AGREEMENT the
AGENCY agrees to reimburse the CONSULTANT for overhead at the
percentage rate shown. This rat shall not change during the life ofthe
AGREEMENT.
b. Actual Cost: ][ this method is indicated in the heading ofthe AGREEMENT the
AGENCY agrees to reimburse the CONSULTANT the actual overhead costs
verified by audit, up to the Maximum Tot l Amount Payable, authorized under
this AGREEMENT, when accumulated with all other Actual Costs.
A sumrnary ofthe CONSULTANTS cost estimate and the overhead
computation is shown in Exhibit "E" attached hereto and by this reference made
part ofthis AGREEMENT. When an Actual Cost method is used, the
CONSULTANT (prime and all sub-consultants) will subinit to the AGENCY
within six (6) months after the end ofeach flrm's fiscal year, an overhead
schedule in the format required by the AGENCY (cost category, dollar
expenditures, etc.) for the purpose of adjusting the overhead rate for bi!ling
purposes. It shall be used for the computation of progress payments during the
foliowing year and for retroactively adjusting the previous year's overhead cost
to reflect the actual rate.
DOT Form 140-089 EF Exhibit D-2
Revised 6/08
72
Failure to supply this information by either the prime CONSULTANT or any of their sub-
consultants shall cause the AGENCY to withhold payment of the billed overhead costs until
such time as the required information is received and an overhead rate for billing purposes is
The AGENCY, STATE and/or the Federal Government may perform an audit of the
CONSULTANT'S and records at any tirne during regular business hours to deternune
the actual overhead rate, if they so desire.
3. Direct Non-Salary Costs: Direct Costs will be reimbursed at he Actual Cost to
the CONSULTANT. Tbuaochurgcnmuyinc|udc,buturnnut)inoitedtn,thofb|loniug
items: [ravel, printing, long distance telephone, supplies, mputer charges and sub-
000su|tuuiuoo1o.
a. Air or train travel will be reimbursed only to economy class levels unless
otherwise approved by the AGENCY. Thc CONSULTANT shall comply with
the rules and regulations regarding travel costs (excluding air, tratri, and rental
car costs) in accordance with the AGENCY'S Travel Rules and Procedures.
However, air, train, and rental car costs shall be reimbursed in accordance with
48CFR Part 3l.2n5-46 "Travel Cost
b. The billi for Direc Costs shall inelude an itemized listing of
the charges directly identifiable wh the PROJECT.
c. The CONS shall maintain the supporting documents in their
office. Copies of the original supporting documents shall be supplied to the
AGENCY upon request.
d. All above charges must be necessary for the services provided under this
AGREEMENT.
4. Fixed Fee: The Fixed Fee, which represents the CONSI.JLTANT'S profit, is shown in the
heading of this AGREEMENT under Fixed Fee. This amount does not include any
additional Fixed Fee, which could be authorized from the Management Reserve Fund. This
fee is based on the Scope of Work defined in this AGREEMENT and the estimated person-
hours rcguircdtoperfonuthca1u1edSuopcofnVork.{ntbcevcut the CONSULTANT
enters into a su p|enueutu\ AGREEMENT for additional work, the supplemental
AGREEMENT may include provisions for the added costs and an appropriate additional
fee. The Fixed Fee will be prorated and paid monthly in proportion to the percentage of
work completed b the CONSULTANT and reported in the Monthly Progress Reports
accompanying tbhiUiogs.AuyportionoftbcFixcdFeccurocdbutnot previously puidin
the pro oupuymnntovvi|(hocovoredintbe final payment, subject to the provisions of
Section IX entitled "Termination of Agreement."
5. Management Reserve Fund: The AGENCY may desire to establish a Management Reserve
Fund to provide the Agreement Administrator with the flexibility to authorize additional
funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the
CONSULTANT for additional work beyond that already defined in this AGREEMENT.
Such authorization(s) shall be in writing and shall not exceed
73
the lesser of $100,000 or 10% of the Total Amount Authorized as shown in the heading
of this AGREEMENT. The amount included for the Management Reserve Fund is
shown in the heading of this AGREEMENT. This fund may not be replenished. Any
changes requiring additional costs in excess of the Management Reserve Fund shall be
made in accordance with Section XIV, "Extra Work."6. Maximum Total Amount
Payable: The Maximum Total Amount Payable by the AGENCY to the
CONSULTANT under this AGREEMENT shall not exceed the amount shown in the
heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of
the Total Amount Authorized, and the Management Reserve Fund. The Maximum
Total Amount Payable does not include payment for Extra Work as stipulated in
Section XIV, "Extra Work." No minimum amount payable is guaranteed under this
AGREEMENT.
B. Monthly Progress Payments: The CONSULTANT ma submit billings to the AGENCY for
reimbursement of Actual Costs plus the calculated overhead and fee on a monthly basis during the
progress of the work. S h billi shall b in a format approved byde&GBNCYuud
accompanied by the monthly progress reports required under Section III, "General Requirements"
of this AGREEMENT. The billings will be supported by an itemized listing for each item including
Direct Salary, Direct Non-Salary, and allowable Overhead Costs to which will be added the
prorated Fixed Fee. To provide a means of verifying the billed salary costs for CONSULTANT
employees, the AGENCY may conduct employee interviews. These interviews may consist of
recording the names, dUcu, salary rates, and present duties of those employees performing work on
the PROJECT at the time ofthe interview.
C. Final Final Payment of any balance due the CONS of the gross amount earned
will be made promptly upon its verification by the AGENCY after the completion ofthe work
under this AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports,
electronic data and other related documents which are required to be furnished under this
AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a
release of all claims for payment, which the CONSULTANT may have against the AGENCY
unless such claims are specifically reserved in writing and transmitted to the AGENCY by the
CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any
claims that the A(]GNC}, may have against the CONSIJLTANT or to any remedies the AGENCY
may pursue with respect to such claims. '
The payment of any billing will not constitute agreement as to the appropriateness of any item
and at the time of final audit, all required adjustments will be made and reflected in a final payment.
In the event that such final audit reveals an overpayment to the CONSULTANT, the
CONSULTANT will refund such overpayment to the AGENCY within thirty (30) days of notice of
the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims
relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has
twenty (20) days after receipt of the final POST AUDIT to begin the appeal process to the
AGENCY for audit findings.
D. Inspection of Cost Records: The CONSU and their sub- onou|tantoohaUkccoavulah!ofo«
inspection by representatives of the AGENCY, STATE and the United States, for u period ofthree
(3) years after receipt of final payment, the cost records and accounts pertaining to this
AGREEMENT and all items related to or bearing upon these records with the following exception:
if any litigation, claim or audit arising out of, in connection with, or related to this contract is
initiated hefore the expiration of the three (3) year period, the cost records and accounts shall be
retained until such litigation, claim, or audit involving the records is completed.
74
Exhibit E-1
Consultant Fee Detarnlinadion - GunnnmoryShemt
(Cost PIus Fixed Fee)
Project: Interurban Avenue SouUh - S. 143rd Street to Fort Dent Way
Direct Salary Cost (DSC):
Classification Man Hours Rate = Cost
Principal - Construction Manager 880 X $87.00 * $78.560.00
Senior Manager 450 )( $66.96 $30132.00
Munagor - DroinageEnginaer 650 )( $48.16 $31.304.00
SeniorStaff- Lead Inspector 2900 X $39.17 $113.593.00
Office Engineer 2200 )( $26.53 $58.366.00
Environmental Engineer 250 ){ $31.94 $7.985.00
Inspector - Structural 560 }{ $29.66 $16,609.60
Inspector - Civil 450 )( $25.45 $11.452.50
Project Coordinator/Tech Edi0or 124 X $26.62 $3.300.88
Project Coordinator/Administration 60 X $21.18 $1,270,80
*Rate capped af $87O0 for this contract
Total DSC = $350,573.78
Overhead (OH Cost -- including Salary Additives):
OH Rate x DSC of 160.94 % x $350.573.70 $564213.44
Fixed Fee /FF>:
FF Rate x DSC of 25.00 % x $350.573.78 $87,643.45
Rei unsa b b|
rn ea:
Mileage $10.248.00
Copies $200.00
MisceIaneous supplies and equipment $781.33
Subtotal (Consultant Tota|):
Subconsultant Costs (See Exhibit G):
Grand Total:
$1.013.720.00
$65,000.00
$1.078.720.00
Prepared by: Ed Berschinski Date: 5/10/2014
75
Desc
Anchor QEA, LLC
t Cost Rate Schedule
For tlae PeCod Ended December 31, 2012
Exhibit F
Overhead Cos
Kimmel al va'.atemenY Accepted
Ananurrt Ancl oa r4dj \VSDOT Adj Ref. Amman
5 17,521,340
Direct Labor Base
Indirect Costs;
Payroll Burden
Payroll Taxes
Group Insurance
Return on Investment
Incentive Payments
NOM Adjustment by firm
WSDOT Staff Bonus Adjushnenl
Retirement & Pension
Vacation, Sick, Holiday
Training & Education,
:mployee Benefits
ge Benefit Adjustment
Total Payroll Burden
Gen, & Admin, Expe
Indirect Labor
Bid & Proposal Labor
Payroll Variance
Auto mo yr Transportation
Billed in -house Transportation
Bid & Proposal
Coinmunication
Computer Tech. Support
Depreciation
Business insurance
Legal, Prof & Accoaniing Fees
Meals/Entertainment
Gifts/Charity
Office Rent
Professional Dues
Recruiting
Subscriptions & Books
Supplies
Business Tars es
Scholarship? Bank Fees'Advertising!Bad Ck:b
Travel
Total G&A Expense
Total Indirect Costs
Indirect Cost Rate (Less FCC)
Fachhies Cost of Capful
Indirect Cost Rate (Includes FCC)
51,736,945 (51a2,292) W 51,604,653 9.16%
3.1113248 (43,009) 13 3,078,039 17.57%
3,700,715 (3,700,715) C 0 0.00886
2,471,834 510,954,536 f 13,426.370 76.6356
(4,361,314) (3980,687) E.p (5,342,001) - 30.49%
(S253.352) e (253,352) - 1,45;
642,921 642,921 3.67%
2,656,097 2,656,097 15,163;
160,277 (3,461) S 156,816 0,8996
187.952 (1,508) (1,124) O,a 185,321
(25,478) d (25.478) -0,15
514,677,790 _241.199) 59.693,895 516.129,386 92.0646
317,039,370 (5!,2I5,768) (5(0,400,086) A,c,fh
233,450
(30,999)
298,714
803,249
52,982
837,948
432,103
261,431
851,154
77,727
2,704,933
70,794
19,411
33,125
1,135,287
1,327,912
720,117
462,170
526,830,879
(8,043) D
(332,092) F
1,059,146 6
(1,335,586) c
(144,518) (88,932) G,X
(197,952)
(10 7,926)
(548,399)
(77,727)
(78,637)
(302,755
K,11,5(
140,248 (9,997) V,b
(677,554) N
(214,712) O,P,Q,R
(291,918) (7,741) 8,1
(53,724,000) (511,085 950)
541.508,669
(511,966,299) (91,392,05
250.30%
165.973;
549,289
529,591,659
6
55;423,517
(8,043)
(332,092)
L059,146
(1,335,586)
- 0,05''x0
-1.90%
6324%
- 7.62%
0.00%
0 0.003;
100,762 0,58°6
803,249 4.58%
52,982 0,3030
837,948 4.7880
432,103 2.471'0
153,505 038%
0 0,00%
1) 0.00%
2,526.295 (4.99°,7
70,794 0.40%
19,411 0.1180
33,125 0.19%
1.265,538 7.22%
650,358 3.71%
5,406 0.03%
162,511 0.9356
512,020,929 68,6196
528,150,315 160.661
160,56%
T 549,289 0.2986
528.199,694
1.94%
Anchor References;
A Re- allocation of indirect labor costs under the effective rate method to direct labor base for uncompensated rive rlime tinder the salary variance
B Unallowable key person life insurance per 48 CFR 31.205- 19(e)(2)(v),
C Unallowable distribution of profits per 48 CFR 31.205- 6(a)(5)(il)(13),
O Timing of accrued overtime payout per 48 CFR 22.103 -1, 22.103-4(g),
E Unallowable executive compensation per 43 CFR 31.205- 6(a)(i)(A)(3).
F Unallowable marketing labor per 43 CFR 31.205-18.
G Personal use portion of vehicle allowance unallowable per 48 CFR 31.205.6(mA2).
H Sponsorship costs unallowable per 48 CFR 31205- 1(tj(3). Excess lodging and per diem unallowable per 48 CFR 31.205 -14, 311(1345. For this r7 n-
and meals have been reproved from the overhead analysis.
I Legal settlements unallowable per 43 CFR 31.205 -47. Federal income tax preparation fees unallowable per 48 CFR 31.203- 41(6)11).
Local meals unallowable per 43 CFR 31.205 -14,
K Excess per diem unailowabie per 43 CFR 31.205 -41 Alcohol unallowable per 43 CFR 31.205-51. For this cne year, all meals have bee rernosed fresm the overhead
analysis, deals incurred during the retreat have heen analyzed and allowable amounts have 'been included,
L Girls unallowable per 49 CFR 31.205- 13(b); Donations unallowable per 48 CFR 31.205 -9.
Compensation Matrix Tool adju
hud, 48 CFR
rur Gross Revenues.
76
Exhibit G
Subcontracted Work
The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT:
a
$
plus a
f� .fi • 1 • 1. is -1
able expenses Total Gnstc for these Cervices Are $65,000_00
DOT Form 140-089 EF Exhibit G
Revised 6105
77
Exhibit H
Title VI Assurances
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in
interest agrees as follows:
1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non-
discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part
21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS"), which
are herein incorporated by reference and made a part of this AGREEMENT.
2. Non-discrimination: The CONSULTANT, with regard to the work performed during the
AGREEMENT, shall not discriminate on the grounds of race, color, sex, or national the selection
and retention of sub-consultants, including procurement of materials and leases of equipment. The
CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by
Section 21.5 ofthe REGULATIONS, including employment practices when the AGREEMENT covers a
program set forth in Appendix B ofthe REGULATIONS,
3. Solicitations for Sub-consultant ,Inm|udio8Procurcmcrto[88utcriu]oaudEouipmcot:IouJ|so)iobudouo
either by competitive bidding or negotiations made by the CONSULTANT for work to be performed
under a sub-contract, including procurement ofmaterials rials or leases of equipment, each pot ntial sub-
consultant or supplier shall be notified by the CONSULTANT of the CONSIJLTANT'S obligations under
this AGREEMENT and the REGULATIONS relative to non-discrimination on the grounds of race, coior,
sex, or national origin.
4. Information and Reports: The CONSULTANT shall provide all information and reports required by the
REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records,
accounts, other sources of information, and its facilities as may be determined by AGENCY, STATE or
the Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such
REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the
exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall
so certify to the AGENCY, STATE or the FHWA as appropriate, and shall set forth what efforts it has
made to obtain the information.
5. Sanctions for Non-compliance: In the event of the CONSULTANT'S non-compliance with the non-
discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT
•
Withhotding of payments to the CONSULTANT under the AGREEMENT until the
CONSULTANT complies, and/or
• Cancellation, termination, or suspension of the AGREEMENT, in whole or in part
DOT Form 140-089 EF Exhibit
Revised 6/05
78
6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1) through
(5) in every sub-contract, including procurement of materials and leases of equipment, unless exempt by
the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action
with respect to any sub-consultant or procurement as the AGENCY, STATE or FHWA may direct as a
means of enforcing such provisions including sanctions for non-compliance.
Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with,
litigation with a sub-consultant or supplier as a result of such direction, the CONSULTANT may request
the AGENCY and the STATE enter into such litigation to protect the interests of the AGENCY and the
STATE and, in addition, the CONSULTANT may request the United States enter into such litigation to
protect the interests of the United States.
79
Exhibit 1
Payment Upon Termination of Agreement
By the Agency Other Than for
Fault of the Consultant
(Refer to Agreement, Section IX)
Lump Sum Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made shall
total the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the
total work required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra
work completed.
Cost Plus Fixed Fee Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made, shall
total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is
to the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra
work completed.
Specific Rates of Pay Contracts
A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this
AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT.
Cost Per Unit of Work Contracts
A final payment shall be made to the CONSULTANT for actual units of work completed at the time of
termination of this AGREEMENT.
DOT Form 140 -069 EF Exhibit I
Revised 6/05
80
Exhibit J
Alleged Consultant Design Error Procedures
The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a
nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution
and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage
due to the alleged error by the consultant.
Step I — Potential Consultant Design Error(s) is Identified by Agency's Project Manager
At the first indication of potential consultant design error(s), the first step in the process is for the Agency's
project manager to notify the Director of Public Works or Agency Engineer regarding the potential
design error(s). For federally funded projects, the Region Highways and Local Programs Engineer
should be informed and involved in these procedures. (Note: The Director of Public Works or Agency
Engineer may appoint an agency staff person other than the project manager, who has not been as
directly involved in the project, to be responsible for the remaining steps in these procedures.)
Step 2 - Project Manager Documents the Alleged Consultant Design Error(s)
After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the
Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed
documentation than is normally required on the project. Examples include: all decisions and
descriptions of work; photographs, records of labor, materials and equipment.
Step 3 — Contact the Consultant Regarding the Alleged Design Error(s)
If it is determined that there is a need to proceed further, the next step in the process is for the project
manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged
error(s). The project manager and other appropriate agency staff should represent the agency and the
consultant should be represented by their project manger and any personnel (including sub-consultants)
deemed appropriate for the alleged design error(s) issue.
Step 4 — Attempt to Resolve Alleged Design Error with Consultant
After the meeting(s) with the consultant have been completed regarding the consultant's alleged design
error(s), there are three possible scenarios:
It is determined via mutual agreement that there is not a consultant design error(s). If
this is the case, then the process will not proceed beyond this point.
It is determined via mutual agreement that a consultant design error(s) occurred. If this
is the case, then the Director of Public Works or Agency Engineer, or their
representatives, negotiate a settlement with the consultant. The settlement would be
paid to the agency or the amount would be reduced from the consultant's agreement
with the agency for the services on the project in which
the design error took place. The agency is to provide H&LP, through the Region
DOT Form 140-069 EF Exhibit J
Revised 6/05
81
Local Programs Engineer, a summary of the settlement for review and to make
adjustments, if any, as to how the settlement affects federal reimbursements. No
further action is required.
• There is not a mutual agreement regarding the alleged consultant design error(s). The
consultant may request that the alleged design error(s) issue be forwarded to
the Director of Public Works or Agency Engineer for review. If the Director of
Public Works or Agency Engineer, after review with their legal counsel, is not able
to reach mutual agreement with the consultant, proceed to Step 5.
Step 5 — Forward Documents to Highways and Local Programs
For federally funded projects all available information, including costs, should be forwarded through the
Region Highways and Local Programs Engineer to H&LP for their review and consultation with
the FHWA. H&LP will meet with representatives of the agency and the consultant to review the
alleged design error(s), and attempt to find a resolution to the issue. If necessary, H&LP will
request assistance from the Attorney General's Office for legal interpretation. H&LP will also
identify how the alleged error(s) affects eligibility of project costs for federal reimbursement.
If mutual agreement is reached, the agency and consultant adjust the scope of work
and costs to reflect the agreed upon resolution. H&LP, in consultation with FHWA,
will identify the amount of federal participation in the agreed upon
resolution of the issue.
If mutual agreement is not reached, the agency and consultant may seek settlement
by arbitration or by litigation.
82
Exhibit K
Consultant Claim Procedures
�
The purpose ofthis exnibit is to describe a procedure regarding claim(s) on a consultant The following
procedures should only be utilized on consultant claims gr aterdxun$i'UU0.lftkc000aultant`mc\uim(n)mrutot l
of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the
Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s)
that total $l"000mrless.
This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential
claim by the consultant.
Step 1 — Consultant Files a Claim with the Agency Project Manager
Ifthe consultant determines that they were requested to perform additional services that were outside ofthe
agreement's scope of work they may be entitled to a claim. The fir t step that must be completed is the
request for consideration of the claim to the Agency's p ject manager.
The consultant's claim must outline the foliowing:
• Summation of hours by classification for each firm that is included in the claim;
• Any correspondence that directed the consultant to perform the additional work;
°
Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with
the additional work; and
• Explanation as to why the consultant believes the additional work was outside of the
agreement scope of work.
Step 2 — Review by Agency Personnel Regarding the Consultant's CLaim for Additional Compensation
After the consultant has completed step 1, the next step in the process is to forward the request to the
Agency's project ruuuugecThc project m8uugcrvvi||roviewtheuoouukuutou>aimundpjUmc with
the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If
the FHWA is participating in the pr ject's funding, forward a copy of the consultant's claim and the
Agency's recommendation for federal participation in the claim to the WSDOT Highways and Local
Programs through the Region Local Programs Engineer. lf the claim is not eligibte for federal
participation, payment will need to be from agency funds.
If the Agency project mmmQcr,DboctV of Public Works or Agency Engineer, WSDOT Hi and
Local Programs (if applicable), and FHWA (if applicable) agree with the consultant's claim, send a
request memo, including backup documentation to the consultant to either supplement the agreement,
or create a new agreement for the claim. After the request has been approved, the Agency shall write
the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the
consultant that the fi nal payment for the agreement is subject to audit. No further action in needed
regarding the claim procedures.
DOT Form 1m'ouysr Exhibit n
Revised 6/05
83
If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures.
Step 3 —Preparation of Support Documentation Regarding Consultant's Claim(s)
If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary
for the Director of Public Works or Agency Engineer that included the following:
• Copy of information supplied by the consultant regarding the claim;
•
•
e
•
Agency's summation of hours by classification for each firm that should be included in the
claim;
Any correspondence that directed the consultant to perform the additional work;
Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs
associated with the additional work;
Explanation regarding those areas in which the Agency does/does not agree with the
consultant's claim(s);
Explanation to describe what has been instituted to preclude future consultant claim(s); and
• Recommendations to resolve the claim.
Step 4— Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency
Documentation
The Director of Pubic Works or Agency Engineer shall review and administratively approve or
disapprove the claim, or portions thereof, which may include getting Agency Council or
Commission approval (as appropriate to agency dispute resolution procedures). If the project
involves federal participation, obtain concurrence from WSDOT Highways and Local Programs
and FHWA regarding final settlement of the claim. If the claim is not eligible for federal
participation, payment will need to be from agency funds.
Step 5 — Informing Consultant of Decision Regarding the Claim
The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final
decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim
(s) and rationale utilized for the decision.
Step 6 — Preparation of Supplement or New Agreement for the Consultant's Claim(s)
The agency shall write the supplement and/or new agreement and pay the consultant the amount of the
claim. Inform the consultant that the final payment for the agreement is subject to audit.
84
Exhibit M-1(a)
I hereby certify that I am Ed Berschinski
representative ofthe firm of Anchor (}BA,LLC
720 Olive Way, Suite 1900, Seattle, WA 98101
Certification firm I here represent has:
Project No.
Local Agency
and duly authorized
whose address is
and that neither I nor the above
(a) Employed or retained for a commission
consideration, any firm or person (other than a bona fide employee working solely for me or the
above CONSULTANT) to solicit or secure the AGREEMENT;
(b) Agreed, as an express or implied condition for obtaining this ntract, to employ or retain the
services of any firm or person in connection with carrying out this AGREEMENT; or
(c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee
working solely for me or the above CONSULTANT) any fee, contribution, donation, or
consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT;
except as hereby expressly stated (if uov);
I acknowledge that this certificate is to be available to the Washington State Department of
Transportation and the Federal Highway Administration, U.S. Department of Transportation in
conneetion with this AGREEMENT involving participation of ofFederal aid highway funds, and is
subject to applicable State and Federa laws, both crimina and civil.
1~4
Signature
DOT Form 140-089 EF Exhibit M-1(a)
Revised 6/05
85
Exhibit M-1(b)
Certification Of Agency Official
I hereby certify that I am the AGENCY Official of the Local Agency of City of Tukwila
Washington, and that the consulting firm or its representative has not been required, directly or indirectly as an
express or implied condition in connection with obtaining or carrying out this AGREEMENT to
(a) Employ or retain, or agree to employ to retain, any firm or person; or
(b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or
consideration of any kind; except as hereby expressly stated (if any):
I acknowledge that this certificate is to be available to the Washington State Department of
Transportation and the Federal Highway Administration, U.S. Department of Transportation, in
connection with this AGREEMENT involving participation of Federal-aid highway funds, and is
subject to applicable State and Federal laws, both criminal and civil.
Date
DOT Form 140-089 EF Exhibit M-1(b)
Revised 6/05
Signature
86
Exhibit M-2
Certification Regarding Debarment, Suspension, and Other Responsibility
Matters-Primary Covered Transactions
1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its
principals:
A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any federal department or agency;
B. Have not within a three-year period preceding this proposal been convicted of or had a civil
judgment rendered against them for commission or fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or
contract under a public transaction; violation of federal or state antitrust statues or commission of
embezzlement, theft, forgery, bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph (I)
(B). of this certification; and
D. Have not within a three (3) year period preceding this application/proposal had one or more
public transactions (federal, state, or local) terminated for cause or default
Where the prospective primary participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
Consultant (Firm): Anchor QEA, LLC
DOT Form 140-089 EF Exhibit M-2
Revised 6/05
_--- -27- /a?
----'"--g Z /
(Signature) sident or Authorized Official of Consultant
87
Exhibit M-3
Certification Regarding The Restrictions
of The use of Federal Funds for Lobbying
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
1.No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of any Federal
agency, a member of Congress, an officer or employee of Congress, or an employee of a member
of Congress in connection with the awarding of any Federal contract, the making of any Federal
grant, the making of any Federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan,
or cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a member of
Congress, an officer or employee of Congress, or an employee of a member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance
with its instructions.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making
or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who
fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and
not more than $100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall
require that the language of this certification be included in all lower tier subcontracts which
exceed $100,000 and that all such subrecipients shall certify and disclose accordingly.
Consultant (Firm): Anchor QEA, LLC
[Li ILA
Date) )
DOT Form 140-089 EF Exhibit M-3
Revised 6105
Signature
ent or Authorized Official of Consultant
88
Exhibit M-4
Certificate of Current Cost or Pricing Data
This is to certifiy that, to tlie best of my knowledge and belief, tbe cost or pricing data (as defiiied in
section 15.401 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4)
submitted, either actuaUy or by speciflc identiflcation in writirig, to the contracling officer or to the
contracting officer's representative in support of City Pro cct No 03-RWO2 �
are accurate, complete, and currnt as of May 8, 2014 . This certification includes
the cost or pricing data supporting any advance agreements and forward pricing rate agreements between
the offeror and the Govemment that are part of the proposal.
Firm Anchor QEA, LLC
Name Ed Berschinski
Title Partner
Date nfBxcouton*** May 9, 2014
* Identify the proposal, quotation, request for price or other subm oukn/ involved,
giving the appropriate identiiying number (e.g., RFP No.).
** lnsert the day, month, and year when price negotiations were concluded and price agreement
was reached.
+*
* Insert the day, month, and year of signing, which should be as close as practicable to the date
when the price negotiations were concluded and the contract price was agreed to.
DOT Form 140-089 EF Exhibit M-4
Revised 6/05
89
90
Supplemental Agreement
Number No. 2
Original Agreement Number
l3'O28
Project Number
90310402
Project Title
Interurban Avenue S, Fort Den ay to S 143rd St.
Organization and Address
KPG, Inc.
753 9th Avenue N
Seattle, WA 98109
Phone: 206_286_1640
Execution Date
Completion Date
12/31/2015
Ne Maximum Amount Payable
$ 744,752.65
Description of Wor
Provide construction pre- construction, construction, and closeout of the Intcrurban
ANenue S - S 143rd Street to Fort Dent Way project.
The Local of City wfTubvvLo
desires to supplement the agreement entered nto with KPG
and executed on . Ol '29'208 and identified as Agreement No. ' 13'028
All provisions in the basic agreement remain in effect except as expressly modified by his supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read: ,
The contract shall include d`pnridi6onn| scope for construction r^ inr,ringsrrn{r~" identified in t attached
Exhibit A-9
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: No chanu in the completion date of 17/31/7015
111
SecUon V, PAYMENT, shall be amended as foliows:
Payment for the added scope items shall not exceed S157 971 00 as shown in Exhibit F-7 without prior approval hv
the Ci
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By:
DOT Form 140-063 EF
Revised 9/2005
Consultant Signature Approving Authonty Signature
Date
91
EXHIBIT A -2
City of Tukwila
Interurban Avenue S
S 143rd Street to Fort Dent Way
Supplement No. 2
Construction Engineering Support
KPG
Scope of Work
May 12, 2014
A. BACKGROUND
The following represents the general Scope of Services (Scope) to be performed by KPG Inc.
(Consultant) during the pre- construction, construction, and closeout of the Interurban Avenue S — S 143rd
Street to Fort Dent Way project (Project), for the City of Tukwila (City). The lead Construction
Management (CM) consultant will be Anchor QEA (Anchor) who will perform the day to day field
management under separate contract with the City during the construction phase of the Project. KPG will
provide on -call design support and Construction Engineering services (CE) under supplement of the
original design contract. KPG will work at the direction of the City's Project Manager in coordination with
the overall CM effort. All effort on this project will be as requested by the City or City assigned
Construction Manager. It is anticipated that budgets between Tasks will be adjusted as required to
provide the requested services.
B. SCOPE OF WORK
TASK 1 - MANAGEMENT / COORDINATION / ADMINISTRATION
1.1 The Consultant shall provide continuous project management for the project duration from June
1, 2014 to December 31, 2015.
1.2 The Consultant shall prepare monthly progress reports identifying work completed in the previous
month, work in progress, upcoming work elements, and reporting of any delays, problems, or
additional information needs. These reports shall be submitted with the Consultant invoices.
1.3 The Consultant shall provide continuous management and administration of all subcontractors
included in this scope of work.
Task 1 Deliverables: Monthly progress reports (20 months)
TASK 2 — PRECONSTRUCTION SERVICES
2.1 The Consultant shall provide on -call support, which may include, review of records management,
preconstruction utility coordination, and preparation and attendance at preconstruction meeting,
on an as- needed basis. Specific tasks are anticipated to include:
• Coordination meetings with City, Contractor and CM Consultant.
• Preparation of map graphics to facilitate utility coordination.
• Preparation of conformed plans and specifications.
• Prepare for and attend preconstruction meeting.
Task 2 Deliverables: Conformed Plans and Specifications
City of Tukwila Page 1 of 3 KPG
Interurban Ave S Construction Engineering Support 5/12/2014
92
TASK 3 — CONSTRUCTION PHASE SERVICES
3.1 The Consultant shall provide on -call support, which may include, weekly progress meetings,
review shop drawings, interpretation of plans and specifications, and construction change order
assistance on an as- needed basis. Specific tasks are anticipated to include:
• Construction Meetings: Attend weekly construction meetings or other project meetings at
the construction site to review, in conjunction with the City, the Contractors progress and
construction schedule. Weekly attendance is not anticipated for the project duration;
however, the project engineer and other engineers will attend as requested. Provide
feedback and follow up as appropriate. Budget allowances for meeting attendance is
shown on the attached hour estimate based on the following assumptions on meeting
attendance:
• Weekly attendance for initial 6 months of construction (26 meetings)
• Attendance in preparation of traffic shifts between stages (4 meetings)
• Other meetings as requested by the City or City's field staff (estimate 10
meetings)
• Submittals: Review and comment on the Contractor's submittals as requested, including
shop drawings. Many of the submittals will be reviewed by the City or Construction
Management Services Consultant. It is anticipated that the Consultant will receive the
following submittals for review:
• Structural walls
• Irrigation system
• RRFB systems
• Illumination systems
• Drainage detention and water quality treatment components
• Other submittals as requested (see exhibit E for budget assumptions)
• Interpretation of Plans and Specifications: Provide technical assistance to clarify and
interpret the contract documents at the request of the City. Assist the City in answering
Contractor questions. Respond to requests for information (RFIs), prepare requests for
quotation (RFQs), and prepare construction field directives (CFDs).
• Change Order Assistance: In the event that the provisions of the Contract Documents
need to be revised, prepare the necessary revisions to the drawings and specifications.
On request, provide engineering or independent peer review of contractor, City, or utility
proposed plan changes.
• Subconsultant Construction Support: Project Subconsultants for structural (CivilTech)
and environmental (Widener & Associates) will be retained for construction support on an
as requested basis. Budget allowances for each Subconsultant are shown on the
attached reimbursable breakdown.
• On -call survey support: Provide surveyor support to verify contractors survey or layout,
assist with quantity verification, or other support needs as requested by the City.
• Materials Testing: Provide feedback as requested on any failing materials tests or
material substitution requests for compliance with contract requirements for gradation,
compaction, strength, etc.
• Assist with preparation and attendance at special events, such as preconstruction open
house, ribbon cuttings, and other events as requested.
Task.3 Deliverables: Documentation as requested in support of on -call construction support
City of Tukwila Page 2 of 3 KPG
Interurban Ave S Construction Engineering Support 5/12/2014
93
TASK 4 — UTILITY AND AGENCY COORDINATION ALLOWANCES
4.1 The Consultant will provide assistance to facilitate franchise utility relocations and adjustments as
requested by the City. These services may include design modifications that may be required to
facilitate franchise utility work. The purpose of this task is to provide a budget allowance and
tracking mechanism for possible reimbursement to the City by the franchise utilities. Work for
each utility will be tracked separately on monthly invoices. The City will be responsible for
obtaining reimbursement on these charges when applicable.
4.2 Assist the City with obtaining necessary project specific franchise utility agreements for utility
relocation work as requested.
4.3 Assist the City /CM with obtaining a general or specific utility permit from WSDOT for facilities in
State right of way limits.
4.4 Provide independent review of CM documentation records and assist with up to three (3)
progress audits with WSDOT.
4.5 Assist the City with obtaining a necessary administrative noise variance for night time work
anticipated and required through the contract specifications. The budget assumes that this is an
administrative approval and that public hearings are not required.
Task.4 Deliverables: Documentation as requested in support of on -call utility and agency support
TASK 5 — CLOSEOUT ASSISTANCE
5.1 The Consultant will provide record drawings within 60 days of receipt of information provided by
the construction contractor and the City of Tukwila.
5.2 The Consultant shall provide independent review of final construction documentation files and
assist with Project Management Review with WSDOT local programs.
Task.5 Deliverables:
• Record Drawing Mylars (full size)
■ Half -size copy of draft
• Full -size and half -size copies of final record drawings
• Electronic files
C. OTHER SERVICES
The City of Tukwila may require other services of the Consultant. These services could include other
work tasks not included in the scope of work. These services may include, but are not necessarily limited
to, additional construction support; assistance with property issues; utility, agency, or audit support in
excess of the budget allowances contained in Exhibit E; or other services deemed necessary by the City.
At the time these services are required, the Consultant shall provide the City with a detailed scope of
work and an estimate of costs. The Consultant shall not proceed with the work until the City has
authorized the work and issued a Notice to Proceed.
City of Tukwila Page 3 of 3 KPG
interurban Ave S Construction Engineering Support 5/12/2014
94
HOUR AND FEE ESTIMATE
Project: City of Tukwila
Interurban Avenue S
S 143rd Street to Fort Dent Way
Supplement No. 2 - Construction Engineering Services
EXHIBIT E -2
KPG
Architcctw:res
Landscape Architecture
! Civil Engineering p
05/19/2014
'
dget
fir act error 1 $:Pt ec C twist'
.
n r t. f,,.
� � �rrg�re�� ngi� year
J ;.F Y.;. 7,1
Deal
b s �r�9`
�;f"ed�ltlteta�l
,. t
5urue
�r�vsr
�
D' umentt O,
r crelist �d�an
a � v. r,;✓.� r
r. ., rY `'
Task 1 - Management / Coordination / Administration
Management and admin (20 months)
80 0
20 0
0
0
0
0
0
0
0
0
0
0
0
0
40
20
$ 17,310.50
Monthly progress reports and invoices
$ 5,070.11
Subcontractor Coordination
10 0
0 0
0
0
0
L 0
10
$ 2,535.05
Mileage
$ 200.00
Reproduction
$ -
Task Totals
110 0 0 0
0
0
0
0 70
$ 25,115.66
Task 2 - Preconstruction Services
Coordination meetings with City and CM consultant
16
0
16
8
0
0
0
24
8
$ 9,020.26
Prepare map graphics for utility relocation
12
0
60
0
16
40
0
0
12
$ 15,001.88
Prepare conformed plans and specifications
4
0
16
0
8
16
0
0
16
$ 5,925.16
Prepare for and attend precon meeting
8
0
8
8
0
8
L 0
24
4
$ 7,055.79
Mileage
$ 100.00
Reproduction
$ 2,500.00
Task Totals
40 0 ( 100 16
24
64
0
48 40
$ 39,603.10
Task 3 - Construction Phase Services
Construction Meetings / support 4 40
0
240
40
0
0
0
0
8
$ 40,488.66
Submittal Reviews (Anticipated) : 16
40
60
40
l 24
16
0
0
40
$ 27,306.58
Submittal Reviews (As requested) + 12
8
16
8
8
+ 0
80
0
0 J
0
1 0
0
1 40
4
0
$ 7,245.65
$ 26,257.54
Interpretation of Plans and Specs , 24
24
40
24
40
Change order review and assistance 16
24
80
40
40
80
16
$ 37,149.07
Subconsultant support coordination 4
0
12
16
0
0
0
8
8
16
0
40
0
0
4
0
$ 3,087.78
$ 9,618.49
On call survey support 0
0
Materials testing review 1 8
4
16
8
0
L 0
0
0
8
$ 5,455.77
$ 1,000.00
Mileage
Reproduction
$ 500.00
CivilTech Budget Allowance
$ 15,000.00
Widener Budget Allowance
$ 5,000.00.
Task Totals 120 100 480 160
120
200
40
j 40 80
$ 178,109.53
05/19/2014
HOUR AND FEE ESTIMATE
Project: City of Tukwila
Interurban Avenue S
S 143rd Street to Fort Dent Way
Supplement No. 2 - Construction Engineering Services
EXHIBIT E -2
KPG
• Architecture
Landscape Architecture
P Civil fan ;ineenrg f
i ✓ Y ✓ fl 1 ("t
r Jttr
ask i Ort
JT r ptiir
t } � ,
f N (Sf
H � `tii
4
1 >
J 'tix`
l�Ofa} Bt�d et '
P ect
a
! S� for
[] >
err A
Pro} e t, 4 G t
,
r a r ;
Eig rye �
l,, -: lesi t� . Sury y , ocu
w, L Q2 r �y
1 f En Y T chnicia ! ire c i3t
g tr. '"i aj
t ce
Ad'min ,
✓if; p
Task 4 - Utility and Agency Coordination Allowances
Support franchise relocation tracking
16
0
40 60
0 24
0
0
L
0 i
8
$ 17,702.23
Franchise requested change allowance
20
0
40 20
24 32
0
12
4
$ 16,753.97
$ 19,740.88
Assist with franchise agreements
24
T
0
40
1 60
16
I 16
0
0 —i
Assist with WSDOT permit
0
!, 0
20
10
0
8
0
0 j
8
$ 4,850.19
Progress audit assistance
0
0
0
30
0
0
0
60
24
$ 12,322.59
Assist City with administrative noise variance
Mileage
0
0
0 10
0 0
0
0
4
$ 1,556.57
$ 200.00
Reproduction
$ 200.00
Task Totals
60
j 0
140 190
40 j 80
0
60
60
$ 73,326.44
Task 5 - Record Drawings
Prepare Draft Record Drawings
4
16
40
0
1
40
60
0
0
4
$ 17,074.14
Final Record Drawings
4
4
8
0
10
20
0
0 J
80
4
32
$ 5,229:24
PMR audit support
0
0
12 40
0 0
0
$ 17,814.43
Mileage
$ 200.00
Reproduction
$ 1,500.00
Task Totals
8
20
(
60 j 40
1
50
80
0 j
80 j
40
$ 41,817.82
t , .r ��T��)=rf f,�'�Bt�d
f r, .fit
Lt_
1F
�,� „
Gn
4 , „, u r, , ,x
�, �
�,t � �, f >..
,aY
��,€
.,,, r.
+..
} � S }
�4x3�.�, t. sf
e ,...8, r
, ,a. i2f , mf. $�: r�� �5„
M
Hourly rates are based on the following:
Direct Salary Costs $ 65.00 $ 52.06 $ 41.83
Overhead Rate
Fixed Fee
$ 45.671 $ 36.06 $ 31.25 $ 50.75$ 40.87 !, $ 26.92
146%
30%
05/19/2014
Totals
$ 120, 230.81
$ 175, 272.48
$ 36, 069.24
$ 331,572.54
TO:
FROM:
By:
DATE:
SUBJECT:
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
Bob Giberson, Public Works Director
Grant Griffin, Senior Program Manager
May 23, 2014
I -5 /Klickitat Drive — Unstable Slope /Elevated Walkway
Project No. 91410406
Resolution Declaring an Emergency
ISSUE
Approve a Resolution declaring an emergency for the I -5 /Klickitat Drive — Unstable Slope /Elevated Walkway authorizing City
staff to accelerate contracting and administration of City and federal funds to restore damages and prevent further impacts to
public and private property.
BACKGROUND
The slope above the Klickitat Drive retaining wall, located in Washington State Department of Transportation (WSDOT) right -
of -way, became unstable and started to slide in late March 2014 after record rainfall. The landslide damaged the foundation of
the Tukwila -owned elevated timber walkway and caused nearby trees to fall causing further damage to the structure. Federal
Emergency Relief funds were approved in early May 2014 after Governor Inslee declared an emergency in 5 counties. Plans
were made to prepare a joint WSDOT /Tukwila contract to stabilize the slope and repair the walkway at the same time. Tukwila
is responsible for providing plans and specifications for the walkway repair portion of this effort. It is in Tukwila's interest to
work within WSDOT's accelerated schedule to get the work completed in the 2014 summer construction season.
DISCUSSION
As the State has declared an Emergency, they have been authorized to use Federal Emergency Relief funds. This Resolution
declares a City emergency and authorizes Public Works to respond in the manner which is most effective and expedient, set
aside procedures and formalities which would otherwise govern the assignment of duties, procure materials, and contract for
services. Staff has contracted with David Evans & Associates (DEA) to design permanent repairs of the elevated walkway to
be incorporated in the construction contract that will be administered by WSDOT.
FISCAL IMPACT
Tukwila has been authorized for the emergency relief funds for the design phase by WSDOT Highways & Local Programs. The
Federal Emergency Relief Program requires a 13.5% local match. The Annual Bridge Program funds will supply the portion of
the City's match for design. The City has entered into a contract with DEA for $62,974 to perform the design of the walkway
repair. Authorization for the remaining construction funding of approximately $343,560 will occur in a future grant supplement.
Staff will return to Council with the update.
Walkway Repair Design Services
Contract Federal Portion City PE Match
$62,974 $54,473 $ 8,501
RECOMMENDATION
Council is being asked to approve the Resolution declaring an emergency for the I -5 /Klickitat Drive — Unstable Slope /Elevated
Walkway and to forward this item to the Consent Agenda at the June 2, 2014 Regular Meeting.
Attachments: Vicinity Map
Governor Inslee's Emergency Proclamation
Draft Resolution
W: \PW Eng \PROJECTS\A- RW & RS Projects \Klickitat Dr Elevated Walkway Repair (91410406) \PE \Info Memo Resolution Klickitat Drive.doc
97
cam, 3ellevue
tie
q; ! P
G!en Farr
o■` -i3ge Mercer
:lest Ptayi,•_i0 Iva/K1
R
Pc #r
Create' cM,Tr.�
Cay
t am.5h
G!,c +,mown
Did g,*
Celle
Ed ,t, -c
AtA hors; Pa.}
•
Buren
nttndry
dtM
Ran-
Ver,
kW,
Renton
Project Site
Klickitat Drive - Tukwila, WA
VICINITY MAP
JAY INSLEE
Governor
STATE OF WASHINGTON
Office of the Governor
PROCLAMATION BY THE GOVERNOR
14-03
WBEREA0, between March 5and March 24, 2014, a series of severe storms occurred in
(]rays |[arbnr, King, Lewis, Lincoln, and Pierce counties, producing extreme rainfall
resulting in saturated soils, erosion, and issuance of flood and landslide warnings
throughout Wcstcn Washington; and
WFIEREAS, these slorms caused culvert failures, washout , landslides, debris
obstructions, and temporary closures impacting both state and local road systems in these
counties requiring emcrgency action bythe Department oFTransportation, including
debris removal, slope stabilization, culvert replacement, and other immediate measures;
and
WHEREAS, the estimated cosi. to repair the road systems damage ix over $l`g2U100
and emcrgcncy action 10 addrcss these repairs rogubrsdzoapprova of Washington's
Secretary of Transportation. These emergency conditions have caused and may continue
to warrant temporary closure o[or limited acccss to affected roadways and
implementation oF emergency procurement procedures; and
WHEREAS, the Washington State Department n[Transportation and local jurisdictions
are coordinating resources to repair the roadway, continuing to assess damage done by
these storms, and working to implement damage repairs; and
WBER8AS,|hc roadway damage and its eliects continue to impact the life and health of
our citizcns, as well as the property and transportation infrastructure of Washington State,
and is a public disaster that affects life, health, property, or the public peace.
NOW, J0E0EFOQ8'l` Jay R.lnolee, Governor ofthe state of Washingto , as a result
of the above-noted situation and under Chapters 38.52 and 43,06 RCW, do hereby
proclaim that a State of Emergency exists in [}rays Harbor, King, Lewis, Lincoln, and
Pierce counties in the state of Washington, and direct the plans and procedures in \h�
R{1 Box 4O002° Olympia, Washington 9O5U4-0OO2"0OO902'4111°www.guvamocwm,go,
Csi
99
Washington State Comprehensive Emergency Management Plan be implemented. State
agencies and departments are directed to utilize state resources and to do everything
reasonably possible to assist affected political subdivisions in an effort to respond to and
recover from the incident.
Signed and sealed with the official seal of the state of Washington this
April, A.D., Two Thousand and Fourteen at Olympia, Washington.
BY THE GOVERNOR:
Secretary of a
By:
day of
Jay
G
ns ee
100
T
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
TUKWILA, WASHINGTON, DECLARING AN EMERGENCY
IN RESPONSE TO DAMAGES TO PUBLIC PROPERTY
DUE TO A LANDSLIDE ABOVE KLICKITAT DRIVE.
WHEREAS, a series of severe storms occurred in March 2014, triggering
landslides in five Washington counties and causing the Governor of the State of
Washington to declare a state of emergency; and
WHEREAS, it has been determined that the unusually heavy rains reactivated a
large dormant landslide on the Washington State Department of Transportation
(WSDOT) right-of-way above the Klickitat Drive concrete retaining wall, causing a new
slide; and
WHEREAS, continued sliding of the unstable slope would overtop the retaining wall
and spill soil and toppled trees onto the roadway; and
WHEREAS, the renewed sliding has damaged the City of Tukwila-owned elevated
walkway within the slide zone; and
WHEREAS, the repairs to slope and the walkway are required immediately in the
interest of public safety and welfare; and
WHEREAS, it is in the City of Tukwila's interest for the elevated walkway repair to
be included in a joint contract with the WSDOT slope stabilization project; and
WHEREAS, RCW 39.04.280 provides for emergency declarations and competitive
bidding exemptions; and
WHEREAS, the Mayor of Tukwila declared an emergency on April 2, 2014, in order
to allow accelerated contracting and administration of City and federal funds to restore
damages and prevent further impacts to public and private property; and
WHEREAS, the City Council wishes to provide their support and endorsement of
the Mayor in his action to declare an emergency and for the City's efforts to respond to
the emergency;
WAVVord Processing1Resolutions\Emergency-Klickitat Dr elevated walkway 5-20-14
GL:bjs
Page 1 of 2
101
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, HEREBY RESOLVES AS FOLLOWS:
The City Council supports the Mayor in his declaration of emergency and
authorizes the execution of contracts or agreements due to damages and the need for
protective actions brought about by the Klickitat landslide, and hereby authorizes City
forces to respond in the most effective and expedient manner, without regard for the
procedures and formalities that would otherwise govern the assignment of duties,
procurement of materials, and contracting of services. This situation is an emergency
as defined in RCW 39.04.280(3).
PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON,
at a Regular Meeting thereof this day of , 2014.
ATTEST/AUTHENTICATED:
Christy O'Flaherty, MMC, City Clerk De'Sean Quinn, Council President
APPROVED AS TO FORM BY:
Shelley M. Kerslake, City Attorney
Filed with the City Clerk:
Passed by the City Council:
Resolution Number:
W:\Word Processing1Resolutions\Emergency-Klickitat Dr elevated walkway 5-20-14
GL:bjs
Page 2 of 2
102
TO:
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director_!
BY: Cyndy Knighton, Senior Program Manager
DATE: May 23, 2014
SUBJECT: Resolution for Six -Year Transportation Improvement Program (2015 -2020)
ISSUE
Resolution to adopt the annual update of the Six -Year Transportation Improvement Program for 2015 -2020.
BACKGROUND
The Transportation Improvement Program (TIP) is updated annually as required by the Revised Code of Washington
(RCW). The TIP is adopted by resolution after a public hearing at the local agency level and incorporated into
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
generally lists only those transportation- related projects planned within the next six years that are deemed regionally
significant or that have grant funding awarded or expected. 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 projects. The TIP is required
to be adopted by June 30 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 which normally occur during the time between adoptions of each document.
ANALYSIS
The attached spreadsheet is the "Draft" 2015 - 2020 TIP and was created by modifying the 2014 - 2019 TIP to add or
remove projects and adjust project costs. No prioritization was assigned and the list of projects is presented in
alphabetical order. Prioritization of projects is reflected in the CIP.
Added: 53rd Avenue S (CIP Page 6),
Deleted: Andover Park W Widening (CIP Page 17), Cascade View Safe Routes to School (CIP Page 3),
Interurban Avenue S (CIP Page 14), Minkler Blvd, Nelsen Place, S 168th St, S 178th Street
Realignment, S 180th St /Andover Park W Intersection, Southcenter Blvd, Thorndyke Safe Routes
to School (CIP Page 4), Traffic Signal Interconnect Program, Tukwila International Boulevard
Phase IV, Tukwila International Boulevard /S 116th Way /SR 599 Intersection, Tukwila
Manufacturing Industrial Center "Street Smart" Non - motorized Project (CIP Page 26), Tukwila
Urban Center Transit Center (CIP Page 16)
Modified: Cascade View Safe Routes to School Phase II
RECOMMENDATION
Council is being asked to approve the Resolution for the 2015 -2020 Six -Year Transportation Improvement Program
and consider this item at the June 9, 2014 Committee of the Whole with a Public Hearing and subsequent June 16,
2014 Regular Meeting.
Attachments: Draft Resolution
2015 — 2020 "Draft" Transportation Improvement Program
Current Adopted 2014 — 2019 TIP
W: \PW Eng \PROJECTS\A- RW & RS Projects \TIP \Info Memo TIP 2015.docx
103
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF TUKWILA, WASHINGTON, ADOPTING A SIX -YEAR
TRANSPORTATION IMPROVEMENT PROGRAM (2015-
2020), 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 (2015- 2020); and
WHEREAS, on June 9, 2014, 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 2015 -2020 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.
W: \Word Processing \Resolutions \TIP 2015 -2020 5 -19 -14
CK:bjs
Page 1 of 2
104
PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON,
at a Regular Meeting thereof this day of , 2014.
ATTEST /AUTHENTICATED:
Christy O'Flaherty, MMC, City Clerk De'Sean Quinn, Council President
APPROVED AS TO FORM BY:
Shelley M. Kerslake, City Attorney
Filed with the City Clerk:
Passed by the City Council:
Resolution Number:
Exhibit: City of Tukwila Six -Year Transportation Improvement Program from 2015 to 2020
W: \Word Processing \Resolutions \TIP 2015 -2020 5 -19 -14
CK:bjs
Page 2of2
105
DRAFT 2015 - 2020 TIP SUMMARY
May 21, 2014
2015 -2020 2014 CIP Project Costs in Thousands of Dollars FUNDING SOURCES
TIP PROJECT TITLE Page No. 2015 2016 2017 2018 2019 2020 TOTAL Federal State/TIB Developer Unsecured City
1 53rd Ave S (S 137th St - S 144th St)
2 ADA Improvements
3 APE /Industry Dr Intersection
4 APE /Minkler Blvd Intersection
5 Annual Bridge Inspections and Repairs
6 Annual Overlay and Repair Program
7 BNSF Intermodal Facility Access
8 Boeing Access Rd Bridge Rehabilitation
9 Cascade View Safe Routes to School Phase 2
10 E Marginal Way (BAR - S 112 St)
11 Macadam Rd & S 144 St Intersection
12 Multipurpose Trails
13 S 133 St /SR599 Intersection
14 S 144th St Bridge - Sidewalks
15 S 144th St Phase 11 (42 Ave S -TIB)
16 Strander Blvd /SW 27th St Extension
17 TUC/TOD Pedestrian Improvements
18 TUC - Pedestrian /Bicycle Bridge
19 Walk & Roll Program
20 West Valley Hwy (1 -405 - Strander Blvd)
21 W Valley Hwy/ S 156 St Intersection
6 251
21 63
23 0
24 0
10 270
15 1,550
13 0
11 8,828
3 0
27 0
29 0
41 50
28 0
0
19 1,480
31 0
0
12 7,485
30 140
0
25 0
600
63
0
0
270
1,560
0
2,243
0
0
0
0
0
0
0
0
0
0
0
0
0
600
63
0
0
270
1,650
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
63
0
0
335
1,670
0
0
839
0
0
0
0
0
0
0
0
0
0
0
0
0 0
63 63
0 575
O 622
335 335
1,725 1,725
O 13,750
O 0
0 0
O 3,300
O 610
O 280
O 630
0 1,219
O 0
O 33,150
0 1,080
O 0
O 0
0 630
O 1,032
1,451 1,000 451
378 378
575 575
622 622
1,815 1,815
9,880 9,880
13,750 11,763 1,988
11,070 8,805 2,265
839 750 89
3,300 1,300 2,000
610 610
330 330
630 460 170
1,219 975 244
1,480 1,000 480 0
33,150 5,000 27,000 1,150
1,080 500 580
7,485 6,000 1,485
140 140
630 630
1,032 440 592
TOTAL
PROJECTS REVISED FROM 2014 -2019 TIP
20,117 4,736 2,583 2,907 2,123 59,001 91,466 13,805 7,000 480 44,188 25,993
New:
53rd Avenue S (S 137th St - S 144th St)
Modified:
Cascade View Safe Routes to School Phase 11
Deleted:
Andover Park W (Tuk Pkwy - Strander)
Cascade View Safe Routes to School
Interurban Avenue S
Minkler Blvd (APW -S /C Pkwy)
Nelsen Place
S 168th St (S /C Pkwy -APE)
S 178th Street Realignment
S 180th St /Andover Park W Intersection
Southcenter Blvd (I -5 -61st Ave Bridge)
Thorndyke Safe Routes to School
Traffic Signal Interconnect Program
Tukwila Int'I Blvd Phase IV
Tukwila Intl Blvd /S 116th Wy /SR599
Tukwila MIC "Street Smart" Non - motorized Project
Tukwila Urban Center Transit Center
0
rn
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m al
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
17
WA -06601
53rd Avenue S
S 137th St to S 144th St
Design and construct urban residential street improvements that include curb, gutter,
sidewalk and illumination. Street portion will coordinate with Water and Surface
Water capital improvement program projects.
06/09/14
06/16/14
251,000
251,000
04
C G O P S
TW
0.420
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
PE
2015
0
0
251,000
251,000
P
CN
2016
0
TIB
1,000,000
200,000
1,200,000
Totals
0
CN
1,000,000
451,000
1,451,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
251,000
0
0
0
0
CN
0
600,000
600,000
0
0
Totals
251,000
600,000
600,000
0
0
Report Date: May 21, 2014
Page 1
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m ai
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
00
4th
WA -05405
Americans with Disabilities Act (ADA) Improvements
Various locations
to
Design and construct ADA compliant upgrades to City infrastructure in conjunction
with a City developed plan.
06/09/14
06/16/14
378,000
378,000
06
0
63,000
0
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
ALL
2015
4th
0
5th & 6th
0
378,000
378,000
Totals
0
63,000
0
378,000
378,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
ALL
63,000
63,000
63,000
63,000
126,000
Totals
63,000
63,000
63,000
63,000
126,000
Report Date: May 21, 2014
Page 2
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m ai
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
16
4th
WA -03766
Andover Park E /Industry Drive Signal
Andover Park E
Industry Drive to
Design and construct a traffic signal and intersection improvements
06/09/14
06/16/14
575,000
575,000
05
C G O P S
TW
0.190
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
CN
2020
4th
0
5th & 6th
0
575,000
575,000
Totals
0
0
0
575,000
575,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
CN
0
0
0
0
575,000
Totals
0
0
0
0
575,000
Report Date: May 21, 2014
Page 3
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m al
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
16
4th
WA -03764
Andover Park E /Minkler Blvd. Intersection
Andover Park E
Minkler Blvd to
Design and construct intersection and traffic signal improvements and widening for
left turn pockets
06/09/14
06/16/14
20,000
20,000
03
CN
0.190
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2020
4th
0
5th & 6th
0
20,000
20,000
P
CN
2020
0
0
602,000
602,000
Totals
0
0
0
622,000
622,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
20,000
CN
0
0
0
0
602,000
Totals
0
0
0
0
622,000
Report Date: May 21, 2014
8
Page 4
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m ai
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
14
4th
WA -03731
Annual Bridge Inspections and Repairs
Various City Street
to
Perform load ratings and bi- annual inspections as well as construct necessary
repairs and maintenance
06/09/14
06/16/14
1,815,000
1,815,000
06
0
270,000
0
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
ALL
2015
4th
0
5th & 6th
0
1,815,000
1,815,000
Totals
0
270,000
0
1,815,000
1,815,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
ALL
270,000
270,000
270,000
335,000
670,000
Totals
270,000
270,000
270,000
335,000
670,000
Report Date: May 21, 2014
Page 5
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m ai
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
16
4th
WA -03733
Annual Overlay and Repair Program
Various City Streets
to
Repair, rehabilitate, and overlay City streets as needed in an annual program
06/09/14
06/16/14
9,880,000
9,880,000
06
C G O P S
TW
1,560,000
0
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
ALL
2015
4th
0
5th & 6th
0
9,880,000
9,880,000
Totals
0
1,560,000
0
9,880,000
9,880,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
ALL
1,550,000
1,560,000
1,650,000
1,670,000
3,450,000
Totals
1,550,000
1,560,000
1,650,000
1,670,000
3,450,000
_ Report Date: May 21, 2014
N
Page 6
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m al
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
00
FMSIB
WA -05409
BNSF Regional Center Access
New Facility
to
Construct a new access to the BNSF Regional Distribution Center, relocating the
900+ daily truck trips from residential streets in Allentown.
06/09/14
06/16/14
300,000
1,250,000
08
CN
2020
EIS
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2020
FMSIB
950,000
5th & 6th
0
300,000
1,250,000
P
CN
2020
FMSIB
10,812,500
0
1,687,500
12,500,000
Totals
11,762,500
0
0
1,987,500
13,750,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
1,250,000
CN
0
0
0
0
12,500,000
Totals
0
0
0
0
13,750,000
Report Date: May 21, 2014
Page 7
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m al
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
14
STP(BR)
/ 1380(003) TUK -52
Boeing Access Road Bridge Rehabilitation
Boeing Access Road
Interstate 5 to Airport Way South
Rehabilitate the existing Boeing Access Road bridge structure over the Burlington
Norther and Union Pacific Railroads. Work will include rehabilitation of the bridge
sub - structure, seismic retrofit, and construction of a new bridge deck including
pedestrian /bicycle amenities.
06/09/14
06/16/14
45,000
224,500
14
CN
0.200
DCE
Yes
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
PE
2015
STP(BR)
179,500
0
45,000
224,500
S
CN
2015
STP(BR)
8,625,600
CN
0
2,220,100
10,845,700
Totals
8,805,100
0
2,265,100
11,070,200
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
224,500
0
0
0
0
CN
8,603,000
2,242,700
0
0
0
Totals
8,827,500
2,242,700
0
0
0
Report Date: May 21, 2014
Page 8
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m ai
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
19
WA -03795
Cascade View Safe Routes to School Phase 2
S 140th St/33rd Ave S
to
Construct an off - street paved shard use path, sidewalks, and a traffic circle at the
intersection of 33rd Ave S and S 140th Street.
06/09/14
06/16/14
89,000
839,000
28
0
0.190
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
ALL
2018
0
WSDOT
750,000
89,000
839,000
Totals
0
0
750,000
89,000
839,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
ALL
0
0
839,000
0
0
Totals
0
0
839,000
0
0
Report Date: May 21, 2014
Page 9
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m al
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
16
4th
WA -03770
East Marginal Way
E Marginal Way
Boeing Access Road to S 112th St
Design and construct widening to 3 lanes including curb & gutter, sidewalks,
drainage, landscaping, and utility undergrounding.
06/09/14
06/16/14
170,000
170,000
03
P S T W
0.280
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2020
4th
0
5th & 6th
0
170,000
170,000
P
RW
2020
0
0
700,000
700,000
P
CN
2020
STP
1,300,000
0
1,130,000
2,430,000
Totals
1,300,000
0
2,000,000
3,300,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
170,000
RW
0
0
0
0
700,000
CN
0
0
0
0
2,430,000
Totals
0
0
0
0
3,300,000
Report Date: May 21, 2014
w
Page 10
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m al
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
17
4th
WA -03763
Macadam Road /S 144th St Intersection
Macadam Road
S 144th Street to
Widen Macadam Road to add a northbound left turn lane
06/09/14
06/16/14
90,000
90,000
03
RW
0.190
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2020
4th
0
5th & 6th
0
90,000
90,000
P
RW
2020
0
0
90,000
90,000
P
CN
2020
0
0
430,000
430,000
Totals
0
0
610,000
610,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
90,000
RW
0
0
0
0
90,000
CN
0
0
0
0
430,000
Totals
0
0
0
0
610,000
Report Date: May 21, 2014
Page 11
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m al
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
00
4th
WA -03783
Multipurpose Trails
to
Design and construct safe connections to public trails to promoste pedestrian and
bicycle modes of transportation in lieu of motorized vehicles
06/09/14
06/16/14
50,000
50,000
28
CN
2020
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2015
4th
0
5th & 6th
0
50,000
50,000
P
CN
2020
0
0
280,000
280,000
Totals
0
0
0
330,000
330,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
50,000
0
0
0
0
ALL
0
0
0
0
280,000
Totals
50,000
0
0
0
280,000
Report Date: May 21, 2014
Page 12
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m al
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
16
4th
WA -03769
S 133rd St /SR 599 SB Ramps Intersection
S 133rd Street
SR 599 SB Ramps to
Design and construct intersection improvements including a new traffic signal.
06/09/14
06/16/14
60,000
60,000
06
C G O P S
TW
0.190
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2020
4th
0
5th & 6th
0
60,000
60,000
P
CN
2020
STP
460,000
0
110,000
570,000
Totals
460,000
0
0
170,000
630,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
60,000
CN
0
0
0
0
570,000
Totals
0
0
0
0
630,000
Report Date: May 21, 2014
Page 13
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m al
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
17
STP(BR)
WA -03782
S 144th St Bridge Sidewalks
S 144th Street
51st Ave S to 53rd Ave S
Widen existing sidewalks on bridge over 1 -5 between 51st Ave S and 53rd Ave S
06/09/14
06/16/14
243,800
1,219,000
28
975,200
0.250
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
ALL
2020
STP(BR)
975,200
5th & 6th
0
243,800
1,219,000
Totals
975,200
0
0
243,800
1,219,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
ALL
0
0
0
0
1,219,000
Totals
0
0
0
0
1,219,000
Report Date: May 21, 2014
Page 14
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m al
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
17
WA -03762
S 144th St Phase 2
S 144th Street
42nd Ave S to Tukwila International Blvd
Design and construct paving, curb & gutter, sidewalks, drainage, illumination, and
utility undergrounding. Coordinate with Tukwila Village development. May include
on- street parking and bike lanes
06/09/14
06/16/15
480,000
1,480,000
03
C G O P S
TW
0.190
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
CN
2015
0
TIB
1,000,000
480,000
1,480,000
Totals
0
1,000,000
480,000
1,480,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
CN
1,480,000
0
0
0
0
Totals
1,480,000
0
0
0
0
Report Date: May 21, 2014
Page 15
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m al
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
16
FMSIB
WA -05410
Strander Blvd /SW 27th St Phase III
Strander Boulevard
E City Limits to West Valley Hwy /SR 181
Design and construct 5 -7 lane facility over /under BNSF and UPRR, extending the
current terminus of SW 27th St at the east City limits to West Valley Highway,
including access into the permanent Sound Transit train station
06/09/14
06/16/14
0
5,000,000
01
ALL
2020
EIS
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
ALL
2020
FMSIB
5,000,000
5th & 6th
0
0
5,000,000
P
ALL
2020
TIGER IV
27,000,000
0
1,150,000
28,150,000
Totals
32,000,000
0
0
1,150,000
33,150,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
ALL
0
0
0
0
33,150,000
Totals
0
0
0
0
33,150,000
Report Date: May 21, 2014
Page 16
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m al
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
17
4th
WA -03772
TUC /TOD Pedestrian Improvements
Baker Blvd (if extended)
Andover Park W to E City Limits
Design and construct bike and pedestrian connection between the Tukwila Urban
Center and the Commuter Rail Station /TOD area. Connection may include an
underpass under the UPRR line.
06/09/14
06/19/14
280,000
280,000
28
RW
0.750
CE
Yes
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2020
4th
0
5th & 6th
0
280,000
280,000
P
RW
2020
0
0
100,000
100,000
P
CN
2020
STP(E)
500,000
0
200,000
700,000
Totals
500,000
0
580,000
1,080,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
280,000
RW
0
0
0
0
100,000
CN
0
0
0
0
700,000
Totals
0
0
0
0
1,080,000
Report Date: May 21, 2014
w
Page 17
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m ai
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
00
/ 1320(002) TUK -50
Tukwila Urban Center Pedestrian /Bicycle Bridge over Green River
New bridge over the Green River, approximately between Baker Blvd (if extended)
and Longacres Way (if extended)
Near Riverside office complex to Best Western hotel 15901 WVHwy
Development of a new pedestrian /bicycle bridge across the Green River, connecting
the Tukwila Urban Center 'core' to the Sounder Commuter Rail /Amtrak Station and
surrounding neighborhood of transit-oriented development. The project, a
pedestrian /bicycle bridge across the Green River, will form the backbone of a
pedestrian corridor connecting the compact land uses and high ridership bus stop in
the core of the urban center, with the Sounder Commuter Rail /Amtrak Station and its
surrounding transit - oriented development. This will improve public access to the
station from all parts of the center, and provide a direct, safe and enjoyable walking
experience. The high level of urban level amenity will attract the types and densities
of uses envisioned in a regional center.
06/09/14
06/16/14
1,485,000
7,485,000
28
0
0.640
DCE
Yes
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
CN
2015
0
OTHER
6,000,000
1,485,000
7,485,000
Totals
0
6,000,000
1,485,000
7,485,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
CN
7,485,000
0
0
0
0
Totals
7,485,000
0
0
0
0
Report Date: May 21, 2014
Page 18
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m al
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
17
WA -03761
Walk & Roll Plan (Nonmotorized Transportation Plan
Various City Streets
to
Select, design, and construct non - motorized projects including bike lanes, sidewalks
and trails. First priorities are: sidewalks on S 152nd Street, TIB to 42nd Ave S;
sidewalk on S 130th St, TIB to S 130th St; sidewalk/bike lanes on Macadam, S 144th
St to S 150th St.
06/09/14
06/16/15
140,000
140,000
28
0
140,000
0
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
PE
2015
0
0
140,000
140,000
Totals
0
140,000
0
140,000
140,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
140,000
0
0
0
0
Totals
140,000
0
0
0
0
Report Date: May 21, 2014
01
Page 19
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m al
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
14
4th
WA -03779
West Valley Highway
SR 181 /West Valley Highway
1 -405 to Strander Blvd
Design and costruct widening to 7 lanes including curb & gutter, sidewalks,
illumination, drainage, and traffic control
06/09/14
06/19/10
60,000
60,000
03
CN
0.500
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2020
4th
0
5th & 6th
0
60,000
60,000
P
CN
2020
0
0
570,000
570,000
Totals
0
0
0
630,000
630,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
60,000
CN
0
0
0
0
570,000
Totals
0
0
0
0
630,000
Report Date: May 21, 2014
Page 20
Agency: Tukwila
County: King
MPOIRTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2015 to 2020
N Outside
Functional
Class
Priority Number
A. PINIProject No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m ai
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
14
4th
WA -03765
West Valley Highway /S 156th St
SR181/West Valley Highway
Southcenter Blvd to S 158th St
Construct additional northbound left turn lanes at S 156th Street for northbound HOV
to northbound 1 -405
06/09/14
06/16/15
50,000
50,000
03
O P S T W
2020
CE
Yes
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2020
4th
0
5th & 6th
0
50,000
50,000
P
CN
2020
CMAQ
440,000
0
542,000
982,000
Totals
440,000
0
0
592,000
1,032,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
50,000
CN
0
0
0
0
982,000
Totals
0
0
0
0
1,032,000
Federal Funds
State Funds
Local Funds
Total Funds
Grand Totals for Tukwila
56,242,800
8,750,000
26,473,400
91,466,200
Report Date: May 21, 2014
Page 21
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
00
WA -05405
Americans with Disabilities Act (ADA) Improvements
Various locations
to
Design and construct ADA compliant upgrades to City infrastructure in conjunction
with a City developed plan.
06/10/13
06/17/13
06
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
ALL
2014
0
0
541,000
541,000
Totals
0
0
541,000
541,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
ALL
63,000
63,000
63,000
63,000
126,000
Totals
63,000
63,000
63,000
63,000
126,000
Report Date: May 31, 2013
Page 1
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
Hearing
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
16
WA -03766
Andover Park E /Industry Drive Signal
Andover Park E
Industry Drive to
Design and construct a traffic signal and intersection improvements
06/10/13
06/17/13
05
C G O P S
TW
0.190
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
PE
2014
0
0
100,000
100,000
P
CN
2018
0
0
575.000
575,000
Totals
0
0
675,000
675,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
100,000
0
0
0
0
CN
0
0
0
575,000
0
Totals
100,000
0
0
575,000
0
Report Date: May 31, 2013
Page 2
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
Hearing
Adopted
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
16
WA -03764
Andover Park E /Minkler Blvd. Intersection
Andover Park E
Minkler Blvd to
Design and construct intersection and traffic signal improvements and widening for
left turn pockets
06/10/13
06/17/13
03
0.190
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
PE
2014
0
0
120,000
120,000
P
PE
2019
0
0
20,000
20,000
P
CN
2018
0
0
602,000
602,000
Totals
0
0
742,000
742,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
75,000
45,000
0
0
20,000
CN
0
0
0
0
602,000
Totals
75,000
45,000
0
0
622,000
Report Date: May 31, 2013
Page 3
tate
it Teit tsportati
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m
to
Adopted,
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
16
WA -03760
Andover Park West Widening
Andover Park West
Strander Blvd to Tukwila Pkwy
Complete widening for center turn pockets and landscape median for access control,
widen sidewalks, upgrade ADA facilities, modify signal operation, upgrade street
lighting, install pedestrian lighting.
06/10/13
06/17/13
04
C G O P S
TW
0.400
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
CN
2014
0
TIB
1,420,000
339,000
1,759,000
Totals
0
1,420,000
339,000
1,759,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
CN
1,050,000
0
0
0
0
Totals
1,050,000
0
0
0
0
Report Date: May 31, 2013
Page 4
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
14
WA -03731
Annual Bridge Inspections and Repairs
Various City Street
to
Perform load ratings and bi- annual inspections as well as construct necessary
repairs and maintenance
06/10/13
06/17/13
06
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
ALL
2014
0
0
1,555,000
1,555,000
Totals
0
0
1,555,000
1,555,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
ALL
270,000
270,000
270,000
270,000
670,000
Totals
270,000
270,000
270,000
270,000
670,000
Report Date: May 31, 2013
Page 5
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m
c'o
Adopted
Amendment
m
c�
o
P
Type
Utility Codes
Total Length
Environmental Type
RW Required
16
WA -03733
Annual Overlay and Repair Program
Various City Streets
to
Repair, rehabilitate, and overlay City streets as needed in an annual program
06/10/13
06/17/13
06
COOPS
TW
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
ALL
2014
0
0
9,655,000
9,655,000
Totals
0
0
9,655,000
9,655,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
ALL
1,500,000
1,550,000
1,560,000
1,650,000
3,395,000
Totals
1,500,000
1,550,000
1,560,000
1,650,000
3,395,000
Report Date: May 31, 2013
Page 6
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
Hearing
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
00
WA -05409
BNSF Regional Center Access
New Facility
to
Construct a new access to the BNSF Regional Distribution Center, relocating the
900+ daily truck trips from residential streets in Allendtown.
06/10/13
06/17/13
08
EIS
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2019
FMSIB
950,000
0
300,000
1,250,000
P
CN
2019
FMSIB
10,812,500
0
1,687,500
12,500,000
Totals
11,762,500
0
1,987,500
13,750,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
1,250,000
CN
0
0
0
m 0
12,500,000
Totals
0
0
0
0
13,750,000
Report Date: May 31, 2013
Page 7
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
Hearing
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required:
14
TUK -52
Boeing Access Road Bridge Rehabilitation
Boeing Access Road
Interstate 5 to Airport Way South
Rehabilitate the existing Boeing Access Road bridge structure over the Burlington
Norther and Union Pacific Railroads. Work will include rehabilitation of the bridge
sub - structure, seismic retrofit, and construction of a new bridge deck including
pedestrian /bicycle amenities.
06/10/13
06/17/13
14
0.200
DCE
Yes
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
PE
2014
BR
800.000
0
200,000
1,000,000
S
CN
2014
BR
8,880,000
0
2,220,000
11,100,000
Totals
9,680,000
0
2,420,000
12,100,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
1,000,000
0
0
0
0
CN
2,100,000
9,000,000
0
0
0
Totals
3,100,000
9,000,000
0
0
0
Report Date: May 31, 2013
Page 8
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
Hearing
Adopted
3
m
a
m
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
19
WA -03795
Cascade View Safe Routes to School
S 140th St/33rd Ave S
to
Construct an off- street paved shard use path, sidewalks, and a traffic circle at the
intersection of 33rd Ave S and S 140th Street.
06/10/13
06/17/13
28
0.190
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
ALL
2018
0
WSDOT
750.000
89,000
839,000
Totals
0
750,000
89,000
839,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
ALL
0
0
0
839,000
0
Totals
0
0
0
839,000
0
Report Date: May 31, 2013
Page 9
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
-n
3
o
n g. .
&
m m
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
Hearing
Adopted
Amendment
A
m
c
o
z
9
Improvement Type
Utility Codes
Total Length',
Environmental Type
RW Required
16
WA -03770
East Marginal Way
E Marginal Way
Boeing Access Road to S 112th St
Design and construct widening to 3 lanes including curb & gutter, sidewalks,
drainage, landscaping, and utility undergrounding.
06/10/13
06/17/13
03
P S T W
0.280
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
PE
2014
0
0
50,000
50,000
P
PE
2019
0
0
170,000
170,000
P
RW
2019
0
0
700,000
700,000
P
CN
2019
STP
1,300,000
0
1,130,000
2,430,000
Totals
1,300,000
0
2,050,000
3,350,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
50,000
0
0
0
170,000
RW
0
0
0
0
700,000
CN
0
0
0
0
2,430,000
Totals
50,000
0
0
0
3,300,000
Report Date: May 31, 2013
Page 10
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
-n
c
n.
m c
m m
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m
m.
m
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
14
TUK -40
Interurban Avenue South (S 143 St to Fort Dent Way)
Interurban Avenue South
S 143 St to Fort Dent Way
Reconstruct and overlay the existing roadway and construct curb and gutter,
drainage, sidewalk, landscaping, illumination, utility burying, channelization, signing,
and signal interconnect.
06/10/13
06/17/13
06
0.900
CE
Yes
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
CN
2014
STP(U)
2,145,954
TIB
5,000,000
3,554,046
10,700,000
Totals
2,145,954
5,000,000
3,554,046
10,700,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
CN
10,700,000
0
0
0
0
Totals
10,700,000
0
0
0
0
Report Date: May 31, 2013
Page 11
tate
r. Trvnspor'tat *tt
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
-n
a
n
m g
e m
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
Hearing
Adopted
Amendment
Resolution No.
Improvement Type'
Utility Codes II!
Total Length
Environmental Type
RW Required
17
WA -03763
Macadam Road /S 144th St Intersection
Macadam Road
S 144th Street to
Widen Macadam Road to add a northbound left turn lane
06/10,113
06/17/13
03
0.190
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
PE
2014
0
0
17,000
17,000
P
PE
2018
0
0
90,000
90,000
P
RW
2018
0
0
90,000
90,000
P
CN
2018
0
0
430,000
430,000
Totals
0
0
627,000
627,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
17,000
0
0
0
90,000
RW
0
0
0
0
90,000
CN
0
0
0
0
430,000
Totals
17,000
0
0
0
610,000
Report Date: May 31, 2013
Page 12
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
c
c
o
E= O .11:
N E
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
Hearing
Adopted
D
m
a
3
mm,
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
17
WA -03773
Minkler Blvd
Minkler Blvd
Southcenter Pkwy to Andover Park W
Construct widening for 3 lanes including curb & gutter, sidewalk, drainage and
landscaping
06/10/13
06/17/13
03
P S T W
0.400
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2018
0
0
75,000
75,000
P
CN
2018
0
0
865,000
865,000
Totals
0
0
940,000
940,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
75,000
CN
0
0
0
0
865,000
Totals
0
0
0
0
940,000
Report Date: May 31, 2013
Page 13
S3urrgtOr, ,
p r*n'erlt q�f
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m
efl
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
00
WA -03783
Multipurpose Trails
to
Design and construct safe connections to public trails to promoste pedestrian and
bicycle modes of transportation in lieu of motorized vehicles
06/10/13
06/17/13
28
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2015
0
0
50,000
50,000
P
CN
2019
0
0
280,000
280,000
Totals
0
0
330,000
330,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
50,000
0
0
0
CN
0
0
0
280,000
0
Totals
0
50,000
0
280,000
0
Report Date: May 31, 2013
Page 14
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
-n
c
n
n o
DT g
m m
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
ix
al
5
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes li
Total Length
Type
RW Required
19
WA -03780
Nelsen Place
Nelsen Place
S 156th St to S 158th St
Design and construct paving, curb & gutter, sidewalks, drainage, and illumination
06/10/13
06/17/13
05
0.110
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2019
0
0
20,000
20,000
P
CN
2019
0
0
180,000
180,000
Totals
0
0
200,000
200,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
20,000
CN
0
0
0
0
180.000
Totals
0
- 0
0
0
200,000
Report Date: May 31, 2013
Page 15
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
c
0
f) C
m �
N 91.
iagwnN A ;uoud
A. PIN /Project No.
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description
B. STIP ID
G. Structure ID
1
m
;uawpuawy
ON uogniosaa
adi(j ;uawanoJdwi
0
0
0
edit' iu ;uawuonnu3
pannbab M2!
16
S 133rd St/SR 599 SB Ramps Intersection
S 133rd Street
SR 599 SB Ramps to
Design and construct intersection improvements including a new traffic signal.
WA -03769
06/10/13
06/17/13
06
CGOPS
TW
0.190
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
PE
2014
0
0
20,000
20,000
P
PE
2018
0
0
60,000
60,000
P
CN
2018
STP
460,000
0
110,000
570,000
Totals
460,000
0
190,000
650,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
20,000
0
0
0
60,000
CN
0
0
0
0
570,000
Totals
20,000
0
0
0
630,000
Report Date: May 31, 2013
Page 16
tats
t Transportation
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
7
m
Adopted
Amendment,
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
17
WA -03782
S 144th St Bridge Sidewalks
S 144th Street
51st Ave S to 53rd Ave S
Widen existing sidewalks on bridge over 1 -5 between 51st Ave S and 53rd Ave 5
06/10/13
06/17/13
28
0.250
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2019
0
0
100,000
100,000
Totals
0
0
100,000
100,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
100,000
Totals
0
0
0
0
100,000
Report Date: May 31, 2013
Page 17
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
m
,n.
n _.
m o
m m
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
Hearing
Adopted
Amendment
XI
m
0
o
o
Improvement Type'
I
Utility Codes'
i
Total Length
Environmental Type
RW Required
17
WA -03762
S 144th St Phase 2
S 144th Street
42nd Ave S to Tukwila International Blvd
Design and construct paving, curb & gutter, sidewalks, drainage, illumination, and
utility undergrounding. Coordinate with Tukwila Village development. May include
on- street parking and bike lanes
06/10/13
06/17/13
03
C G O P S
TW
0.190
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
PE
2014
0
0
68,000
68,000
P
PE
2018
0
0
230.000
230,000
P
RW
2018
0
0
40,000
40,000
P
CN
2018
0
TIB
1.000,000
480,000
1,480,000
Totals
0
1,000,000
818,000
1,818,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
68,000
0
0
0
230,000
RW
0
0
0
0
40,000
CN
0
0
0
0
1,480,000
Totals
68,000
0
0
0
1,750,000
Report Date: May 31, 2013
Page 18
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
-n
c
n
n E
DT ''
m m
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
Hearing
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
00
WA -03778
S 168th St
S 168th St
Southcenter Pkwy to Andover Park E
Design and construct new roadway including curb & gutter, sidewalk, drainiage,
illumination, on- street parking, landscaping, and underground utilities.
06/10/13
06/17/13
01
GO P W
0.800
CE
Yes
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2019
0
0
1,372,000
1,372,000
P
RW
2019
0
0
7,500,000
7,500,000
P
CN
2019
0
0
14,372,000
14,372,000
Totals
0
0
23,244,000
23,244,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
1,372,000
RW
0
0
0
0
7,500,000
CN
0
0
0
0
14,372,000
Totals
0
0
0
0
23,244,000
Report Date: May 31, 2013
Page 19
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
-n
m
n
E ..7.
m 'm_
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
Begin & End Termini
F. Project Description G. Structure ID
m
-
m
D
a
-o
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
16
WA -03784
S 178th St Realignment
S 178th St
Southcenter Pkwy to W City Limits
Realign S 178th St from current intersection of Southcenter Pkwy /S 180th St to
intersect with Segale Park Dr C and add a new traffic signal at the new intersection.
06/10/13
06/17/13
01
0.400
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
CN
2014
0
0
9,472,000
9,472,000
Totals
0
0
9,472,000
9,472,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
ALL
9,382,000
0
0
0
0
Totals
9,382,000
0
0
0
0
Report Date: May 31, 2013
Page 20
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
ai
Adopted
Amendment.
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
16
WA -03781
S 180th St /Andover Park W Intersection
S 180th Street
Andover Park W to
Widen for north /south left turn pockets
06110/13
06/17/13
03
0.200
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2019
0
0
35,000
35,000
P
RW
2019
0
0
15,000
15,000
P
CN
2019
0
0
160,000
160,000
Totals
0
0
210,000
210,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
35,000
RW
0
0
0
0
15,000
CN
0
0
0
0
160,000
Totals
0
0
0
0
210,000
Report Date: May 31, 2013
Page 21
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
-n
c
;
n _.
m g
w m
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
Hearing
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
14
WA -03776
Southcenter Blvd Widening
Southcenter Blvd
1 -5 to 61st Ave S
Widen Southcenter Blvd and the 61st Avenue Bridge to add a lane for future traffic
growth.
06/10/13
06/17/13
03
C G O P S
TW
CE
Yes
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2019
0
0
1,700,000
1,700,000
P
RW
2019
0
0
1,400,000
1,400,000
P
CN
2019
0
0
16,900,000
16,900,000
Totals
0
0
20,000,000
20,000,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
1,700,000
RW
0
0
0
0
1,400,000
CN
0
0
0
0
16,900,000
Totals
0
0
0
0
20,000,000
Report Date: May 31, 2013
Page 22
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m
m
m
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codesil
Total Length
Type
RW Required
16
WA -05410
Strander Blvd /SW 27th St Phase III
Strander Boulevard
E City Limits to West Valley Hwy /SR 181
Design and construct 5 -7 lane facility over /under BNSF and UPRR, extending the
current terminus of SW 27th St at the east City limits to West Valley Highway,
including access into the permanent Sound Transit train station
06/10/13
06/17/13
01
EIS
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
ALL
2019
FMSIB
5,000,000
0
0
5,000,000
P
ALL
2019
TIGER IV
27,000,000
0
1,148,800
28,148,800
Totals
32,000,000
0
1,148,800
33,148,800
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
ALL
0
0
0
0
33,148,800
Totals
0
0
0
0
33,148,800
Report Date: May 31, 2013
Page 23
I tnutork State
�i'tNlAetof Cff Tra41sporttron:
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
m
c
n
_
n .
m
m
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
Hearing
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
19
WA -03796
Thorndyke Safe Routes to School
S 150th St
Tukwila International Blvd to 42nd Ave S
Construction of roadway improvements including a new sidewalk on the north side of
S 150th St and a new crosswalk in front of Thorndyke Elementary School.
Education, enforcement and encouragement elements are included after the
construction as part of the Safe Routes to Schools program.
06/10/13
06/17/13
28
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2014
0
WSDOT
90,000
0
90,000
P
CN
2014
0
WSDOT
367,000
255,000
622,000
Totals
0
457,000
255,000
712,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
28,000
14,000
0
0
0
CN
622,000
0
0
Totals
650,000
14,000
0
0
0
Report Date: May 31, 2013
Page 24
w
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m m
m a
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
16
WA -03775
Traffic Signal Interconnect Program
Various City Streets
to
Design and install hard wire interconnect system between traffic signals and the
Traffic Operations Center
06/10/13
06/17/13
24
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2019
0
0
300,000
300,000
P
CN
2019
STP
1,200,000
0
1,500,000
2,700,000
Totals
1,200,000
0
1,800,000
3,000,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
300,000
CN
0
0
0
0
2,700,000
Totals
0
0
0
0
3,000,000
Report Date: May 31, 2013
Page 25
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m
m
0
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
17
WA -03772
TUC/TOD Pedestrian Improvements
Baker Blvd (if extended)
Andover Park W to E City Limits
Design and construct bike and pedestrian connection between the Tukwila Urban
Center and the Commuter Rail Station /TOD area. Connection may include an
underpass under the UPRR line.
06/10/13
06/17/13
28
0.750
CE
Yes
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
PE
2014
0
0
20,000
20,000
P
PE
2019
0
0
280,000
280,000
P
RW
2019
0
0
100,000
100,000
P
CN
2019
STP(E)
500,000
0
200,000
700,000
Totals
500,000
0
600,000
1,100,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
20,000
0
0
0
280,000
RW
0
0
0
0
100,000
CN
0
0
0
0
700,000
Totals
20,000
0
0
0
1,080,000
Report Date: May 31, 2013
Page 26
� y+� Washington State
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
=
m
m
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
14
WA -03774
Tukwila International Blvd (Phase 4)
Tukwila International Blvd
Boeing Access Road to S 116th St
Design and construct widening including paving, curb & gutter, sidewalk, drainage,
illumination, landscaping, and utility undergrounding.
06/10/13
06/17/13
03
O P S W
0.700
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2019
0
0
271,000
271,000
P
CN
2019
0
TIB
3,500,000
820,000
4,320,000
Totals
0
3,500,000
1,091,000
4,591,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
271,000
CN
0
0
0
0
4,320.000
Totals
0
0
0
0
4,591,000
Report Date: May 31, 2013
Page 27
io nzportetttfn
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Jagwnry Ayuoud
A. PIN /Project No.
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description
B. STIP ID
G. Structure ID
2
°m
co
a.
a.
CD
0.
yuewpuewy
•oN uogniosab
Odic j yuewanoidwI
c
0
0.
N
ad (j ieyuawuoJinu3
pannbay MJ
14
Tukwila International Blvd /S 116th St/SR 599 On -ramp
Tukwila International Blvd
S 116th St /SR 599 On -ramp to
Design and construct southbound left turn lane, pedestrian signalization and lighting
WA -03777
06/10/13
06/17/13
03
P
0.400
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2019
0
0
450,000
450,000
P
CN
2019
STP
1,900,000
0
2,325,000
4,225,000
Totals
1,900,000
0
2,775,000
4,675,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
450,000
CN
0
0
0
0
4,225,000
Totals
0
0
0
0
4,675,000
Report Date: May 31, 2013
Page 28
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
14
WA -03798
Tukwila Manufacturing Industrial Center "Street Smart" Non - motorized Project
Various City Streets
to
1. Planning study of non - motorized improvement options along Boeing Access Road,
to provide safe bicycle and pedestrian travel alternatives. 2. PE & CN of bike
facilities on E Marginal Way S between Boeing Access Road and SR 599. 3. PE &
CN of bike lanes and shared use path on Airport Way from Boeing Access Road /E
Marginal Way S to the northern City limit.
06/10/13
06/17/13
28
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
PE
2014
CMAQ
96,960
0
24,240
121,200
S
CN
2015
CMAQ
445,824
0
111,456
557,280
Totals
542,784
0
135,696
678,480
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
121,200
0
0
0
0
CN
0
557,280
0
0
0
Totals
121,200
557,280
0
0
0
Report Date: May 31, 2013
Page 29
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
Hearing
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
16
WA -03734
Tukwila Urban Center - Transit Center
Andover Park W
Strander Blvd to Tukwila Pkwy
Design and construct a transit center
06/10/13
06/17/13
23
C G O P S
TW
CE
Yes
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
CN
2014
5309(Bus)
1,400,000
WSDOT
4,735,000
79,000
6,214,000
Totals
1,400,000
4,735,000
79,000
6,214,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
CN
2,500,000
0
0
0
0
Totals
2,500,000
0
0
0
0
Report Date: May 31, 2013
Page 30
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
Hearing
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
00
/ 1320(002) TUK -50
Tukwila Urban Center Pedestrian /Bicycle Bridge over Green River
New bridge over the Green River, approximately between Baker Blvd (if extended)
and Longacres Way (if extended)
Near Riverside office complex to Best Western hotel 15901 WVHwy
Design and preliminary engineering of a new pedestrian /bicycle bridge across the
Green River, connecting the Tukwila Urban Center 'core' to the Sounder Commuter
Rail /Amtrak Station and surrounding neighborhood of transit - oriented development.
06/10/13
06/17/13
28
0.640
CE
Yes
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
PE
2014
CMAQ
1,496,000
0
137,000
1,633,000
P
RW
2014
0
WSDOT
870,000
230,000
1,100,000
P
CN
2014
0
WSDOT
6,000,000
1,485,000
7,485,000
Totals
1,496,000
6,870,000
1,852,000
10,218,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
250,000
0
0
0
0
RW
1,100,000
0
0
0
0
CN
3,743,000
3,742,000
0
0
0
Totals
5,093,000
3,742,000
0
0
0
Report Date: May 31, 2013
Page 31
fate
Tran;sl ortstacxe
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
Hearing
Adopted
Amendment
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
17
WA -03761
Walk & Roll Plan (Nonmotorized Transportation Plan
Various City Streets
to
Select, design, and construct non - motorized projects including bike lanes, sidewalks
and trails. First priorities are: sidewalks on S 152nd Street, TIB to 42nd Ave S;
sidewalk on S 130th St, TIB to S 130th St; sidewalklbike lanes on Macadam, S 144th
St to S 150th St.
06/10/13
06/17/13
28
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2015
0
0
140,000
140,000
Totals
0
0
140,000
140,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
140,000
0
0
0
Totals
0
140,000
0
0
0
Report Date: May 31, 2013
Page 32
shingri
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
Functional
Class
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
m
m
eo
Adopted
3
o
a
2 co
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
14
WA -03779
West Valley Highway
SR 181/West Valley Highway
1 -405 to Strander Blvd
Design and costruct widening to 7 lanes including curb & gutter, sidewalks,
illumination, drainage, and traffic control
06/10/13
06/17/13
03
0.500
CE
No
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
P
PE
2019
0
0
60,000
60,000
P
CN
2019
0
0
570,000
570,000
Totals
0
0
630,000
630,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
0
0
0
0
60,000
CN
0
0
0
0
570,000
Totals
0
0
0
0
630,000
Report Date: May 31, 2013
Page 33
r shieri}ts t: a
Departrrmii fT�
Agency: Tukwila
County: King
MPO /RTPO: PSRC
Y Inside
Six Year Transportation Improvement Program
From 2014 to 2019
N Outside
m
9.
m
LI d
Priority Number
A. PIN /Project No. B. STIP ID
C. Project Title
D. Road Name or Number
E. Begin & End Termini
F. Project Description G. Structure ID
Hearing
Adopted
A
m
0
3
m
Resolution No.
Improvement Type
Utility Codes
Total Length
Environmental Type
RW Required
14
WA -03765
West Valley Highway /S 156th St
SR181/West Valley Highway
Southcenter Blvd to S 158th St
Construct additional northbound left turn lanes at S 156th Street for northbound HOV
to northbound 1 -405
06/10/13
06/17/13
03
0 P S T W
CE
Yes
Funding
Status
Phase
Phase Start Year (YYYY)
Federal Fund Code
Federal Funds
State Fund Code
State Funds
Local Funds
Total Funds
S
PE
2014
0
0
75,000
75,000
P
PE
2018
0
0
50,000
50,000
P
CN
2018
CMAQ
440,000
0
542,000
982,000
Totals
440,000
0
667,000
1,107,000
Expenditure Schedule
Phase
1st
2nd
3rd
4th
5th & 6th
PE
75,000
0
0
0
50,000
CN
0
0
0
0
982,000
Totals
75,000
0
0
0
1,032,000
Federal Funds
State Funds
Local Funds
Total Funds
Grand Totals for Tukwila
64,827,238
23,732,000
90,912,042
179,471,280
Report Date: May 31, 2013
Page 34
162
Attachment A
SOUTH COUNTY AREA TRANSPORTATION BOARD (SCATBd)
April 15, 2014
MEETING SUMMARY
Members
Councilmember Marcie Palmer (Chair)
Councilmember Bill Peloza (Vice- Chair)
Councilmember Carol Benson
Councilmember Jerry Robison
Councilmember Dana Ralph
Councilmember Mike Sando
Stacy Trussler
Deputy Mayor Jeannie Burbidge
Chris Arkills
Councilmember Jeanette Burrage
Councilmember Linda Johnson
Carmen Goers
Stacia Jenkins
City of Renton
City of Auburn
City of Black Diamond
City of Burien
City of Kent
City of Enumclaw
WSDOT
City of Federal Way
King County (Alternate)
City of Des Moines
City of Maple Valley
Chambers of Commerce Legis. Coalition
City of Normandy Park
I. Open Meeting
After opening comments and introductions the Board adopted the meeting summary of their
March 18, 2014 meeting.
II. Reports, Communications and Citizen Comments
Vice Chair Peloza passed out copies of an Auburn Resolution regarding the potential
impacts of increased oil trail traffic passing through Auburn City Limits. Mr. Peloza also
informed the Board that he will present a draft Ordinance on oil transport at the July 24,
2014 National League of Cities meeting.
Chair Palmer reported on the next steps in the PSRC's Regional Project Selection process.
The report included a list of top 12 King County projects that will advance to the next
round in the Regional STP /CMAQ grant competition process.
III. Washington State Road Usage Charge Assessment — Jeff Doyle, WSDOT, Public
Private Partnership Director
Mr. Doyle briefed the Board on the key findings and recommendations of the 2014 State
Road Usage Charge Assessment report. He explained that the State Legislature directed the
Washington State Transportation Commission and WSDOT to work with a stakeholder
Steering Committee to examine the feasibility of transitioning to a road usage charge, and
then to explore policy issues, evaluate the business case, and lay out a path to potential
implementation. The Committee found a business case could be made for three potential
road usage charge concepts, or combinations of concepts, in the State. The three concepts
include: 1) Time Permit - a flat fee to drive a vehicle an unlimited number of miles for a
given period of time; 2) Odometer Charge - a per -mile charge measured by odometer
readings; and 3) Automated Distance Charge - a per -mile charge measured by in- vehicle
163
technology that can distinguish between in -state and out -of -state travel with periodic
billing. The Committee also found that the three road usage charge scenarios evaluated will
cost more to collect than the gas tax, but will produce greater and more stable net revenue
over 25 years. Mr. Doyle said the gas tax increases can raise more net revenue in the short
term than the road usage charges evaluated, but over the long term the gas tax will continue
to erode in value, requiring frequent gas tax increases.
The work plan for 2014 -2015 Road Usage Charge study will addresses the issues that need
to be resolved to move road usage charging forward in the 2015 legislative session. The
work plan includes among others, refining the policy direction addressing the highest
priority issues such as what vehicles should be subject to road usage charging, and whether
out -of -state vehicles should be charged. It also includes how a new fee system would
impact rural and urban drivers; and develop a detailed operations plan.
IV. PSRC Next Generation Air Transportation System Report - Stephen Kiehl, PSRC
Mr. Kiehl briefed the Board on the PSRC's NextGen aviation technology study. He said the
PSRC has completed Phase 1 of the NextGen Study, funded by the FAA, and said that this
study was the first of its kind in the U.S. The study was designed to help the region's
airports prepare to capture the benefits of NextGen technology. Under NextGen, today's
radar -based system of air traffic control will evolve into a satellite -based system of air
traffic management. The NextGen benefits includes improved airport access, reduced
congestion and delay, lower user costs, enhanced safety, less noise and lower emissions.
NextGen will bring new satellite -based instrument approach procedures, meaning improved
and safer access in all kinds of weather.
The study identified improvements at the region's busy airports to optimized future airport
capacity, efficiency, safety, and environmental benefits. A key finding of the study is the
recognition that at present, the region's closely place airports have mutually interfering
airspace use demands that often affect capacity and efficiency. With new NextGen systems,
more accurate aircraft fight path trajectories are now possible. A key goal of the PSRC's
Study is to help prepare the region's airports to take advantage of NextGen.
Other Attendees:
Andy Williamson, Black Diamond
Councilmember Janie Edelman, Black Diamond
Monica Whitman, Kent
Donna P. Taylor
Jim Seitz, Renton
Maryanne Zukowski, Normandy Park
Andrew Merges, Des Moines
Rick Perez, Federal Way
Jeff Doyle, WASDOT
Geri Poor, Port of Seattle
Maiya Andrews, Burien
Alex Wilford, Master Builders Association
Florendo Cabudol, SeaTac
Alex Soldano, GTH Gov. Affairs
Briahna Taylor, GTH Gov. Affairs
Stephen Kiehl, PSRC
164
SOUTH COUNTY AREA TRANSPORTATION BOARD (SCATBd)
MEETING
Tuesday, May 20, 2014
9:00 — 11:00 a.m.
SeaTac City Hall
4800 South 188th Street
SeaTac
Agenda
1.
Open Meeting
• Introductions
• Approve summary of April 15, 2014
SCATBd Meeting (Attachment A)
Action
9:00 a.m.
2
Reports, Communications and Citizen
Requests to Comment
• Chair or Vice Chair
• Participant Updates from RTC and
Other Regional Committees
• Public Comment
Reports and
Discussion
9:05 a.m.
3.
BNSF Briefing on Oil Train Traffic — Johan
Hellman, Executive Director, State
Government Affairs, BNSF Railway Company
Report and
Discussion
9:15 a.m.
4.
Post - Election King County Transportation
Impacts, King County Metro /Roads Division
Report and
Discussion
10:00 a.m.
• June 17, 2014 Treats — Des Moines
• For the Good of the Order
• Adjourn
165