Loading...
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