Loading...
HomeMy WebLinkAboutTIC 2018-10-08 COMPLETE AGENDA PACKETCity of Tukwila Transportation and Infrastructure Committee • • • • • • Thomas McLeod, Chair De'Sean Quinn Zak Idan AGENDA Distribution: T. McLeod D. Quinn Z. Idan V. Seal D. Robertson Mayor Ekberg D. Cline R. Bianchi L. Humphrey H. Hash H. Ponnekanti G. Labanara B. Still R. Turpin A. Youn Clerk File Copy 2 Extra Place pkt pdf on Z:\Trans & Infra Agendas e-mail cover to: A. Le, C. O'Flaherty, A. Youn, D. Almberg, B. Saxton, S. Norris, L. Humphrey, T. McLeod MONDAY, OCTOBER 8, 2018 — 5:30 PM HAZELNUT CONFERENCE Room (EAST ENTRANCE OF CITY HALL) Item Recommended Action Page 1. PRESENTATIONS 2. BUSINESS AGENDA a) S 140th Street Intersection Improvements a) Forward to 10/8/18 C.O.W. the same night for discussion Pg. 1 b) Andover Park East Water and Sewer Replacement b) Forward to 10/15/18 Regular Pg. 5 Construction Management Contract with AECOM Consent Agenda c) Interurban Ave S (S 143rd St to Fort Dent Way) c) Forward to 10/15/18 Regular Pg. 15 Contract Completion and Acceptance Consent Agenda d) WSDOT Commute Trip Innovation Grant 2017-2019 Phase 2 d) Forward to 10/15/18 Regular Pg. 19 Acceptance of Grant Consent Agenda e) 2019 Annual Overlay and Repair Project e) Information Only Pg. 39 f) Solid Waste Collection f) Discussion Only Pg. 45 Waste Management Contract g) Proposed 2019-2020 Biennial Budget g) Forward to 10/22/18 C.O.W. Pg. 47 Debt Service Fund and Department 20 (Transfers) 3. SCATBd/RTC 4. MISCELLANEOUS 5. ANNOUNCEMENTS Future Agendas: Next Scheduled Meeting: Monday, October 22, 2018 S. The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206-433-0179 for assistance. City of Tukwila Allan Ekberg, Mayor Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director //%/• BY: Cyndy Knighton, Senior Program Manager CC: Mayor Ekberg DATE: October 5, 2018 SUBJECT: South 140th Street Intersection Improvements Project No. 91610405 ISSUE Update the Transportation and Infrastructure Committee on the pedestrian crossing needs on Tukwila International Boulevard (TIB) near the Abu Bakr Islamic Center. BACKGROUND In 2015, a pedestrian crossing evaluation study was completed which studied the need for improved pedestrian crossings on TIB between S 140th St and S 144th St. The study concluded that there was a need for a pedestrian crossing at the Islamic Center, near S 141st St. DISCUSSION Recent discussions on the need for a safe pedestrian crossing near the Islamic Center have resulted in direction to staff to pursue grant funding for design and construction of a new Rectangular Rapid Flashing Beacon (RRFB) on TIB. Staff submitted a grant application on August 17, 2018 to the Transportation Improvement Board, requesting $150,864 of Sidewalk Funding with a 20% City match amount of $37,716. The grant applications are currently being reviewed and ranked by the Transportation Improvement Board and awards will be decided in November 2018. Interim measures are being considered while awaiting funding for the RRFB. Staff has met with representatives from the Islamic Center on -site last week to discuss the needs and patterns of those travelling to and from the mosque. Additionally, staff has begun working with KPG to identify potential interim measures that could be taken. During Eid, an Islamic celebration, Tukwila Police provide support to the Islamic Center, directing the increased pedestrian and vehicular traffic. Hiring off -duty police officers to provide similar service is frequently used by large churches and other organizations during regular peak events. Education and outreach would need to occur to direct the pedestrians to whatever treatment is implemented, especially due to the large number of locations where pedestrians have been seen crossing TIB. FINANCIAL IMPACT The financial impact for interim measures is not yet known. Staff will update the Committee with cost estimates in the near future once they are developed. RECOMMENDATION Staff recommends working with KPG to identify possibilities of interim measures and that this be discussed by the Transportation and Infrastructure Committee and referred to the Committee of the Whole for discussion and direction on the same night. ATTACHMENT • Maps Showing Pedestrian Crossing Counts Ilpwstorelpw common$\ow englprojectsla- rw & rs projectsls 140th st tib intersection imprvmnts (91610405)1designlrrlb at abu bakrlin(o memo update to tic on lib grant application 100518.docx Friday Legend Pedestrians Bus Stop Date - 08/14/2015 Time Period-1:30pm-2:30pm A N NOT TO SCALE S 140TH ST S 142ND ST • ABU BAKR ISLAMIC CENTER 7-ELEVEN BARTEL DRUGS S 144TH ST Tukwila Spaghetti Diagram Peak Hour Flow (1:30pm - 2:30pm) Tukwila ADA Transition Plan FIGURE trans TRANSPORTATION yr 1 2 M:\15\15153.00 - Tukwila ADA Transition Plan \Engineering\CAD\Supporting Files\Spaghetti Diagram\Tukwila Spaghetti Diagram.dwg<Updated for Crossing>Tuan Nguyen 8/21/2015 2:43 PM Tuesday Legend Pedestrians Bus Stop Date - 08/25/2015 Time Period - 5:00pm-6:00pm A N NOT TO SCALE 1 S 140TH ST mil S 142ND ST • ABU BAKR ISLAMIC CENTER 7 -ELEVEN BARTEL DRUGS S 144TH ST TUKWILA INTERNATIONA BOULEVARD •r Tukwila Spaghetti Diagram Peak Hour Flow (5:00 - 6:00pm) Tukwila ADA Transition Plan tran WHAT TRANSPORTATION CAN BE. M:\15\15153.00 — Tukwila ADA Transition Plan \ Engineering \ DAD \Supporting Files \Spaghetti Diagram\Tukwila Spaghetti Diagram.dwg<4pm-6pm Peak Hour>Tuan Nguyen 8/26/2015 11:45 AM FIGURE 2 3 4 City of Tukwila Altan Ekberg, Mayor Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation & Infrastructure Committee FROM: Henry Hash, Public Works Director !f it BY: Michael Ronda, Project Manager - Construction CC: Mayor Ekberg DATE: October 5, 2018 SUBJECT: Andover Park East Water and Sewer Replacement Project Numbers 99940103 & 91440204 Construction Management Contract with AECOM ISSUE Approve a new Construction Management (CM) contract with AECOM Technical Services for CM support to close the Andover Park East (APE) Water and Sewer Replacement Project. BACKGROUND Council awarded the construction management contract for the APE Water and Sewer Replacement Project to AECOM in August 2016. During construction, several issues were discovered which extended the completion date of the project and required additional CM resources be dedicated to the management effort. Staff modified the CM scope with a new contract to cover the additional work and extended the contract time to allow for completion. Negotiations with the contractor, Titan Earthworks (Titan), on several disputed construction issues extended past the originally anticipated closure date. A new contract to complete the original scope of work is now needed. Because the extended negotiations with Titan involved very few AECOM resources, the CM contract expired before the previous budget was expended. DISCUSSION & FISCAL IMPACT Staff has reached an equitable settlement with Titan on the construction contract and now needs to close the project paperwork and accept the contract as complete. To complete the construction management effort, the AECOM CM team will require additional time and resources to close out the remaining paperwork and box the project files for potential audit. The total additional fee for this contract is $18,349.65 and the CM budget will be allocated as follows: CM Expense Budget AECOM CM Contract Expenditures $615,699.42 AECOM Closeout CM Contract 18,349.65 APE Water/Sewer Replacement CM Budget $640,000.00 Total $634,049.07 $640,000.00 RECOMMENDATION Council is being asked to approve the construction management contract with AECOM in the amount of $18,349.65 and consider this item on the Consent Agenda at the October 15, 2018 Regular Council Meeting. Attachment: CM Consultant Services Contract Scope and Fee with AECOM W:\PW Eng\PROJECTSW- WT Projects\APE Water Main Replacement (99940103)\Consultant Selection\(010) - CM Scope And Encumbrances\AECOMWew New CM Contract Info Memo AECOM CM Contract 092618.Docx 5 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number:16-103 CONSULTANT AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and AECOM Technical Services, 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 construction management services in connection with the project titled `Andover Park East Water Main and Sewer Replacements'. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A- 1" 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, 2018, 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, 2018 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 $18,349.65 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. 6 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. 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. CA revised : 1-2013 Page 2 7 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. 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. CA revised : 1-2013 Page 3 8 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. 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: AECOM Technical Services 1111 3rd Avenue Seattle, WA 98101 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. CA revised : 1-2013 Page 4 9 DATED this day of , 20 CITY OF TUKWILA CONSULTANT By: Allan Ekberg, Mayor Printed Name: Title: Attest/Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney CA revised : 1-2013 Page 5 10 Andover Park East City of Tukwila Exhibit A-1 SCOPE OF SERVICES Construction Management and Contract Administration Services for the Andover Park East Water Main and Sewer Replacements City of Tukwila AECOM Technical Services, Inc. ("Consultant") proposes to provide to the City of Tukwila, Washington ("Client") construction management services for the Andover Park East (APE) Water Main and Sewer Replacement Project (hereinafter called "Project"). These services will include inspection, construction management, and contract administration assistance for the project as detailed in the following: I. INTRODUCTION The following scope of services is based upon the assumptions outlined herein. Associated costs are detailed in EXHIBIT B. Assumptions: • Services will be performed in accordance with the Local Agency Guidelines (LAG) and the WSDOT Construction Manual. • Design by Others: It is understood and agreed that the Consultant did not prepare the Contract Documents for the project, and the Client will provide the Consultant the support of the Engineer -of - Record during the course of the Consultant's work. I. DETAILED SCOPE OF WORK Subtask 1 — Administration/Quality Control Consistent with the hours shown in EXHIBIT B, the Consultant shall provide overall project management and contract administration associated with the service agreement between the Consultant and the Client. This effort will include the following elements: 1.1 Prepare of Consultant invoicing and progress reporting to the Client. 1.2 Perform internal administration of the Consultant's Task Order. 1.3 Prepare any supplements to the Consultant's Task Order. 1.4 Make periodic field visits and conduct project reviews for the quality of services provided by AECOM and consistency with AECOM's project quality plan. Subtask 2 — Document Control Consistent with the hours shown in EXHIBIT B, the Consultant shall provide document control services including the following elements: 2.1 Process; track and archive construction records including: Inspectors Daily Reports (IDR's); Requests for Information (RFI's); Submittals; Requests for Approval of Materials (RAM's); Statements of Working Days. Consultant shall maintain submittal and RFI logs to track when documents are received and returned to the contractor. 2.2 Review and archive project record documentation associated with prevailing wage reporting, including Requests to Sublet, Intents to Pay Prevailing Wage, Certified Payroll, Affidavits of Wages Paid, and Contractor employee wage interviews. 2.3 Maintain a list of approved change orders and potential change orders. Potential change orders will have a force account estimate of the extra work related to that item(s), until an approved change order is executed. Page 1 of 2 Updated: 9/21 /2018 11 Andover Park East City of Tukwila Subtask 3 — Field Inspection The Consultant shall provide construction inspection services consistent with the hours shown in EXHIBIT B. This effort will include the following elements: 3.1 Prepare daily construction reports recording the contractor's operations performed for each day the Consultant is on site; measure the quantities of materials installed, log equipment and staff present, weather conditions, and any observed problems or construction issues. Subtask 4 — Construction Management Provide construction management services, consistent with the hours shown in EXHIBIT B. This effort will include the following elements: 4.1 Supervise contract close-out activities including as -built drawings, final payment, and completion notices. Consultant shall provide the Client, at contract close-out, construction records to the all applicable funding agencies. III. Consultant Deliverables; including but not limited to: Inspector Daily Reports ii. Construction Photographs Weekly Meeting Minutes and Agendas iv. Submittal, RFI, and Material Testing Logs v. Change Order Log vi. Monthly Contractor Pay Requests with field note record and quantity documentation vii. Punch -lists and tracking documentation viii. All Project Records received from the Contractor described under Subtask 2 ix. Other records generated as a result of this Contract, when requested by the Client, or as deemed necessary by a public record request. IV. Responsibilities of the Client Provide CM oversight and approval authority for all construction activities. ii. Manage the Designer -on -Record team as part of the Project Designer's on -call design support and architectural submittal review. Process all contract documents through the City's approval process (e.g. CM services invoices, construction contract, monthly pay estimates, change order execution, cost reduction proposals, time extensions, etc.). iv. Provide preferred forms and formats, and filing structure to the Consultant. v. Oversee the Consultant on conducting schedule evaluation, monitoring, and evaluate Time Impact Analysis for changes. vi. Provide and assist the Consultant in utility coordination with third -party utilities under project specific or franchise agreements. vii. Provide operations & maintenance interface with other City Staff for ongoing project issues. Page 2 of 2 Updated: 9/21 /2018 12 APE Water Sewer Replacement Exhibit B Estimated Hours to Complete Project 1- Admin/QC Hours to complete Raw Rate (Payroll Rate) Raw Total Billing Rate Loaded Total Employee 0 hours $ 74.80 $ - $ 199.60 bill rate $ - 9.25 hours $ 36.00 $ 333.00 $ 96.07 bill rate $ 888.61 0.75 hours $ 33.40 $ 25.05 $ 89.13 bill rate $ 66.85 4 hours $ 74.80 $ 299.20 $ 199.60 bill rate $ 798.42 hours $ 36.00 $ 288.00 $ 96.07 bill rate hours $ 33.40 $ 133.60 $ 89.13 bill rate hours $ 34.06 $ - $ 82.30 bill rate $ 8 4 $ 768.53 $ 356.51 16 Total Hours Total Loaded (revenue) 2 - Doc Control Hours to complete Raw Rate (Payroll Rate) Raw Total Billing Rate $ 2,878.91 Perala Rockwell Neal Perala Rockwell Neal Ellenberger Loaded Total Employee 0 hours $ 30.84 $ - $ 96.07 bill rate $ - 60 hours $ 36.00 $ 2,160.00 $ 96.07 bill rate $ 5,763.96 Shinsato Shinsato 0 Total Hours Total Loaded (revenue) 3 - Inspection Hours to complete Raw Rate (Payroll Rate) Raw Total Billing Rate $ 5,763.96 Loaded Total Employee 2 hours $ 60 hours $ 58.67 $ 117.34 $ 156.56 bill rate $ 313.12 58.67 $ 3,520.20 $ 156.56 bill rate $ 9,393.65 Vaughn Vaughn 60 Total Hours Total Loaded (revenue) Costs for serivces between June 30 and October 1 = Total Additional Costs = $ 9,706.78 $ 1,268.58 $ 17,081.07 Total to Complete = $ 18,349.65 - Remaining Budget = $ 7,194.42 Added Budget Required = $ 9,886.65 Contract 18-051 13 14 City of Tukwila Allan Ekberg, Mayor Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director AV4- BY: Michael Ronda, Construction Project Manager CC: Mayor Ekberg DATE: October 5, 2018 SUBJECT: Interurban Ave S (S 143rd St to Fort Dent Way) Project No. 90310402, Contract No. 14-067 Contract Completion and Acceptance ISSUE Accept construction contract as complete and authorize release of the payment and performance bond. BACKGROUND The Notice to Proceed for Contract Number 14-067 with Walsh Construction Co. LLC was issued on July 21, 2014. This construction project was the final phase of improvements to the Interurban Ave S corridor between 42nd Ave S and 1-405. The improvements provided new roadway features, including a retaining wall system at the river bend near Fort Dent, and a new storm drainage system, including a large underground detention vault. DISCUSSION The construction project was physically completed on June 16, 2016 however the project was followed by several months of dispute negotiations before a final settlement was reached. The settlement agreement included a final payment of $1,425,000 and a time extension of 141.5 calendar days which was approved by Council in December 4, 2017. Since then staff has been waiting for all administrative obligations and payment verification items to come through before accepting the work as complete. FINANCIAL IMPACT The original construction budget (including contingency) for the Interurban Roadway Project was $8,737,508.39. Upon final settlement, the cost was $8,917,921.31. The additional funding was secured through reimbursement from a Transportation Improvement Board grant, traffic impact fees and cost savings from the 2017 Overlay & Repair Project. The final project expenditures are as follows: Expenses Original Construction Contract Amount $7,597,833.39 Additional Change Order Costs 1,320,087.92 Total Contract Amount $8,917,921.31 RECOMMENDATION Council is being asked to formally accept the Interurban Ave S project and authorize the release of the payment and performance bond subject to standard claim and lien release procedures, and to consider this item on the Consent Agenda at the October 15, 2017 Regular Council Meeting. Attachment: Notice of Completion, Contract #14-067 Final Contractor Voucher Certificate W:IPW Eng1PROJECTSW- RW & RS Projectsllnterurban Ave S (90310402)IConstructionVt.400 - ProjectTrackingl- DRAFTSIInfo Memo - IU Roadway Closeout- DRAFT.docx 15 ❑ Original ❑ Revised # NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT Date: August 1, 2018 Contractor's UBI Number: 603 050 702 Name & Mailing Address of Public Agency City of Tukwila 6200 Southcenter Blvd Tukwila WA 98188 UBI Number: 602286020 Department Use Only Assigned to: Date Assigned: Notice is hereby given relative to the completion of contract or project described below Project Name Interurban Ave S (S 143rd St - Fort Dent Wy) 90310402 Contract Number 14-067 Job Order Contracting ❑ Yes WrNo Description of Work Done/Include Jobsite Address(es) Construct full roadway improvements to Interurban Avenue South from South 143rd Street to Fort Dent Way. Included sidewalks, pavement restoration, drainage and lighting. Federally funded transportation project? Wj Yes ❑ No (if yes, provide Contract Bond Statement below) Contractor's Name Walsh Construction Co II LLC E-mail Address emeifert@walshgroup.com Affidavit ID* 758714 Contractor Address 929 W Adams St, Chicago IL 60607 Te ephone # If Retainage is not withheld, please select one of the following and List Surety's Name & Bond Number. ❑ Retainage Bond [i Contract/Payment bond (valid for federally funded transportation projects) Name: Travelers Casualty and Surety of America Bond Number: 106080531 Date Contract Awarded May 5, 2014 Date Work Commenced July 21, 2014 Date Work Completed June 16, 2016 Date Work Accepted Were Subcontracters used on this project? If so, please complete Addendum A. E Yes ❑ No Affidavit ID* - No L&I release will be granted until all affidavits are listed. Contract Amount Additions (+ ) Reductions (- ) Sub -Total Sales Tax Rate 9.5 (If various rates apply, please send a breakdown) Sales Tax Amount 7,496,650.20 $ 1,321,808.33 0.00 $ 8,818,458.53 $ 99462.78 TOTAL $ 8.917.921.31 'r, �' ` NOTE: These two totals Hurst be equal Liquidated Damages $ 0.00 Amount Disbursed $ 8,917,921.31 Amount Retained $ 0.00 Comments: TOTAL $ 8,917,921.31 Note: The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract. NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates. Submitting Form: Please submit the completed form by email to all three agencies below. Contact Name: Diane Jaber Email Address: diane.jaber@tukwilawa.gov Department of Revenue Public Works Section (360) 704-5650 PWC@dor.wa.gov CIWashington State Department of Labor & Industries Contract Release (855) 545-8163, option # 4 ContractRelease@LNI. WA.GOV REV 31 0020e (10/26/15) F215-038-000 10-2014 Title: Fiscal Specialist Phone Number: 206-433-1871 Employment Security Department Registration, Inquiry, Standards 8 Coordination Unit (360) 902-9450 publicworks@esd.wa.gov 16 Addendum A: Please List all Subcontractors and Sub -tiers Below This addendum can be submitted in other formats. Provide known affidavits at this time. No L&I release will be granted until all affidavits are listed. Subcontractor's Name: UBI Number: (Required) Affidavit ID* 1-Alliance Geomatics 603 260 116 663976 ADP Construction Services 601 429 361 761534 Northwest Traffic 602 140 049 654708 Global Concrete Cutting 603 081 735 Out of Business The Bag Lady 601 734 719 656204 DHD Trucking 602 677 969 654633 Peterson Brothers 600 072 474 657132 Pyramid Grinding 602 778 944 636620 American Pride - Trucking 602 643 008 656294 Bravo Environmental 602 946 216 651545 Pearson Drilling 601 078 030 758252 Salinas Sawing & Sealing 601 717 158 654700 Highmark Concrete Contractors 603 004 408 759783 Edge Concrete 602 134 915 654765 AAA Contractors 602 884 326 660700 Ever -Green Tree Care 601 533 876 563735/551856 The Tree Expert ( Ever -Green Lower Tier Sub) 602 850 400 568926/559097 National Concrete Cutting (ADP Lower Tier) 600 195 813 758921 Terra Dynamics 601 030 794 657896 Lakeside Industries 601 106 847 654444 Design Groundwater Services 602 911 176 566210 Statewide Parking Lot Services (Pyramid Lower Tier) 601 356 352 571093 Danasco, LLC 603 314 401 651674 Wilson Concrete 602 168 956 760634 Harris Rebar 601 327 419 654673 Columbia Basin Rebar (Harris Lower Tier) 601 872 824 639585 PR Systems 601 303 110 632555 Linescapes of Washington 602 663 114 654648 Mobile Fabrication Services 603 190 679 641108 De Novo Construction (subtier to Highmark) 603 305 991 653064 Lloyd's Trucking 171 004 642 758640 Ness & Campbell Crane 602 493 962 579349 Van Dam Welding, Inc. (subtier to Highmark) 602 787 437 758308 CAD of Puget Sound 603 058 404 758601 Penhall Company 601 258 537 645314 DC Transport and Leasing 603 470 328 760215 Speer Taps (Service) 600 491 975 637785 Ralph's Concrete Pumping (Service) 578 085 430 645048 Pacific Topsoil 600 405 438 760073 Cannon Construction 601 590 363 758279 Statewide Rent -a -Fence 600 348 533 609351 NRC Environmental Services 601 421 393 529415 Glacier Northwest (Concrete Supplier) 601 301 145 759380 Corliss Resources 602 237 779 759581/759583/759584 Miles Sand & Gravel 171 004 760 760243/760242 Olson Bros ProVac 602 170 975 759584 For tax assistance or to request this document in an alternate format, please call 1-800-647-7706. Teletype (TTY) users may use the Washington Relay Service by calling 711. REV 31 0020e Addendum (10/26/15) F215-038-000 10-2014 7 Final Contract Voucher Certificate Contractor Walsh Construction Co II LLC Street Address 16400 Southcenter Parkway, Ste 501 City Seattle State WA Zip 98188 Date 8/14/18 City Project Number 03-RW02 — 90310402 Federal -Aid Project Number STPUL-1045(007) Contract Title Interurban Ave S. Roadway Improvements Date Work Physically Completed June 16,2016 Final Amount $8,917,921.31 Contractors Certification 1, the undersigned, having first been duly sworn, certify that I am authorized to sign for the claimant; that in connection with the work performed and to the best of my knowledge no loan, gratuity or gift in any form whatsoever has been extended to any employee of the City of Tukwila nor have I rented or purchased any equipment or materials from any employee of the City of Tukwila; I further certify that the attached final estimate is a true and correct statement showing all the monies due me from the City of Tukwila for work performed and material furnished under this contract; that I have carefully examined said final estimate and understand the same and that I hereby release the City of Tukwila from any and all claims of whatsoever nature which I may have, arising out of the performance of said contract, which are not set forth in said estimate. Co/(fractplr 9tGtho zgfi Signature Required Ray Riojas, Area Manager Printed Signature Name 3412 day of Se.siy'C . 20 1 LJ &V e',, l N.a/tary Public in/an�d for the State of � n5Van Residing at lvr �, C) �� A \`iY9 CUOlr\ Owner Certification I, certify the attached final estimate to be based upon actual measurements, and to be true and correct. X ,� Project Enginee! / Project Administrator Approved Date Public Works Director 18 City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Transportation & Infrastructure Committee FROM: Jack Pace, DCD Director BY: Katie Wendel, Lead Transportation Outreach Coordinator Alison Turner, Transportation Outreach Coordinator CC: Mayor Ekberg DATE: October 5, 2018 SUBJECT: WSDOT Commute Trip Innovation Grant 2017-2019 Phase 2 ISSUE Washington State Department of Transportation (WSDOT) funding to continue implementation of a non-traditional Commute Trip Reduction (CTR) program to reduce regional congestion and improve air quality in Tukwila and south King County. BACKGROUND The City of Tukwila was previously awarded funding by WSDOT in 2017/18 for an expansion of Transportation Demand Management (TDM) programs beyond traditional Commute Trip Reduction (CTR)-affected sites into new markets for trip reduction. The project has regional impact by encouraging employees at SeaTac Airport to reduce drive -alone trips, thereby decreasing congestion in Tukwila and surrounding communities, improving air quality in the SeaTac Airport travel -shed (1-5, 1-405, SR 518, SR 99), and reducing the demand for parking at nearby park -and -ride stations, including Tukwila International Boulevard Station. The implementation includes use of a new ridesharing/trip-logging platform and a monthly rewards program with the goal of engaging more employees in commute challenges. DISCUSSION WSDOT awarded the City of Tukwila an additional $43,000 to implement Phase 2 of the project. FINANCIAL IMPACT There is no impact to the general fund. The funding leverages other TDM Program grants, allowing for more robust implementation and contributes to sustaining the program's expanded staff capacity. RECOMMENDATION The Council is being asked to accept the WSDOT grant amendment for the TDM Program in the amount of $43,000 and consider this item on the Consent Agenda at the October 15, 2018 Regular Meeting. ATTACHMENTS Attachment A: WSDOT Grant Amendment — GCB2886-01 Attachment B: WSDOT Grant Contract — GCB2886 CTIG Contract 2017-2019 Attachment C: WSDOT CTIG Phase II City of Tukwila Award Letter 19 Attachment A The FIRST AMENDMENT to AGREEMENT GCB2886 entered into between the Washington State Department of Transportation (hereinafter referred to as "WSDOT"), and City of Tukwila (hereinafter referred to as "CONTRACTOR"), and/or individually referred to as the "PARTY" and collectively referred to as the "PARTIES," RECITALS WHEREAS, both PARTIES agree to amend AGREEMENT GCB2886 to add $43,000 for Sea- Tac Airport Transportation Demand Management Program (TDM) Phase 2; NOW THEREFORE, the following AMENDMENTS are hereby incorporated into AGREEMENT GCB2886: AGREEMENT 1. Amend Caption heading `Project Cost' on the first page of the AGREEMENT to read as follows: Project Cost: State Funds $ 150,000 Match Funds $ 75,400 Total Project Cost $ 225,400 2. A copy of this AMENDMENT to the AGREEMENT shall be attached to and made a part of the original AGREEMENT. Any references to the "AGREEMENT" shall mean "AGREEMENT as amended." 3. All other terms and conditions of the original AGREEMENT not hereby amended shall remain in full force and effect. This document may be simultaneously executed in several counterparts, each of which shall be deemed original having identical legal effect. IN WITNESS WHEREOF, the PARTIES hereto have executed this AMENDMENT the day and year last written below. WASHINGTON STATE CONTRACTOR DEPARTMENT OF TRANSPORTATION By: By: Brian Lagerberg, Director Authorized Representative Public Transportation Division Title: Print Name: Date: Date: Page 1 of 1 GCB2886-01 20 Attachment B 17-206 Contract Approval 11/20/17 Transportation Demand Management Pilot Program Agreement Washington State Department of Transportation 310 Maple Park Avenue SE PO Box 47387 Olympia, WA 98504-7387 Contact Person: Keith Cotton 360-970-1796 Contractor City of Tukwila 6300 Southcenter Blvd Suite 100 Tukwila, WA 98188 Contact Person: Valerie Lonneman 206-433-7140 Project Cost: State Funds Match Funds Total Project Cost $107,000 $ 75,400 $182,400 Federal ID #: 91-6001519 Scope of Project: As set forth in Exhibit 1, Project Scope of Work. Term of Project: October 1, 2017 through June 30, 2019 UPIN: PTTD823 Agreement Number: GCB2886 This AGREEMENT is entered into by the Washington State Department of Transportation, hereinafter referred to as "WSDOT" and the Contractor identified above, hereinafter referred to as "CONTRACTOR", and/or individually referred to as the "PARTY" and collectively referred to as the "PARTIES." WHEREAS, RCW 70.94.521 through RCW 70.94.555 establishes the state's leadership role, and the requirements and parameters to reduce traffic congestion, fuel use, and air pollution through commute trip reduction programs, including transportation demand management programs for growth and transportation efficiency centers ("GTEC") in Washington State; and WHEREAS, RCW 47.06.050 requires that when planning capacity and operational improvements, the State's first priority is to assess strategies to enhance the operational efficiency of the existing system, and states that strategies to enhance the operational efficiencies include, but are not limited to, access management, transportation system management, and demand management ("Strategies"); and WHEREAS, RCW 47.01.078 directs the State to develop strategies to reduce the per capita vehicle miles traveled, to consider efficiency tools including commute trip reduction and other demand management tools, and to promote the integration of multimodal planning in support of the transportation system policy goals described in RCW 47.04.280; and WHEREAS, the Legislature has directed the State to increase the integration of public transportation and the highway system, to facilitate coordination of transit services and planning, and to maximize opportunities to use public transportation to improve the efficiency of transportation corridors (RCW 47.01.330); and WHEREAS, RCW 47.80.010 encourages the State and local jurisdictions to identify opportunities for cooperation to achieve statewide and local transportation goals; and WHEREAS, the State of Washington in its Sessions Laws of 2017, Chapter 313 Section 220 (7), authorizes funding for Public Transportation to provide solely for a voluntary pilot program to expand public -private partnership Commute Trip Reduction (CTR) incentives to make measureable reductions in off-peak, weekend, and non -work trips through the multi -modal transportation account as identified in the budget through its 2017-2019 biennial appropriations to WSDOT; WHEREAS, the Legislature has directed the State to create a pilot grant program to expand public -private partnership trip reduction incentives, make measurable reductions in off-peak, weekend and non -work GCB2886 I f 64, 2 orrz-iActil.-S Page 1 of 16 21 vehicle trips on Interstate 90, I-5 and/or I-405 corridors, and test potential improvements to the state's CTR Program; WHEREAS the WSDOT Public Transportation Division is responsible for administering funds on behalf of the Washington State Legislature; and NOW, THEREFORE, in consideration of terms, conditions, performances and mutual covenants herein set forth and the attached Exhibit 1, "Project Scope of Work," and Exhibit 2, "Project Progress Reports," Exhibit 3, "Legislative Progress Report", Exhibit 4, "Final Progress Report", Exhibit 5, "Invoice Voucher Template", and Exhibit 6, "WSDOT's Guidance for Transportation Demand Management Incentives", IT IS MUTUALLY AGREED AS FOLLOWS: Section 1 Purpose of Agreement A. The purpose of this AGREEMENT is for WSDOT to provide funding to the CONTRACTOR to be used solely for a voluntary pilot program to expand public -private partnership Commute Trip Reduction incentives to make measureable reductions in off-peak, weekend, and non -work trips, hereinafter known as the "Project." The Project must focus on travel markets using the I-90, I-5, or I-405 corridors. B. If this AGREEMENT is used as match for any other related projects with federal funds, in addition to the requirements of Sections 1 through 22 of this AGREEMENT, the CONTRACTOR must assume full responsibility for complying with all federal rules and regulations consistent with the requirements imposed by use of the federal funds on any such related project(s), including but not limited to Title 23 of the U.S. Code, Highways, as applicable, the regulations issued pursuant thereto, 2 CFR Part 200, and 2 CFR Part 1201. The CONTRACTOR must also assume full responsibility for compliance with Federal Highway Administration's (FHWA) Required Contract Provisions Federal -Aid Construction Contracts, FHWA 1273, which may be found here, https://www.fhwa.dot.gov/programadmin/contracts/1273/1273.pdf , and any amendments thereto; and/or the Federal Transit Administration Master Agreement 23, which may be found here, https://wwwtransit.dot.gov/sitesifta.dotaov/ii ies/FTA%20Master%20Agreelnent%20FY20I 7%20-%20 l 0- 1-2016.pdf, and any amendments thereto. Section 2 Scope of Work The CONTRACTOR agrees to perform all designated tasks of the Project under this AGREEMENT as described in Exhibit 1, "Project Scope of Work," attached hereto and by this reference is incorporated into this AGREEMENT. Section 3 Term of Project The CONTRACTOR shall commence, perform and complete the Project within the time defined in the caption space header above titled "Term of Project" of this AGREEMENT regardless of the date of execution of this AGREEMENT, unless terminated as provided herein. The caption space header above entitled' "Term of Project" and all caption space headers above are by this reference incorporated into this AGREEMENT as if fully set forth herein. Section 4 Project Costs and Match Requirement A. The total reimbursable cost to accomplish the Project Scope of Work shall not exceed the "State Funds" detailed in the caption space header above titled "Project Costs." The CONTRACTOR agrees to expend eligible "State Funds" together with any "Match Funds" identified above in the caption space header "Project Costs," in an amount sufficient to complete the Project as detailed in Exhibit 1, "Project Scope of Work." If at any time the CONTRACTOR becomes aware that the cost that it expects to incur in the performance of this AGREEMENT will differ from the amount indicated in the caption space header above titled, "Project Costs", the CONTRACTOR shall notify WSDOT in writing within three (3) business days of making that determination. B. Local Match Requirement. The CONTRACTOR is required to ensure that a ten percent match of funds for the Project as identified in the caption space header titled, "Project Costs," is provided in the Match Funds. Any reduction in match will result in a proportional reduction in grant funds. Match -eligible expenditures include transportation operating costs, capital costs, labor, incentives, subsidies, marketing, materials production and distribution costs. Any incentives provided with state funds must be in compliance with WSDOT's Guidance for Transportation Demand Management Incentives, as set forth in Exhibit 6. GCB2886 Page 2 of 16 22 Section 5 Reimbursement and Payment A. Payment will be made with State Funds by WSDOT on a reimbursable basis for actual costs and expenditures incurred, while performing eligible direct and related indirect Project work during the Project period. Payment is subject to the submission to and approval by WSDOT of properly prepared invoices that substantiate the costs and expenses submitted by CONTRACTOR for reimbursement. Failure to send in progress reports and financial information as required in Section 7 — Progress Reports may delay payment. The CONTRACTOR must submit an invoice using either State of Washington Form A-19 (Invoice Voucher), a copy of which is attached hereto as Exhibit 5 and by this reference incorporated into this AGREEMENT or a format approved by WSDOT. Such invoices may be submitted no more than once per month and no less than once per year, during the course of this AGREEMENT. If approved by WSDOT, said invoices shall be paid by WSDOT within thirty (30) days of receipt of the invoice. B. State Fiscal Year End Closure Requirement (RCW 43.88): The CONTRACTOR shall submit an invoice for completed work in the same state fiscal period, as defined in RCW 43.88, starting on July 1 and ending on June 30 the following year within the timeframe set forth in the caption space header of this AGREEMENT entitled "Term of Project" during which the work was performed. Reimbursement requests must be received by July 15 of each state fiscal period. If the CONTRACTOR is unable to provide an invoice by this date, the CONTRACTOR shall provide an estimate of the charges to be billed so WSDOT may accrue the expenditures in the proper fiscal period. Any subsequent reimbursement request submitted will be limited to the amount accrued as set forth in this section. Any payment request received after the timeframe prescribed above will not be eligible for reimbursement. Section 6 Project Records The CONTRACTOR agrees to establish and maintain for the Project, either a separate set of accounts or, accounts within the framework of an established accounting system in order to sufficiently and properly reflect all eligible direct and related indirect Project costs incurred in the performance of this AGREEMENT. Such accounts are referred to herein collectively as the "Project Account." All costs claimed against the Project Account must be supported by properly executed payrolls, time records, invoices, contracts, and payment vouchers evidencing in sufficient detail the nature and propriety of the costs claimed. Section 7 Progress Reports As part of Exhibit 1, the "Project Scope of Work," the CONTRACTOR shall develop and submit a Performance Measurement Plan to WSDOT for review and approval. The plan must describe a method to measure and report the number of vehicle trips reduced, vehicle miles traveled reduced, cost per vehicle trip reduced and cost per vehicle mile traveled reduced. The CONTRACTOR shall submit three different progress reports to WSDOT so that WSDOT may adequately and accurately assess the progress made under the terms of this AGREEMENT. First, the CONTRACTOR must report on the project's progress and performance, including its baseline performance, in the Project Progress Report to WSDOT, as set forth in Exhibit 2, submit to WSDOT by April 30, 2018. Second, the CONTRACTOR must report on the project's progress and performance in the Legislative Progress Report, as set forth in Exhibit 3, submit to WSDOT September 14, 2018. Last, the CONTRACTOR shall submit the Final Progress Report, as set forth in Exhibit 4, by June 1, 2019. Section 8 Audits, Inspections, and Records Retention WSDOT, the State Auditor, and any of their representatives, shall have full access to and the right to examine, during normal business hours and as often as they deem necessary, all of the CONTRACTOR's records with respect to all or transcripts from such records, and to make audits of all contracts, invoices, materials, payrolls, and other matters covered by this AGREEMENT. In order to facilitate any audits and inspections, the CONTRACTOR shall retain all documents, papers, accounting records, and other materials pertaining to this AGREEMENT for six (6) years from the date of completion of the Project or the Project final payment date. However, in case of audit or litigation extending past that six (6) years period, then the CONTRACTOR must retain all records until the audit or litigation is completed. The CONTRACTOR shall be responsible to assure that the CONTRACTOR and any subcontractors of CONTRACTOR comply with the provisions of this section and provide, WSDOT, the State Auditor, and any of their representatives, access to such records within the scope of this AGREEMENT. GCB2886 Page 3 of 16 23 Section 9 Agreement Modifications A. Either PARTY may request changes to this AGREEMENT, including changes in the Scope of Work. Such changes that are mutually agreed upon shall be incorporated as written amendments to this AGREEMENT. No variation or alteration of the terms of this AGREEMENT shall be valid unless made in writing and signed by authorized representatives of the PARTIES hereto. B. If an increase or reduction in State Funds is appropriated for this Project, the CONTRACTOR and WSDOT agree to enter into an amendment to this AGREEMENT, providing for an appropriate change in the Scope of Project and/or the Project Cost in order to reflect any such increase in funding. C. Provided, however, that changes to the Project title, federal ID number, UPIN the contact person of either PARTY, will not require a written amendment, but will be approved and documented by WSDOT through an administrative revision. WSDOT shall notify the CONTRACTOR of the revision in writing. Section 10 Recapture Provision In the event that the CONTRACTOR fails to expend State Funds in accordance with state law and/or the provisions of this AGREEMENT, WSDOT reserves the right to recapture State Funds in an amount equivalent to the extent of noncompliance. The CONTRACTOR agrees to repay such State Funds under this recapture provision within thirty (30) days of demand. Section 11 Disputes A. If the PARTIES cannot resolve by mutual agreement, a dispute arising from the performance of this AGREEMENT the CONTRACTOR may submit a written detailed description of the dispute to the WSDOT Public Transportation Division's Statewide Transportation Demand Management Programs Manager or the WSDOT Public Transportation Statewide Transportation Demand Management Programs Manager's designee who will issue a written decision within ten calendar (10) days of receipt of the written description of the dispute. This decision shall be final and conclusive unless within ten calendar (10) days from the date of CONTRACTOR's receipt of WSDOT's written decision, the CONTRACTOR mails or otherwise furnishes a written appeal to the Director of the Public Transportation Division or the Director's designee. In connection with any such appeal the CONTRACTOR shall be afforded an opportunity to offer material in support of its position. The CONTRACTOR's appeal shall be decided in writing within thirty (30) days of receipt of the appeal by the Director of the Public Transportation Division or the Director's designee. The decision shall be binding upon the CONTRACTOR and the CONTRACTOR shall abide by the decision. B. Performance During Dispute. Unless otherwise directed by WSDOT, the CONTRACTOR shall continue performance under this AGREEMENT while matters in dispute are being resolved. Section 12 Termination A. Termination for Convenience. Either PARTY may terminate this AGREEMENT for convenience and without cause upon thirty (30) days written notice to the other PARTY. The PARTIES may terminate this AGREEMENT for convenience for reasons including, but not limited to, the following: 1. The requisite funding becomes unavailable through failure of appropriation or otherwise; 2. WSDOT determines, in its sole discretion, that the continuation of the Project would not produce beneficial results commensurate with the further expenditure of funds; 3. The CONTRACTOR is prevented from proceeding with the Project as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense; or an Executive Order of the President or Governor of the State with respect to the preservation of energy resources; 4. The CONTRACTOR is prevented from proceeding with the Project by reason of a temporary preliminary, special, or permanent restraining order or injunction of a court of competent jurisdiction where the issuance of such order or injunction is primarily caused by the acts or omissions of persons or agencies other than the CONTRACTOR; or 5. The State Government determines that the purposes of the statute authorizing the Project would not be adequately served by the continuation of financial assistance for the Project; 6. In the case of termination for convenience under subsections A.1-5 above, WSDOT shall reimburse the CONTRACTOR for all costs payable under this AGREEMENT that the CONTRACTOR properly incurred prior to termination. The CONTRACTOR shall promptly submit its claim for reimbursement to WSDOT. If the CONTRACTOR has any property in its possession belonging to GCB2886 Page 4 of 16 24 WSDOT, the CONTRACTOR will account for the same, and dispose of it in the manner WSDOT directs. B. Termination for Default. Either PARTY may terminate this AGREEMENT for default at any time by written notice to the other PARTY, if that PARTY materially breaches or fails to perform any of the requirements of this AGREEMENT. Pursuant thereto, WSDOT may terminate this AGREEMENT for reasons including, but not limited to, if the CONTRACTOR: a) Takes any action pertaining to this AGREEMENT without the approval of WSDOT, which under the procedures of this AGREEMENT would have required the approval of WSDOT; b) Fails to make reasonable progress on the Project or other violation of this AGREEMENT that endangers substantial performance of the Project; or c) Fails to perform in the manner called for in this AGREEMENT or fails, to comply with, or is in violation of, any material provision of this AGREEMENT. If it is later determined by WSDOT that the CONTRACTOR had an excusable reason for not performing, such as events which are not the fault of or are beyond the control of the CONTRACTOR, such as a strike, fire or flood, WSDOT may: (a) allow the CONTRACTOR to continue work after setting up a new delivery of performance schedule, or (b) treat the termination as a termination for convenience. C. WSDOT, in its sole discretion may, in the case of a termination for breach or default, allow the CONTRACTOR ten (10) business days, or' such longer period as determined by WSDOT, in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions. If the CONTRACTOR fails to remedy to WSDOT's satisfaction the breach or default within the timeframe and under the conditions set forth in the notice of termination, WSDOT shall have the right to terminate this AGREEMENT without any further obligation to CONTRACTOR. Any such termination for default shall not in any way operate to preclude WSDOT from also pursuing all available remedies against CONTRACTOR and its sureties for said breach or default. D. In the event that WSDOT elects to waive its remedies for any breach by CONTRACTOR of any covenant, term or condition of this AGREEMENT, such waiver by WSDOT shall not limit WSDOT's remedies for any succeeding breach of that or of any other term, covenant, or condition of this AGREEMENT. Section 13 Forbearance by WSDOT Not a Waiver Any forbearance by WSDOT in exercising any right or remedy hereunder, or otherwise afforded by applicable law, shall not be a waiver of or preclude the exercise of any such right or remedy. Section 14 Waiver In no event shall any WSDOT payment of grant funds to the CONTRACTOR constitute or be construed as a waiver by WSDOT of any CONTRACTOR breach, or default, and shall in no way impair or prejudice any right or remedy available to WSDOT with respect to any breach or default. In no event shall acceptance of any WSDOT payment of grant funds by the CONTRACTOR constitute or be construed as a waiver by CONTRACTOR of any WSDOT breach, or default which shall in no way impair or prejudice any right or remedy available to CONTRACTOR with respect to any breach or default. Section 15 WSDOT Advice The CONTRACTOR bears complete responsibility for the administration and success of the work as it is defined in this AGREEMENT and any amendments thereto. Although the CONTRACTOR may seek the advice of WSDOT, the offering of WSDOT advice shall not modify the CONTRACTOR's rights and obligations under this AGREEMENT and WSDOT shall not be held liable for any advice offered to the CONTRACTOR. Section 16 Limitation of Liability and Indemnification A. The CONTRACTOR shall indemnify and hold harmless WSDOT, its agents, employees, and officers and process and defend at its own expense any and all claims, demands, suits at law or equity, actions, penalties, losses, damages, or costs (hereinafter referred to collectively as "claims"), of whatsoever kind or nature brought against WSDOT arising out of, in connection with or incident to this AGREEMENT and/or the CONTRACTOR's performance or failure to perform any aspect of this AGREEMENT. This indemnity provision applies to all claims against WSDOT, its agents, employees and officers arising out of, in connection with or incident to the acts or omissions of the CONTRACTOR, its agents, employees and officers. Provided, however, that nothing herein shall require the CONTRACTOR to indemnify and hold GCB2886 Page 5 of 16 25 harmless or defend the WSDOT, its agents, employees or officers to the extent that claims are caused by the acts or omissions of the WSDOT, its agents, employees or officers. The indemnification and hold harmless provision shall survive termination of this AGREEMENT. B. The CONTRACTOR shall be deemed an independent contractor for all purposes, and the employees of the CONTRACTOR or its subcontractors and the employees thereof, shall not in any manner be deemed to be the employees of WSDOT. C. The CONTRACTOR specifically assumes potential liability for actions brought by CONTRACTOR's employees and/or subcontractors and solely for the purposes of this indemnification and defense, the CONTRACTOR specifically waives any immunity under the State Industrial Insurance Law, Title 51 Revised Code of Washington. D. In the event either the CONTRACTOR or WSDOT incurs attorney's fees, costs or other legal expenses to enforce the provisions of this section of this AGREEMENT against the other PARTY, all such fees, costs and expenses shall be recoverable by the prevailing PARTY. Section 17 Governing Law, Venue, and Process This AGREEMENT shall be construed and enforced in accordance with, and the validity and performance thereof shall be governed by the laws of the State of Washington. 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 Thurston County. Section 18 Compliance with Laws and Regulations The CONTRACTOR agrees to abide by all applicable State laws and regulations, including, but not limited to those concerning employment, equal opportunity employment, nondiscrimination assurances, Project record keeping necessary to evidence AGREEMENT compliance, and retention of all such records. The CONTRACTOR will adhere to all of the nondiscrimination provisions in Chapter 49.60 RCW. The CONTRACTOR will also comply with the Americans with Disabilities Act of 1990 (ADA), Public Law 101-336, including any amendments thereto which provides comprehensive civil rights protection to individuals with disabilities in the areas of employment public accommodations, state and local government services and telecommunication. Section 19 Severability If any covenant or provision of this AGREEMENT shall be adjudged void, such adjudication shall not affect the validity or obligation of performance of any other covenant or provision, or part thereof, that in itself is valid if such remainder conforms to the terms and requirements of applicable law and the intent of this AGREEMENT. No controversy concerning any covenant or provision shall delay the performance of any other covenant or provision except as herein allowed. Section 20 Counterparts This AGREEMENT may be executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONTRACTOR does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements and their supporting materials contained and/or mentioned in such executed counterpart, and does hereby accept State Funds and agrees to all of the terms and conditions thereof. Section 21 Execution This AGREEMENT is executed by the Director of the Public Transportation Division, State of Washington, Department of Transportation, or the Director's designee, not as an individual incurring personal obligation and liability, but solely by, for, and on behalf of the State of Washington, Department of Transportation, in his/her capacity as Director of the Public Transportation Division. Section 22 Binding Agreement The undersigned acknowledges that they are authorized to execute the AGREEMENT and bind their respective agency(ies) and/or entity(ies) to the obligations set forth herein. GCB2886 Page 6 of 16 26 IN WITNESS WHEREOF, the PARTIES hereto have executed this AGREEMENT the day and year last signed below. WASHINGTON STATE DEPARTMENT OF TRANSPORTATION Th4J Lriai agerhe�g, Direc or Public Transportation Division 1241111 Date CONTRACTO Authorized Title t l I a n EEC bec?) Print Name irecer-Ib.es— / , 0.0 Date GCB2886 Page 7 of 16 27 EXHIBIT 1 Project Scope of Work 1. Scope of Work A. Project Work Plan The CONTRACTOR agrees to submit to WSDOT a project work plan when the CONTRACTOR submits its first invoice. The project work plan will include the following elements: 1. The work plan shall identify the deliverables, schedule, strategies, performance measures and the budget specific to strategies associated with this AGREEMENT. These plans may include, but are not limited to, recruiting new employer worksites, collecting travel behavior information, providing incentives, performing promotion and marketing, providing ride -matching services, and other transportation demand management services. 2. The project work plan shall include a performance measurement plan that will describe the project's methods and schedule for baseline and progress information, including the number of vehicle trips reduced, vehicle miles traveled reduced, cost per vehicle trip reduced and cost per vehicle mile traveled reduced. 3. The project work plan budget shall identify how the CONTRACTOR will use the state funds provided in this AGREEMENT for each task. The work plan shall also provide an estimate of the other financial resources not provided in this AGREEMENT that will be used to complete each task. 4. The project work plan must be approved in writing by the WSDOT Project Manager, and shall be incorporated as a written amendment to the AGREEMENT. The project work plan may be amended based on mutual written agreement between the WSDOT Project Manager and the CONTRACTOR and shall be incorporated as a written amendment to this AGREEMENT. B. Work to be Performed The CONTRACTOR agrees to implement a transportation demand management program based on the approved project work plan. C. Use of State Funds for Incentives The CONTRACTOR agrees to use State funds provided as part of this AGREEMENT in accordance with incentives guidance that WSDOT shall provide to the CONTRACTOR. D. Progress Reports and Invoices The CONTRACTOR agrees to submit to WSDOT progress reports, as specified by WSDOT in Section 7 — Progress Reports of the AGREEMENT, in Exhibits 2 and 3, "Project Progress Report" and "Legislative Progress Report," and as integrated with the deliverables identified in the project work plan, along with all invoices in accordance with Section 5 — Reimbursement and Payment of the AGREEMENT. All invoices shall be complete and accurately reflect actual State funded expenditures. Only those activities identified in the CONTRACTOR'S approved work plan will be reimbursed by WSDOT. E. Final Progress Report The CONTRACTOR agrees to submit to WSDOT a final progress report, a template of which is attached hereto as Exhibit 4, "Final Project Progress Report," The final progress report shall provide an estimate of any other financial resources not provided in this AGREEMENT that were used to complete each task and shall provide a list of the funds provided in this AGREEMENT that were disbursed by the CONTRACTOR to its eligible contracting partner(s). GCB2886 Page 8 of 16 28 • WAshington Slate W AIF Dep.lrlment of Traneporlat*on: Organization Name: Agreement Number: EXHIBIT 2 Project Progress Report PUBLIC TRANSPORTATION DIVISION Transportation Demand Management Pilot Program Project Progress Report Date: PROJECT PROGRESS 1. Key Deliverables:frcr cork F-ler c Flease erter li: eratleshere. ? cr-ptsKeo activities: Fle3se ester here. 3. Flarred activities: Flease erter acY;ites here. =. Idertif•r the perfcrrr.ar.ce rreasures, 3rsets and taselireirfcrraticr. Fleate erter 3chere. 5. Describe theissues, risks, challergesvcL hare. Flease er:er e.pl3raticr here. E. Please prcvi.dethe e_-tirrated e:cperdituresfor this prcjec; pericd. FIease erter e:•:plaraticr her. GCB2886 Page 9 of 16 29 OTI R .se 1,e space Peke., to provide 3ry additicr3l irfcr "3ticr that •;^L r,cLId Ike to ;hare 3tcLt the project. Flea se enter e-claratior 'rere. PROJECT MANAGER CERTIFICATION (Completion of this section t rtjies that the dhave irrfarmat:bn it true and accurate to the but of yarn knouiedge. j Project Ma n age r: Title: Name of person Completing Form: Date: Contact Plumber Email 3 co.o.i *ti7e ::rrpleted progress p-cr Itf 17.1 EL c tin L^ ra..to FTE:P p_r D.,sbo•t. _ g:: and Keith __...._r, GCB2886 Page 10 of 16 30 ,}'. tRashington Slate MDepartment of Transportation Organization Name: Agreement Number: EXHIBIT 3 Legislative Progress Report PUBLIC TRANSPORTATION DIVISION Transportation Demand Management Pilot Program Legislative Progress Report Date: PROECr PROGRESS 1. Did •ict achieve vccr prcjectt gcals-r Fleaseerter e!<Flarads r ?-ere. Z. Required Perfcrmar.ce Irfc-rmaticr: cla trip_ red L{rd: Vehicle miles *.rveIed redL-==_•d: Cast cervehicle miles ..•_•elect reduced: vest pervehicle. rip reduced: Iritial CLrrert. 3. Other perfarrarce irfcrraticr ycL.vcLld liketc share? Fleaseerter irfcrmaticr here. =. Frcvide the a&ieved meastrble berefit cr the I-3C, 1-5 cr I- C5 ccrridcrs. FI_a_a=_rter exclar_tic.r here. 5. Describe the effectiveresscf each cf the strategiesused it thisprcjet Fl ease e rter e pier atic r hers. 6, Describe the Lse cf ircertives and their effectiveressir ore trips ard ':'abide MilesTra•,elied. Fleaseerter e<:plaraticr here. GCB2886 Page 11 of 16 31 7. 7:le==rite ea d• of the Fartrer- it the Fr_je:t art :heir :rrtribLticr;. Flea=eertcr e plaraticr here. -did you learr frcrr this prcect? ::hat :;ocld you share .,itt ether :crrrrcritie=? Flese=_rer e.•::plaratior here. v...ecld you cb9rgethe tr3diticr3l CTF prograr based or :his prcje.^._ cL:cchre7 If so, hct, Flea_seerer e::claraticr here. W.'What Here -cur major lb.allerges7 Flease a_r`er e:.clar3ticr here. U. '.':hat -,cold have made the project rcre successful Fleaseerter eaplaraticr here. 12. Experdituresto. date, trdudirg partner match. Organization Total disbursed this agreement Purpose of disbursal Total Dist. rserrert: 5 PRO.ECT MANAGER Cfirt ttt-ECATDN (Cc. mpiet:On of this section certifies acarrate tothe tot ynurhnowledgej Project Manager: Tile: Name of Person Completing Form: Date: Conta ct Number: _mail :_. of the :cm pl rr, : repsr:.ait ar.,y supper i, .,a..mer`a to PT` r po. or . v_, sr.. _ Keith t r.or, GCB2886 Page 12 of 16 32 r. �.Washington Stole WAIF Departmont of Transport "bon Organization Flame: ,Agreement Plumber EXHIBIT 4 Final Progress Report PUBLIC TRANSPORTATION DIVISION Transportation Demand Management Pilot Program Final Progress Report Date: 1. Ary rcBhle charges sirce the legislative reFcrt7 Flee:e etter exclereii:cr here =. Required Ferfcrmance irfc.r^ atior: Vehicle trips redu cad: Vehicle miles tr!yEIEd reduced: Co- pervehicle mile=cr=_veled reduced: . er=. =hid trip reduce..: urrert 3. Descrite the effectivere_=ef cur perfcrrarte rreaa:rernert apprcech..': cold •,cL. ^rake ery charges it d•e future= Fla_se Ertel- e.cl=_reti cr here -.',.hat oil icu learn from this prcject :':hat :•: cdd ycu share v,¢h ether corm Lritiee? Flesee Erter pie retier here S. ctld you charge the tredaicrel OTF prcgram7 If sc, hs,v,7 FIEEsE erher e.<plereticr rare 3. ;':hat were ywr major d,allerges= Flease erterexpleraticr here .. v,culd have rrade the prcject'rcresucceeJ I7 FIEase ertere:,plareticr here GCB2886 Page 13 of 16 33 S. Fcr each cf 7e strategies it y cur prcje plar, de :rite year eF pected c Lt.. __. „tether •rCL met thcsecutccrres, 3rd why cr rc:. Performance Strategy Eupected Outcomes Measures Outcomes Met? Why or why not? Ifycur crgeri:eticr used ether fir-arci3l rescue:est a:lde=state sear tfurds tc implement the activities it year prc ect •.;cr, p ler fcr this 3greemer;, please provide the irfcrmaticr telcr,. Source of local funds Estimated funds spent this agreementjHov the funds were used Total Lc al Funds: 5 - I - - -• 1-0. If •ictr orgeri:3ticr aistLaed 3rr state pee ect furl tc der crg3ri.aticrs tc implement t e activities in your administrative ., ar:: plar fortis agreement, please list 7e tCt!i mcur: disbursed fcrthe tierrium telpv: Orgonbonito Total disbursedthis agreement Purpose of disbursal Tct31 Cistur emert: 5 - II PROJECT MANAGER CERTIFiC�4T ON (Co njietJan of this season certifies that the chose asmct+ohn is clueono'arurate to ile rant Of your Project Manager Title: Flame of Person Completing Farm: Date: Contact I.1 umber: Email =tcprcf the ccmpl etecfiraIpr gr= re po;t,.,ithany supporting do.cu _n_:tc RTDPoscr'o aro:c Co.ttsr, GCB2886 Page 14 of 16 34 AMYL Mir itparlii 1 Sar TtrIansportat- EXHIBIT 5 Invoice Voucher Template INVOICE VOUCHER Email a scan of the signed original ;:ith supporting docur ents if required to PTCInvoicesgwsdot.:;a.gov and Cc to the 355 igned Corm unity Liaison Subject: 0 0 M,NOWTY ELI NE SSEI ^IENCCR 5 CERT FAC.3TE l'i.".."" 73::"E, :E-..E. i': :3:E RE: "E"i•-• E,E, 3": :3." 3" E"DEE ' aE-ri:-.:, E": :-.s:E., :,'.7::;•.,-E-s: E"..: 3"ES"': :EE 1E5" 3C, K 2: , 3" : ..,. :,E:-,-, "EC" =E:E.-7..A_ : ',:, :', E..: : A_ SE: _r: --r ' : ,:--s2:--;:,s,E:•-s, EA.-. CS ::',1"5:% 7 71.5. :A -E INSTRUCTIONS TO VENDOR OR CLAIMANT: Show complete detail for each item below. DATE DESCRIPTION CURRENT EXPENDITURES Total Billed This Period $0.00 AGREEMENT PROGRAM DESCRIPTION BILLIN G PERIOD IIIVOIC E NU MB ER 1 2017-19 TOM Implementation 0 FOR *'SDCT C ACCOUNTING CLASSIFICATION .OE NUMEER iJORK cp SUE OB. ORG. t4UMEER NET ;.MOUNT VOUCHER* GCB2886 Page 15 of 16 35 EXHIBIT 6 WSDOT's Guidance for Transportation Demand Management Incentives WSDOT recognizes that government must always carefully steward public money and trust. This guidance establishes standards for contractor use of WSDOT administered funds to promote non - single occupancy vehicle modes of travel. Grantees/contractors that receive WSDOT administered funds are required to follow this guidance. 1. Any incentives or rewards purchased with WSDOT administered funds must be consistent with these standards. Incentive or reward expenses inconsistent with these standards will not be reimbursed. 2. TDM program funded incentives and rewards: • Must be earned before they are received, except for programs that provide financial subsidies for efficient trips (subsidized bus passes, carpool parking discounts, etc.) • Must directly relate to future non -single occupancy vehicle commute/trips and costs. For example, bus pass and vanpool discounts for future trips, money for employers that purchase efficient commute infrastructure like a new bicycle rack, carpool/vanpool parking signs, etc. • May not include incentives like VISA gift cards; general retail gift cards like Starbucks or Target or sweepstakes prizes like trips, fine dining or electronics. Cash incentives are never permissible. If your organization provides these types of rewards and incentives using non-WSDOT program funds or donations, you may propose the use of state -provided funds for project administration and marketing. If using donation or other -sourced funds for such incentives, the state should not be identified on promotional or outreach materials. 3. Communicate the personal and lasting benefits people receive when they choose alternatives to driving alone. In promotional materials, highlight the personal benefits that everyone receives. If you choose to emphasize incentives or prizes, that message should complement rather than substitute for messaging about the more important and universal benefits. Personal benefit examples include: you will improve your health, reduce your stress, save time, save money, help protect air and water quality, reduce greenhouse gas emissions, save enough money on parking to buy three lattes, receive a free or reduced -price transit pass, or park in vanpool space close to the front door. This incentive guidance is effective with the 2017-2019 contracts. WSDOT wants to hear from our grantees/contractors about past practices and incentive ideas that would effectively promote travel mode behavior change. The guidance could be updated based upon feedback. Effective date: July 2017. GCB2886 Page 16 of 16 36 Attachment C Washington State V. Department of Transportation May 1, 2018 Valerie Lonneman, TDM Coordinator City of Tukwila 6300 Southcenter Blvd, Suite 100 Tukwila, WA 98188 Subject: 2017-2019 Commute Trip Innovation Grant Dear Ms. Lonneman: Transportation Building 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 98504-7300 360-705-7000 TTY: 1-800-833-6388 www.wsdot.wa.gov WSDOT is pleased to announce a second 2017-2019 Commute Trip Innovation Grant award. Approved by the Legislature, this biennium's awards will support three innovative projects. The information below reflects the funding awarded for your project submitted in August 2017. PROJECT AWARDED 9/22/17 Sea-Tac Airport Transportation Demand Management Program (TDM) Phase 1 $107,000 NEW AWARD Sea-Tac Airport Transportation Demand Management Program (TDM) Phase 2 $43,000 Your primary contact and project manager for this award throughout the life of the grant is Monica Ghosh who can be reached at 360-810-0131 or Ghoshmo@wsdot.wa.gov. Monica will contact you soon to assist with development of your project's phase 2 scope, schedule and budget, and the next steps for amending your contract. Congratulations! If you need assistance, please contact Monica. We look forward to finalizing your grant agreement and funding your expanded project so that you can provide valuable services in your community. Sincerely, Don Chartock, Grants and Community Partnerships Manager Public Transportation Division cc: Keith Cotton, WSDOT Nicole Patrick, WSDOT Monica Ghosh, WSDOT Maggie Lubov, City of Tukwila Katie Wendel, City of Tukwila 37 38 City of Tukwila Allan Ekberg, Mayor Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director ;4,1,1, BY: Cyndy Knighton, Senior Program Manager and Scott Bates, Traffic Operations Coordinator CC: Mayor Ekberg DATE: October 5, 2018 SUBJECT: 2019 Annual Overlay and Repair Project Project No. 91910401 ISSUE Brief the Transportation Committee on the selection process used to develop the 2019 Annual Overlay and Repair project list. BACKGROUND Every year road segments are identified for possible inclusion in the City's annual Overlay Program. Tukwila uses a pavement management system (PMS) to rate the condition of the pavement which is the first step in identifying street segments for overlay. The PMS includes a visual and physical inspection of all paved roads in the City, which is conducted every few years to keep the pavement conditions current. The last inspection was done in 2014. A planning -level cost estimate is developed based on the condition of the pavement. Using the pavement scores created in the PMS, staff considers the pavement condition and preliminary cost to overlay, along with other factors such as frequency of ongoing maintenance needs to develop a "long list" of potential projects for the next overlay cycle. The selected consultant for the design work is then authorized to begin the design on the "long list," and develop more refined cost estimates. When the design work is at 50%, staff meets with the design team to select the final list of street segments that will be fully designed and constructed. At that point, selection of the final list is generally made based on funding availability for the highest priority segments. The locations not selected for final design are generally brought forward the following year for completion. DISCUSSION The "long list" for the 2019 Overlay and Repair Program was identified by staff and negotiations are underway with KPG for the design work. Staff will brief the Committee members on the process and discuss the selected locations for 2019. FINANCIAL IMPACT No financial impact is associated with this item, but the 2019 list will be tailored to the available budget. RECOMMENDATION Information only. Attachments: Map of Proposed 2019 Locations ("Long List") Overlay Program Street List (2017-2022) Map of 2017-2022 Overlay Needs Map of City-wide Pavement Condition Rating \\pwstore\pw common$\pw eng\projects\a- rw & rs projects\annual overlay & repair programs\2019 overlay & repair program \info memo - briefing to tic on selection process 10-8- 18.docx 39 iLB RAINIER GOLF & COUNTRY CLUB s 2 4 Mr NEPHITag eeei : i S 40 Tukwila Overlay Program Street List - (2017-2022) Commercial and Residential in order of priority starting with highest (most severe rating) Updated 8/3/16 Class Street Limits Notes PMS Pavement Condition Rating ROM Construction Cost (July 2018) Notes (July 2018) IM 1 West Marginal Place from 102nd to city limit. M&O List 35 $ 1,000,000.00 KC concern with proximity to 96" interceptor 2 West Marginal Way Cecile Moses Park to 102nd St. & the north City Limits line 46 $ - This segment is in good shape 3 Interurban Ave. South 42nd Ave. north the East Marginal Way 50 $ 616,000.00 4 Interurban Ave. South 42nd Ave. southerly to 1-5 off -ramp. 50 $ 504,000.00 5 Interurban from Macadam (42nd Ave) north to new asphalt. Approx. 200 Ft. M&O List 50 incl. above Included in segment above 6 Orilla Rd. North city limit to south city limit. M&O List 50 $ 1,216,000.00 7 East Marginal Way Norfolk North to new pavement (North 800 LF) - Committed to FHWA 63 $ 219,000.00 8 200th St. S. Orilla Rd. to S.C. Pkwy. M&O List 65 $ 455,000.00 9 Boeing Access Rd. East bound to 15 overpass, west bound from 15 to new. M&O List 65 $ - Need to review 10 Southcenter Parkway Minkler Boulevard to McDonald's south of Strander Priority #2 Major Segment 67 $ 759,000.00 11 Andover Park West Strander Boulevard to 5. 180th Street 74 $ 1,074,000.00 12 Minkler Blvd. APE to city shops. M&O List 74 $ 203,000.00 Overlaps Minkler below 13 Southcenter Boulevard McAdam to 66th Ave Bridge (T Line} Priority tt1 Major Segment 46 $ - Completed 14 Minkler Blvd. Andover Park East to Industry Drive 77 $ 132,000.00 15 Andover Park East 180th to Costco Dr 80 $ 195,000.00 Completed with sewer? 16 Interurban Ave. South 58th Avenue northerly to 1-5 along golf course 82 $ 875,000.00 17 Interurban Ave. South 58th Avenue South and southerly to the reconstructed portion 84 $ 146,000.00 18 Andover Park West 180th to Minkler 86 $ 506,000.00 19 5. 180th Street Southcenter Pkwy to Zepp Bridge over the Green R. Priority #3 Major Segment 96 $ 632,000.00 20 5. 180th Street West Valley Highway to the east City Limits 96 $ 207,000.00 Total Arterial Estimate $ 8,739,000.00 2019 Target Budget 21 R 45th Ave S. At 139th Leg Crave! Promised Citizcn Action 0 $ - Completed (West arca} S. 128th Street Military » 650 feet East. Priority / M&O List 22 R 0 $ 170,000.00 Remote from others, no concrete work 23 R S. 133rd Street 5. 134th PI. East Marginal Way 0 $ - Completed to 51st Ave. S. S. 137th Street to S. 138th Street behind Foster Upper Field 24 R 5 $ 94,000.00 Cleanup following 53rd project 25 58th Avenue South Interurban to S. 142nd Street 4 $ - Completed 26 5.128th St. East Marginal Way to M&O List 2.5 $ - Completed west new. S.130th St. '4th Ave 32nd Ave. M&O List 27 2-5 $ - Completed to 143rd Place lntcrurban Avc. to 28 48 $ - Completed cnd S. 128th Strcct East Marginal Way westerly to 37th Ave. 29 60 $ - Completed 30 S. 144th St. 42nd to 46th Ave S. east bound lane. M&O List 65 incl. below Good candidate in combo with project below 31 R S. 144th Street 42nd to Showalter (48th approx.) 65 $ 425,000.00 Significant tree issues with curb and sidewalk 32 R S. 137th Street West of Macadam Road to 43rd 69 $ 300,000.00 Some ramp work required 33 R 52nd Ave. S. West of Interurban up to 51st Street 70 $ 303,000.00 Cleanup following 53rd project 34 R 143rd Interurban Ave. to end 82 $ 248,000.00 Industrial dead end off IU 35 R 55th Avenue S. North of 144th Street to 140th 83 $ 338,000.00 Cleanup following 53rd project 36 R S. 126th Street East Marginal Way westerly to 37th Ave. 86 $ 138,000.00 Some ramp work required 37 R East Marginal Way Near Light Rail from Interurban to the bridge over 5R599 96 $ - Good condition Total Residential Estimate $ 2,016,000.00 2019 Target Budget iLB RAINIER GOLF & COUNTRY CLUB s 2 4 Mr NEPHITag eeei : i S 42 pavement condition rating pcr values pavement engineers 44 City of Tukwila Allan Ekberg, Mayor Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director ////- BY: Hari Ponnekanti, Deputy PW Director CC: Mayor Ekberg DATE: October 5, 2018 SUBJECT: Solid Waste Collection Waste Management Contract ISSUE The Waste Management (WM) contract with the City of Tukwila for providing solid waste and recycling services will expire on October 31, 2019. BACKGROUND The City of Tukwila's contract with WM will expire in October 31, 2019. The City has two extensions left on this contract, each for a maximum period of two years. The City has two options for extension of the solid waste contract: 1. Negotiate with WM and extend for up to two years on the current contract 2. Negotiate with WM and extend for up to four years on the current contract RECOMMENDATION Discussion only. W:IPW Eng10THERICyndy Knighton\TIC Agenda Items110-8-181Waste Mgmt\Info Memo Waste Management Contract 100518.docx 45 46 City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Peggy McCarthy, Finance Director BY: Vicky Carlsen, Deputy Finance Director CC: Mayor Ekberg DATE: October 5, 2018 SUBJECT: Department 20 (Transfers Out) and Debt Service 2019-2020 Proposed Budgets ISSUE As provided for in the budget process approved by the Finance Committee, Council Committees will be reviewing budget sections prior to review by the full Council. Department 20 (transfers out) and debt service fund sections of the budget are ready for review by the Transportation and Infrastructure Committee. BACKGROUND Department 20 accounts for transfers from the general fund into various other funds, including capital project funds and debt service funds. Debt service funds account for the payment of principal and interest on outstanding debt. DISCUSSION Department 20 Total proposed transfers out are summarized as follows: 2019 2020 Capital Projects Funds $1,519,600 $1,321,950 Debt Service 4,033,861 3,587,190 Golf Course 300,000 300,000 Contingency 58,568 210,000 Total $5,912,029 $5,419,140 Debt Service Debt service provides for the payment of principal and interest for existing debt as well as proposed debt. Proposed debt service for a $25 million issue in 2019 for the Public Safety Plan and the remaining voter approved bonds are included in the budget. Details on debt service is included in the budget document. RECOMMENDATION Staff recommends that the Transportation and Infrastructure Committee forward these sections of the budget on to the Committee of the Whole for review. If there are no recommended changes, Council consensus will be requested to move this departmental budget forward to the final budget package in November. ATTACHMENTS Draft Department 20 and Debt Service Funds 2019-2020 Proposed Budgets 47 DEPARTMENT: N/A FUND: Various Debt Service RESPONSIBLE MANAGER: Peggy McCarthy Description FUND NUMBER: 2XX POSITION: Finance Director The funds in this section record the payment of principal and interest for the City's outstanding limited tax general obligation bonds. 2017-2018 Accomplishments • Issued $8.2 million bonds for 42nd Street and 53rd Street Sidewalk projects. Strategic Goal 4. • Refunded line of credit of $2.25 million. New debt can be repaid without penalty prior to final maturity date. Strategic Goal 4. • Issued $20 million LTGO bonds for property purchases for the Public Works shops. Strategic Goal 4. 2019-2020 Outcome Goals • Issue $25 million bonds for the Public Safety Plan. Proceeds will be used to pay for construction of a Justice Center, rebuild two fire stations, and provide for tenant improvements for Public Works Shops. Strategic Goal 4. • Issue taxpayer approved bonds for public safety purposes. Bond sales are structured to align with project cost timelines. Strategic Goal 4. 48 DEBT SERVICE SUMMARY Existing Debt Limited Tax GO Refunding Bonds, 2008: Build a City Hall annex (6300 building) and pay for economic revitalization projects. SCORE Limited Tax, GO Bonds, 2009: Pay for portion of the construction costs of SCORE jail, a correctional facility, in partnership with six other cities. Limited Tax GO Bonds, 2010: Construction and realignment of Southcenter Parkway in the Tukwila South Annexation area and to purchase emergency preparedness capital and other equipment. Limited Tax GO Bonds, 2011: Arterial street program. Limited Tax GO Bonds, 2013: Proceeds loaned to Tukwila Metropolitan Park District (TMPD) to pay for improvements to Tukwila Pool. Debt is being paid back by the TMPD. Limited Tax GO Bonds, 2014: Property purchased in the City's Tukwila Redevelopment (Urban Renewal) area. Limited Tax GO Bonds, 2015: Funding for Interurban Avenue South and Boeing Access Road Bridge projects. Interurban Avenue South consisted of designing and constructing sidewalks, pavement restoration, as well as drainage and lighting work. Boeing Access Road Bridge project rehabilitated the existing bridge with a 340' long concrete or steel bridge structure. Limited Tax GO Bonds, 2017: Funding for 42nd Street and 53' Street Sidewalk projects. Limited Tax GO Refunding Bonds, 2017: Funds used to purchase property in the City's Urban Renewal area. Limited Tax GO Bonds, 2018: Funding to purchase land for the Public Works Shops facility. This debt is part of the Public Safety Plan. Planned Debt Public Works Shop facility: Design and construct a new Public Works shops facility. Bond for the current biennium is to purchase land and begin design. Estimated bond proceeds are $7.5 million for land and tenant improvements to existing structure. Public Safety Plan: Design and construct a Justice Center that would accommodate the Tukwila Police Department, Municipal Court and Emergency Operations Center. Additionally, the bonds would rebuild two fire stations and provide fire department equipment for 10 years. Estimated bond proceeds are $17.5 million LTGO and $40.7 million in UTGO proceeds. 49 LTGO Debt - Revenue and Expenditure Summary Limited General Obligation Debt Service Funds - Combined Actual Budget Percent Change 2016 2017 Projected 2018 2018 2019 2020 2018-19 2019-20 Revenue Build America Bonds Tax Credit $ 62,091 $ 57,504 $ 56,053 $ 56,053 $ 49,807 $ 43,113 -11.14% -13.44% Capital Contribution - SCORE - - - 428,288 427,869 426,658 -0.10% -0.28% Debt Proceeds - Refinance LOC - 2,276,000 - - - - 0.00% 0.00% Total Miscellaneous Revenue 62,091 2,333,504 56,053 484,341 477,676 469,771 -1.38% -1.65% Transfers In - General Fund 2,874,831 2,773,452 3,378,914 5,848,580 4,033,861 3,587,190 -31.03% -11.07% Transfers In - Utility Funds - - 119,513 246,000 467,725 533,350 90.13% 14.03% Total Revenue 2,936,922 5,106,956 3,554,480 6,578,921 4,979,262 4,590,311 -24.31% -7.81% Expenditures Principal/Early Retirement of Debt 1,932,782 4,241,428 2,606,222 4,755,397 2,578,697 1,844,647 -45.77% -28.47% Interest 812,539 872,288 948,257 1,823,524 2,400,566 2,745,246 31.64% 14.36% Total Debt Service Funds 2,745,321 5,113,716 3,554,479 6,578,921 4,979,263 4,589,893 -24.31% -7.82% Total Expenditures 2,745,321 5,113,716 3,554,479 6,578,921 4,979,263 4,589,893 -24.31% -7.82% Beginning Fund Balance 203,023 394,625 387,865 5,000 387,866 387,865 7657.32% 0.00% Change in Fund Balance 191,602 (6,760) 1 - (1) 418 0.00% 41900.00% Ending Fund Balance $ 394,625 $ 387,865 $ 387,866 $ 5,000 $ 387,865 $ 388,283 7657.30% 0.11% UTGO Debt - Revenue and Expenditure Summary Unlimimited General Obligation Debt Service Funds - Combined Actual Budget Percent Change 2016 2017 Projected 2018 2018 2019 2020 2018-19 2019-20 Revenue Property Taxes $ - $ 2,674,622 $ 2,750,879 $ 2,681,000 $ 2,841,675 $ 3,713,175 5.99% 30.67% Total Miscellaneous Revenue - 2,674,622 2,750,879 2,681,000 2,841,675 3,713,175 5.99% 30.67% Total Revenue - 2,674,622 2,750,879 2,681,000 2,841,675 3,713,175 5.99% 30.67% Expenditures Principal/Early Retirement of Debt - 1,115,000 1,240,000 681,000 1,370,000 1,310,000 101.17% -4.38% Interest - 1,496,709 1,533,675 2,000,000 1,471,675 2,403,175 -26.42% 63.30% Total Debt Service Funds - 2,611,709 2,773,675 2,681,000 2,841,675 3,713,175 5.99% 30.67% Total Expenditures - 2,611,709 2,773,675 2,681,000 2,841,675 3,713,175 5.99% 30.67% Beginning Fund Balance - - 62,913 - 40,117 40,117 0.00% 0.00% Change in Fund Balance - 62,913 (22,796) - - - 0.00% 0.00% Ending Fund Balance $ - $ 62,913 $ 40,117 $ - $ 40,117 $ 40,117 0.00% 0.00% 50 Local Improvement District & Guaranty Fund - Revenue and Expenditure Summary Local Improvement District #33 Debt Service Funds - Combined Actual Budget Percent Change 2016 2017 Projected 2018 2018 2019 2020 2018-19 2019-20 Revenue Miscellaneous $ 886 $ 1,511 $ - $ - $ - $ - 0.00% 0.00% LID Assessments 542,180 478,838 408,593 408,593 445,000 445,000 8.91% 0.00% LID Assessment Interest 267,932 240,790 286,748 271,440 243,937 223,913 -10.13% -8.21% Total LID Assessments Receipts 810,999 721,139 695,341 680,033 688,937 668,913 1.31% -2.91% LID Bond Proceeds - - - - - - 0.00% 0.00% Total Revenue 810,999 721,139 695,341 680,033 688,937 668,913 1.31% -2.91% Expenditures Principal 670,000 607,500 485,000 645,000 445,000 445,000 -31.01% 0.00% Interest 281,044 259,939 239,588 257,655 243,637 223,613 -5.44% -8.22% Total Debt Service Funds 951,044 867,439 724,588 902,655 688,637 668,613 -23.71% -2.91% Transfers Among Debt Service Funds - - - - - - 0.00% 0.00% Total Expenditures 951,044 867,439 724,588 902,655 688,637 668,613 -23.71% -2.91% Beginning Fund Balance 1,707,915 1,567,870 1,421,570 1,489,356 1,392,323 1,392,623 -6.52% 0.02% Change in Fund Balance (140,045) (146,300) (29,247) (222,622) 300 300 -100.13% 0.00% Ending Fund Balance $ 1,567,870 $ 1,421,570 $ 1,392,323 $ 1,266,734 $ 1,392,623 $ 1,392,923 9.94% 0.02% 51 This chart represents the general obligation debt service of the City. It includes debt being repaid with general fund revenue as well as debt that is being repaid from other sources. The City receives funds from the Tukwila Metropolitan Park District to repay the MPD capital loan, funds to repay the urban renewal LOC (line of credit) are proceeds from land sales. Since 2015, SCORE bonds have been paid directly by SCORE jail. $10,000 59,000 0 $8,000 $7,000 $6,000 $5,000 $4,000 $3,000 $2,000 $1,000 $0 • SCORE ■ 42nd & 53rd Sidewalk ■ PSP - PW Shops City of Tukwila General Obligation Bond Debt Service • SC Parkway Extension/HHD • Urban Renewal LOC Refunding • Interurban Ave 5/BAR Bridge PW Shops Debt: 1/2 paid by general fund, 1/2 paid by utility funds 10' '1 • Arterial Street, KC Bridge • MPD Capital Loan New - PSP PW Shops • City Hall Annex, Tukwila Village • Urban Renewal New - PSP Justice Center, Fire Stations 52 The chart below reflects the existing general obligation debt service of the City as well as planned debt. Debt service includes both principal and interest requirements. 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034 2035 2036 2037 2038 2039 Totals Schedule of Budgeted General Obligation Long -Term Debt Fund 212 LTGO Bonds, 2009 Fund 214 LTGO 2010 Fund 217 LTGO Refunding, 2011 Fund 211 LTGO Refunding, 2008 Fund 200 LTGO, 2017 Fund 200 LTGO, 2017 Refunded LOC Fund 218 LTGO, 2013 Fund 200 LTGO, 2014 Fund 208 LTGO, 2018 Fund 200 LTGO, 2015 New Debt - PSP PW Shops New Debt - PSP Fire Stations, Justice Center $6,898,800 $5,870,000 $4,620,000 $6,180,000 $8,180,000 $2,276,000 $1,000,000 $3,850,000 $18,365,000 $5,825,000 $7,500,000 $17,500,000 Original issue Original Issue Original Issue Original Issue Original Issue Original Issue Original issue Original Issue Original Issue Original Issue Planned Issue Planned Issue SCORE SC Parkway Arterial Street, City Hall 42nd & 53rd Urban MPD Capital Urban PSP - PW Interurban Aee New - PSP New - PSP Total Existing Extension/HH KC Bridge Annex, Sidewalk Renewal LOC Loan Renewal Shops S/BAR Bridge PW Shops Justice and Planned D Tukwila Refunding Center, Fire General Village Stations Obligation Debt $ 427,973 $ 567,307 $ 548,700 $ 810,900 $ 557,700 $ 59,176 $ 113,130 $ 260,455 $ 804,200 $ 392,325 $ 131,250 $ 306,250 $ 4,979,366 427,869 558,182 545,300 - 558,250 59,176 113,130 260,290 804,200 390,125 262,500 612,500 4,591, 522 426,239 552,520 546,300 - 553,500 63,728 113,130 260,074 804,200 387,775 262,500 612,500 4,582,465 427,532 543,175 551,500 - 553,600 2,344,280 113,115 260,589 1,534,200 390,275 592,823 1,383,255 8,694,344 427,379 533,018 545,900 - 558,400 - - 260,159 1,532,700 392,475 592,823 1,383,255 6,226,109 426,885 527,050 - - 557,750 - - 259,871 1,534,450 389,375 592,823 1,383,255 5,671,459 426,356 - - - 556,800 - - 260,783 1,534,200 391,125 592,823 1,383,255 5,145,342 426,130 - - - 555,550 - - 260,169 1,531,950 387,575 592,823 1,383,255 5,137,452 425,896 - - - 554,000 - - 260,412 1,532,700 391,050 592,823 1,383,255 5,140,135 425,636 - - - 557,150 - - 260,484 1,531,200 392,050 592,823 1,383,255 5,142,598 425,335 - - - 554,850 - - 260,385 1,532,450 387,750 592,823 1,383,255 5,136,847 424,791 - - - 557,250 - - 260,115 1,536,200 388,300 592,823 1,383,255 5,142,733 424,762 - - - 554,200 - - 260,674 1,533,000 388,550 592,823 1,383,255 5,137,264 424,201 - - - 555,850 - - 260,033 1,533,200 388,500 592,823 1,383,255 5,137,862 423,889 - - - 557,050 - - 260,222 1,531,600 388,150 592,823 1,383,255 5,136,989 423,792 - - - 557,800 - - 260,211 1,533,200 392,500 592,823 1,383,255 5,143,581 423,485 - - - 551,875 - - - 1,532,800 391,400 592,823 1,383,255 4,875,638 422,950 - - - 555,625 - - - 1,535,400 - 592,823 1,383,255 4,490,053 422,561 - - - 553,725 - - - 1,535,800 - 592,823 1,383,255 4,488,164 422,284 - - - - - - - 1,534,000 - 592,823 1,383,255 3,932,362 422,085 - - - - - - - - - - - 422,085 $ 8,928,030 $ 3,281,251 $ 2,737,700 $ 810,900 $ 10,560,925 $ 2,526,360 $ 452,505 $ 4,164,922 $ 28,481,650 $ 6,629,300 $ 10,734,241 $ 25,046,585 $104,354,370 53 Expenditure Detail - Other Debt Service Account Number Actual 2016 2017 Projected 2018 2018 Budget 2019 2020 200.00.591.580.71.14 2014 GO Bond Principal $ 149,000 $ 150,000 $ 153,000 $ 153,000 $ 156,000 $ 160,000 200.00.591.581.71.14 LOC Principal - 2,250,000 - 2,250,000 - - 200.00.591.950.71.15 2015 LTGO Bond Principal 220,000 225,000 230,000 230,000 240,000 245,000 200.00.592.181.83.14 LOC Interest/Commitment Fee 33,473 33,184 (0) 40,000 - - 200.00.592.181.83.17 2017 LTGO Bond Interest - - 61,970 - 59,176 59,176 200.00.592.580.83.14 2014 LTGO Bond Interest 111,918 120,523 107,775 107,775 104,455 100,290 200.00.592.580.84.17 2017 LTGO Bond Interest - 25,067 - - - - 200.00.592.950.83.15 2015 LTGO Bond Interest 172,575 165,975 159,225 159,225 152,325 145,125 208.00.591.280.71.00 2017 LTGO Bond Principal (PW Shops) - - 239,026 92,000 - - 208.00.592.280.83.00 2017 LTGO Bond Interest (PW Shops) - - - 400,000 804,200 804,200 209.00.591.950.71.00 2017 LTGO Bond Principal (42nd/53rd) - - 305,000 172,000 242,700 233,250 209.00.592.950.83.00 2017 LTGO Bond Interest (42nd/53rd) - 87,448 251,850 500,000 315,000 325,000 211.00.591.180.71.00 2008 LTGO Refunding Bond Principal 524,000 544,000 576,000 576,000 612,000 - 211.00.591.950.71.00 2008 LTGO Refunding Bond Principal 131,000 136,000 144,000 144,000 153,000 - 211.00.592.180.83.00 2008 LTGO Refunding Bond Interest 124,880 103,920 71,280 71,280 36,720 - 211.00.592.950.83.00 2008 LTGO Refunding Bond Interest 31,220 25,980 17,820 17,820 9,180 - 212.00.591.950.71.00 2009 LTGO SCORE Bond Principal - - - 179,200 190,800 197,200 212.00.592.950.83.00 2009 LTGO SCORE Bond Interest - - - 249,088 237,069 229,039 213.00.591.210.71.00 2017 UTGO Principal - 669,000 744,000 408,600 822,000 686,000 213.00.591.220.71.00 2017 UTGO Principal - 446,000 496,000 272,400 548,000 624,000 213.00.592.210.83.00 2017 UTGO Interest - 898,025 920,205 1,200,000 883,005 1,341,905 213.00.592.220.83.00 2017 UTGO Interest - 598,683 613,470 800,000 588,670 1,061,270 214.00.591.180.71.00 General Obligation Bonds 105,268 107,933 110,597 110,598 113,263 115,928 214.00.591.950.71.00 2010A LTGO SCORE Bond Principal 289,733 297,068 304,402 304,403 311,738 319,073 214.00.592.180.83.00 Interest on Long -Term External Debt 50,755 46,955 42,681 42,681 37,925 32,828 214.00.592.950.83.00 2010A LTGO Bond Interest 139,695 129,235 117,471 117,471 104,382 90,354 217.00.591.950.71.00 General Obligation Bonds 420,000 435,000 445,000 445,000 460,000 475,000 217.00.592.950.83.00 Interest on Long -Term External Debt 128,675 117,300 104,250 104,250 88,700 70,300 218.00.591.760.71.00 General Obligation Bonds 93,782 96,428 99,196 99,196 99,196 99,196 218.00.592.760.83.00 Interest on Long -Term External Debt 19,348 16,702 13,936 13,934 13,934 13,934 219.00.592.950.83.00 2017 LTGO Bond Interest - - - - 437,500 875,000 Subtotal General Obligation Debt Senrice 2,745,321 7,725,425 6,328,154 9,259,921 7,820,938 8,303,068 233.00.592.950.83.00 Interest on Long -Term External Debt 281,044 259,939 239,588 257,655 243,637 223,613 233.00.591.950.71.00 LID #33 Bond Principal 670,000 607,500 485,000 645,000 445,000 445,000 Total Other 3,696,364 8,592,863 7,052,741 10,162, 576 8,509,575 8,971,681 54 2000 2001 2002 2003 2004 2005 2006 2007 2008 2009 2010 2011 2012 2013 2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 2024 2025 2028 2027 2028 2029 2030 2031 2032 2033 2034 2035 2036 2037 2038 2039 Totals SCHEDULE OF PRIOR, EXISTING, AND FUTURE ANTICIPATED LONG-TERM DEBT SERVICE Section 1 Section 2 Section 3 Existing General Oblig tion Debt Future Anticipated General Obligation Debt Column 1 Column 2 Column 3 Column 4 Column 5 Column 6 Column 7 Column 8 Column 9 Column 10 Column 11 Column 12 Column 13 Column 14 Column 15 Column 15 Column 15 Column 15 Column 18 Column 17 Column 18 Column 19 Column 20 Fund 205 Fund 210 Fund 211 Fund 216 Fund 217 Fund 200 Total Existing Fund 201 Special Fund 207 Fund 208 Fund209 LTGO LTGO Fund 212 Fund 214 LTGO LTGO LTGO Fund 218 Fund 200 Fund 200 Fund 200 Fund 200 LTGO, 2017 Fund 208 Total Existing New Debt- New Debt- PSP Total and Future LTGO Bonds Assessment LTGO Bonds, 1999 LTGO Bonds, 2000 LTGO Bonds. 2003 Refunding, Refunding, LTGO Bonds, 2009 2010 Refunding, Refunding, LTGO, 2013 LTGO, 2014 LTGO, 2014 LOC LTGO, 2015 LTGO, 2017 Refunded LTGO, 2018 GO Debt PSP PW Shops Fire Stations, Justice Center Anticipated Future Debt General Bonds p003 2008 2010 2011 LOC Obligation Debt 1999 2000 2003 2003R 2008R 2009 2010 20106 2011R 2013 2014 2014A 2015 2017 2017 2018 $6,000,000 $382,900 $10,000,000 $2,551,600 $6,277,500 $4,195,000 $6,180,000 $6,898,800 $5,8]0,000 $1,065,000 54.620,000 $1,000,000 $3,850,000 $2,250,000 $5.825,000 $8,180,000 $2,276,000 $18,365,000 $7,500,000 $17,500,000 Original Issue Original Issue Original Issue Original Issue Original Issue Original Issue Original Issue Original issue Original Issue gjginal Issue Original Issue Original issue Original Issue Line of Credit Original Issue Original Issue Original Issue Original Issue Planned Issue Planned Issue City Hall Interurban Urban Streets / South Park TCC, Fire Pnne% SC Parkway Arterial Urban Urban Avenue 42nd and Renewal - PSP- PW Subtotal = $492,000 per Subtotal= Total = Facilities Facilities Facilities Br, Prt. St., Golf Course Station#53 Tukwila Village SCORE ExtensionMHD ValleyCom Street, KC Bridge MPG Loan Renewal Renewal South &BAR Bridge 53rtl Sidewalks Refunded LOC Shops Columns 1-15 year for 20 years Columns 17- 18 Columns 16 and 19 512.385 26,875 834,343 - - - - - - - - - - - - - - - 1,373,603 - - - 1,373,603 516,100 - 833.623 245,882 - - - - - - - - - - - - - - 1,595,604 - - - 1,595,604 513,973 - 834,223 250,595 - - - - - - - - - - - - - - 1,598,790 - - - 1,598,790 516,173 - 834,148 250,963 49,871 - - - - - - - - - - - - - 1,651,155 - - - 1,651,155 - - 832,873 250,067 272,026 489,676 - - - - - - - - - - - - 1,844,642 - - - 1,844,642 - - 830,535 250,812 272,026 489,900 - - - - - - - - - - - - 1,843,273 - - - 1,843,273 - - 832,105 250,877 272,026 486,900 - - - - - - - - - - - - 1,841,908 - - - 1,841,908 - - 832,305 250,839 272,026 488,500 - - - - - - - - - - - - 1,843,670 - - - 1,843,670 - - 831.305 250,479 272,026 489,500 - - - - - - - - - - - - 1,843,310 - - - 1,843,310 - - 488,948 190,104 533,323 489,900 324.800 - - - - - - - - - - - 2,027,075 - - - 2,027,075 - - - 193,200 585,949 489,700 816.000 - 199.222 230,186 - - - - - - - - 2,514,257 - - - 2,514,257 - - - - 584,881 468,900 815.400 - 586.225 171,790 - - - - - - - - 2,647,196 - - - 2,647,196 - - - - 718,375 467,500 809.000 91,791 584,425 232,910 166,964 - - - - - - - 3,090,965 - - - 3,090,965 - - - - 3,379,788 490,500 737.000 430,157 584,075 204,880 167,975 113.130 - - - - - - 6,107,504 - - - 6,107,5 - - - - - 486,250 812.000 429,815 583,425 229,280 547,675 113.130 - - - - - - 3,203,574 - - - 3,203,57 - - - - - - 811,300 432,885 585,650 228.800 545,825 113,130 249,404 18,118 102,107 - - - 3,087,218 - - - 3,087,21 - - - - - - 811,100 427,960 585,450 - 548,675 113,130 260.918 22,000 392.575 - - - 3,161,808 - - 3,161,80 - - - - - - 809,900 427,461 581,190 - 552,300 113,130 260,175 40,000 390,975 87,448 - - 5,495,579 - - - 5,495,57 - - - - - - 809,100 428,288 575,152 - 549,250 113,130 260,775 2,290,000 389,225 556,850 61,970 239,026 3,982,767 - - - 3,982,76 - - - - - - 810,900 427,973 567,307 - 548,700 113,130 260,455 - 392,325 557,700 59,176 804,200 4,541,866 131,250 306,250 437,500 4,979,36 - - - - - - - 427,869 558,182 - 545,300 113,130 260,290 - 390,125 558,250 59,176 804,200 3,716,522 262,500 612,500 875,000 4,591,52 - - - - - - - 426,239 552,520 - 546,300 113,130 260,074 - 387,775 553,500 63,728 804,200 3,707,465 262,500 612,500 875,000 4,582,46 - - - - - - - 427,532 543,175 - 551,500 113,115 260,589 - 390,275 553,600 2,344,280 1,534,200 6,718,266 592,823 1,383,255 1,976,078 8,694,3 - - - - - - - 427,379 533,018 - 545,900 - 260,159 - 392,475 558,400 - 1,532,700 4,250,031 592,823 1,383,255 1,976,078 6,226,10 - - - - - - - 426,885 527,050 - - - 259,871 - 389,375 557,750 - 1,534,450 3,695,381 592,823 1,383,255 1,976,078 5,671,459 - - - - - - - 426,356 - - - - 260,783 - 391,125 556,800 - 1,534,200 3,169,264 592,823 1,383,255 1,976,078 5,145,342 - - - - - - - 426,130 - - - - 260,169 - 387,575 555,550 - 1,531,950 3,161,374 592,823 1,383,255 1,976,078 5,137,452 - - - - - - - 425,896 - - - - 260,412 - 391,050 554,000 - 1,532,700 3,164,057 592,823 1,383,255 1,976,078 5,140,135 - - - - - - - 425,636 - - - - 260,484 - 392,050 557,150 - 1,531,200 3,166,520 592,823 1,383,255 1,976,078 5,142,598 - - - - - - - 425,335 - - - - 260,385 - 387,750 554,850 - 1,532,450 3,160,769 592,823 1,383,255 1,976,078 5,136,847 - - - - - - - 424,791 - - - - 260,115 - 388,300 557,250 - 1,536,200 3,166,655 592,823 1,383,255 1,976,078 5,142,733 - - - - - - - 424,762 - - - - 260,674 - 388,550 554,200 - 1,533,000 3,161,186 592,823 1,383,255 1,976,078 5,137,264 - - - - - - - 424,201 - - - - 260,033 - 388,500 555,850 - 1,533,200 3,161,784 592,823 1,383,255 1,976,078 5,137,862 - - - - - - - 423,889 - - - - 260,222 - 388,150 557,050 - 1,531,600 3,160,911 592,823 1,383,255 1,976,078 5,136,989 - - - - - - - 423,792 - - - - 260,211 - 392,500 557,800 - 1,533,200 3,167,503 592,823 1,383,255 1,976,078 5,143,581 - - - - - - - 423,485 - - - - - - 391,400 551,875 - 1,532,800 2,899,560 592,823 1,383,255 1,976,078 4,875,638 - - - - - - - 422,950 - - - - - - - 555,625 - 1,535,400 2,513,975 592,823 1,383,255 1,976,078 4,490,053 - - - - - - - 422,561 - - - - - - - 553,725 - 1,535,800 2,512,086 592,823 1,383,255 1,976,078 4,488,16 - - - - - - - 422,284 - - - - - - - - - 1,534,000 1,956,284 592,823 1,383,255 1,976,078 3,932.36 - - - - - - - 422,085 - - - - - - - - - - 422,085 - - - 422.08 $ - $ - $ - $ - $ - $ - $ 810,900 $ 8,928,030 $ 3,281,251 $ - $2,737,700 $ 452,505 $ 4,164,922 $ - $ 6,629,300 $10,560,925 $ 2,526,360 $28,481,650 $68,573,544 $10,734,241 $ 25,046,585 $35,780,826 $ 104,354,370 2000 2001 2002 2003 2004 2005 2006 2007 2008 2009 2010 2011 2012 2013 2014 2015 2018 2017 2018 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034 2035 2036 2037 2038 2039