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