Loading...
HomeMy WebLinkAboutTrans 2007-05-29 COMPLETE AGENDA PACKET City of Tukwila Transportation Committee Pam Carter, Chair Toe Duffie Pam Linder AGENDA Tuesday, May 29, 2007 Time: 5:00 p.m. Place: Conference Room No. 1 NO. ITEM NO. ACTION TO BE TAKEN I. Current Agenda Review I. H. Presentation(s) H. III. Business Agenda III. A. Six -Year Transportation Improvement A. Move to Committee of the Whole for Program (2008 2013) Page 1 discussion and to set a public hearing. B. 2006 Overlay and Repair Program B. Move to Regular Council consent agenda Project Completion and Acceptance with recommendation to accept project and Page 9 release retainage. C. Tukwila International Boulevard Phase 1 C. Move to Committee of the Whole for Final Cleanup Bid Rejection Page 13 discussion then to Regular Council for approval. D. Concurrency Modeling Page 17 D. Move to Committee of the Whole for discussion then to Regular Council for approval. E. Tukwila Transit Center Grant Application E. Information. Page 27 IV. Old Business Next Meeting: Monday, June 11, 2007 Future Agendas: 1. The City of Tukwila strives to accommodate people with disabilities. Please contact the Public Works Department at 206 433 -0179 for assistance. INFORMATION MEMO To: Mayor Mullet From: P ublic Works Directo Date: May 23, 2007 Subject: Six -Year Transportation Improvement Program (2008 2013) ISSUE Attachment III.A. Annual update of the Six -Year Transportation Improvement Program for the years 2008 2013. BACKGROUND The Transportation Improvement Program (TIP) is updated annually as required by RCW. The TIP is adopted by resolution after a public hearing at the local agency level and incorporated into the regional and state TIP's. The TIP is primarily a financial planning document for projects competing for grants. Any project submitted for federal grant funding must be included in the local, regional and state adopted TIP's. The TIP is a rolling plan showing various funding sources: grants, developer, and local funds. Projects "roll" as funds or stages (design report, final design, construction) occur. Tukwila's TIP and CIP list many of the same transportation related projects. The TIP lists only those transportation- related projects planned within the next six years that are deemed regionally significant. The City's CIP lists transportation projects planned in the next six years and beyond, as well as water, sewer, surface water, and capital facilities. The TIP is required to be adopted by July 1 on an annual basis, while the CIP is prepared during summer /fall in conjunction with the City's budget preparation. Differences between the two may be due to priority changes, funding availability changes, or other factors that normally occur during the time between adoption of each document. ACTION TAKEN The attached spreadsheet is the "Draft" 2008 2013 TIP and was created by modifying the 2007 2012 TIP to add projects, remove projects, adjust project costs, and reprioritize the list of projects. Added: Project 31 Macadam Rd S 144 St Left Turn Pocket RECOMMENDATION Forward the resolution to the next Committee of the Whole meeting to hold a Public Hearing and adopt the updated annual Six -Year Transportation Improvement Program of 2008 2013. RT:ad attachments: Resolution Draft TIP Summary Spreadsheet Current Adopted Six-Year TIP (P:Projxn\TLPi05 -10 TTPltip2008 memo) z A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, ADOPTING A SIX -YEAR TRANSPORTATION IMPROVEMENT PROGRAM, AND DIRECTING THE SAME TO BE FILED WITH THE STATE SECRETARY OF TRANSPORTATION AND THE TRANSPORTATION IMPROVEMENT BOARD. WHEREAS, pursuant to the requirements of RCW Chapters 35.77 and 47.26 as amended, the City Council of the City of Tukwila has previously adopted a Transportation Improvement Program and thereafter periodically modified said Transportation Improvement Program by resolution; and WHEREAS, the City Council has reviewed the work accomplished under said program, determined current and future City street and arterial needs, and based upon these findings has prepared a Six -Year Transportation Improvement Program for the ensuing six (6) calendar years (2008- 2013); and WHEREAS, a public hearing was held on the said Six -Year Transportation Improvement Program on June 11, 2007; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: Section 1. Filing of Program. The City Clerk is hereby authorized and directed to file a copy of this resolution, together with the exhibit attached hereto, with the Secretary of Transportation and the Transportation Improvement Board of the State of Washington. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of 2007. ATTEST/AUTHENTICATED: Jane E. Cantu, CMC, City Clerk APPROVED AS TO FORM BY: Office of the City Attorney (P:PR0JEcTs \TIP\05 -10 TIFTIP RESOD rroN2008- 2013.Doc) Verna Griffin, Council President Filed with the City Clerk: Passed by the City Council: Resolution Number: (A) TOTAL 36,879 38,196 7,145 4,901 4,220 59,885 151,226 27,873 14,200 37,072 16,688 55,393 DRAFT 2008 2013 TIP SUMMARY Project Costs in Thou of Dcllars 5/23/07 2007-2012 2008-2013 2007 CIP FU t DING SOUP CES TIP TIP PROJECT TITLE Page No, 2008 2009 2010 2011 2012 2013 TOTAL Federal State TIB Developer Unsecured City 1 1 Neighborhood Traffic Calming Program 2 10 10 10 10 10 10 60 60 2 2 Greenbelt Trails 14 30 30 30 3 3 Annual Bridge Inspections and Repairs 31 100 100 120 120 180 180 800 800 4 4 Boeing Access Rd Bridge Replacement 32 50 14,375 14,425 7,444 6,981 5 5 Southcenter Parkway Extension 35 10,175 20,827 5,000 10,3071 6,219 6 6 Tukwila Urban Center Access (Klickitat) 36 16,604 16,604 3,436 5,000 7,865 303 7 7 Tukwila Intl Blvd (Phase II) 38 4,645 4,668 9,313 3,691 4,200 1,422 8 8 Tukwila Intl Blvd (Phase 111) 39 3,245 3,656 6,901 3,426 2,851 624 9 9 S 144 St (Phase 11) 41 235 1,138 1,373 753 620 10 10 Overlay Repair Program 42 1,250 1,250 1,250 1,250 1,250 1,250 7,500 7,500 11 11 Traffic Signal Interconnect Program 44 3,000 3,000 1200 1,800 12 12 Interurban Ave S 46 7,625 7,625 5,000 2,625 13 13 Tukwila Urban Center Transit Center 48 600 3,320 3,920 200 2,650 1,070 14 14 Andover Park West 49 1,461 1,461 345 1,116 15 15 S 144th St Bridge Sidwalks 68 25 25 25 16 16 Southcenter Blvd. 47 600 7,000 7,600 7 ,600 0 17 17 Andover Pk E Minkler Blvd 53 65 405 470 470 18 18 East Marginal Way (BAR to S 112 St) 51 35 625 660 570 90 19 19 W Valley Hwy S 156 St 54 41 725 766 300 3 166 20 20 S 133 St SR 599 Ramps Intersection 50 50 450 500 315 185 21 21 Minkler Blvd. 56 425 425 425 0 22 22 Andover Park E Industry Dr. Signal 55 41 316 357 169 188 23 23 S 180 St Andover Park W Intersection 65 210 210 30 100 80 24 24 S 168 St (S \C Parkway to Andover Pk E) 61 13 13,750 5,300 8,450 25 25 SC Blvd Widening (1-5 61st Ave S Bridge) 59 11,200 11,200 11,200 26 26 Tukwila Intl Blvd. S 116 St 60 4,675 4,675 1,350 1,900 1,425 27 27 Tukwila Intl Blvd. (Phase IV) 57 220 2,780 3,000 2,400 600 28 28 West Valley Hwy 62 630 630 530 100 29 29 Nelsen PI 64 200 200 200 30 30 Center -1 58 200 2,100 2,300 200 1,500 600 31 Macadam Rd S 144th St Left Turn Pocket 52 152 292 444 444 2007-2012 'IP PROJECTS REVISED: 31 Added Macadam Rd S 144th St Left Turn Pocket 2008 2013 DRAFT Transportation Improvement Program (TIP) wtrgton State Department of Transportation Agency: Tukwila Co. No.: 17 City No.: 1320 o 0_z ILL 1 2 19 1 00 2 14 3 16 5 Co. Name: MPOIRTPO: Greenbelt Trails Report Date: July 25, 2001 King Co. PSRC Project Identification A. Federal Aid No. B. Bridge No. C. Project Title D. Street/Road Name or Number ding MP or road E. Beginning MP or road F. Describe Work to be Done 3 Neighborhood Traffic Calming Program Various City Streets from: to: Program to address neighborhood tragic concerns using abiping, signage, roadway Improvements, traffic calming, and education to reduce speeding from: to: Provide safe connections to public traits to promote pedestrian and bicycle modes of transportation in lieu of motorized vehicles. Bridge Program Various City Streets from: to: Perform load ratings and bMannual Inspections as well as construct necessary repairs and maintenance. 14 4 Replacement Boeing Access Rd Bridge P Boeing Access Road from: Airpod Way to: 1 -5 Reconstruct bridge. Southcenter Parkway Extension Southcenter Parkway to: 5 200 St from: S 180 St Including curb Construct widening to 4 lanes with center turn pockets gutter, sidewalks, drainage, landscaping, and utility undergrounding. 16 6 KlickHat SC Pkwy 11-5 Access Revision from: 1 -5 Off Ramp to: S 168 St Design and construct safety and capacity improvements. r E 4 5 12 S 32 P 11 S 01 m a. o- Phase i Start (mm/ddyyyY) 6 7 8 9 ALL 11112007 Totals PE 111/2012 Totals ALL 1 1/1/2007 1 Totals 09 p 1 600 T ALLI 1/1/2007 P 0 1.4 W T S P G 05 P 1500 W 08 P G Totals Project Costs in Thousands of Dollars Fund Source Infonnafon Federal Funding Federal Federal State Fund Cost by Code Phase Code 10 1 11 12 1 13 BR I I Totals CN 1 1112007 1 Discretionary I Page 1 Six Year Transportation Improvement P 12 From 2007 to Hearing Date: 6/12/2006 Adoption Date: 6/19/2006 Amend Date: Resolution No.: 1606 Federally Funded Projects Only State Funds I Local Funds Total Funds Expenditure Schedule (Local Agency) 1 st 2nd 3rd 2150 2150 350 350 350 2150 2150 350 1 1 301 301 30 30 8601 86o1 300{ 1001 1001 I 1 1 144251 14425 501 1 14425 14425 50 Totals 35681 TPPI 110001 111291 256971 182151 74821 CN I 1/12007 I Discretionary I 3568 11000 11129 25697 18215 7482 1 1 1 124501 124501 124501 12450 12450 12450 4th Thru 6th Envir. Type 20 14 15 16 17 18 19 1100 CE RAN Required Date (MMA11 21 No 350 350 1100 1 1 30 CE No 0 360 CE 860 860 300 100 100 360 I 14375 CE 14375 1 CE CE No No Yes 1/1/06 Yes 1/1/09 Supersedes previous editions Six Year r From a te; 611912006 Adoptio 611212 Resolution So:. 1606 Rearing Date: F unded' r r Federally OnIY „twn Amend Patel P Department o{ Transportation Schedule State Depa Expenditure Sch ton Dollars Agency) Washington Local A9 Required Wa to (housanda l r T p fpiaGt Costs F ice Intormailo h E YPe (WPM I,gency: Tukwila Na me: Ktn�' 1 1_ 1 �ota 1st 2nd 3rd 6ih_ 21 Co. No: MppiRTpo; ?SRC 1 1 1 d Federal F' Slate gtate to Fund 1 18 Z MOW: 132 m 4 F ed erat Federat Fund 'Funds 16 Cos by Funds 16 G Identificat B. Bridge N a phase Fund Code 14 1 N 4 0 Construct profectldentit g Starl Co de Phase 13 4645\ 4418 1 Ald No. N m 12 9063 A, Fedora p E I 8 mmld 10 42001 11771 C Prajo Uft ftl� N Number or road 3686\ ?PP RM gg o D. 5tree og ame�ad Endin9 5 6 T 7 STPN) E� a E. Beginning MP a Done 4--). 1 1 1 GN U1120 t. u' 4 F• Describe Work to b 3 03 5000 O 46a5 36561 GE No .---1-_—_ l P 4200 15751 6�1� 32A5I I 1 2 S 3 6 66 3426\ OVER 14 7 'Tukwila foil &Wd {Phase 2) T 5 PN) to:s,1umS T. T 11112 1 JukwNa Intl BWd drainage. 3656 S 116 St sidewalks, 1 132 St gO 2100 C 32A5 CE No curb gutter, tram overlay. ug °r9revndmg 'v 03 S S 2900 575 6 21 21 51 I I landacAP1t0' and 3426 1 1 U I 2 20 20\ 11381 Phase 3) P 1 1 3851 1138. 14 8 }a Intl Blvd l d Tota AIPI 7531 1?ukwila Intl BWd 10:5138 St PE 11112 k�dudm4Px '69 d s 03 1000 W RW 11 7 235 1138 3750 GE No from 513251 03 P Chi 11112 1373 1250\ 1250\ Reconstruct ion, drainage, and Witty Vnder V Totals ounding 620 12501 753 7500 rnhe1 drainago• P I 750 G 1 17 9 5144 St tphaso 2) Totals }la tot I Blvd t ALL 1,112007 51a4 2 St to.. g sidewalks. drainage. G 1250 3750 1250 1250 2400 GE NO from: 42 Ave paving, curb n9. gutter, 07 S 1 7 7500 23721 cream and I IN unda9 Q g77G r Rumination P I 35661 r S 120 1 16 1U Overlay and Repair Pro9r T Tot3 CMP Streets to: anann CN U1120 C0 Various City laY City streets as needed in W GE I trout: Repair, rehabilitate, and ove 12 S 1 4772 2372 24 I" 6192\ No Program P 1206 1 1 6 921 6192 1 P rogram O 1 16 11 Signal Intarr on^e t Traffic si9 Totals a1s 1,1120 1 Various Ct i n Streets ect between tragic signal an 1N 1 6192 interconnect ssyste be 4500 from: install bard 03 T 6192 6192 the Traffic Pemd�sCenter. S P 1 4 12 INtban Ave S nt G Totals l Interurban Ave S to: Fort oedramaga• I gur rdnadon, i t S 143 St vitro, c urb gutter, r from ybe etind�I n g Pa gand'an�' t Supersedes P revious editions page 2 yjlastfn8t°n State DePartrnent of Transportation Iwo Tukwila Agency: Co. No.: 17 Co. Name: King Co. MPOIRTPD: PSRC City No.: 1320 Prolect Identification B. Bridge No A. Federal Aid No. Title Prolect o E D. Stre tlRoad Name or Number ding MP or road 0 a y E Beginning MP or road F. Describe Work to be one 3 1 16 13 Tukwila Urban Center Transit Center Centred Business District to tram: transit center. Design and construct a 16 14 A Park West Andover Park Wei to Strander Blvd from: Tukwila Parkway Complete widening for center lantern lane. 17 15 S 144 St Bridge Sidewalks S 144 St lo; 53 Ave S 53 Ave from; 51 Ave 5 over t -5 b Si Ave S and widen existing sldewellrs on bridge S. 16 16 Southcenter Blvd. Southcenter Blvd. to: I -5 tram: International Blvd, rial with medians, tom lanes, curb Improve roadway to a aton, and *renege. a gutter, sidewalks, Itlurrn 16 17 Andover Park E 1 Minkter Blvd. to: 500 Ft. each leg nta and from: 500 Ft. each me and va gi signal lm,.-^ Design end construct Intersection ,Mdentng for lofttum lanes. 46 18 05 P •••,.qc 2001 East Marginal Way East Marginal Way to: S 112 St Boeing Access Rd. Potter, sidewalks, Deli tram: nlng to Vanes Including cu dr Design an landscapi 8 and utility undergrounding. drainage 05 P 025 03 S 12 S 1 000 03 1500 Tota1S PE 111120 1 CH 111120 I Totals PE 1 1/1120 1 2000 C G P S W C G P s T W Totals PE 1/112007 1.1 C CN 1111208 1 O 1 Totals ALL 1/11207 P S T W Six Year Transportation t1iilt.s""' to 2012 From 20Q7 Adoption Date: 611912006 Hearing Date: 611212006 Resolution No.: 1606 Amend Date: Federally Funded Projects Only Expenditure Schedule (Local Agency) R1W Required mir. Data 3rd Type Date 1 State Fun ds E Funds 1s1 2nd Funds Funds 20 21 Funds 18 16 17 14 15 13 z10 2850 2850 2640 2850 2640 210 l 1 I 2650 1001 7001 1001 1 I Prolect Costs in Thousands of Dollars Fund Source Information Federal Funding State Federal S S tine Cost by Phase Code 11 12 m g F Phase F ederal Fund A tmm sdd Code 0 T 6 9 10 11112007 CMAO 1 TotalS PE 1/1120 CH I 111/2012 Totals Page 3 1 I I 800 B00 100 251 251 251 25 25 25 1 70001 7000 6001 1 70001 760 7609 600 7000 201 2001 2001 200 200 20 351 35 19201 1920 1 1955 1955 4th Thru 6th 19 700 CE 35 700 CE CE 1920 No No No CE No CE No CE No 1920 SuperSedes previous editions T Washington State Department of Transportation Hearing Date: 6/1212006 Adoption Date: 6/1912006 Agency: Tukwila Resolution No.: 1606 C Name: King Co. Amend Date: Co. No.: 17 Federally Funded City No.: 1320 d APOIRTPO: PSRC Project Costs in Thousan of D ollars expenditure Schedule Projects Only Fund Source Information (Local Agency) RAN Project Identification Required A. Federal Aid No. B. Bridge No, w o L Federal Funding 4th Envlc Date e H Pha Federal Federal State State Local Total Thru G. Project Title ar Cost by Fund E F Start Fund phase Code Funds Funds Funds 1st 2nd 3rd 6th Type (M E D. Street/Road ec be Work Name or Number mnr/dd/YY1!17 Code 18 t9 20 21 LI RAN a Z E. Beginning MP or roa Ending MP or road 11 12 13 14 15 16 17 F. Describe Work to be Done 4 5 6 T 8 9 10 725 CE 3 725 725 No 12 p 1500 T ALL 1/1!2009 P 14 19 West Valley Hwy 1 S 156 St from: Southcenter Blvd. to: S 158 St Construct additional northbound left turn lane at S 156 St for northbound Totals HOV to northbound 1465. 16 20 12 p 1000 C ALL 1 111/2009 1 G S i33 St I SR 599 Ramps Intersection P S from: 500 Ft. on each leg to: 500 F1, on each leg Design and construct intersection improvements Including a new fram S e T W Totals signal. P 2 W ALL 1 1,112010 1 16 21 Minkler Blvd. T S P 16 24 %.1 Mlnkler Blvd. from: Southcenter Pkwy to: Andover Park W Construct widening for 3-lanes including curb gutter, sidewalk, drainage, and landscaping. 16 22 Andover Park E Industry Dr. Signal from: 500 Ft. on each leg to: 500 Ft. on each leg Design and construct a traffic signal and intersection improvements. 16 23 S 180 St Andover Park W Intersection from: 500 Ft. on each leg to: 500 Ft. on each leg Widen for north south tum lanes. S 168 St S 168 St from: Southcenter Pkwy to: Andover Park W Construct new roadway Including curb gum. sidewalk. drainage, illumination, and landscaping. Report Date: July 25, 2001 12 P 1000 Totals w ALL 1 1/1/2010 T S P G Totals 12 P 1000 W ALL 1 1/1/2010 1 T P Totals 01 P 2000 P ALL1 1/1/2012 1 W Totals 1 30 320 300 50 350 1 1 4251 4251 1 1 1 425 CE Page 4 3001 Six Year Transportation Improvement Program From 2007 to 2012 1 1 I 725 725 501 3501 425 425 2201 2201 210 210 1 137501 137501 13750 13750 I I I I 775 301 3 GE 425 220 CE 220 220 220 1 210 CE 1 1 1 1 2101 2101 210 1 1 13750 CE 13750 No No No No No Supersedes previous editions a� n1ton State Departm of Transpo Vi Tukwila Agency: Co. Name: King Co. Co. No.: 17 MPOIRTPO: !sRC City No.: 1320 Project Identificatio D Bridge No. A. Federal Aid No. C. Project Title D. StreetiRoad Name or Number ding MP or road E. Beginning MP or road Yliork to be Done 4 F. Describe 3 04 P 14 25 Widening SC Blvd• 161 Ave 5 Bridge from: to: 62 Ave Widen to: alvd" and the 81 A ve 5 brd9e to add a lane for future traffic growth. 14 26 Tu Intl BWd. 1 S 116 St Bridge to: SR 599 n P SR 599 on widening on Tukwila Intl elvd" and intersec8o improvements 1g,1 S 118 St 14 27 4 Tukwila Intl BWd. (Ph Tukwila Intl Blvd. to: S 116 St sidewalk, Boeing Access Rd. including paving, 511 curb &gutter, sidew drain e, lu n a a undergmu drainage. 9minatdr', landscaping and utility 14 28 17 29 ar WeslValley Hwy West Valley Hwy to: St r sidewalks, s, from: 1.405 t 7•lanee including Design and construct illumination, and drainage" Nelsen Place Nelsen Place to: S 158 5i Inage, and D err; S 156 ns aving, curb gutter, sidewalks, dra Design and constnrct R illuminatio AS 30 Tukwila Urban Center PedtBike Bridge to: West Valley ev and mg station, Baker B e o over the Green River cermecting the Pedestrian bridge t 3 e a m ii o- Phase ii Ii Start r E (mmtdd 1'Y1 8 9 6 AL L 111120 0.5 C G P s T W Totals ALL 11112012 04 P 1000 P 05 P 0.5 03 P 600 32 1000 08 Totals W ALL\ 1/112012 T G P Six Year to 201 From 2007 Adoption Date: 611912006 Hearing Resolution No. Amend D ate: 611212 1606 Date: Federally Funded Projects Only Expenditure Schedule ule (Local Agency) R equited Project Costs in Thousands o �Donnatlon 4th Envlr. Date Fund 50 3rd Thru Type (MN Federal Funding 8 th Federal State Stale Local Fun 1st 2nd 19 20 21 Federal Cost by Fund Funds Funds 1 18 �d Phase Code 13 14 r 15 16 11200 CE No 10 11 12 y i 112001 11200 Totals ALL 111120 Totals Grand Totals for Tukwila Page 5 Totals 111120 03 P 3500 P PE 0 Totals ALL\ 111/2007 51P(E) 500\ 1268 11200 11200 1 46751 46751 4675 4675 1 30001 30001 3000 3000 5801 5801 I I 1 580 580 1 2001 2001 1 200 200 1 12001 17001 3001 14001 11200 4675 4675 220\ 2780 GE 220 2780 GE CE No 580 200 CE 200 CE 500 1200 1700 300 1400 110339 141878 46977 27039 67 58995 18853 No No No No Supersedes pfeYious editions To: Mayor Mullet r. From: ¥`'Public Works Director Date: May 18, 2007 Subject: 2006 Overlay and Repair Program Project Completion and Acceptance ISSUE Accept contract as complete and authorize release of retainage bond. BACKGROUND The Notice to Proceed for Contract No. 06 -080 with Lakeside Industries of Covington, Washington, was issued September 11, 2006, for construction of the 2006 Overlay and Repair Program. This Project No. 06 -RWO1 provided repairs and overlays on the following roadway segments: S 144 St (51 Ave S to 1000 ft west, storm drain only. Deleted overlay to be done by Sound Transit) Macadam Rd (S 128 St to S 131 Pl) Southcenter Blvd (53 Ave S to Macadam Rd) S 130 St (E Marginal Wy to Macadam Rd) This contract was completed on March 30, 2007. Four change orders were issued during construction and are summarized on the attachment. Unit price overruns were primarily caused by the use of more traffic control labor than originally estimated. RECOMMENDATION INFORMATION MEMO Contract Award Amount Change Orders Unit Price Overruns Unit Price Underruns Sales Tax (N /A Rule 171) Total Amount Paid (incl. retainage bond) It is recommended that this contract be forwarded to the Tukwila City Council on the consent agenda for formal acceptance and authorize the release of the retainage, subject to the standard claim and lien release procedures. BG:ad attachments: Change Order Summary Notice of Completion of Public Works Contract (P:P ojacs\A. RW RS Projecesi06AW01 2006 Oveslay%CosuvttimWlFO MEMO Aaepnnce 2006 Overlay) 723,105.00 (65,863.00) 124,402.05 (20,409.00) 0.00 761,235.05 Attachment III.B. 9 Change Order No. I ITEM Change Order 1 CO1 Item 1 CO1 Item 2 /0 2006 OVERLAY PROGRAM Change Order Summary ADD DELETE Delete S 144 St overlay. Delete 4 junction boxes and add 4 communication vaults on Southcenter Blvd. CO1 Item 3 Replace discovered failing storm drain pipe. Change Order 2 CO2 Delete trenched conduits and add directionally drilled conduits on Southcenter Blvd. Change Order 3 CO3 On Macadam Rd, delete aluminum handrail and add black vinyl coated chain link fence. Change Order 4 C04 On Southcenter Blvd, reduce plan quantity of pavement grinding and reinforcing fabric. I JUS flFICATION To be overlayed by Sound Transit. Junction boxes not large enough for future fiber optic interconnect. Surface water was saturating subgrade. Less surface restoration and traffic control costs. Bid for aluminum was more than double the price of vinyl- coated chain link fence. Deleted bid item credit value: $78,765.00 Further field review found this quantity not necessary. Total COST (16,160.00) 6,514.00 20,000.00 10,055.00 (78, 765.00) (7,507.00) 65,863.00 From: State of Washington Department of Revenue 11A PO Box 47474 RE VENUE Olympia WA 98504 -7474 Contractor's Registration No. I No. g (UBI No.) 600 090 607 Description of Contract Lakeside Industries Contractor's Address Finance Approval Date 4/30/07 NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 d ress of 1'ublic agency Notice is hereby given relative to the completion of contract or project described below 2006 Overlay and Repair Program (Project No. 06 -RWO1) 06 -080 Contractor's Name Telephone Number 18808 SE 257th Street, Covington, WA 98042 Date Work Commenced Date Work Completed 9/11/06 3/30/07 Surety or Bonding Company Travelers Casualty and Surety Company of America Agent's Address Parker, Smith Feek, Inc., 2233 112th Ave. NE, Bellevue, WA 98004 Contract Amount 723,105.00 Additions 124,402.05 Reductions 86,272.00 Sub -Total 761,235.05 Amount of Sales Tax Paid at 0.0 0.00 (If various rates apply, please send a breakdown) TOTAL 761,235.05 Comments: Retainage Bond was provided by Lakeside Industries. Rule 171 applies to sales tax. Signature Type or Print Name Diane Jaber Phone Number 206 433 -1871 'Department Use Only Assigned To Date Assigned Amount Disbursed Amount Retained Contract Number 206 343 7375 Date Work Accepted Liquidated Damages 0.00 761,235.05 0.00 TOTAL 761,235.05 isbursiiig =4 ce r The Disbursing Officer must complete and mail THREE copies of this notice to the Department of Revenue, PO Box 47474, Olympia, WA 98504 -7474, immediately after acceptance of the work done under this contract. NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of Department's certificate, and then only in accordance with said certificate. To inquire about the availability of this document in an alternate format for the visually impaired, please call (360) 753 -3217. Teletype (TTY) users please call (800) 451 -7985. You may also access tax information on our Internet home page at http: /dor.wa.gov. REV 31 0020e (6- 27 -01) ISSUE BACKGROUND INFORMATION MEMO To: Mayor Mullet From: VPublic Works Director` Date: May 21, 2007 Subject: Tukwila International Boulevard Phase 1 Final Cleanup Project No. 91 -RWO3 BID REJECTION Award or reject the sole bid for the Tukwila International Boulevard Phase 1 Final Cleanup project. The project was advertised for bids on May 3 and May 10, 2007, and only one bid was opened on May 18, 2007. The engineer's estimate was $47,000.00. Dennis R. Craig Construction submitted a bid in the amount of $115,518.00, which is $68,518.00 over the engineer's estimate. The budgeted amount for this project is $50,000. ANALYSIS The sole bid appears to be indicative of the current bidding climate. RECOMMENDATION Reject the bid and re- package the work to solicit bids from the Small Works Roster. BG:ad attachments: Bid Opening Results Draft Resolution (P:Projects\A- RW RS Projects \91RWO3 \TTB 1— Pole Patching Bid Rejection TC Memo 5-21-07) Attachment III.C. l3 14 BIDDER NAME SECURITY G RAND .TOTAL ALT. ADDENDUMS (1) APPARENT DATE STAMP OF BID RECD ACKNOWLEDGED LOWEST BIDDER RECEIPT (RANK ORDER) Dennis R. Craig Construction 5/17/07 1:55 P.M. Yes 115,518.00 1 ENGINEER'S ESTIMATE DATED this 18 day of May, 2007. CITY OF TUKWILA OFFICE OF THE CITY CLERK BID OPENING Tukwila International Boulevard Phase 1— Final Cleanup 91 -RWO3 May 18, 2007 10:00 A.M. 47,000.00 The above figures appear as written within bid documents; and as read aloud at bid opening. THEY DO NOT however, REPRESENT ANY BID AWARD; apparent low, or otherwise. /s/ Jane E. Cantu, CMC, Citv Clerk Jane E. Cantu, CMC, City Clerk WHEREAS, sealed bids were solicited for the Tukwila International Boulevard Phase 1 Final Cleanup project; and WHEREAS, a sole bid was opened and read aloud by the City Clerk on May 18, 2007; and WHEREAS, a budget was set aside for the construction of the fmal cleanup project; and WHEREAS, the sole bid was over the budgeted amount for construction of this fmal cleanup contract; NOW, 'THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, DOES HEREBY RESOLVE AS FOLLOWS: Section 1 The bid is hereby rejected due to budget limitations. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a regular meeting thereof this day of 2007. ATTEST/AUTHENTICATED: Jane E. Cantu, City Clerk APPROVED AS TO FORM: Office of the City Attorney Filed with the City Clerk: Passed by the City Council: Resolution Number: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, REJECTING THE SOLE BID SUBMITTED FOR THE TUKWILA INTERNATIONAL BOULEVARD PHASE 1 FINAL CLEANUP PROJECT. (P:Projects\A- RW RS Projects\9IRW03 \TIB I Pole Patching Resolution Rejecting Bid 5- 21-07) Verna Griffm, Council President 15 To: Mayor Mullet From: ublic Works Director Date: May 22, 2006 Subject: Concurrencv Modeling Consultant Agreement ISSUE BACKGROUND ANALYSIS RECOMMENDATION iApabwvldcyodykonwrrmry impact faslinformxtim memo mgomg cooaarmcy model 5-07.doc INFORMATION MEMO F Attachment III.D. Execute an agreement with Mirai Transportation Planning and Engineering to provide transportation modeling services in conjunction with the City's Concurrency Management Program and additional work to accommodate the future development of the Associated Grocers site by the Sabey Corporation. In December 2005, the City updated its Transportation Element as part of the state- required update to the Comprehensive PIan. In the Transportation Element, level of service standards are established which Tukwila is required to implement and maintain. One tool to assist the City is the emme /2 traffic model that was used to develop the Transportation Element. Mirai Associates, now called Mirai Transportation Planning and Engineering, was the consultant retained by Tukwila in 2002 to develop the city -wide transportation model as well as update the Concurrency Model in 2006. Regular and continuing maintenance of the City's traffic model is beneficial in several ways. First, in 2015 when the City must update the Comprehensive Plan, a much smaller expense and effort will be required to model transportation needs. Second, by using the model to support concurrency management, the City will be assured that adequate transportation facilities will be available to support growth in a timely manner. It is a powerful tool in scientifically assigning priorities and planning capacity related road projects. Thirdly, by the City assuming this responsibility, it should speed up the development process and shorten approval times for new applications. Much, if not ultimately all, of the costs of the concurrency model update will be borne by the development community in the form of the Concurrency Test Fee, which was implemented in March 2007. This cost to the developer will be a savings of both time and money due to the dramatic change in Transportation Impact Analysis (TIA) requirements. The scope is set up to accomplish two major tasks: update the City's overall concurrency model as well as perform site specific analysis for a proposed development on the Associated Grocers site. That potential development is being studied by the Sabey Corporation. They will be assessed the standard concurrency test fee (set at $24,300) and have verbally agreed to pay for the additional study costs they have requested, shown in this contract as $16,000. Authorize the Mayor to execute an agreement with Mirai Transportation Planning and Engineering in the amount not to exceed $50,928 to provide transportation modeling services to maintain the City's model and support the Concurrency Management Program. n /8 CONSULTANT AGREEMENT FOR TRANSPORTATION MODELING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred to as "the City and Mirai Transportation Planning and Engineering, 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 transportation modeling services in connection with the project titled Concurrence Mangement 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Time for Performance. Work under this contract shall commence upon the giving of written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement by December 31, 2007, 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 $50.928 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment is provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and state for a period of three (3) years after final payments. Copies shall be made available upon request. 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services to be rendered under this Agreement. 7. Indemnification. The Consultant shall indemnify, defend and hold harmless the City, its officers, agents and employees, from and against any and all claims, losses or liability, including attorney's fees, arising from injury or death to persons or damage to property occasioned by any act, omission or failure of the Consultant, its officers, agents and employees, in performing the work required by this Agreement. With respect to the perform- ance of this Agreement and as to claims against the City, its officers, agents and employees, the Consultant expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any employee of the Consultant. This waiver is mutually negotiated by the parties. This paragraph shall not apply to any damage resulting from the sole negligence of the City, its agents and employees. To the extent any of the damages referenced by this paragraph were caused by or resulted from the concurrent negligence of the City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid and enforceable only to the extent of the negligence of the Consultant, its officers, agents and employees. 8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance, with a minimum coverage of $500,000 per occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/ aggregate for property damage, and professional liability insurance in the amount of $1,000,000. Said general liability policy shall name the City of Tukwila as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an inde- pendent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall 2 l9 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. 15. Attorneys Fees and Costs. In the event either party shall bring suit against the other to enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to recover its costs, including reasonable attorney's fees, incurred in such suit from the losing party. 20 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. 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. 3 16. Notices. Notices to the City of Tukwila shall be sent to the following address: DATED this Steven M. Mullet, Mayor City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: Mirai Transnortation Planning and Engineering 11410 NE 122 Way. Suite 320 Kirkland. Washington 98034 17. Integrated Agreement. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. This Agreement may be amended only by written instrument signed by both the City and the Consultant. day of 20 CITY OF TUKWILA CONSULTANT By: Printed Name: Title: Attest/Authenticated: Approved as to Form: Jane E. Cantu, CMC, City Clerk Office of the City Attorney 421 22 EXHIBIT A Tukwila Model Update and Annual Concurrency Analysis (2007) Scope of Work For the Annual City -wide Concurrency Analysis: 1. The City will work with Mirai to identify traffic count locations. 2. The City will provide traffic count raw data to Mirai. Mirai will review the raw data and adjust the counts for PM peak hour. The City will provide a list of the transportation improvements including new roadway construction, signal additions and changes to signal timings that were implemented since the last modeling. Mirai will calculate 2007 levels of service using Synchro. Mirai will prepare an existing condition section of the report. 3. The City will update the existing land use database that was provided to Mirai for the 2006 modeling. Mirai will convert the land use data to employment and households that will be suitable for modeling. 4. Mirai will update the base year model with the new counts. Mirai will use the model created in 2006 based on the new PSRC model. Mirai will validate the new base year model with 2007 traffic counts. 5. The City will provide the City's CIP. Mirai will include the relevant transportation improvement projects in the model. The City and Mirai will work together to identify the growth projection for next 6 years. With the changes in the roadway network and the land use growth projections, Mirai will develop 2013 concurrency model. Mirai will obtain the 2013 traffic volumes from the updated Tukwila model. 6. Mirai will post process the model volumes and calculate 2013 concurrency levels of service for all designated intersections in the City. 7. Mirai will identify potential improvements where the intersections operate level of service below the concurrency standard. If needed, Mirai will attend a meeting to discuss the analysis results and the potential improvements. 8. Mirai will calculate levels of service with the recommended improvements. 9. Mirai will prepare a draft concurrency status report and submit it for staff review. Mirai will submit the final report after all staff comments are addressed. For the supplemental Concurrency Analysis for the Sabey Corporation's proposed development on the Associated Grocer's site: 10. Mirai will meet with the City of Tukwila staff to understand the proposed redevelopment site plan and traffic access needs. City of Seattle staff, City of Tukwila staff and Mirai will identify the study area and the intersections where the level of service should be evaluated. The redevelopment completion year will also be identified. 11. Mirai will review the existing conditions for the project. This will include documentation of the existing use of the project site, traffic controls, intersection volumes and level of service, transit services, and non motorized transportation facilities. 12. Mirai will count PM peak hour intersection traffic volumes for not more than 4 locations. It is likely that the new traffic counts within the City of Seattle would be needed. Mirai will use the available traffic counts from the City of Tukwila. 13.The City will provide the traffic reports and the agreement for the Boeing development in the vicinity of the Associated Grocer site. Mirai will identify the committed improvements identified in the agreement within the study area. Mirai also review the capacity reserved for the trips generated by the Boeing development. For the future traffic impact analysis, the travel capacity reserved for the Boeing development will be added to the background traffic as if it were being used. 14. Mirai will use the updated City of Tukwila's concurrency model to estimate the background traffic without the proposed AG site redevelopment. Mirai will add the agreed Boeing traffic to the background traffic from the concurrency model without the AG development. 15. Mirai will estimate the trip generation for the proposed redevelopment uses at the Associated Grocer site and identify the additional trips over the existing conditions. Mirai will adjust the ITE trip generation rates to accommodate the trip reductions due to the mixed use conditions. 16. Mirai will establish trip distribution for the AG site using the Tukwila concurrency model. Then, Mirai will assign the net trips to the network. The assigned trips will be added to the background traffic forecasts for the planning year. Mirai will calculate levels of service using Synchro software. 17. For the City of Tukwila, Mirai assumes that the City's update of the concurrency analysis will include the proposed AG site redevelopment. Mira will summarize the Tukwila's concurrency update analysis for the study area. For the City of Seattle, Mirai will calculate the screenline volume to capacity ratios where they are applicable. 23 2L! 18. Mirai will identify potential measures needed to mitigate the traffic impacts directly resulting from the Associated Grocer site redevelopment. Mirai will discuss options for those mitigating measures with City staff. 19. Mirai will document the traffic impact and prepare a draft report. The draft report will be submitted to the City of Seattle and City of Tukwila. Mirai will address all comments before a final report is completed. Schedule Mirai will complete Tasks 1 through 19 by July 31, 2007. Tukwila Model Update and Annual Concurrency Analysis (2007) 1 Billing Rates 1 Tasks 1. The City will work with Mirai to identify traffic count locations 9. Mirai will prepare a draft and final concurrency status reports. Subtotal Exhibit B Model Principal Specialist Planner Support Total 1 $173.88 1 $127.34 1 $87.62 1 $62.741 1 1 Hours I Hours I Hours Hours 2 2 0 0 $602 2. Mirai will review the raw traffic count data and adjust the counts for PM peak hour. Mirai will calculate 2007 levels of service using Synchro. Mirai will prepare an existing condition section of the report. 4 2 35 8 $4,519 3. The City will update the existing land use database that was provided to Mirai for the 2006 modeling. Mirai will convert the land use data to employment and households that will be suitable for modeling. 2 10 8 4 $2,573 4. Mirai will update the base year model with the new counts. Mirai will validate the new base year model with 2007 traffic counts. 0 16 8 0 $2,738 5. Mirai will develop 2013 concurrency model. Mirai will obtain the 2013 traffic volumes from the updated Tukwila model. 8 35 30 0 $8,477 6. Mirai will post process the model volumes and calculate 2013 concurrency levels of service for all designated intersections in the City. 6 24 60 0 $9,357 7. Mirai will identify potential improvements where the intersections operate level of service below the concurrency standard. 4 0 25 0 $2,886 8. Mirai will calculate levels of service with the recommended improvements. 2 0 10 $1,224 2 0 18 10 $2,552 30 I 89 I 194 1 22 I $34,928 25 26 Associated Grocer's Site Analysis Model Principal Specialist Planner Support Total 1 Billing Rates $173.88 1 $127.34 1 $87.62 1 $62.74 1 1 Tasks Hours 1 Hours 1 Hours 1 Hours 1 1 10. Set Study Area and Forecast Year 2 2 0 0 $602 11. Analyze the Existing Conditions 1 2 4 0 $779 12. Conduct Traffic Counts 0 0 8 0 $701 13. Review Boeing Development Traffic Report and City Commitments to Improvements 1 0 8 0 $875 14. Develop Background Traffic 1 4 12 2 $1,860 15.Estimate Trip Generation 1 2 8 0 $1,130 16.Assign Net Trips and Calculate LOS 2 6 30 2 $3,866 17. Concurrency Analysis 1 4 18 0 $2,260 18. Identify Mitigation Measures If Necessary 2 0 8 0 $1,049 19. Prepare Draft and Final Reports 2 0 15 10 $2,289 Direct Cost (Traffic Counts) $589 Subtotal 13 20 111 14 $16,000 TOTAL $50,928 ISSUE INFORMATION MEMO To: Mayor Mullet From: 1 ublic Works Directo Date: May 23, 2007 Subject: Tukwila Transit Center Grant Application Update Project No. 06 -RWO2 Update the Mayor and Council on grant application opportunities. Attachment III.E. BACKGROUND In January 2006, IBI Group was selected to design the Tukwila Transit Center project on Andover Park West near Baker Boulevard. Since then, the consultant team and City staff have been working with King County Metro (Metro), the Tukwila Police Department (and specifically the Crime Prevention section), Metro Transit Police, and the adjacent property owners and businesses. A conceptual plan has been developed and a report prepared with a site recommendation. However, with the pending litigation with Open Frame LLC and the Comprehensive Plan Update schedule, no site decision on the east side of Andover Park West has been presented to Council. Staff has been submitting grant applications for construction funding since April 2006. Sources include the Federal Transit Authority (FTA, 2006), Surface Transportation Program (2006), WSDOT Transit Mobility Grant (2006), FY2008 Appropriations (2007), and most recently a new submittal for FTA funds in conjunction with Metro. At this point, we have not been successful in obtaining grant funds. It is unknown if any FY2008 Appropriations will be made for this project and the recent application to FTA was just submitted on May 22, 2007. ANALYSIS Tukwila was excluded from applying for FTA funds for this current grant cycle so staff negotiated with Metro to gain their support and agreement to submit the Tukwila Transit Center. Metro made it clear that they would not support putting forward an application for the full project amount, currently estimated at over $4 million. A construction cost of less than $1 million was the target Metro staff requested. Working with IBI Group to reduce the scope to just the west side of the Transit Center (the side where the current bus zone is located next to Southcenter Mall), a new estimated cost of $1,009,400 million was determined. This stripped down version allows for key elements to be constructed yet still provides a quality project to set the tone for the Urban Center. The remaining elements will be easy to include in future phases as funding becomes available. The total request made of the FTA was $781,900, which includes monies for construction, construction engineering, and the administrative fees charged by Metro. Matching funds for this grant are already in -hand and include the $200,000 of City funds, $500,000 cash and $343,000 land value from Westfield, and $200,000 grant funds obtained by Metro. No additional City or private funds will be necessary if this grant is awarded. RECOMMENDATION Information only. (i:'pubworks■yndyktransa centerlinformation memo grant update 5- 23.07.doc) 27