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