Loading...
HomeMy WebLinkAboutTIC 2020-07-06 COMPLETE AGENDA PACKETCity of Tukwila Transportation and Infrastructure Committee •;• Cynthia Delostrinos Johnson, Chair •••• Verna Seal •;• Kate Kruller AGENDA Distribution: City Attorney (email) C. Delostrinos A. Youn Johnson (email) Clerk File Copy V. Seal 2 Extra K. Kruller K. Hougardy Place pkt pdf on SharePoint: D. Quinn Z Trans & Infra Agendas L. Humphrey H. Hash email cover to: F. Ayala, H. Ponnekanti A. Le, C. O'Flaherty, A. H. Kirkland Youn, B. Saxton, S. Norris, G. Labanara L. Humphrey B. Still (email) MONDAY, JULY 6, 2020 — 5:30 PM Virtual Meeting - Members of the public may listen by dialing 1-253-292-9750 and entering conference ID 951 190 813# (6300 BUILDING, SUITE ) Item Recommended Action Page 1. PRESENTATIONS 2. BUSINESS AGENDA a) Surface Water — Gilliam Creek Fish Barrier Removal a) Forward to 07/20/2020 Regular Pg. 1 Resolution for RCO Grant Application (Mike Perfetti) Consent Agenda b) 303 Facilities Project— TCC Siding Repairs Phase III b) Forward to 07/13/2020 Committee Pg. 7 Construction Services (Henry Ancira) of the Whole 3. MISCELLANEOUS Future Agendas: Next Scheduled Meeting: Monday, July 20, 2020 SThe City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206-433-0179 for assistance. City of Tukwila Allan Ekberg, Mayor Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director BY: Mike Perfetti, Habitat Project Manager CC: Mayor Ekberg DATE: July 3, 2020 SUBJECT: Surface Water— Gilliam Creek Fish Barrier Removal Project Project No. 99830105 Resolution for RCO Grant Applications ISSUE Approve a Resolution to the State of Washington Recreation and Conservation Office (RCO) for two grant applications for the Gilliam Creek Fish Barrier Removal Project. BACKGROUND The primary goals of the Gilliam Creek Fish Barrier Removal Project are to restore fish passage between Gilliam Creek and the Green River, restore salmon habitat, and maintain or improve flood protection. The 108" flapgate would be removed and replaced with flood protection more conducive to fish passage. DISCUSSION This committee approved the submittal of grant applications to the RCO and King County on April 6, 2020. The RCO requires that project applicants submit a legislative authorizing resolution when applying for grant funds. RCO has specific language required in the resolution, which has been incorporated into the City resolution template. Staff applied for design funding to the RCO's Brian Abbott Fish Barrier Removal Board (BAFBRB) on May 29, 2020 and the RCO's Salmon Recovery Funding Board (SRFB) on June 29, 2020. This Resolution will be incorporated into the applications retroactively. FISCAL IMPACT The SRFB has labeled this project a project of concern and WRIA 9 has listed it as an alternate project, thus removing it from funding eligibility this year unless money were to become available via returned funds to the RCO. This Resolution will also authorize the application for any future SRFB grant rounds. Staff continues to work with WRIA 9 and the SRFB to remove the project of concern status and achieve a project that the SRFB will support. Grant RCO Grant City match Grant match Total amount 2020 BAFBRB $ 1,408,860 $ 200,000 $ 100,000 $ 1,708,860 2020 SRFB 0 0 0 0 RECOMMENDATION Council is being asked to approve the Resolution authorizing the submission of grant funding applications to the RCO and consider this item on the Consent Agenda of the July 20, 2020 Regular Meeting. ATTACHMENTS • Draft Resolution • Page 99, 2019 CIP https://tukwilawa.sharepoint.com/sites/publicworks/engineering/PW Drop Box/01 TIC Agenda/Agenda Items/TIC 07-06-2020/Gilliam Creek Fish Barrier Removal Project/1. Info Memo —Gilliam Creek RCO Authorizing Resoluti o n_20200703.docx A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, AUTHORIZING SUBMISSION OF AN APPLICATION(S) FOR GRANT FUNDING ASSISTANCE FOR THE GILLIAM CREEK FISH BARRIER REMOVAL PROJECT (#99830105) TO THE SALMON RECOVERY FUNDING BOARD AND TO THE BRIAN ABBOTT FISH BARRIER REMOVAL BOARD AS PROVIDED IN RCW 77.85, RCW 77.95.180, WAC 420 AND OTHER APPLICABLE AUTHORITIES. Organization Name (sponsor) ............ City of Tukwila, Washington Resolution No .................................... Project Number(s), Name(s), and RCO Project Number(s): Project #99830105... Gilliam Creek Fish Barrier Removal Project RCO # 20-1017, Gilliam Creek Fish Passage Preliminary Design, and 20-1877, Gilliam Creek Fish Barrier Removal Final Design This resolution/authorization authorizes the person identified below (in Section 2) to act as the authorized representative/agent on behalf of our organization and to legally bind our organization with respect to the above Project(s) for which we seek grant funding assistance managed through the Recreation and Conservation Office ("the Office"). WHEREAS, under provisions of WAC 420-12, state grant assistance is requested to aid in financing the cost of the Gilliam Creek Fish Barrier Removal Project; and WHEREAS, the City Council of the City of Tukwila considers it in the best public interest to complete the Gilliam Creek Fish Barrier Removal capital improvement project; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: Section 1. Our organization has applied for or intends to apply for funding assistance managed by the Office for the above "Project(s)." W:\Word Processi ng\Resol utions\G rant funding applic-Gilliam Creek Fish Barrier Removal 5-28-20 MP: Review and analysis by Barbara Saxton Page 1 of 4 2 Section 2. Our organization authorizes the following persons or persons holding specified titles/positions (and subsequent holders of those titles/positions) to execute the following documents binding our organization on the above projects: Grant Document Name of Signatory or Title of Person Authorized to Sign Grant application (submission thereof) Allan Ekberg, Mayor Project contact (day-to-day administering of Mike Perfetti, Habitat Project Manager the grant and communicating with the RCO) RCO Grant Agreement (Agreement) Allan Ekberg, Mayor Agreement amendments Allan Ekberg, Mayor Authorizing property and real estate Henry Hash, Public Works Director documents (Notice of Grant, Deed of Right of Assignment of Rights if applicable). These are items that are typical recorded on the property with the county. The above persons are considered an "authorized representative(s)/agent(s)" for purposes of the documents indicated. Our organization shall comply with a request from the RCO to provide documentation of persons who may be authorized to execute documents related to the grant. Section 3. Our organization has reviewed the sample RCO Grant Agreement on the Recreation and Conservation Office's WEBSITE at: https://rco.wa.gov/wp- content/uploads/2019/06/SampleProjAgreement.pdf. We understand and acknowledge that if offered an agreement to sign in the future, it will contain an indemnification and legal venue stipulation and other terms and conditions substantially in the form contained in the sample Agreement and that such terms and conditions of any signed Agreement shall be legally binding on the sponsor if our representative/agent enters into an Agreement on our behalf. The Office reserves the right to revise the Agreement prior to execution. Section 4. Our organization acknowledges and warrants, after conferring with its legal counsel, that its authorized representative(s)/agent(s) have full legal authority to act and sign on behalf of the organization for their assigned role/document. Section 5. Grant assistance is contingent on a signed project agreement. Entering into any project agreement with the Office is purely voluntary on our part. Section 6. Our organization understands that grant policies and requirements vary depending on the grant program applied to, the grant program and source of funding in the project agreement, the characteristics of the project, and the characteristics of our organization. W:\Word Processing\Resolutions\Grant funding applic-Gilliam Creek Fish Barrier Removal 5-28-20 MP: Review and analysis by Barbara Saxton Page 2 of 4 3 Section 7. Our organization further understands that prior to our authorized representative(s)/agent(s) executing any of the documents listed above, the RCO may make revisions to its sample Agreement and that such revisions could include the indemnification and the legal venue stipulation. Our organization accepts the legal obligation that we shall, prior to execution of the Agreement(s), confer with our authorized representative(s)/agent(s) as to any revisions to the project Agreement from that of the sample Agreement. We also acknowledge and accept that if our authorized representative(s)/agent(s) executes the Agreement(s) with any such revisions, all terms and conditions of the executed Agreement shall be conclusively deemed to be executed with our authorization. Section 8. Any grant assistance received will be used for only direct eligible and allowable costs that are reasonable and necessary to implement the project(s) referenced above. Section 9. If match is required for the grant, we understand our organization must certify the availability of match at least one month before funding approval. In addition, our organization understands it is responsible for supporting all non -cash matching share commitments to this project should they not materialize. Section 10. Our organization acknowledges that if it receives grant funds managed by the Office, the Office will pay us on only a reimbursement basis. We understand reimbursement basis means that we will only request payment from the Office after we incur grant eligible and allowable costs and pay them. The Office may also determine an amount of retainage and hold that amount until all project deliverables, grant reports, or other responsibilities are complete. Section 11. Our organization acknowledges that any property acquired with grant assistance must be dedicated for the purposes of the grant in perpetuity unless otherwise agreed to inwriting by our organization and the Office. We agree to dedicate the property in a signed "Deed of Right" for fee acquisitions, or an "Assignment of Rights" for other than fee acquisitions (which documents will be based upon the Office's standard versions of those documents), to be recorded on the title of the property with the county auditor. Our organization acknowledges that any property acquired in fee title must be immediately made available to the public unless otherwise provided for in policy, the Agreement, or authorized in writing by the Office Director. Section 12. Our organization acknowledges that any property owned by our organization that is developed, renovated, enhanced, or restored with grant assistance must be dedicated for the purpose of the grant in perpetuity unless otherwise allowed by grant program policy, or Office inwriting and per the Agreement or an amendment thereto. Section 13. Our organization acknowledges that any property not owned by our organization that is developed, renovated, enhanced, or restored with grant assistance must be dedicated for the purpose of the grant as required by grant program policies unless otherwise provided for per the Agreement or an amendment thereto. W:\Word Processi ng\Resol utions\G rant funding applic-Gilliam Creek Fish Barrier Removal 5-28-20 MP: Review and analysis by Barbara Saxton Page 3 of 4 4 Section 14. Our organization certifies the following: the Project does not conflict with the Puget Sound Action Agenda developed by the Puget Sound Partnership under RCW 90.71.310. Section 15. This resolution/authorization is deemed to be part of the formal grant application to the Office. Section 16. Our organization warrants and certifies that this resolution/ authorization was properly and lawfully adopted following the requirements of our organization and applicable laws and policies and that our organization has full legal authority to commit our organization to the warranties, certifications, promises and obligations set forth herein. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of 12020. ATTEST/AUTH ENTICATED: Christy O'Flaherty, MMC, City Clerk APPROVED AS TO FORM BY: Office of the City Attorney De'Sean Quinn, Council President Filed with the City Clerk: Passed by the City Council: Resolution Number: W:\Word Processi ng\Resol utions\G rant funding applic-Gilliam Creek Fish Barrier Removal 5-28-20 MP: Review and analysis by Barbara Saxton Page 4 of 4 5 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2019 to 2024 PROJECT: Gilliam Creek Fish Barrier Removal Project No. 99830105 DESCRIPTION: Construct fish passage improvements at existing flap gate location and replace/modify the flap gate which may include a self-regulating tide gate. JUSTIFICATION: Enable fish access to lower Gilliam Creek under wider range of flow conditions. STATUS: Analysis of lower Gilliam Creek is being conducted in 2018 to determine the best solution for fish passage and to address potential flooding. MAINT. IMPACT: Expected to have an increase in monitoring/maintenance. COMMENT: Grant proposals to State RCO and KC Flood Control District. FINANCIAL Through Estimated (in $000'sl 2017 2018 2019 2020 2021 2022 2023 2024 BEYOND TOTAL EXPENSES Design 39 22 554 110 725 Land (R/W) 0 Monitoring 15 15 15 45 Const. Mgmt. 200 200 85 485 Construction 1,000 1,000 550 2,550 TOTAL EXPENSES 1 39 1 22 1 0 554 1 1,200 1 1,200 1 15 15 760 1 3,805 FUND SOURCES Awarded Grant 0 Proposed Grant 325 1,020 1,020 500 2,865 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 39 22 0 229 180 180 15 15 260 940 TOTAL SOURCES 39 22 0 554 1,200 1,200 15 15 760 3,805 f' Project Location b. 2019 - 2024 Capital Improvement Program 99 6 City of Tukwila Allan Ekberg, Mayor Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director BY: Henry Ancira, Facilities Maintenance & Operations Superintendent CC: Mayor Ekberg DATE: July 3, 2020 SUBJECT: 303 Facilities Project: TCC Siding Repairs Phase III Project No. 91630305, Facilities Work Order #28586 Construction Services ISSUE Execute a short form contract for construction services with Lake Washington Construction, LLC to complete the final Phase III of the Tukwila Community Center (TCC) Siding Repairs Project. BACKGROUND The Tukwila Community Center's siding needs replacement in several areas all around the building. The siding damage is the result of water intrusion over many years, due to inferior or absent flashing protection. Due to the cost of the entire project, it was broken down into three phases. Phase I was the north side of the building completed in 2016. Phase II was the front side of the building completed in 2017. ANALYSIS In 2016 the consultant, Ivary & Associates, performed the necessary architectural services to support the construction phase of replacing the damaged siding and installing protective flashing to mitigate water damage in the future. Phase I and Phase II of the siding repairs were completed successfully and under budget. Phase III, the final phase, will complete the siding repairs for the remainder of unaddressed areas of the TCC. The MRSC Small Works Roster was used to solicit three responsive bids from construction contractors. Lake Washington Construction, LLC was the lowest responsive bidder at $116,589 including applicable sales tax. This amount is within the engineer's estimate. The City has used Lake Washington Construction successfully in the past for smaller remodel projects. FISCAL IMPACT Construction to replace damaged siding and install protective flashing at designated areas at the TCC will cost $116,589.00. With a 10% contingency of $11,658.90, total project costs are $128,247.90. Attached is the 2020 Active Project spreadsheet with the current 303 Fund budget designations. RECOMMENDATION Council is being asked to approve the short form contract with Lake Washington Construction, LLC for the TCC Siding Repairs Phase III Project in the amount of $116,589.00 and to consider this item at the July 13, 2020 Committee of the Whole and subsequent July 20, 2020 Regular Council Meeting. Attachments: 2020 Active Project spreadsheet Short form contract for construction services with exhibit hitps://tukwilawa.sharepoint.com/sites/publlcworks/engineering/PW Drop Box/01 TIC Agenda/Agenda Items/TIC 07-06-2020/TCC Siding Contract/1. Info Memo TCC Siding III Lake WA 06262020.docx 7 Project Fund No. Project Status 2020 CIP Projects 103, 104, & 303 Funds A B City Funding Funding 2020 Budget C D E F G H I Grant/ 2020 Phase 1 & II 103 Fund Dedicated Rev Expenditures Committed Reductions Balance Policy Decision Council Funding to Date for 2020 5/11/2020 Reduction Go / No Go? Decision 103 Fund - Residential Streets $ 24,102 $ 353,898 1 103 99410303 42nd Ave S Phase III Physically completed, final payments City $ 378,000 2 103 99110301 53rd Ave S Utility undergrounding, Comcast next Grant Funded 399,000 120,140 278,860 3 103 Various (3) Safe Routes to School Projects Not started, seeking grants, no $ to date Grant Funded $ 5,301,000 4 103 81910301 Traffic Calming On hold due to negative fund balance City 400,000 9,564 53,504 $ 350,000 5 103 Interfund Loan Repayment Covers SCL expenditures for 42 & 53 City 1 1 336,932 Total 103 Fund $ 1,177,000 104 Fund - Arterial Streets $ 153,806 $ 1,023,194 $ 350,000 6 104 104 Wages & Benefits Ongoing staff expenses City $ 485,383 $ 93,471 $ 391,912 7 104 98610403 Strander Blvd Extension Closed, final 2020 grant reimbursement City 147,362 $ 475,000 622,362 8 104 99310410 West Valley Hwy Design funds only, underway Grant Funded 600,000 60,237 539,763 9 104 91310407 BAR Bridge over Airport Way Construction awarded 5/4/20 Grant Funded - 2,614,000 17,861 2,596,139 10 104 91810404 42nd Ave S Bridge Replacement In-depth bridge inspection City 39,884 39,884 11 104 91810404 42nd Ave S Bridge Replacement 30% Design proposals due 5/19/20 City/WM tax 320,000 680,000 $ 1,000,000 12 104 9030404 S 144th St Bridge - Sidewalks Not started, seeking grants, no $ to date Grant Funded - 227,000 13 104 92010401 Overlay & Repair 2020 Design underway, ready to bid, on hold City 1,400,000 128,453 71,547 $ 1,200,000 14 104 82010403 Traffic Counts 2020 Ongoing, contract began 1/1/20 City 18,750 3,300 15,450 15 104 92010402 Bridge Inspections 2020 4 legally required bridge inspections City 196,000 93,000 2,252 49,444 16 104 91710406 S 196th St/200th St Br Repair Completed, retainage to be paid City 1,304 16,000 17 104 91610407 S 119th St Pedestrian Bridge Painting of pedestrian bridge on hold City 200,000 $312k for 18 104 91510405 ADA Improvements ADA ramps at 53, 58, on hold w/ Overlay City 50,000 50,067 reduced 19 104 82010404 Annual Traffic Signal Ongoing, reduced by 50%, deferred maint. City 125,000 2,549 59,951 62,500 2020 20 104 11301302 Wetland & Envir Mitigation Ongoing, required by permit City 40,000 16,219 23,781 r Overlay Repai& 21 104 82010405 Transp Element of the Comp Plan Not started, required by GMA, due by 2021 City 400,000 400,000 (6/i/20TIC) 22 104 82010406 Walk & Roll Update not started, on hold City 75,000 75,000 23 104 81710404 TIB Channelization Study Study completed, $25k balance remaining City 25,000 25,00 24 104 Park Impact Fees Transfer to 301 Housekeeping transfer from 104 to 301 City 1,009,000 1,009,000 Total 104 Fund $ 4,331,379 $ 4,462,000 303 Fund - Facilities $ 325,646 $ 5,835,232 $ 1,200,000 $ 1,432,500 25 Beginning Fund Balance Drawdown of fund balance $ 656,000 27 303 91930304 6300 Dry Fire Sprinkler System Completed City 30,000 $ 30,000 28 303 91630305 TCC Siding Repairs 2 quotes, to TIC 7/6/2020 City 200,000 $ 128,248 303 91630305 TCC Siding Repairs -Savings Savings from bids City 71,752 303 91630304 City Hall Siding Repairs No started City 100,000 $ 100,000 29 303 82030301 2020 Facilities Study/Seismic RFPs in, not started City 300,000 110,000 190,000 Total 303 Fund $ 630,000 $ 30,000 $ 128,248 $ 210,000 $ 261,752 Total 1 $ 1,694,252 Lines 3 & 12, not added in totals as completely grant funded and no grants to date. Dedicated revenues include REET, Parking tax, & MVFT Grant funded Line 11, Solid Waste Utility tax revenue may be reduced due to COVID-19 https.//tukwilawa.sharepoint.com/sites/publicworks/engineering/Shared Documents/Active 2020 Projects.Asx 86/30/2020 City of Tukwila Contract Number: 6200 Southcenter Boulevard, Tukwila WA 98188 CITY OF TUKWILA Short Form Contract Contractor/ Vendor Name: LAKE WASHINGTON CONSTRUCTION LLC. Project No. 91630305 W/O # 28586 Address: 12819 SE 38T" ST. SUITE 504 BELLEVUE, WA 98006 Budget Item: 303.98.594.180.48.00 Telephone: (206) 228-2708 Project Name: TCC SIDING REPAIRS PHASE III Please initial all attachments, then sign and return copies one and two to: City of Tukwila, FACILITIES Department, 6200 Southcenter Boulevard, Tukwila, Washington 98188. Retain copy three for your records until a fully executed copy is returned to you. AGREEMENT This Agreement, made and entered into this day of JUNE 2020, by and between the City of Tukwila, hereinafter referred to as "City", and LAKE WASHINGTON CONSTRUCTION LLC, hereinafter referred to as "Contractor." The City and the Contractor hereby agree as follows: SCOPE AND SCHEDULE OF SERVICES TO BE PERFORMED BY CONTRACTOR. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. TIME OF COMPLETION. The work shall be commenced NO SOONER THAN AUGUST 1, 2020 and be completed no later than DECEMBER 31, 2020. 3. COMPENSATION AND METHOD OF PAYMENT. The City shall pay the Contractor for services rendered according to the rate and method set forth on herein by this reference. The total amount to be paid agreement of the parties. Exhibit A attached hereto and incorporated 'iall not exceed $116,589 except by written 4. CONTRACTOR BUDGET. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 5. PAYMENTS. The City shall make payments on account of the contract AS INVOICED BY CONTRACTOR AS SECTIONS ARE COMPLETED AS INDICATED IN EXHIBIT A. 6. ACCEPTANCE AND FINAL PAYMENT. Final payment shall be due 10 days after completion of the work, provided the contract is fully performed and accepted. 7. CONTRACT DOCUMENTS. The contract includes this Agreement, Scope of Work and Payment Exhibit. CA revised May 2020 Page 1 9 The intent of these documents is to include all labor, materials, appliances and services of every kind necessary for the proper execution of work, and the terms and conditions of payment therefore. The documents are to be considered as one, and whatever is called for by any one of the documents shall be as binding as if called for by all. The Contractor agrees to verify all measurements set forth in the above documents and to report all differences in measurements before commencing to perform any work hereunder. 8. MATERIALS, APPLIANCES AND EMPLOYEES. Except as otherwise noted, the Contractor shall provide and pay for all materials, labor, tools, water, power and other items necessary to complete the work. Unless otherwise specified, all material shall be new, and both workmanship and materials shall be of good quality. Contractor warrants that all workmen and subcontractors shall be skilled in their trades. 9. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all surveys unless otherwise specified. Permits and licenses necessary for the execution of the work shall be secured and paid for by the Contractor. Easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City unless otherwise specified. The Contractor shall comply with all laws and regulations bearing on the conduct of the work and shall notify the City in writing if the drawings and specifications are at variance therewith. 10. PROTECTION OF WORK, PROPERTY AND PERSONS. The Contractor shall adequately protect the work, adjacent property and the public and shall be responsible for any damage or injury due to any act or neglect. 11. ACCESS TO WORK. The Contractor shall permit and facilitate observation of the work by the City and its agents and public authorities at all times. 12. CHANGES IN WORK. The City may order changes in the work, the contract sum being adjusted accordingly. All such orders and adjustments shall be in writing. Claims by the Contractor for extra cost must be made in writing before executing the work involved. 13. CORRECTION OF WORK. The Contractor shall re -execute any work that fails to conform to the requirements of the contract and that appears during the progress of the work, and shall remedy any defects due to faulty materials or workmanship which appear within a period of one year from date of completion of the contract and final acceptance of the work by the City unless the manufacturer of the equipment or materials has a warranty for a longer period of time, which warranties shall be assigned by Contractor to City. The provisions of this article apply to work done by subcontractors as well as to work done by direct employees of the Contractor. 14. OWNER'S RIGHT TO TERMINATE CONTRACT. Should the Contractor neglect to execute the work properly, or fail to perform any provision of the contract, the City, after seven days' written notice to the contractor, and his surety, if any, may without prejudice to any other remedy the City may have, make good the deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contract or, at the City's option, may terminate the contract and take possession of all materials, tools, appliances and finish work by such means as the City sees fit, and if the unpaid balance of the contract price exceeds the expense of finishing the work, such excess shall be paid to the Contractor, but if such expense exceeds such unpaid balance, the Contractor shall pay the difference to the City. 15. PAYMENTS. Payments shall be made as provided in the Agreements. Payments otherwise due may be withheld on account of defective work not remedied, liens filed, damage by the Contractor to others not adjusted, or failure to make payments properly to the subcontractors. 16. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, CA revised May 2020 Page 2 10 representatives, employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products -completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products -completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain or be endorsed to contain that they shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining CA revised May 2020 Page 3 11 the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public Entity is an additional insured on each and every Subcontractor's Commercial General liability insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business -days' notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. 17. PERFORMANCE BOND. The Contractor shall furnish to the City prior to start of construction a performance bond at 100% of the amount of the contract and in a form acceptable to the City. In lieu of bond for contracts less than $25,000, the City may, at the Contractor's option, hold 5% of the contract amount as retainage for a period of 30 days after final acceptance or until receipt of all necessary releases from the Department of Revenue and the Department of Labor and Industries and settlement of any liens, whichever is later. 18. LIENS. The final payment shall not be due until the Contractor has delivered to the City a complete release of all liens arising out of this contract or receipts in full covering all labor and materials for which a lien could be filed, or a bond satisfactory to the City indemnifying the City against any lien. 19. SEPARATE CONTRACTS. The City has the right to execute other contracts in connection with the work and the Contractor shall properly cooperate with any such other contracts. 20. ATTORNEYS FEES AND COSTS. In the event of legal action hereunder, the prevailing party shall be entitled to recover its reasonable attorney fees and costs. 21. CLEANING UP. The Contractor shall keep the premises free from accumulation of waste material and rubbish and at the completion of the work, shall remove from the premises all rubbish, implements and surplus materials and leave the premises clean. 22. INDEMNIFICATION. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 23. PREVAILING WAGES. The Contractor shall pay all laborers, workmen and mechanics the prevailing wage and shall file the required "Statement of Intent to Pay Prevailing Wages" in conformance with RCW 39.12.040. 24. DISCRIMINATION PROHIBITED. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the CA revised May 2020 Page 4 12 presence of any disability in the selection and retention of employees or procurement of materials or supplies. 25. ENTIRE AGREEMENT; MODIFICATION. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. 26. SEVERABILITY AND SURVIVAL. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 27. NOTICES. Notices to the City of Tukwila shall be sent to the following address: City Clerk, City of Tukwila 6200 Southcenter Blvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 28. APPLICABLE LAW; VENUE; ATTORNEY'S FEES. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. IN WITNESS WHEREOF, the parties hereto executed this Agreement the day and year first above written. CITY OF TUKWILA By: Signature By: Signature Printed Name: Allan Ekberg, Mayor Printed Name: Date: ATTEST/AUTHENTICATED: City Clerk, Christy O'Flaherty APPROVED AS TO FORM: Office of the City Attorney Title: Date: CA revised May 2020 Page 5 13 Lake Washington Construction LLC 12819 SE 38th St Suite 504 Bellevue, WA 98006 Phone # 206-228-2708 lkwaconstructior&-gmail.com Name / Address City of Tukwila Mike Sodon 124 42nd Ave Tukwila Estimate Date Estimate # jI 5/26/2020 1344 — 4 Project Description Qty Rate Total ' Re -Build corners in front of building (near Play area) to include: 2 5,118.00 10,236.00T Demo siding, band board and corner trim boards, Inspect for damage. Install new band board aprox 8 feet, new corner boards (1x6x8) 2 each, Install new bottom trim board (1x6x4) 2 each Extend flashing in areas as needed Remove gutters and down spouts/as needed to install roof to wall (Kick out flashing) and re -install gutter Install vapor barrier and aprox 200 feet of cedar siding, caulk and make paint ready Prime and paint entire bump out Fire Side Lounge 1 2,445.00 2,445.00T Replace corner trim, band board and flashing as needed. Install Metal cap on 2 exposed beams Social halt Replace trim around windows on bump out As needed. Total Page 1 w l i Y1 Cwde "14 b' \ Lake Washington Construction LLC 12819 SE 38th St Suite 504 Bellevue, WA 98006 Phone# 206-228-2708 lkwaconstructiai@gmail.com Name / Address City of Tukwila Mike Sodon 124 42nd Ave Tukwila Description Replace corners on (4) bump out on backside of building to include: New 13 inch band board aprox 12 feet long New 9 inch corner board aprox 40 feet total, new bottom trim board 12 inches wide by 12 total feet Remove downspouts and gutter on both sides of bump out, install new siding 60 In feet total and re -install downspouts and gutters Prime and paint entire bump out 2ty 4 Total Estimate Date Estimate # 5/26/2020 II 1344 I Project Rate Total 5,336.00 21,344.00T r Page 2 15 Lake Washington Construction LLC 12819 SE 38th St Suite 504 Bellevue, WA 98006 Phone # 206-228-2708 lkwaccixtruction@gmail.com Name / Address City of Tukwila Mike Sodon 124 42nd Ave Tukwila Estimate Date Estimate # 5/26/2020 13,44 Project Description Qty Rate Total Siding on backside of building to include: 11,875.00 11,875.00T 2 new corner board 1x6x8 feet long Replace fascia board on gable 2 pieces 30 feet long Replace 1x6 trim board under windows 16 feet long Replace horizontal fascia board at 2 locations total of 100 feet Replace aprox 12 feet of board and bat siding near social hall, bondo area of bird holes Replace 4 feet of board and bat siding to the right of the maintenance door Re nail board and bat siding as needed near banquet hall. Rebuild corners on bump out near Rec office to include 12 feet of band board, 22 feet of 9 inch corner board, 22 feet 6.5 inch corner board Extend flashing in several locations including adding flashing on band board Detach gutter and downspout on both sides, flash as needed. Install 60 feet of new siding Paint entire bump out Total Page 3 16 Lake Washington Construction LLC 12819 SE 38th St Suite 504 Bellevue, WA 98006 Phone # 206-228-2708 lkwaconstruction@gmail.com Name / Address City of Tukwila Mike Sodon 124 42nd Ave Tukwila Estimate Date I Estimate # 5/26/2020 I 1344 Project Description Qty Rate Total New Items added' 4,675.00 4,675.00T Replace all of the siding on "Dog house' on roof in back of the building. and Paint all newly installed siding Replace additional 5/4x6 soffit trim boards (under the fascia) up to 60 In ft It is evident there is sheeting and framing damage around windows, 3,500.00 3,500.00T contingency money to cover this Misc Material costs, including paint, adhesives and sealant, and 750.00 750.00T sundries Debris removal and dump fee. 900.001 900.00T This Includes the use of Premium grade Primed spruce for the trim wood The costs have been updated to include the paying of prevailing wage. This Project timeline is 20 working days but may be delayed due to weather. A deposit of 3M will be required on or before the start date. The balance will should be paid within 7 working days of completion Sales Tax 10.00% 1 5,572.50 y OS Total $61,297.50 Page 4 17 Lake Washington Construction LLC 12819 SE 38th St Suite 504 Bellevue, WA 98006 Phone # 206-228-2708 lkwaconstruction@gmail.com Name / Address City of Tukwila Mike Sodon 124 42nd Ave Tukwila Estimate Date ( Estimate # I 5/26/2020 1345 I Project Description Qty Rate Total Gymnasium: 8,545.00 8,545.00T Back side (south) Demo Trellis structure on backside of gym and patch holes from the beams. (this structure is not repairable and is a safety concern.) Replace up to 5 sheets of T111 and bat boards, re nail loose boards Paint newly installed siding boards and trim West facing (back) Gable wall I 1 6,750.001 6,750.00T Replace up to 6 sheets of T111 and bat boards, re nail loose boards Paint newly installed siding boards and trim This will require some building of temporary scaffold and is included in the price. Front side (north east wall) only Gym side wall above (racquetball 9,750.00 9,750.00T court) Reside north wall with T111 board and bat siding aprox 1440 sq feet. Paint Newly installed boards Total — Page 1 18 Lake Washington Construction LLC 12819 SE 38th St Suite 504 Bellevue, WA 98006 Phone # 206-228-2708 lkwaconstruction@gmail.com Name / Address City of Tukwila Mike Sodon 124 42nd Ave Tukwila Description �Qty East facing gable wall Replace up to 5 sheets of T111 and bat boards, re nail loose boards Remove Trellis structure on eastside of building and patch holes. (this structure is not repairable and is a safety concern.) Paint newly installed siding, Materials: siding, trim wood, other misc building materials Boom lift, scaffold and other rentals Debris removal/ dumpster The costs have been updated to include the paying of prevailing wage. This Project timeline is 23 working days but may be delayed due to weather. A deposit of 30% will be required on or before the start date. The balance will should be paid within 7 working days of completion Sales Tax Estimate Date Estimate # 1 5/26/2020 I 1345 Project Rate Total 8,565.00 8,565.00T 10,575.001 I 10, 575.00T 4, 500.00 , 4, 500.00T 1,580.00� 1,580.00T 10.00% j 5,026.50 61 Total $55,291.50 Page 2 19