HomeMy WebLinkAbout21-087 - Central Puget Sound Regional Transit Authority - West Valley Highway/Longacres Way ProjectDocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
21-087
Council Approval 5/17/21
SYSTEM ACCESS FUND PROJECT AGREEMENT
BETWEEN THE CITY OF TUKWILA AND THE CENTRAL PUGET SOUND
REGIONAL TRANSIT AUTHORITY FOR
T1 h1 WILA STATION NON -MOTORIZED CONNECTIVITY & SAFETY
GA 0188-20
This Agreement, made and entered into on 8/18/2021 , between the City of Tukwila
(hereinafter "City"), and the Central Puget Sound Regional Transit Authority, (hereinafter "Sound
Transit");
WHEREAS, t he Sound T ransit 3 ("ST3") hi gh c apacity transit s ystem e xpansion pl an was
approved by the voters in November 2016 and includes a $100 million System Access Program to
"fund such projects as safe sidewalks and protected bike lanes, shared use paths, improved bus -
rail integration, and new pick-up and drop-off areas that provide convenient access so that more
people can use Sound Transit services;"
WHEREAS, Sound Transit opened the System Access Fund 2019 C all for Projects in February
2019 and subsequently evaluated applications from local governments against evaluation criteria
identified by the Sound Transit Executive Committee;
WHEREAS, at the conclusion of the public comment period and online open house in August
2019, the Sound Transit Board of Directors approved 30 applications from 27 local governments
on September 26, 2019;
WHEREAS, Sound Transit and the City have a joint interest in delivering on components of the
Tukwila S tation N on -Motorized C onnectivity an d S afety P roject, ( hereinafter t he "P roject"),
which was duly approved by the Sound Transit Board as part of the System Access Program by
virtue of M2019-97;
NOW T HEREFORE, i n c onsideration o f t he t erms, c onditions, c ovenants, and pe rformances
contained herein, or attached and incorporated and made a part hereof, it is mutually agreed as
follows:
1. GENERAL
1.1 Purpose. The intent of this Agreement is to establish the terms and conditions for the eligible
work to be performed for the Project during the duration of this Agreement. Attached hereto
as Exhibit A, is the Scope of Work and Deliverables, which outlines the activities, products
and general capital improvements eligible for funding by Sound Transit, as presented to Sound
Transit in the City's application for Project funding. Funds may be expended on eligible
elements listed in Exhibit A up to the not to exceed amount outlined in Section 1.2 below.
System Access Fund Project Agreement Page 1 of 25
GA 0188-20
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
1.2. Agreement Not -to -Exceed Amount. The total amount of the Agreement shall not exceed
$2,064,000. No payments will be made in excess of the established not -to -exceed amount
according to the Project Description outlined in Section 2.1 below.
The funding amount provided by Sound Transit does not include federal funding.
2. PROJECT DESCRIPTION
2.1. The P roject el ements i nclude 1) a r apid rectangular flash b eacon o n L ongacres Way a t
Interurban Trail, 2) pedestrian and bicycle improvements on Longacres Way from Tukwila
Station to SR 181, and 3) a pedestrian signal on SR 181 near the pedestrian -bicycle bridge, as
identified in Exhibit A, Scope of Work and Deliverables. Sound Transit funding will support
one Phase:
2.1.1. Construction Phase. The City will construct the Project. To be reimbursed for the
Construction Phase, the City must provide the following: 1) Exhibit B, Final Design
Plans, 2) Exhibit C, Project Funding Plan; 2) Exhibit D, Funding Certification Letter
for t he C onstruction Phase; 3) Exhibit E, P roject S chedule; 4 ) Exhibit F,
Environmental Review Certification; 5) Exhibit G, ROW Certification; 6) Exhibit
H, Engineer's Estimate
3. PROJECT MANAGEMENT
3.1. Designated Representatives. The City and Sound Transit have designated formal points of
coordination for this Agreement. The Designated Representatives shall communicate
regularly to discuss the status of the tasks to be performed, to identify upcoming decisions
related to the Project, to provide any information or input necessary to inform those
decisions, and to resolve any issues or disputes related to the Project consistent with this
Agreement.
The Designated Representatives are:
CITY
Cyndy Knighton
Senior Program Manager -
Transportation
6200 Southcenter Blvd
Tukwila, WA 98188
(206) 431-2450
Cyndy.Knighton@TukwilaWA.gov
The Parties may change designated representatives by written notice to the other Party during
the term of the Agreement.
SOUND TRANSIT
Alex Krieg
Deputy Director, Planning & Integration
401 S Jackson St
Seattle WA 98104
206-903-7663
Alex.Krieg@soundtransit.org
3.2. Reporting Requirements. The City is required to submit a Quarterly Progress Report to Sound
Transit's Designated Representative to include the below elements (Exhibit I: Template for
System Access Fund Project Agreement
GA 0188-20
Page 2 of 25
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
Reporting Requirements). The report may include supporting documentation (photos, City
documentation, financial information, etc.).
3.2.1. Project Update. Status of major activities in the reporting period, both current and
upcoming.
3.2.2. Assessment of on-going risks. The City will notify Sound Transit of any issues that
may affect the Project Schedule and overall implementation of the Project.
3.2.3. Project F unding. S ummary o f e xpenditures dur ing r eporting pe riod, and ex pected
expenditures in the subsequent reporting period.
3.3. Eligible Costs. Eligible costs include actual costs identified in Exhibit A, Scope of Work and
Deliverables.
3.4. Additional Project Funding. The Not -to -Exceed funding amount in Paragraph 1.2 represents
approximately thirteen percent (13%) of the total Project cost. The City is responsible for
obtaining the balance of the Project funding described in the Funding Plan attached as Exhibit
B.
3.5. Project Schedule. The parties agree to the project schedule identified in Exhibit E, Project
Schedule. The City shall complete all work and deliverables of the Project before one year
after the expected project completion date shown in Exhibit E, Project Schedule, unless
otherwise mutually agreed in writing by both Parties. The City is responsible for notifying
Sound Transit of any material changes to the Project Schedule and rationale for the change in
writing as part of its quarterly reporting requirements.
3.6. City Work. The City is solely responsible for the environmental review, design, permitting,
construction, project and construction management of all applicable Project elements
including, but not limited to, procurement and construction administration. The City is
responsible for all costs relating to the operations or maintenance of service and capital
improvements related to the Project upon its completion. The City will be the owner of the
completed Project. Sound Transit is not responsible for funding any service operations or for
maintenance of any improvements implemented under this Agreement.
3.7. Signage. Any identification signage that is used during the Project shall identify Sound Transit
as a funding partner.
3.8. Project Closeout. Before payment of the final invoice, the City and Sound Transit will meet
to ensure final deliverables are complete per Exhibit A, Scope of Work and Deliverables.
4. INVOICING
4.1. The City will submit quarterly invoices and supporting documentation that align with the
Scope of Work and Deliverables for payment (See Exhibit J, Invoice Template). The
invoices must include the Sound Transit purchase order number provided by Sound Transit.
4.2. The City will submit its invoices with the required documentation, in two .pdf files, via email
to a(°_°otvn1,5payahk 'i)) otnthra �m�a.� _g. Invoices will be paid within thirty (30) calendar days
System Access Fund Project Agreement
GA 0188-20
Page 3 of 25
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
of Sound Transit's receipt of the invoice and acceptable and complete supporting
documentation.
4.3. The City agrees that within forty-five (45) calendar days of the City's acceptance of work for
each phase to submit a final (closing) invoice for that Phase.
4.4. If Sound Transit determines that an invoice lacks sufficient documentation to support
payment, Sound Transit will notify the City of its determination within fifteen (15) calendar
days of receipt of invoice and request that the City provide additional documentation. Sound
Transit may withhold payment of the invoice until supporting documentation is provided,
however such approval shall not be unreasonably withheld.
5. TERM, SUSPENSION, AND TERMINATION
5.1. Term. This Agreement shall take effect upon the last date of signature by the Parties as set
forth below. This Agreement shall remain in effect until 180 consecutive calendar days
following Project completion, unless extended by mutual written agreement of the Parties,
superseded by a future agreement, or suspended or terminated in accordance with this Section
5.
5.2. Termination by Sound Transit. Sound Transit may terminate this Agreement by written notice
under the following circumstances:
5.2.1. If work as defined in Exhibit A is not completed by one year after the expected project
completion date shown in Exhibit E, Project Schedule, unless otherwise agreed to by
the Parties.
5.2.2. If the City fails to make progress towards completing the Project and the City has not
provided adequate assurances of its desire or ability to complete the Project and
commence operations.
If the Agreement is terminated under this Section 5.2, the City shall reimburse Sound Transit
the full amount of all payments it made to the City under this Agreement within 90 (ninety)
calendar days of the date of termination. The City may ask for an extension of time to
complete the Project for good cause. Sound Transit's agreement to extend the completion will
not be unreasonably withheld.
5.3. Termination by Either Party. Either Party may terminate this Agreement for cause in the event
that the other Party fails to fulfill its material obligations under this Agreement in a timely
manner or breaches any material provision of this Agreement and the Dispute Resolution
Process has failed to reach resolution within the timelines described therein. The Party wishing
to terminate this Agreement for cause will provide the other Party with written notice of its
intent to terminate and will give the other Party an opportunity to correct the failure to perform
or breach within thirty (30) calendar days of the notice or within such longer period as may
be necessary in the event that correction cannot reasonably be accomplished within thirty (30)
System Access Fund Project Agreement
GA 0188-20
Page 4 of 25
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
calendar days. If the failure or breach is not corrected or cured, this Agreement may be
terminated by the aggrieved Party by giving ninety (90) calendar days' notice to the other
Party.
5.4. Except as provided in this Section, a termination by either Party will not extinguish or release
either Party from liability for costs or obligations existing as of the date of termination. Any
costs incurred prior to proper notification of termination will be borne by the Parties in
accordance with the terms of this Agreement.
6. INDEMNITY
6.1. To the maximum extent permitted by law, the City will hold harmless from, and indemnify
and defend Sound Transit (including its board members, officers, directors and employees)
(the "Indemnified Parties") from and against any and all claims, demands, losses, lawsuits,
actions, or liability of any kind or nature, arising out of or relating to the City's design,
construction, maintenance or operation of the Project, including claims by the City's
employees. THE CITY SPECIFICALLY ASSUMES POTENTIAL LIABILITY FOR
ACTIONS BROUGHT BY THE CITY'S OWN EMPLOYEES OR FORMER
EMPLOYEES AGAINST ANY INDEMNIFIED PARTY, AND FOR THAT PURPOSE
THE CITY SPECIFICALLY WAIVES ALL IMMUNITY AND LIMITATIONS ON
LIABILITY UNDER THE WORKERS COMPENSATION ACT, RCW TITLE 51, OR
ANY INDUSTRIAL INSURANCE ACT, DISABILITY BENEFIT ACT OR OTHER
EMPLOYEE BENEFIT ACT OF ANY JURISDICTION THAT WOULD
OTHERWISE BE APPLICABLE IN THE CASE OF SUCH CLAIM. THIS
INDEMNITY OBLIGATION SHALL NOT BE LIMITED BY ANY LIMITATION ON
THE AMOUNT OR TYPE OF DAMAGES, COMPENSATION OR BENEFITS
PAYABLE BY OR FOR THE CITY OR A CONTRACTOR UNDER WORKERS'
COMPENSATION, DISABILITY BENEFIT OR OTHER EMPLOYEE BENEFITS
LAWS. THE CITY RECOGNIZES THAT THIS WAIVER WAS SPECIFICALLY
ENTERED INTO AND WAS THE SUBJECT OF MUTUAL NEGOTIATION.
PROVIDED, HOWEVER, THE CITY'S WAIVER OF IMMUNITY BY THE
PROVISIONS OF THIS PARAGRAPH EXTENDS ONLY TO CLAIMS AGAINST
THE CITY BY SOUND TRANSIT, AND DOES NOT INCLUDE, OR EXTEND TO,
ANY CLAIMS BY THE CITY'S EMPLOYEE(S) DIRECTLY AGAINST THE CITY.
The foregoing indemnity applies only to the extent of the City's negligence.
6.2. The City further agrees to assume the defense of the Indemnified Parties with legal counsel
acceptable to Sound Transit, whose acceptance shall not be unreasonably withheld, in all legal
or claim proceedings arising out of, in connection with, or incidental to the City's work or that
of its contractors, subcontractors of any tier, suppliers, consultants and sub -consultants. The
City shall pay all defense expenses, including attorney's fees, expert fees, and costs incurred
directly or indirectly on account of such litigation or claims, and shall satisfy any judgment
rendered in connection therewith. The City may settle any suit, claim, action cost, loss penalty
or damages, subject to the approval of Sound Transit, whose approval shall not be
unreasonably withheld, if such settlement completely and forever extinguishes any and all
liability of the Indemnified Parties. In the event of litigation between the Parties hereto to
System Access Fund Project Agreement
GA 0188-20
Page 5 of 25
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
enforce the rights under this provision, reasonable attorney fees shall be allowed to the
prevailing party.
6.3. Each Party agrees to bear full responsibility for any and all tax liabilities owed that may arise
in relation to this Agreement, and each Party will fully indemnify and hold the other Party, its
officers, agents and employees harmless from any tax liability owed by the other Party arising
from or related to the transactions set forth herein, including, but not limited to, any taxes,
penalties, fines, and/or interest that are assessed by any tax authority against the indemnifying
Party and further including all attorneys' fees and costs incurred in response to any claims or
assessments by any tax authority against indemnifying Party, its officers, agents and
employees.
6.4. The obligations in this Section will survive termination or completion of this Agreement as to
any claim, loss or liability arising from events occurring prior to such termination or
completion.
7. AUDITS
7.1. Each Party will maintain accounts and records, including contract and financial records that
sufficiently and properly reflect all direct and indirect costs of any nature expended for work
performed under this Agreement so as to ensure proper accounting for all monies paid to the
City by Sound Transit. These records will be maintained for a period of six (6) years after
termination or expiration of this Agreement unless permission to destroy the records is granted
by the Office of the Archivist pursuant to RCW Chapter 40.14 and agreed to by the Parties.
7.2. The City will make all Project records available for Sound Transit inspection upon prior
reasonable written request. Audits may be performed by Sound Transit or its independent
public accountants to ensure compliance with and enforcement of this Agreement. Should the
audit determine that funds from Sound Transit have been used for expenses that were
ineligible, then Sound Transit shall provide a copy of the auditor's determination to the City.
If the City agrees with the determination, then the City will reimburse Sound Transit the
amounts found to have been ineligible. If the City disputes the auditor's determination, then
the matter shall be referred to the Dispute Resolution Process set forth in Section 9.
8. INSURANCE
8.1. Coverage. During the construction phase of any eligible elements within the Project, the
City shall provide primary insurance coverage in the amounts that it deems necessary for
construction projects of similar size and cost. If the City is self-insured, it shall provide to
Sound Transit's risk manager a certificate of self-insurance. The City shall require their
contractor(s) and sub -contractors to obtain and maintain insurance in amounts and types
suitable to protect Sound Transit and the City from exposures presented by the work
performed under this Agreement. The minimum insurance requirements during the entire
term of this Agreement are set forth below:
System Access Fund Project Agreement
GA 0188-20
Page 6 of 25
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
a) Commercial General Liability in the amount of two million dollars ($2,000,000) each
occurrence limit, two million dollars ($2,000,000) general aggregate limit, covering bodily
injury including death, personal injury, property damage, Employers' Liability and
contractual coverage endorsements, and utilize insurers and coverage forms acceptable to
Sound Transit.
b) Commercial Auto Liability coverage for bodily injury and property damage utilizing
insurers and coverage forms acceptable to Sound Transit, with a limit of at least one million
dollars ($1,000,000) combined single limit.
c) Worker's Compensation insurance coverage, where applicable, shall comply with State of
Washington Labor and Industries requirements.
d) Builders Risk coverage will be the responsibility of all contractors and subcontractors.
e) Pollution Liability (if there is any potential environmental liability exposure) in the
amount of one million dollars ($1,000,000) each occurrence and two million dollars
($2,000,000) aggregate.
f) Professional Liability (if there is a potential professional liability exposure) in the amount
of one million dollars ($1,000,000) per claim.
8.2. Certificates. With the exception of self-insurance, certificates of insurance must name
Sound Transit as an "Additional Insured," and shall reference the number and title of this
Agreement. All insurance coverage obtained by the City or its contractors and
subcontractors must name Sound Transit, its officers and employees as "additional
insured's" and contain "severability of interest" (cross liability) provisions. The City's and
the contractor's insurance policies shall be primary to and not contributing with any
insurance or self-insurance that may be carried by Sound Transit and waive their right of
Subrogation against Sound Transit. Certificates of Insurance, including the Additional
Insured Endorsements, Waiver of Subrogation Endorsements and Primary and Non -
Contributory Endorsements, will be provided to Sound Transit before the start of any work
performed under this Agreement.
9. DISPUTE RESOLUTION
9.1. Any disputes or questions of interpretation of this Agreement or the performance of either
Party under this Agreement that may arise between Sound Transit and the City shall be
governed under the dispute resolution provisions in this Section 9. The Parties agree that
neither Party may take or join any action in any judicial or administrative forum to challenge
the other Party's performance under this Agreement until the dispute resolution process in this
Section 9 has been exhausted.
System Access Fund Project Agreement
GA 0188-20
Page 7 of 25
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
9.2. The Parties agree that cooperation and communication are essential to resolving issues
efficiently. The Parties agree to use their best efforts to prevent and resolve potential sources
of conflict at the lowest level possible.
9.3. Either Party may refer a dispute to the dispute resolution process by providing written notice
of such referral to the other Party's Designated Representative. The Parties agree to use their
best efforts to resolve disputes arising out of or related to this Agreement using good faith
negotiations by engaging in the following dispute resolution process should any such disputes
arise:
a. Level One - Sound Transit's Designated Representative and City's Designated
Representative shall meet to discuss and attempt to resolve the dispute in a timely
manner. If they cannot resolve the dispute within fourteen (14) calendar days after
referral of that dispute to Level One, either party may refer the dispute to Level Two.
b. Level Two - Sound Transit's Deputy Director of Planning & Integration, Office of
Planning & Innovation, and the City's Departmental Leads shall meet to discuss and
attempt to resolve the dispute in a timely manner. If they cannot resolve the dispute
within fourteen (14) calendar days after referral of that dispute to Level Two, either
Party may refer the dispute to Level Three.
c. Level Three - Sound Transit's Executive Director, Office of Planning & Innovation,
or Designee and the City's Department Directors or Designee shall meet to discuss
and attempt to resolve the dispute in a timely manner.
9.4. In the event the dispute is not resolved at Level Three within fourteen (14) calendar days after
referral of that dispute to Level Three, the Parties are free to file suit, seek any available legal
remedy, or agree to alternative dispute resolution methods such as mediation. At all times
prior to resolution of the dispute, the Parties shall continue to perform any undisputed
obligations and make any undisputed required payments under this Agreement in the same
manner and under the same terms as existed prior to the dispute. Notwithstanding anything in
this Agreement to the contrary, neither Party has any obligation to participate in mediation or
any other form of alternative dispute resolution following completion of Level Three of the
process described herein. A Party may decline to participate in such proceeding for any reason
or no reason.
10. LEGAL PROVISIONS
10.1. Warranties. By execution of this Agreement, both Parties warrant that they have the full
right and authority to enter into and perform this Agreement, and that by entering into or
performing this Agreement, they are not in violation of any law, regulation, or agreement;
and that the execution, delivery and performance of the Agreement has been duly authorized
by all requisite corporate action, and that the signatories hereto, which have signed on each
Parties behalf, are authorized to sign this Agreement.
System Access Fund Project Agreement
GA 0188-20
Page 8 of 25
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
10.2. No waiver. Neither Party will be relieved of its obligations to comply promptly with any
provision of this Agreement by reason of any failure by the other Party to enforce prompt
compliance, and such failure to enforce will not constitute a waiver of rights or acquiescence
in the other Party's conduct.
10.3. Costs. Each Party will be responsible for its own costs, including legal fees, incurred in
negotiating or finalizing this Agreement, unless otherwise agreed in writing by the Parties.
If either Party brings any claim or lawsuit arising from this Agreement, each Party will pay
all its legal costs and attorney's fees and expenses incurred in defending or bringing such
claim or lawsuit, including all appeals, in addition to any other recovery or award provided
by law; however, nothing in this paragraph will be construed to limit the Parties' rights to
indemnification.
10.4. Public Records. E ach Parry s hall be responsible for its own public records and public
records requests.
10.5. Notices. All notices required under this Agreement must be in writing and addressed to the
Designated Representative. All notices must be either: (i) delivered in person, (ii) deposited
postage p repaid in the certified mails of th e United States, return receipt requested, ( iii)
delivered by a nationally recognized overnight or same-day courier service t hat obtains
receipts, o r (iv) delivered electronically t o the other Parry's Designated Representative.
However, notice under Section 5, termination, must be delivered in person or by certified
mail, return receipt requested.
10.6. The parties may not unreasonably withhold requests for information, approvals or consents
provided for in this Agreement; provided, however, that approvals or consents required to
be gi ven by vot e of t he S ound Transit B oard o r t he City Council are r ecognized t o be
legislative a ctions. T he pa rties w ill t ake further actions and e xecute further doc uments,
either jointly or within their respective powers and authority, to implement the intent of this
Agreement. The City and Sound Transit will work cooperatively with each other to achieve
the mutually agreeable goals as set forth in this Agreement.
10.7. Time is of the essence in every provision of this Agreement. Unless otherwise set forth in
this Agreement, the reference to "days" shall mean calendar days unless otherwise noted.
Any reference to "working days" shall exclude any legal holidays and weekend days. If any
time for action occurs on a weekend or legal holiday, then the time period shall be extended
automatically to the next business day.
10.8. No j oint venture or partnership i s formed as a result of this Agreement. No employees,
agents or s ubcontractors of one P arty s hall be d eemed, or represent t hemselves t o be ,
employees of any other Party.
10.9. This Agreement has been reviewed and revised by legal counsel for both Parties and no
presumption or r ule t hat a mbiguity s hall be c onstrued a gainst t he P arty dr afting t he
System Access Fund Project Agreement
GA 0188-20
Page 9 of 25
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
document applies to the interpretation or enforcement of this Agreement. The Parties intend
this Agreement to be interpreted to the full extent authorized by applicable law.
10.10.This Agreement may be executed in several counterparts, each of which shall be deemed
an original, and all counterparts together shall constitute but one and the same instrument.
10.11. Severability. In case any term of this Agreement is held invalid, illegal, or unenforceable
in whole or in part, by a court of law, the Parties will reform the agreement to satisfy the
original intent of the Parties.
IN W ITNESS W HEREOF, e ach of t he P arties ha s e xecuted t his A greement by ha ving i is
authorized representative affix her/his name in the appropriate space below:
SOUND TRANSIT
oe®DocuSigned by:
�i�ti F&vtui
By.
`1AFBDE71EF67417...
Date: 8/18/2021
Approved as to form:
®DocuSigned by:
By: -�°
Sound �t'ransit Legal Counsel
CITY
By:
Key: 7,11.351DJUID07,,e0,120tleUa7,a3,1
Date: 06/09/2021
Approved as to form:
By:
City Legal Counsel
Exhibit List:
Exhibit A: Scope of Work and Deliverables
Exhibit B: Final Design Plans
Exhibit C: Project Funding Plan
Exhibit D: Funding Certification Letter for Construction Phase
Exhibit E: Project Schedule
Exhibit F: Environmental Review Certification
Exhibit G: ROW Certification
Exhibit H: Engineer's Estimate
Exhibit I: Template for Reporting Requirements
Exhibit J: Invoice Form
HP
System Access Fund Project Agreement
GA 0188-20
Page 10 of 25
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
Exhibit A: Scope of Work and Deliverables
The West Valley Highway/Longacres Way project will add an additional northbound through lane
on West Valley Highway (SR 181) between Strander Boulevard and S 156th Street.Sidewalks will
be added to the east side of the roadway where there are currently none. A wider, shared -use path
will replace the existing sidewalk on the west side of the roadway between Longacres Way and the
new sidewalks installed for the TUC Pedestrian -Bicycle Bridge. A new two-way cycle track will
be added to Longacres Way from West Valley Highway to the Tukwila Station along with new
street and pedestrian illumination. A new pedestrian signalized crossing of West Valley Highway
near the landing of the Pedestrian -Bicycle Bridge and a rapid flashing beacon will be added on
Longacres Way at the Interurban Trail crossing.
System Access Fund Project Agreement
GA 0188-20
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
Exhibit B: Final Design Plans
Include Bid -Ready Plans
Currently at 100% Review
80 11x17 plan sheets
Sound Transit notes that Final Design Plans are on file with both Parties
System Access Fund Project Agreement Page 12 of 25
GA 0188-20
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
Exhibit C: Project Funding Plan
The total project cost is estimated to be $5,172,883. The project is 100% funded with a combination of
funding from the Sound Transit System Access Fund, Transportation Improvement Board, Congestion
Mitigation and Air Quality (CMAQ), and the City of Tukwila.
The City of Tukwila has committed $489,883 and an additional $2,434,000 has been awarded from the
Transportation Improvement Board. Grants from the Federal CMAQ awarded $185,000, which included
$112,000 for the design of a sidewalk and bike path on Longacres Way (S 158th St). The Sound Transit
System Access Fund will complete the remaining project funding requirements with an allocation of
$2,064,000.
Expense
Design
$710,263
Construction Management
$464,285
Construction
3,998,335
Total Cost
,5,172,883
Funding Source
Sound Transit System Access Fund
$2,064,000
CMAQ Awarded (awarded)
$185,000
Transportation Improvement Board (awarded)
$2,434,000
City Revenue
$489, 883
Total Funding
,5,172,883
System Access Fund Project Agreement Page 13 of 25
GA 0188-20
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
Exhibit D: Funding Certification Letter for Construction Phase
System Access Fund Project Agreement
GA 0188-20
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
June 14, 2021
City of Tukwila
Allan Ekberg, Mayor
Public Works Department - Hari Ponnekanti, Director/City Engineer
Alex Krieg
Deputy Director, Access and Integration
Sound Transit
401 S Jackson Street
Seattle, Washington 982016
RE: Funding Certification
Dear Mr. Krieg:
The City of Tukwila hereby certifies that the construction phase of the West Valley Highway along Longacres
Way is fully funded. To date, the City has committed $935,392 in local funds to support this project. The total
estimated project cost and revenue sources for the construction phase are listed below:
Sound Transit System Access Fund $2,064,000
City Funds $447,927
Transportation Improvement Board $2,153,560
Total $4,665,487
The total project cost and revenue can be found on the City's Capital Improvement Plan in Appendix A.
The City is dedicated to providing safe and accessible systems for pedestrians and cyclists to reach regional transit
facilities. The construction of sidewalks and bike paths along West Valley Highway and Longacres Way will
address significant safety concerns and respond to the growing demand for nonmotorized transportation options in
the City.
Thank you for your generous support of the City of Tukwila. We greatly appreciate your partnership and hope to
continue to collaborate on projects that will leverage accessible, safe, and equitable transportation in Tukwila.
Sincerely,
C7/(LaA,c Shoe/e.g
Key: e67990a0clef269,1claS2acl,Sdoc12,0c1
Allan Ekberg
Mayor
6300 Sul C a q 6300 Saud°:cc tc µ Bouleaia µ'i Suite 100 I°°':kwala, INA 98.188 206-433-0179
Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433'-1800 • Website: TukwilaWA.gov
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
Exhibit E: Project Schedule
Key Milestone
Anticipated Date
Advertisement
October 19, 2021
Bid Opening
November 9, 2021
Contract Award
December 6, 2021
Notice to Proceed
March 2022
Substantial Completion
September 2022
Physical Completion
October 2022
Project Close-out
March 2023
System Access Fund Project Agreement Page 16 of 25
GA 0188-20
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
Exhibit F: Environmental Review Certification
The City of Tukwila, as lead agency for purposes of the State Environmental Policy Act (SEPA),
hereby certifies that the proposal described herein has undergone environmental review in
accordance with all applicable SEPA rules pursuant to Chapter 197-11 Washington
Administrative Code.
The City of Tukwila has completed the following project -level environmental review
documentation and submitted to Sound Transit for review:
❑ Letter of exemption from SEPA pursuant to WAC 197-11-800
Z SEPA Environmental Checklist/Determination of Non -significance (DNS) or Mitigated DNS
❑ Environmental Impact Statement
❑ SEPA Addendum
®Other: NEPA Categorical Exclusion, dated May 24, 2021
Signature of Authorized Local Government SEPA Responsible Official
G%Wa4_ta.%.%
06/14/2021
Elora 8o,.4e 00027 Ea-avffHreirtaI T a. r)
Sound Transit's office of Environmental Affairs and Sustainability has reviewed the provided
documents checked above and authorizes the following:
❑ Payment for construction (Design and Construction Agreements)
❑x Environmental approval to execute agreement for construction of project (Construction
OnlyAgreement)
System Access Fund Project Agreement Page 17 of 25
GA 0188-20
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
Exhibit G: ROW Certification
No ROW certification is required for this project.
No ROW was required to be acquired for the project.
System Access Fund Project Agreement
GA 0188-20
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
11144
Doi I'll"
111l111111111111!!!!! 1,1u„
July 27, 2021
City of Tukwila
Allan Ekberg, Mayor
Public Works Department - Hari Ponnekanti, Director/City Engineer
Alex Krieg
Deputy Director, Access and Integration
Sound Transit
401 S Jackson Street
Seattle, Washington 982016
RE: Right of Way Acquisition Certification
Dear Mr. Krieg:
The City of Tukwila hereby certifies that no Right of Way was acquired for the construction of the West Valley
Highway/Longacres Way project. All improvements will be made within the existing Right of Way.
The City of Tukwila is dedicated to providing safe and accessible systems for pedestrians and cyclists to reach
regional transit facilities. The construction of sidewalks and bike paths along West Valley Highway and
Longacres Way will address significant safety concerns and respond to the growing demand for nonmotorized
transportation options in the City.
Thank you for your generous support of the City of Tukwila. We greatly appreciate your partnership and hope to
continue to collaborate on projects that will leverage accessible, safe, and equitable transportation in Tukwila.
Sincerely,
outy66--
Cyndy Knighton
Senior Program Manager
\pwstoreApw conunon$\pw engAprojectsa- rw & rs projects west valley highway (99310410)102 - funding and finance grants sound transit contract- exhibit g row certification letter.docx
6300 Sul C a q 6300 Saud°:cc tc µ E'ouleaia µ'J Suite 100 I°°' .kwala, INA 98.188 206-433-0179
Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433'-1800 • Website: TukwilaWA.gov
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
Exhibit H: Engineer's Estimate
Engineer's Estimate to be provided from the Bid -Ready package
System Access Fund Project Agreement
GA 0188-20
Page 20 of 25
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
TranTech Engineering LLC
ENGINEER'S ESTIMATE
PROJECT: West Valley Highway
1-405 to Strander Blvd
CRP: 2019027
DATE: July 2021
ITEM UNIT STD. ITEM
NO. ITEM DESCRIPTION UNIT QUANTITY PRICE TOTAL NO.
1 MOBILIZATION L.S. 1.00 $204,800.00 $204,800.00 0001
2 RESOLUTION OF UTILITY CONFLICTS EST. 1.00 $15,000.00 $15,000.00 SP7700
3 UNEXPECTED SITE CHANGES EST. 1.00 $36,000.00 $36,000.00 7728
4 TEMPORARY EROSION & SEDIMENT CONTROL AND WATER POLLUTION PREVENTIOI L.S. 1.00 $6,000.00 $6,000.00 SP6556
5 SPCC PLAN L.S. 1.00 $2,400.00 $2,400.00 7736
6 TYPE B PROGRESS SCHEDULE L.S. 1.00 $10,000.00 $10,000.00 7003
7 REIMBURSEMENT FOR THIRD PARTY DAMAGE EST. 1.00 $3,000.00 $3,000.00 7725
8 ROADWAY SURVEYING L.S. 1.00 $75,000.00 $75,000.00 7038
9 CLEARING AND GRUBBING L.S. 1.00 $2,640.00 $2,640.00 0035
10 REMOVAL OF STRUCTURES AND OBSTRUCTION L.S. 1.00 $9,700.00 $9,700.00 0050
11 POTHOLING EST. 1.00 $18,000.00 $18,000.00 SP11012
12 REMOVING CEMENT CONC. SIDEWALK S.Y. 110.00 $75.00 $8,250.00 0100
13 REMOVING CEMENT CONC. CURB AND GUTTER L.F. 1,468.00 $18.00 $26,424.00 0108
14 REMOVING ASPHALT CONC. PAVEMENT S.Y. 1,000.00 $30.00 $30,000.00 0120
15 REMOVING PLASTIC LINE L.F. 9,740.00 $2.40 $23,376.00 0190
16 REMOVING PLASTIC TRAFFIC MARKING EACH 20.00 $120.00 $2,400.00 0200
17 REMOVING PLASTIC CROSSWALK LINE S.F. 544.00 $12.00 $6,528.00 0204
18 REMOVING SHAFT OBSTRUCTIONS EST. 1.00 $10,000.00 $10,000.00 0256
19 RECORD DRAWINGS L.S. 1.00 $15,000.00 $15,000.00 SP7701
20 CONTRACTOR'S DAILY DIARY L.S. 1.00 $13,200.00 $13,200.00 SP7702
21 ROADWAY EXCAVATION INCL. HAUL C.Y. 900.00 $72.00 $64,800.00 0310
22 EMBANKMENT COMPACTION C.Y. 80.00 $9.60 $768.00 0470
23 CRUSHED SURFACING TOP COURSE TON 120.00 $96.00 $11,520.00 5120
24 PLANING BITUMINOUS PAVEMENT S.Y. 2,310.00 $8.50 $19,635.00 5711
25 HMA CL. 1/2 IN. PG 58H-22 TON 279.00 $240.00 $66,960.00 5767
26 HMA FOR APPROACH CL. 1/2 IN. PG 58H-22 TON 60.00 $336.00 $20,160.00 5873
27 RELOCATE/ADJUST EXISTING UTILITY L.S. 1.00 $6,000.00 $6,000.00 SP7044
28 INLET PROTECTION EACH 71.00 $210.00 $14,910.00 6471
29 ADJUST VALVE BOX EACH 20.00 $660.00 $13,200.00 6243
30 STRUCTURE EXCAVATION CLASS A INCL. HAUL C.Y. 52.00 $78.00 $4,056.00 4006
31 GRAVEL BACKFILL FOR WALL C.Y. 16.00 $60.00 $960.00 4025
32 SHAFT- 36 IN. DIAMETER L.F. 86.00 $740.00 $63,640.00 4049
33 ST. REINF. BAR FOR BRIDGE LB. 780.00 $1.70 $1,326.00 4149
34 QA SHAFT TEST EACH 2.00 $7,500.00 $15,000.00 4160
35 CONC. CLASS 4000 FOR BRIDGE C.Y. 6.00 $1,200.00 $7,200.00 4322
36 SUPERSTRUCTURE - WEST VALLEY HIGHWAY PEDESTRIAN BRIDGE L.S. 1.00 $119,780.00 $119,780.00 SP5601
37 CEMENT CONC. SIDEWALK S.Y. 720.00 $144.00 $103,680.00 7055
38 CEMENT CONC. TRAFFIC CURB AND GUTTER L.F. 1,390.00 $54.00 $75,060.00 6700
39 MOUNTABLE CEMENT CONC. TRAFFIC CURB L.F. 193.00 $90.00 $17,370.00 6702
40 CEMENT CONC. PEDESTRIAN CURB L.F. 56.00 $54.00 $3,024.00 6707
41 CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A EACH 1.00 $4,200.00 $4,200.00 7058A
42 CEMENT CONC. CURB RAMP TYPE PERPENDICULAR B EACH 1.00 $4,200.00 $4,200.00 7058b
43 NEW DETECTABLE WARNING PATTERN EACH 1.00 $480.00 $480.00 SP11026
44 CEMENT CONC. DRIVEWAY ENTRANCE COMMERCIAL S.Y. 282.00 $180.00 $50,760.00 7059
45 PLASTIC LINE L.F. 11,649.00 $4.80 $55,915.20 6807
46 PLASTIC WIDE LANE LINE L.F. 519.00 $6.00 $3,114.00 6828
47 PLASTIC WIDE DOTTED ENTRY LINE L.F. 221.00 $7.80 $1,723.80 6847
48 PLASTIC CROSSWALK LINE S.F. 640.00 $14.40 $9,216.00 6857
49 PLASTIC STOP LINE L.F. 113.00 $30.00 $3,390.00 6859
50 PLASTIC CROSSHATCH MARKING L.F. 120.00 $9.60 $1,152.00 6822
51 PLASTIC TRAFFIC ARROW EACH 18.00 $480.00 $8,640.00 6833
52 PLASTIC DRAINAGE MARKING EACH 42.00 $120.00 $5,040.00 6881
53 PLASTIC TRAFFIC LETTER EACH 12.00 $180.00 $2,160.00 6871
54 TEMPORARY PAVEMENT MARKING -SHORT DURATION L.F. 15,200.00 $1.20 $18,240.00 6895
55 PERMANENT SIGNING L.S. 1.00 $12,000.00 $12,000.00 6890
56 TRAFFIC SIGNAL SYSTEM - WEST VALLEY HWY AND S 156TH ST L.S. 1.00 $27,000.00 $27,000.00 6912C
57 PORTABLE CHANGEABLE MESSAGE SIGN HR 32,112.00 $3.00 $96,336.00 6993
58 PROJECT TEMPORARY TRAFFIC CONTROL L.S. 1.00 $108,000.00 $108,000.00 6971
59 PEDESTRIAN TRAFFIC CONTROL L.S. 1.00 $18,000.00 $18,000.00 6869
60 CONTRACTOR PROVIDED UNIFORMED POLICE OFFICERS HOUR 40.00 $168.00 $6,720.00 SP6971
61 TRAFFIC CONTROL SUPERVISOR L.S. 1.00 $12,000.00 $12,000.00 6974
62 HIGH VISIBILITY SILT FENCE L.F. 186.00 $7.20 $1,339.20 6635
63 REPLACE FENCE L.F. 42.00 $102.00 $4,284.00 SP7085
64 DECORATIVE RAILING L.F. 54.00 $420.00 $22,680.00 SP11011
65 PSIPE- AGER RUBRUM 'BOWHALL', 2" CAL EACH 20.00 $330.00 $6,600.00 6552
66 PSIPE - FRANXINUS PENNSYLVANICA "URBANITE', 2" CAL. EACH 14.00 $330.00 $4,620.00 6552A
67 PSIPE CERCIDIPHYLLUM JAPONICUM', 2" CAL. EACH 8.00 $330.00 $2,640.00 65526
68 PSIPE - TILIA CORDATA 'CHANCOLE' OR 'DEGROOT', 2" CAL. EACH 11.00 $330.00 $3,630.00 6552C
69 PSIPE - ZELCOVA SERRATTA'GREEN VASE' OR 'VILLAGE GREEN', 2" CA EACH 5.00 $330.00 $1,650.00 6552D
70 PSIPE - CORNUS SERICEA 'KELSEYI', 2 GAL. EACH 30.00 $25.20 $756.00 6552E
71 PSIPE - GAULTHERIA SHALLON, 1 GAL. EACH 139.00 $25.20 $3,502.80 6552F
72 PSIPE - MAHONIA NERVOSA, 1 GAL. EACH 135.00 $18.00 $2,430.00 6552G
73 PSIPE - PHYSOCARPUS OPULIFOLIUS 'NANA', 5 GAL. EACH 24.00 $78.00 $1,872.00 65521
74 PSIPE - POLYSTICHUM MUNITUM, 1 GAL. EACH 103.00 $18.00 $1,854.00 6552J
75 PSIPE - VACCINIUM OVATUM, 5 GAL. EACH 18.00 $66.00 $1,188.00 6552L
76 PSIPE -ARCTOSTAPHYLOS UVA-URSI, 1 GAL. EACH 2,210.00 $14.40 $31,824.00 6552M
77 TOPSOIL TYPE A C.Y. 970.00 $66.00 $64,020.00 6391
78 TOPSOIL TYPE B C.Y. 910.00 $78.00 $70,980.00 6410
79 IRRIGATION SYSTEM L.S. 1.00 $30,000.00 $30,000.00 6071
80 MEDIUM BARK MULCH 2" DEPTH C.Y. 70.00 $84.00 $5,880.00 6580
81 HYDROSEED S.F. 2,413.00 $1.20 $2,895.60 6414
82 ROADSIDE CLEANUP EST. 1.00 $12,000.00 $12,000.00 7480
83 PROPERTY RESTORATION EST. 1.00 $12,000.00 $12,000.00 SP7480
84 GRAVITY BLOCK WALL S.F. 80.00 $80.00 $6,400.00 7164
85 REMOVE CATCH BASIN EACH 1.00 $1,000.00 $1,000.00 SP3031
86 GRATE INLET TYPE 2 EACH 1.00 $5,400.00 $5,400.00 1054
87 CATCH BASIN TYPE 1 EACH 13.00 $2,640.00 $34,320.00 3091
ESTIMATE Page 1 of 3
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
TranTech Engineering LLC
ENGINEER'S ESTIMATE
PROJECT: West Valley Highway
1-405 to Strander Blvd
CRP: 2019027
DATE: July 2021
ITEM UNIT STD. ITEM
NO. ITEM DESCRIPTION UNIT QUANTITY PRICE TOTAL NO.
88 CURB INLET EACH 2.00 $3,000.00 $6,000.00 SP3092
89 CATCH BASIN TYPE 1L EACH 1.00 $3,000.00 $3,000.00 3090b
90 CATCH BASIN TYPE 2 48 IN. DIAM. EACH 2.00 $6,240.00 $12,480.00 3105
91 PLAIN CONC. STORM SEWER PIPE 12 IN. DIAM. L.F. 409.00 $108.00 $44,172.00 3394
92 CORRUGATED POLYETHYLENE STORM SEWER PIPE 12 IN. DIAM. L.F. 608.00 $111.60 $67,852.80 3602
93 DUCTILE IRON SEWER PIPE 12 IN. DIAM. L.F. 47.00 $175.20 $8,234.40 3774
94 STRUCTURE EXCAVATION CLASS B INCL. HAUL C.Y. 330.00 $60.00 $19,800.00 7006
95 CONNECTION TO DRAINAGE STRUCTURE EACH 7.00 $1,800.00 $12,600.00 9605
96 ADJUST CATCH BASIN EACH 12.00 $900.00 $10,800.00 3100
97 ABANDON EXISTING MANHOLE EACH 3.00 $1,800.00 $5,400.00 7345
98 PLUGGING EXISTING PIPE EACH 1.00 $840.00 $840.00 7029
99 LOCKING SOLID METAL COVER AND FRAME FOR CATCH BASIN EACH 12.00 $1,200.00 $14,400.00 3110
100 SOLID LID FOR CATCH BASIN TYPE 1 EACH 2.00 $1,200.00 $2,400.00 SP3111
101 SOLID LID FOR STORM MANHOLE EACH 1.00 $1,200.00 $1,200.00 SP3112
102 GRATE FOR CATCH BASIN TYPE 1 EACH 7.00 $1,200.00 $8,400.00 SP3113
103 FILTERRA PEAK DIVERSION VAULT CONFIGURATION BIORETENTION SYSTEM EACH 2.00 $50,000.00 $100,000.00 3150SP
104 ADJUST JUNCTION BOX EACH 7.00 $600.00 $4,200.00 7043
TOTAL/SUBTOTAL $2,252,598.80
Schedule B - Urban Center Bridge to Sound Transit Station Active Transportation Improvements
ITEM UNIT STD. ITEM
NO. ITEM DESCRIPTION UNIT QUANTITY PRICE TOTAL NO.
105 MOBILIZATION L.S. 1.00 $108,000.00 $108,000.00 0001
106 RESOLUTION OF UTILITY CONFLICTS EST. 1.00 $9,120.00 $9,120.00 SP7700
107 UNEXPECTED SITE CHANGES EST. 1.00 $12,000.00 $12,000.00 7728
108 TEMPORARY EROSION & SEDIMENT CONTROL AND WATER POLLUTION PREVENTIOI L.S. 1.00 $3,648.00 $3,648.00 SP6556
109 SPCC PLAN L.S. 1.00 $1,368.00 $1,368.00 7736
110 TYPE B PROGRESS SCHEDULE L.S. 1.00 $2,400.00 $2,400.00 7003
111 REIMBURSEMENT FOR THIRD PARTY DAMAGE EST. 1.00 $1,200.00 $1,200.00 7725
112 ROADWAY SURVEYING L.S. 1.00 $25,000.00 $25,000.00 7038
113 REMOVAL OF STRUCTURES AND OBSTRUCTION L.S. 1.00 $2,400.00 $2,400.00 0050
114 REMOVING CEMENT CONC. SIDEWALK S.Y. 4,460.00 $75.00 $334,500.00 0100
115 REMOVING CEMENT CONC. CURB AND GUTTER L.F. 540.00 $18.00 $9,720.00 0108
116 REMOVING ASPHALT CONC. PAVEMENT S.Y. 170.00 $30.00 $5,100.00 0120
117 REMOVING PLASTIC LINE L.F. 1,460.00 $2.40 $3,504.00 0190
118 REMOVING PLASTIC TRAFFIC MARKING EACH 13.00 $120.00 $1,560.00 0200
119 RECORD DRAWINGS L.S. 1.00 $1,200.00 $1,200.00 SP7701
120 CONTRACTOR'S DAILY DIARY L.S. 1.00 $7,200.00 $7,200.00 SP7702
121 ROADWAY EXCAVATION INCL. HAUL C.Y. 206.00 $72.00 $14,832.00 0310
122 EMBANKMENT COMPACTION C.Y. 73.00 $9.60 $700.80 0470
123 CRUSHED SURFACING TOP COURSE TON 76.00 $96.00 $7,296.00 5120
124 PLANING BITUMINOUS PAVEMENT S.Y. 740.00 $8.50 $6,290.00 5711
125 HMA CL. 1/2 IN. PG 58H-22 TON 61.00 $240.00 $14,640.00 5767
126 HMA FOR APPROACH CL. 1/2 IN. PG 58H-22 TON 36.00 $336.00 $12,096.00 5873
127 INLET PROTECTION EACH 20.00 $210.00 $4,200.00 6471
128 CEMENT CONC. SIDEWALK S.Y. 644.00 $144.00 $92,736.00 7055
129 CEMENT CONC. TRAFFIC CURB AND GUTTER L.F. 583.00 $54.00 $31,482.00 6700
130 CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A EACH 1.00 $4,200.00 $4,200.00 7058A
131 CEMENT CONC. DRIVEWAY ENTRANCE COMMERCIAL S.Y. 221.00 $54.00 $11,934.00 7059
132 PLASTIC LINE L.F. 4,255.00 $4.80 $20,424.00 6807
133 PLASTIC WIDE LANE LINE L.F. 117.00 $6.00 $702.00 6828
134 PLASTIC CROSSWALK LINE S.F. 450.00 $14.40 $6,480.00 6857
135 PLASTIC STOP LINE L.F. 48.00 $30.00 $1,440.00 6859
136 PLASTIC CROSSHATCH MARKING L.F. 341.00 $9.60 $3,273.60 6822
137 PLASTIC TRAFFIC ARROW EACH 2.00 $480.00 $960.00 6833
138 PLASTIC BICYCLE LANE SYMBOL EACH 11.00 $510.00 $5,610.00 6867
139 GREEN BICYCLE PAVEMENT MARKING SF 2,100.00 $3.60 $7,560.00 sp6867a
140 TUBULAR MARKERS EACH 74.00 $180.00 $13,320.00 SP6882
141 TEMPORARY PAVEMENT MARKING -SHORT DURATION L.F. 2,550.00 $1.20 $3,060.00 6895
142 PERMANENT SIGNING L.S. 1.00 $3,480.00 $3,480.00 6890
143 TRAFFIC SIGNAL SYSTEM - WEST VALLEY HWY AND LONGACRES WAY L.S. 1.00 $130,000.00 $130,000.00 69126
144 RAPID FLASHING BEACON L.S. 1.00 $21,600.00 $21,600.00 6904SP
145 PROJECT TEMPORARY TRAFFIC CONTROL L.S. 1.00 $54,000.00 $54,000.00 6971
146 PEDESTRIAN TRAFFIC CONTROL L.S. 1.00 $2,000.00 $2,000.00 6869
147 CONTRACTOR PROVIDED UNIFORMED POLICE OFFICERS HOUR 4.00 $168.00 $672.00 SP6971
148 TRAFFIC CONTROL SUPERVISOR L.S. 1.00 $1,900.00 $1,900.00 6974
149 WAYFINDING SIGNS LS 1.00 $3,200.00 $3,200.00 sp6553
150 PROPERTY RESTORATION EST. 1.00 $3,600.00 $3,600.00 SP7480
151 SLOTTED DRAIN GRATE REPLACEMENT L.S. 1.00 $18,000.00 $18,000.00 SP3113a
152 ILLUMINATION SYSTEM - LONGACRES WAY L.S. 1.00 $157,920.00 $157,920.00 6904
TOTAL/SUBTOTAL
SCHEDULE A
TOTAL SCHEDULE A SCHEDULE B
Schedule C - Midblock Pedestrian Crossing of West Valley Highway
$1,187,528.40
$2,252,598.80
$3,440,127.20
ITEM UNIT STD. ITEM
NO. ITEM DESCRIPTION UNIT QUANTITY PRICE TOTAL NO.
153 MOBILIZATION L.S. 1.00 $53,000.00 $53,000.00 0001
154 RESOLUTION OF UTILITY CONFLICTS EST. 1.00 $2,500.00 $2,500.00 SP7700
155 UNEXPECTED SITE CHANGES EST. 1.00 $1,000.00 $1,000.00 7728
156 TEMPORARY EROSION & SEDIMENT CONTROL AND WATER POLLUTION PREVENTIOI L.S. 1.00 $1,000.00 $1,000.00 SP6556
157 SPCC PLAN L.S. 1.00 $1,000.00 $1,000.00 7736
158 TYPE B PROGRESS SCHEDULE L.S. 1.00 $1,000.00 $1,000.00 7003
159 REIMBURSEMENT FOR THIRD PARTY DAMAGE EST. 1.00 $1,000.00 $1,000.00 7725
160 ROADWAY SURVEYING L.S. 1.00 $5,000.00 $5,000.00 7038
161 REMOVING CEMENT CONC. SIDEWALK S.Y. 619.00 $75.00 $46,425.00 0100
ESTIMATE Page 2 of 3
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
TranTech Engineering LLC
ENGINEER'S ESTIMATE
PROJECT: West Valley Highway
1-405 to Strander Blvd
CRP: 2019027
DATE: July 2021
ITEM UNIT STD. ITEM
NO. ITEM DESCRIPTION UNIT QUANTITY PRICE TOTAL NO.
162 REMOVING CEMENT CONC. CURB AND GUTTER L.F. 77.00 $18.00 $1,386.00 0108
163 REMOVING ASPHALT CONC. PAVEMENT S.Y. 2,226.00 $30.00 $66,780.00 0120
164 REMOVING PLASTIC LINE L.F. 310.00 $2.40 $744.00 0190
165 RECORD DRAWINGS L.S. 1.00 $1,000.00 $1,000.00 SP7701
166 CONTRACTOR'S DAILY DIARY L.S. 1.00 $2,500.00 $2,500.00 SP7702
167 CRUSHED SURFACING TOP COURSE TON 54.00 $96.00 $5,184.00 5120
168 PLANING BITUMINOUS PAVEMENT S.Y. 920.00 $8.50 $7,820.00 5711
169 HMA CL. 1/2 IN. PG 58H-22 TON 12.00 $240.00 $2,880.00 5767
170 INLET PROTECTION EACH 1.00 $210.00 $210.00 6471
171 CEMENT CONC. SIDEWALK S.Y. 492.00 $144.00 $70,848.00 7055
172 CEMENT CONC. TRAFFIC CURB AND GUTTER L.F. 165.00 $54.00 $8,910.00 6700
173 CEMENT CONC. TRAFFIC CURB L.F. 379.00 $48.00 $18,192.00 6701
174 CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A EACH 2.00 $4,200.00 $8,400.00 7058A
175 NEW DETECTABLE WARNING PATTERN EACH 2.00 $480.00 $960.00 SP11026
176 PLASTIC LINE L.F. 748.00 $4.80 $3,590.40 6807
177 PLASTIC CROSSWALK LINE S.F. 240.00 $14.40 $3,456.00 6857
178 PLASTIC STOP LINE L.F. 64.00 $30.00 $1,920.00 6859
179 PERMANENT SIGNING L.S. 1.00 $2,400.00 $2,400.00 6890
180 TRAFFIC SIGNAL SYSTEM - MID -BLOCK HAWK L.S. 1.00 $235,000.00 $235,000.00 6912
181 PROJECT TEMPORARY TRAFFIC CONTROL L.S. 1.00 $10,000.00 $10,000.00 6971
182 PEDESTRIAN TRAFFIC CONTROL L.S. 1.00 $500.00 $500.00 6869
183 TRAFFIC CONTROL SUPERVISOR L.S. 1.00 $1,000.00 $1,000.00 6974
184 WAYFINDING SIGNS LS 1.00 $1,600.00 $1,600.00 sp6553
185 PSIPE - GAULTHERIA SHALLON, 1 GAL. EACH 4.00 $25.20 $100.80 6552F
186 PSIPE - MAHONIA NERVOSA, 1 GAL. EACH 4.00 $18.00 $72.00 6552G
187 PSIPE - KALMIA LATIFOLIA 'ELF', 2 GAL. EACH 6.00 $78.00 $468.00 6552H
188 ILLUMINATION SYSTEM - SR 181 L.S. 1.00 $14,400.00 $14,400.00 6904 2
TOTAL/SUBTOTAL $582,246.20
SCHEDULE A $2,252,598.80
SCHEDULE B $1,187,528.40
TOTAL SCHEDULE A+SCHEDULE B+ SCHEDULE C $4,022,373.40
ESTIMATE Page 3 of 3
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
Exhibit I: Template for Reporting Requirements
Tukwila Station Non -Motorized Connectivity and Safety
PROJECT REPORT
GA 0188-20
Reporting Period:
Submitted By:
1. Project Update. Status of major activities in the reporting period, both current and upcoming.
2. Assessment of on-going risks. The City will notify Sound Transit of any issues that may affect
the Project Schedule and overall implementation of the Project.
3. Summary of expenditures during reporting period. Summary of expenditures during
reporting period, and expected expenditures in the subsequent reporting period.
System Access Fund Project Agreement
GA 0188-20
Page 24 of 25
DocuSign Envelope ID: 2C9E23ED-DB33-41 ED-995B-4CC777FE7A5C
Invoice No. Dated:
Exhibit J: Sound Transit Invoice Form
TO: aco::antspay..le%r>,sc;L fltx....s.i or;.g
Attention: Accounts Payable and Alex Krieg
Re: Tukwila Station Non -Motorized Connectivity and Safety, System Access Fund Project,
GA 0188-20
The City's authorized representative certifies that Sound Transit's pro rata share of costs under
this invoice is $ , and is due and payable to the City in accordance with the provisions of
the Agreement, and is supported by the attached invoice and supporting documentation. [Idents
the elements(s), and the amounts by element, for which the amount due applies]
The City makes the following representations and warranties to Sound Transit in connection with
the Invoice:
• All work performed to date has been, unless otherwise specifically stated by the City,
performed in accordance with the terms and conditions of this Agreement.
• The amount specified above has been computed in accordance with, and is due and payable
under, the terms and conditions of the Agreement, has not been the subject of any previous
invoice (unless disputed or rejected for payment) and is not the subject of any pending
invoice from [party name].
Any liability of Sound Transit arising from these representations and warranties are governed by
the terms and conditions of the Agreement.
CITY
By:
[Name, Position]
Date:
System Access Fund Project Agreement
GA 0188-20
Page*25 of 25