Loading...
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