HomeMy WebLinkAboutReg 2024-12-16 Item 5E - Contract - Joseph Foster Memorial Park Restroom Replacement with CXT Inc for $255,075.53COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared by
Mayor's review
Council review
12/16/24
DR
ITEM INFORMATION
ITEM No.
5.E.
STAFF SPONSOR: MATTHEW AUSTIN
ORIGINAL AGENDA DATE: 12/16/24
AGENDA ITEM TITLE Contract Approval: Joseph Foster Memorial Park Bathroom Replacement
CATEGORY ❑ Discussion
NItg Date
Motion
Mtg Date
Resolution
Mtg Date
❑ Ordinance
Mtg Date
Bid Award
Mtg Date 12/16/24
❑ Public Hearing
Mtr Date
❑ Other
Mtg Date
SPONSOR ❑ Council ❑ Mayor ❑ Adrnin Svcs ❑ DCD ❑ Finance ❑ Fire ® P&R ❑ Police ®Pik
SPONSOR'S
SUMMARY
City staff are proposing a contract for replacement of the restroom facilities located at
Joseph Foster Memorial Park. The facility previously in place at this location was burned
down inadvertantly by fireworks on July 4th, 2023. This contract is in excess of mayoral
signature authority. Therefore, city staff seek and recommend the council approve this
contract for execution by the city mayor so the project may commence with an anticipated
completion date of June 2025.
REVIEWED BY
❑ Trans&Infrastructure Svcs ® Community Svcs/Safety ❑ Finance & Governance ❑ Planning & Community Dev.
❑ LTAC ❑ Arts Comm.
❑ Parks Comm. ❑ Planning Comm.
DATE: 12/9/24 COMMITTEE CHAIR: ABDI
RECOMMENDATIONS:
SPONSOR/ADMIN. Parks & Recreation
COMMITTEE Unanimous approval; Forward to 12/16 Regular Meeting
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED
$255,075.53
AMOUNT BUDGETED
$0
APPROPRIATION REQUIRED
$255,075.53
Fund Source: WCIA INSURANCE PAYOUT & FUND 301 FUND BALANCE
Comments: $65,000 Net payout from WCIA, $190,075.53 from Fund 301 (Park Impact Fees/Parks Levy)
MTG. DATE RECORD OF COUNCIL ACTION
12/16/24
MTG. DATE ATTACHMENTS
12/16/24 Informational Memorandum dated 11/20/24
A --- Proposed Contract for Services + Accompanying Exhibits
B --- Picture Example of "Dakota" Bathroom Installation
C --- "Dakota" Installation Building Elevations & Floor Plan
--- Minutes from the 12/9 CSS Committee meeting
31
32
TO:
��z City of Tukwila
c�
�O
2
8
Parks & Recreation Department - Pete Mayer, Director
INFORMATIONAL MEMORANDUM
Community Services & Safety Committee
Thomas McLeod, Mayor
FROM: Matthew Austin, Parks Maintenance & Operations Superintendent
Shawn Christie, Public Works Internal Operations Manager
BY: David Rosen, Parks & Recreation Analyst
DATE: November 20, 2024
SUBJECT: Contract Approval: Joseph Foster Memorial Park Restroom Replacement
ISSUE
City staff have prepared a contract for construction of a replacement restroom facility at Joseph Foster
Memorial Park. The project's total cost is in an amount requiring council approval before the Mayor may
sign the contract for execution.
BACKGROUND
On the evening of July 4th, 2023, the restroom facility located at Joseph Foster Memorial Park (13919
53rd Ave S) burned down it what is believed to be an accident due to the nearby lighting/usage of
fireworks. The structure was deemed a complete loss and subsequently fully demolished. Since then,
Parks and Recreation and Public Works have been coordinating for replacement of the facility.
DISCUSSION
Parks and Recreation and Public Works utilized a state -level master contract to select a its services
contractor, CXT Inc., who will provide the restroom in the form of its pre -fabricated "Dakota" model in its
"D4" configuration which has features including but not limited to: Three individual user flush restrooms
(Two of which are ADA accessible), four -gallon water heater, interior and exterior lighting, and an ADA -
accessible drinking fountain. The projected timeline for project completion is 110 — 150 days from order
execution, providing for a June 2025 completion for the proposed project/contract.
FINANCIAL IMPACT
Per the contract terms provided, the total cost of this project is estimated to be $255,075.53. The
funding sources for this project are as follows:
• $65,000 - Net insurance payout from the Washington Cities Insurance Authority (WCIA)
• $190,075.53 — Payment from Fund 301 fund balance utilizing Park Impact Fees, King County
Parks Levy Funds, and other non -restricted monies
Therefore, approval of this contract does not create any net general fund inflows or outflows.
RECOMMENDATION
Staff recommend the committee forward this contract for approval on the December 16th Regular
Meeting Consent Agenda.
ATTACHMENTS
A --- Proposed Contract for Services & Exhibits
B --- Picture Example of "Dakota" Bathroom Installation
C --- "Dakota" Installation Building Elevations & Floor Plan
Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov
33
34
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA98188
CONTRACT FOR SERVICES
Contract Number:
This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter
optional municipal code city hereinafter referred to as "the City," and CXT, Inc., hereinafter referred to
as "the Contractor," whose principal office is located at
606 N. Pines Road Suite 202, Spokane Valley, WA 99206.
WHEREAS, the City has determined the need to have certain services performed for its citizens
but does not have the manpower or expertise to perform such services; and
WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms
and conditions; now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform
those services described on Exhibit A attached hereto and incorporated herein by this reference as if
fully set forth. In performing such services, the Contractor shall at all times comply with all Federal,
State, and local statutes, rules and ordinances applicable to the performance of such services and the
handling of any funds used in connection therewith. The Contractor shall request and obtain prior
written approval from the City if the scope or schedule is to be modified in any way.
2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this
reference. The total amount to be paid shall not exceed $255,075.53 at a rate described in Exhibits
A & B ($33,776.30 for installation of utility/building foundation + $221,299.23 for installation of
building itself).
3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City
whenever the Contractor desires to amend its budget in any way.
4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing
December 9th, 2024, and ending July 31, 2025, unless sooner terminated under the provisions
hereinafter specified.
5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with
respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be
considered to create the relationship of employer and employee between the parties hereto. Neither
Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees
by virtue of the services provided under this Agreement. The City shall not be responsible for
withholding or otherwise deducting federal income tax or social security or contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
6. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or
suits including attorney fees, arising out of or in connection with the performance of this Agreement,
CA Revised May 2020 Page 1 of 4
35
except for injuries and damages caused by the sole negligence of the Public Entity.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115,
then, in the event of liability for damages arising out of bodily injury to persons or damages to property
caused by or resulting from the concurrent negligence of the Contractor and the Public Entity, its
officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the
extent of the Contractor's negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial
Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually
negotiated by the parties. The provisions of this section shall survive the expiration or termination of
this Agreement.
7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in connection with
the performance of the work hereunder by the Contractor, their agents, representatives, employees or
subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required
herein shall not be construed to limit the liability of the Contractor to the coverage provided by such
insurance, or otherwise limit the City's recourse to any remedy available at law or in equity.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits
described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and
property damage of $1,000,000 per accident. Automobile liability insurance shall cover all
owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services
Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If
necessary, the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products -completed operations aggregate
limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations, independent
contractors, products -completed operations, stop gap liability, personal injury and advertising
injury, and liability assumed under an insured contract. The Commercial General Liability
insurance shall be endorsed to provide a per project general aggregate limit using ISO form
CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability
arising from explosion, collapse or underground property damage. The City shall be named
as an additional insured under the Contractor's Commercial General Liability insurance policy
with respect to the work performed for the City using ISO Additional Insured endorsement CG
20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or
substitute endorsements providing at least as broad coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance
limits than the minimums shown above, the Public Entity shall be insured for the full available limits
of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective
of whether such limits maintained by the Contractor are greater than those required by this Contract
or whether any certificate of insurance furnished to the Public Entity evidences limits of liability
lower than those maintained by the Contractor.
C. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General
Liability insurance policies are to contain, or be endorsed to contain that they shall be primary
insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage
maintained by the City shall be excess of the Contractor's insurance and shall not contribute with
it.
CA Revised May 2020 Page 2 of 4
36
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating
of not less than A: VII.
E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of
the amendatory endorsements, including but not necessarily limited to the additional insured
endorsement, evidencing the insurance requirements of the Contractor before commencement of
the work. Upon request by the City, the Contractor shall furnish certified copies of all required
insurance policies, including endorsements, required in this Agreement and evidence of all
subcontractors' coverage.
F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance
coverage that complies with all applicable requirements of the Contractor -provided insurance as
set forth herein, except the Contractor shall have sole responsibility for determining the limits of
coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public
Entity is an additional insured on each and every Subcontractor's Commercial General liability
insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this
work with written notice of any policy cancellation, within two business days of their receipt of such
notice.
H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as
required shall constitute a material breach of contract, upon which the City may, after giving five
business days notice to the Contractor to correct the breach, immediately terminate the contract
or, at its discretion, procure or renew such insurance and pay any and all premiums in connection
therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion
of the City, offset against funds due the Contractor from the City.
8. Record Keeping and Reporting.
A. The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any
nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of this Agreement.
B. These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter
40.14 and by the City.
9. Audits and Inspections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by law during the performance of
this Agreement.
10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty
(30) days written notice of the City's intention to terminate the same. Failure to provide products on
schedule may result in contract termination. If the Contractor's insurance coverage is canceled for any
reason, the City shall have the right to terminate this Agreement immediately.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the
presence of any disability, or any other protected class status under state or federal law, in the
selection and retention of employees or procurement of materials or supplies.
12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
13. Entire Agreement: Modification. This Agreement, together with attachments or addenda, represents
the entire and integrated Agreement between the City and the Contractor and supersedes all prior
negotiations, representations, or agreements written or oral. No amendment or modification of this
CA Revised May 2020 Page 3 of 4
37
Agreement shall be of any force or effect unless it is in writing and signed by the parties.
14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or
unenforceable or limited in its application or effect, such event shall not affect any other provisions
hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which
by their sense and context are reasonably intended to survive the completion, expiration or cancellation
of this Agreement, shall survive termination of this Agreement.
15. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
16. Applicable Law: Venue: Attorney's Fees. This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. In the event any suit, arbitration, or other
proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in any such
action shall be entitled to its attorney's fees and costs of suit.
DATED this 3rd day of December, 2024.
** City signatures to be obtained by ** Contractor signature to be obtained by
City Clerk's Staff ONLY. ** sponsor staff. **
CITY OF TUKWILA
Thomas McLeod, Mayor
ATTEST/AUTHENTICATED:
Andy Youn, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
CONTRACTOR:
By:
Printed Name:
Title:
Address:
CA Revised May 2020 Page 4 of 4
38
ORDERING INFORMATION
MT°
Exhibit A/B
CXT® Precast Concrete Products manufactures restroom, shower and
concession buildings in multiple designs, textures and colors. The roof and
walls are fabricated with high strength precast concrete to meet all local
building codes and textured to match local architectural details. All CXT
buildings are designed to meet A.D.A. and to withstand heavy snow, high
wind and category E seismic loads. All concrete construction also makes
the buildings easy to maintain and withstand the rigors of vandalism. The
buildings are prefabricated and delivered complete and ready -to- use,
including plumbing and electrical where applicable. With thousands of
satisfied customers nationwide, CXT is the leader in prefabricated concrete
restrooms.
1. ORDERING ADDRESS(ES): CXT Precast Concrete Products, 606 N. Pines
Road, Suite 202, Spokane Valley, WA 99206
2. ORDERING PROCEDURES: Fax 509-928-8270
3. PAYMENT ADDRESS(ES):
Remitting by check:
CXT, Inc., PO Box 676208, Dallas, TX 75267-6208
Remitting by ACH or wire transfer:
Beneficiary: CXT, Inc.
Beneficiary Bank: PNC Bank, Pittsburgh, PA
Account: 1077766885 ABA/Routing: 043000096
Email remittance details to AR@Ibfoster.com
4. WARRANTY PROVISIONS: CXT provides a one (1) year warranty. The
warranty is valid only when concrete is used within the specified loadings.
Furthermore, said warranty includes only the related material necessary
for the construction and fabrication of said concrete components. All
other non -concrete components will carry a one (1) year warranty. CXT
warrants that all goods sold pursuant hereto will, when delivered, conform
to specifications set forth above. Goods shall be deemed accepted and
meeting specifications unless notice identifying the nature of any non-
conformity is provided to CXT in writing within the specified warranty.
CXT, at its option, will repair or replace the goods or issue credit for the
customer provided CXT is first given the opportunity to inspect such goods.
It is specifically understood that CXT's obligation hereunder is for credit,
repair or replacement only, F.O.B. CXT's manufacturing plants, and does not
include shipping, handling, installation or other incidental or consequential
costs unless otherwise agreed to in writing by CXT.
This warranty shall not apply to:
1. Any goods which have been repaired or altered without CXT's express written
consent, in such a way as in the reasonable judgment of CXT, to adversely affect the
stability or reliability thereof;
2. To any goods which have been subject to misuse, negligence, acts of
God or accidents; or
3. To any goods which have not been installed to manufacturer's
specifications and guidelines, improperly maintained, or used outside of
the specifications for which such goods were designed.
5. TERMS AND CONDITIONS OF INSTALLATION (IF APPLICABLE): All prices
subject to the "Conditions of Sale" listed on the CXT quotation form.
Customers are responsible for marking exact location building is to be
set; providing clear and level site, free of overhead and/or underground
obstructions; and providing site accessible to normal highway trucks and
sufficient area for the crane to install and other equipment to perform
the contract requirements. Customer shall provide notice in writing of
low bridges, roadway width or grade, unimproved roads or any other
possible obstacles to access. CXT reserves the right to charge the customer
for additional costs incurred for special equipment required to perform
delivery and installation. Customers will negotiate installation on a project-
Sourcewell .
Awarded Contract
Contract #081721-CXT
by -project basis, which shall be priced as separate line items. For more
information regarding installation and truck turning radius guidelines
please see our website at http://www.cxtinc.com.
In the event delivery of the building/s ordered is/are not completed
within 30 days of the agreed to schedule through no fault of CXT, an invoice
for the full contract value (excluding shipping and installation costs) will be
submitted for payment. Delivery and installation charges will be invoiced at
the time of delivery and installation.
Should the delivery and installation costs increase due to changes in the
delivery period, this increase will be added to the price originally quoted,
and will be subject to the contract payment terms.
In the event that the delivery is delayed more than 90 days after the
agreed to schedule and through no fault of CXT, then in addition to the
remedies above, a storage fee of 1-1/20/0 of contract price per month or any
part of any month will be charged.
**Customer is responsible for all local permits and fees.
6. DELIVERY CHARGE: All prices F.O.B. origin prepaid and added to invoice.
CXT operates three (3) manufacturing plants in the United States and will
deliver from the closest location on our carriers.
7. PAYMENT TERMS: All orders are cash in advance. At CXT's discretion,
credit may be given after approval of credit application. Payment to CXT by
the purchaser of any approved credit amount is net 30 days after submission
of invoice to purchaser. Interest at a rate equal to the lower of (i) the highest
rate permitted by law; or (ii) 1.5% per month will be charged monthly on
all unpaid invoices beginning with the 35th day (includes five (5) day grace
period) from the date of the invoice. Under no circumstance can retention
be taken. If CXT initiates legal proceeding to collect any unpaid amount,
purchaser shall be liable for all of CXT's costs, expenses and attorneys' fees
and costs of any appeal.
8. LIMITATION OF REMEDIES: In the event of any breach of any obligations
hereunder; breach of any warranty regarding the goods, or any negligent
act or omission of any party, the parties agree to submit all claims to binding
arbitration. Any settlement reached shall include all reasonable costs
including attorney fees. In no event shall CXT be subject to or liable for any
incidental or consequential damages. Without limitation on the foregoing,
in no event shall CXT be liable for damages in excess of the purchase price
of the goods herein offered.
9. DELIVERY INFORMATION: All prices F.O.B. origin prepaid and added to
invoice. CXT operates three (3) manufacturing plants in the United States
and will deliver from the closest location on our carriers. Use the information
below to determine the origin:
• F.O.B. 6701 E. Flamingo Avenue, Building 300, Nampa, ID 83687
applies to: AK, CA, HI, ID, MT, ND, NV, OR, SD, UT, WA, WY.
• F.O.B. 901 North Highway 77, Hillsboro, TX 76645 applies to AR, AZ,
CO, IA, KS, LA, MN, MO, MS, NE, NM, OK, TX.
• F.O.B. 362 Waverly Road, Williamstown, WV 26183 applies to AL, CT,
DE, FL, GA, IL, IN, KY, MA, MD, ME, MI, NC, NH, NJ, NY, OH, PA, PR, RI, SC, TN,
VA, VT, WI, WV.
• Prices exclude all federal/state/local taxes. Tax will be charged where
applicable if customer is unable to provide proof of exemption.
Rev. 0539022
DAKOTA - 11' x 26'
Dakota with chase has two multiuser fully accessible
flush restrooms. Standard features include simulated
barnwood textured walls, simulated cedar shake
textured roof, vitreous china fixtures, 4-gallon water
heater, interior and exterior lights, off loaded, and
set up at site.
Base Price
800.696.5766
cxtinc.com
$ 109,566.00 1 1 $ 109,566.00
Click to
Select
$ 5,000.00 0
5,000.00
Final Connection to Utilities
Optional Wall Texture- choose one 0 Split Face Block ($5,500) 0 Custom Texture ($7,000) Reset Wall Texture
5,500.00
Optional Roof Texture 0 Ribbed Metal
$ 5,500.00
5,500.00
Individual User Option
$ 24,500.00
0
24,500.00
Stainless Steel Water Closet (each)
Qty: 3
$ 1,750.00
0
5,250.00
Stainless Steel Lavatory (each)
Qty: 3
$ 1,500.00
4,500.00
0
Stainless Steel Urinal (each)
Qty: 1
$ 1,500.00
0.00
•
Electric Hand Dryer(each)
Qty: 3
$ 700.00
0
2,100.00
Electronic Flush Valve (each)
Qty: 3
$ 1,500.00
•
0.00
Electronic Lavatory Faucet (each)
Qty: 2
$ 1,500.00
•
0.00
Electronic Urinal Valve (each)
Qty: 1
$ 1,500.00
0.00
•
Paper Towel Dispenser(each)
Qty: 2
$ 350.00
•
0.00
Toilet Seat Cover Dispenser (each)
Qty: 3
$ 350.00
•
0.00
Sanitary Napkin Disposal Receptacle (each)
Qty: 2
$ 100.00
•
0.00
Baby Changing Table (each)
Qty: 2
$ 750.00
0.00
•
Skylight in Restroom (each)
Qty: 2
$ 1,600.00
•
0.00
Marine Grade Skylight in Restroom (each)
Qty: 2
$ 2,450.00
0.00
•
Marine Package (excluding fiberglass doors and frames)
$ 2,350.00
•
0.00
Exterior Mounted ADA Drinking Fountain w/Cane Skirt (each)
Qty: 1
$ 5,600.00
0
5,600.00
2K Anti -Graffiti Coating
$ 4,000.00
•
0.00
Optional Door Closure (each)
Qty: 2
$ 700.00
•
0.00
Fiberglass Entry and Chase Doors and Frames (each)
Qty: 4
$ 3,300.00
•
0.00
Timed Electric Lock System (2 doors- does not include chase door) (each)
Qty: 3
$ 1,350.00
0
4,050.00
Exterior Frostproof Hose Bib with Box (each)
Qty: 1
$ 1,200.00
0.00
•
Total for Added Cost Options:
$ 62,000.00
Custom Options: Extra Crane 8 HR Min $5,000, Drinking fountain w/ bottle filler
$ 5,000.00
Engineering and State Fees:
$ 8,200.00
Estimated One -Way Transportation Costs to Site (quote):
Sourcewell EZ
$ 16,050.00
Estimated Tax:
$ 20,483.23
Awarded Contract
Can "°a"'"'
Total Cost per Unit Placed at Job Site:
$ 221,299.23
Estimated monthly payment on 5 year lease $4,448.11
This price quote is good for 60 days from date below,
and is accurate and complete.
Todd
Weger
Digitally signed by
Todd Weger
Date: 2024.08.23
12:23:38-07'00'
I accept this quote. Please process this order.
Company Name
CXT Sales Representative
40
Date
Company Representative
Date
OPTIONS
Exterior Color(s) (For single color mark an X. For two-tone combinations use W = Walls and R = Roof.)
Amber Rose
Charcoal Grey
Golden Beige
Liberty Tan
Nuss Brown
Rich Earth
Sand Beige
Special roof color #
Special wall color #
Special trim color #
Rock Color
Basalt
Berry Mauve
Coca Milk
Granite Rock
Malibu Taupe
Oatmeal Buff
Rosewood
Sun Bronze
Mountain Blend
Roof Texture
Cedar Shake Ribbed Metal
Buckskin
Evergreen
Hunter Green
Mocha Caramel
Pueblo Gold
Sage Green
Toasted Almond
Natural Grey
Cappuccino Cream
Georgia Brick
Java Brown
Natural Honey
Raven Black
Salsa Red
Western Wheat
Romano
Wall Texture(s) (For single color mark an X. For top and bottom textures use T = Top and B = Bottom.)
Barnwood Horizontal Lap
Split Face Block Board i? Batt
Stucco/Skip Trowel Brick
Can only be used as bottom texture
Napa Valley Rock
Flagstone
(Textures not included in CXT's quote are additional cost.)
Door Opener
Non -locking ADA Handle Privacy ADA Latch
Deadbolt
Accessible Signage
Men
Women Unisex
Toilet Paper Holder
2-Roll Stainless Steel 3-Roll Stainless Steel
Notes:
River Rock
Pull Handle/Push Plate
cxtinc.com
800.696.5766
Exhibit NB Continued
MT®
, Inc. an L.B. Foster Company
Quote: BH/9/6/2024/Firstchoice
Job Name: Tukwila WA Denali 2 Section
Scope:
• Construct 6" gravel -based foundation to CXT spec for CXT Flush building.
• Includes plumbing and electrical utilities in gravel pad to CXT spec.
• Elevation benchmark must be marked on site prior to construction.
• Gravel based foundation constructed on current natural grade.
• Does not include any subgrade preparation.
• Includes utilities run out to 5' from pad.
• Utilities schedule 40 PVC for sewer and copper for water to CXT spec.
• Full install must be ordered.
• Does not include connecting main utilities to pad utilities.
• Includes 1 mobilization and demobilization.
• Change orders must be approved with 24 hours if necessary.
• Owner must have site ready prior to construction.
• CXT not responsible for incidental damage to surrounding landscape.
Sub Total $30,650.00
Tax $3,126.30
Total $33,776.30
Notes:
• Price does not include the following customer responsibilities.
• Owner responsible for survey.
• Owner responsible for geotechnical services.
• Owner responsible for all locates for building.
• Owner responsible for all permits.
• Does not include any retaining walls.
• Does not include any provisions for archeological occurrence.
• Main utilities to building must be marked and clearly identified.
• Main utilities must meet CXT specifications for CXT Flush building.
• Change orders must be approved within 24 business hours.
3808 N. Sullivan Road, Building #7
Spokane, WA 99216
Phone: 509.921.8766 • Fax: 509.928.8270
Toll Free: 800.663.5789
Email: info@cxtinc.com • www.cxtinc.com
42
43
44
d
4.1
to
85./d
J J
9
8
� � 3
a
a
FLOOR PLAN
0
0
0
Z H
Z
� N
0 W
F Z
00
Id
�Q�
OHN
Z
00u.
la7In
\*
® \
Z N
Q U
M
in
O
itElElla
aNS
.,b/£
!_�T
£ .tin
LI
I
I
I
4I-
7
N
O
N
X /p\
.--"
c
*
\
IN I
N
�
1
T
I
�rn
I
_ �rill�
��
444 ■
,
TI
-
M
LL_A
f
�.
`
-�
4NS
L J D
_I
^ere, T
i
L
)—'r
7, 1
I L
-/
„8-,l
r
ABY CHANGING TABLE
(TYP 4 PLCS)
5"
„9 ,Ol
CO
0
z
0
lY
LL
45
w
baSij
LPL
Com
4
Y
FLOOR PLAN
w
N
0
w
0
0
W
0
ZU
O-
Wo0
>0
0 CI
00v
oz
o�
cO
O W
Z
W
N
0
0
0
-/+„0-,Z
—/+„ 0—,8
0 0
�o
00
oo
0 0
00
0 0
.31
oo
co 0
00
0
oo
co 0
00
0
0
0
0
0
0
M
0
7
N
N W N
>
N U
� O �
N J N
W < d
W H
• ..
a
u-
W U
LA
RIBBED METAL ROOF TEXTURE
N
r7
-/+„0-,Z
—/+„ 0—,8
ro
rn
a
M
ro
N
CO 0
CO 0
M 0
0
0 0
r')0
7,
ro
O
WALL MOUNT DOOR STOP
REAR ELEVATION
46
0
cc
cn
5
FLOOR PLAN
0
EXTERIOR HOSE BIB
0
co
N
RH SIDE ELEVATION
-/+ „A-,ZL
r,
LH SIDE ELEVATION
-/+
47
48
o3
s
i
N9
d
0
`w >-m0
VI
ma �Qa
yd5YV >d<
My oU spa
¢0� uNNv
I/pim w
LEVATION - ADA STALL SIDE WALL
z
RIOR ELEVATION - MIDDLE
1-
z
RIBBED METAL ROOF TEXTURE
w
4.3
Jm
100A SERVICE PANEL
!EL
E �
0
cc
La
00
ON - SIDE WALL
RIOR ELEVA
H
z
INTERIOR ELE
5
FLOOR PLAN
0
City of Tukwila
City Council Community Services & Safety Committee
Meeting Minutes
December 9, 2024- 5:30 p.m.
Councilmembers Present:
Staff Present:
- Hybrid Meeting; Hazelnut Conference Room & MS Teams
Jovita McConnell, Chair; De'Sean Quinn, Hannah Hedrick
Brandon Miles, Stacy Hansen, David Rosen, Kris Kelly, Matthew Austin,
Laurel Humphrey, Eric Dreyer, Shawn Christie, Pete Mayer
Chair McConnell called the meeting to order at 5:30 p.m.
I. BUSINESS AGENDA
A. Contract Renewals for Co -Responder Program
Staff is seeking approval to amend the contracts with Sound Health to continue the mental
health co -responder program through 2025 for $204,000 per year.
Committee Recommendation:
Unanimous approval. Forward to December 9, 2024 Special Meeting Consent Agenda.
B. Crystal Springs Park Lighting Replacement Contract
Staff is seeking approval of a contract with LED Trail, Inc. in the amount of $79,232.15 for the
project.
Committee Recommendation:
Unanimous approval. Forward to December 9, 2024 Special Meeting Consent Agenda.
C. Joseph Foster Memorial Park Restroom Replacement Contract
Staff is seeking approval of a contract with CXT, Inc. in the amount of $255,075.53 for the
*project.
Committee Recommendation:
Unanimous approval. Forward to December 16, 2024 Special Meeting Consent Agenda.
Councilmember Quinn stated he would recuse himself from discussion on item D.
D. King County Veterans, Seniors, and Human Services Levy Contract Amendment
Staff is seeking approval to amend the contract with King County in the amount of $80,139 to
apply to the TCC HVAC Replacement Project.
Committee Recommendation:
Majority approval. Forward to December 16, 2024 Regular Meeting.
49