HomeMy WebLinkAboutCOW 2013-03-11 Item 5D - Interlocal Agreements - Tukwila Transit Center Transit CenterCOUNCIL AGENDA SYNOPSIS
----------- -------- ---------- --Initials
Meeting Date
Prepared by
M r's review
Council review
03/11/13
BG
03/18/13
BG
a
Motion
Date 3/18/13
Resolution
Mtg Date
U Ordinance
Bid Award
MtgD ate
• Public Hearing
Other
Mtg Date
Mtg
Mtg Date
ITEM INFORMATION
ITEM No.
5.D.
85
STAFF SPONSOR: BOB GIIBERSON
ORIGINAL AGENDA DATE: 03/11/13
AGENDA HEM TITLE Two Inter local Agreements with
King County
Metro
CATEGORY 0 Discussion
03/11/13
a
Motion
Date 3/18/13
Resolution
Mtg Date
U Ordinance
Bid Award
MtgD ate
• Public Hearing
Other
Mtg Date
Mtg
Mtg Date
Mtg Date
Mtg Date
SPONSOR Lii Council U Mayor LI HR DCD Finance Fire U IT U Perit Police A PW
SPONSOR'S The Council is being asked to consider two interlocal agreements with King County Metro
SUMMARY Transit for the design, construction and maintenance of the Tukwila Urban Center Transit
Center's construction and the construction and maintenance of the F Line Rapid Ride
Intelligent Transportation System (ITS) Improvements.
REVIEWED BY
LI COW Mtg.
LI CA&P Cmte LI F&S Cmte
Cmte Arts Comm. Parks Comm.
COMMITTEE CHAIR:
Lq Transportation
Cmte
Planning Comm.
KATE KRULLER
Utilities
DALE: 02/26/13
RECOMMENDATIONS:
SPONSOR/ADMIN.
COMMITTEE
Public Works
Unanimous Approval; Forward to Committee of the Whole
COST IMPACT / FUND SOURCE
EXPENDITURE
REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$0 $0 $0
Fund Source:
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
03/11/13
MTG. DATE
ATTACHMENTS
03/11/13
Informational Memorandum dated 2/22/13
Interlocal Agreement for the Tukwila Transit Center
Interlocal Agreement for the Rapid Ride ITS
Minutes from the Transportation Committee meeting of 2/26/13
03/18/13
85
86
TO:
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director
BY: Cyndy Knighton, Senior Engineer
DATE: February 22, 2013
SUBJECT: Tukwila Urban Center Transit Center
Project No. 06 -RWO2
Two Interlocal Agreements with King County Metro
ISSUE
Agreements between King County Metro (KCM) and Tukwila for the design, construction and maintenance of the Tukwila
Urban Center Transit Center and construction and maintenance of the F Line RapidRide Intelligent Transportation System
(ITS) Improvements.
BACKGROUND
In 2011, KCM was awarded a grant through the Federal Transit Authority (FTA) for their F Line RapidRide project, a
portion of which was for the Tukwila Transit Center's construction. Since that award, Tukwila staff has worked closely with
KCM staff to coordinate the new F Line and the Tukwila Transit Center.
DISCUSSION
Two agreements are being presented. The first, Agreement Between King County and the City of Tukwila for the Design,
Construction and Maintenance of the Tukwila Transit Center, defines the roles between the two jurisdictions. Tukwila is
responsible for the design and construction and Tukwila and King County will share ongoing maintenance and operations.
This agreement also defines the requirements with which Tukwila must comply as part of the FTA award of $1.4 million.
Exhibits A and B are included; however the extensive FTA required Exhibit C -I is not attached to this memorandum, but is
available electronically or via a hard copy if requested.
The second agreement, RapidRide Intelligent Transportation System Agreement, defines the roles and responsibilities
between Tukwila and KCM as they relate to conduit and fiber optic cables being used by the F Line RapidRide's ITS
improvements. This includes KCM's use of existing city -owned conduit; coordination between county -owned and installed
ITS controller cabinets and city -owned and controlled traffic signal controllers; and new fiber optic cable being installed by
KCM for City use. Exhibit B is not attached to this memorandum, but is available electronically or via a hard copy if
requested.
A third agreement between King County, Tukwila, Burien, SeaTac and Renton, defining how all agencies will work
together to implement the F Line RapidRide Fiber Optic Project, including sharing new fiber optic cables, will be brought
forward for review in the near future.
RECOMMENDATION
Council is being asked to approve the two Interlocal agreements with King County for the Tukwila Urban Center Transit
Center and consider these items at the March 11, 2013 Committee of the Whole and the subsequent Regular Meeting on
March 18, 2013.
Attachments: Agreement for Design, Construction, and Maintenance of the Tukwila Transit Center (without Exhibit C -I)
RapidRide Intelligent Transportation System Agreement
W: \PW Eng \ PROJECTS \A- RW & RS Projects \Transit Center (90610402) \Design \Info Memo KCM 2 Interlocal Ags 2- 22- 13.docx
87
88
AGREEMENT BETWEEN KING COUNTY AND THE CITY OF TUKWILA FOR THE
DESIGN, CONSTRUCTION AND MAINTENANCE OF THE
TUKWILA TRANSIT CENTER
THIS AGREEMENT FOR THE DESIGN, CONSTRUCTION AND MAINTENANCE OF THE
TUKWILA TRANSIT CENTER (the "AGREEMENT ") is made and entered into by and
between the City of Tukwila, a municipal corporation of the State of Washington (the "City "),
and King County, a home rule charter county of the State of Washington, through its Department
of Transportation, Metro Transit Division (the "County "), either of which may be referred to
hereinafter individually as "Party" or collectively as the "Parties."
RECITALS
WHEREAS, King County is implementing the F Line RapidRide connecting the cities of Burien,
SeaTac, Tukwila, and Renton; and
WHEREAS, the key elements of bus rapid transit include new, branded, low -floor, hybrid buses;
stop and station improvements; Intelligent Transportation System ( "ITS ") infrastructure
improvements; wireless transit signal priority ( "TSP ") improvements; business access and transit
( "BAT ") lanes; and pedestrian improvements; and
WHEREAS, the County, with support from the City, applied for and was awarded a Federal
Transit Administration ( "FTA ") grant for the F Line RapidRide for a total project cost of $36.8
million, of which $1.4 million in FTA grant funds is identified to support the construction of the
Tukwila Transit Center; and
WHEREAS, the Parties will proceed with implementing the F Line RapidRide with each Party
being the lead agency in the design and construction of certain elements of the project; and
WHEREAS, the Parties agree that the City should be designated as the lead agency for the
design and construction of the Transit Center; and
WHEREAS, the County as the grantee agency for the FTA grant has specific oversight
responsibility with the use of FTA funds for the construction of the Transit Center:
NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements set
forth herein, and for other good and valuable consideration, the sufficiency of which is hereby
acknowledged, the Parties agree as follows:
1. PURPOSE
The purpose of this Agreement is to establish the roles and responsibilities of the Parties
regarding the design, construction, operation, and maintenance of the Tukwila Transit Center,
Agreement Between King County and the City of Tukwila
For the Design, Construction and Maintenance of the
Tukwila Transit Center
89
hereinafter referred to as the "Project ". The Parties agree to cooperate in developing the Project
such that it is completed on schedule, within budget and consistent with the Draft 100% Plans for
the Tukwila Urban Center Transit Center Project: Andover Park West Street & Water
Improvements Project, Dated November 7, 2012, and incorporating the County comments to
these plans dated November 29, 2012, both of which are incorporated herein by this reference.
2. DESCRIPTION OF PROJECT
The Project is the design and construction of the Tukwila Transit Center located at the northeast
and southwest corners of intersection at Andover Park West and Baker Boulevard in Tukwila.
The Project improvements include: north and south bound bus stops, bus bays, custom transit
passenger shelters, transit passenger amenities, landscaping, improved pedestrian connections,
and pedestrian improvements A detailed summary of the Project improvements s is attached as
Exhibit A, Tukwila Transit Center Project, and incorporated herein by this reference.
3. CITY RESPONSIBILITIES FOR THE PROJECT
3.1 The City shall be responsible for all Work required to design, construct, and inspect the
Project in accordance with the schedule set forth at Section 6 of this Agreement.
3.2 The City shall submit plans in electronic form to the County plans for review and
approval before initiating construction. The County will have the opportunity to review
and provide written comments on the plans for consistency with the recommended F Line
RapidRide improvements.
3.3 Any change in the Project deemed significant by either of the Parties shall require joint
written approval by the Parties.
3.4 The City shall be responsible for the administration of any contracts it enters into for the
performance of its responsibilities under this Agreement. Before the issuance of a change
order or any acceptance of contractor's work, the City shall notify the County and
provide the County with the opportunity to comment on and inspect the work.
3.5 The City shall request the County to inspect the footings installed for County -owned
equipment prior to any concrete is poured to cover the footings. The City will provide the
County with two working day notice to inspect these footings.
3.6 Neither the County's review and comment nor the County's inspection of the Project for
which the City is responsible under this Agreement will relieve the City of its
responsibility for such improvements. The County's review and inspection shall not be
regarded as an assumption of risks or liability by the County, or by any officer, employee
or agent of the County, and the City shall have no claim under this Agreement on account
of any failure or partial failure of the design, construction, or inspection of the Project
Improvements.
Agreement Between King County and the City of Tukwila
For the Design, Construction and Maintenance of the
Tukwila Transit Center
90
3.7 As a sub - recipient receiving pass- through federal funds, the City shall provide the County
with progress reports on at least a quarterly basis as well as all information necessary for
the County to comply with FTA regulations and the terms of the Federal Funding
Accountability and Transparency Act ( "FFATA "). The information required by the
County is detailed in Section 7 of this Agreement.
3.8 The City shall comply with the Archaeological Monitoring Plan and Inadvertent
Discovery Plan for the RapidRide — F Line Project, King County Washington dated
September 30, 2012, revised October 2012. Where applicable, an archaeological monitor
is required during excavation undertaken pursuant to this Agreement
4. COUNTY RESPONSIBILITIES FOR THE PROJECT
The FTA identifies the County as the recipient of the FTA grant funds, with the City being
designated as the subrecipient. As the grant recipient, the County has certain oversight
responsibilities to monitor the performance of the City in meeting FTA rules and regulations.
These oversight responsibilities include review of request for proposals, invitation to bid,
contract language, significant change orders, construction inspection, and approval of invoices.
The construction inspection will be in the form of monitoring the progress of the project and
includes actions such as confirming work completed related to invoices, and interviews to
monitor compliance with labor laws. Prior to the City bidding the Project, the Parties will agree
on how the County and City will work together to in order for the Project to meet the required
oversight.
5. FINANCING
5.1 The County will reimburse the City fifty percent (50 %) of the actual, FTA grant - eligible
costs for the construction of the Project. The remaining Project costs will be the sole
responsibility of the City. The total budget for FTA grant - eligible expenses is $2.8
million, with a total grant reimbursement to the City not to exceed $1.4 million. The
County's reimbursement of the City's actual, grant - eligible expenses will be payable
upon the City's completion of the Project as provided for in this Section 5; provided,
however, that any progress payments made shall be subject to repayment by the City to
the County should the Project not be completed.
5.2 As work is completed on the Project, the City will invoice the County for the actual cost
of the grant- eligible work on a periodic basis, not to exceed once per month. In addition
to the requested reimbursement amount, the City's invoices shall provide a detailed
explanation of the completed work for which reimbursement is sought. For each invoice
submitted, the City shall also provide back -up documentation supporting the
reimbursement request.
Agreement Between King County and the City of Tukwila
For the Design, Construction and Maintenance of the
Tukwila Transit Center
91
5.3 The Parties will agree on the exact form of the back -up documentation within thirty (30)
days of the execution of this Agreement. The documentation supporting requests for
reimbursement of contractor and City staff costs must be sufficient to enable the County
to satisfy all applicable FTA grant requirements.
5.3 The County will make payment to the City within (45) days of receipt of an invoice
determined to be performed in accordance with the terms of this Agreement.
6. SCHEDULE
6.1 The anticipated date to begin construction of the Project is May 15, 2013.
6.2 The anticipated date for substantial completion of the Project is November 15, 2013.
6.3 The anticipated date for final completion of the Project is January 17, 2014.
7. OWNERSHIP OF IMPROVEMENTS
With the exception of the County -owned transit signage, County -owned route blade markers, and
technology pylons, which will be owned by the County, the City will own the Project
Improvements.
8. MAINTENANCE RESPONSIBILITIES
8.1 The Parties agree to work cooperatively to maintain the Project Improvements as
identified and set forth below.
8.2 The maintenance responsibilities shall take effect upon final construction acceptance and
shall remain in effect unless terminated by either Party in accordance with this
Agreement or until such time as transit operations at the Tukwila Transit Center are
discontinued by the County.
8.3 For purposes of the Agreement, the term "graffiti" as used shall have the meanings set
forth below:
8.3.1 Non - offensive Graffiti: Non - offensive graffiti includes defacement of painted,
sealed, and finished surfaces with markers, paint and does not include etching,
scratching or marring of other surfaces including glass, stainless steel or other
unfinished /unpainted metal surfaces.
8.3.2 Offensive Graffiti: Offensive graffiti includes images or words that are racially or
ethnically derogatory; words considered profane or socially unacceptable; images
or words of an obscene nature; any gang - related words or images.
Agreement Between King County and the City of Tukwila
For the Design, Construction and Maintenance of the
Tukwila Transit Center
92
8.4 Routine Maintenance. Routine maintenance includes: emptying litter receptacles; non -
offensive graffiti removal; picking up, sweeping or otherwise removing loose debris from
pavement surfaces; washing structures and pavement surfaces of ground -in dirt/debris;
repairing and /or replacing damaged and /or failing elements; and snow /ice prevention
and /or removal.
8.5 Emergency Maintenance. Emergency maintenance includes repairs and /or replacement
to elements due to vandalism and /or other damage not attributable to normal wear.
Emergency maintenance includes activities such as removal of broken glass; repair of
clogged drains and broken locks, elimination of unsanitary conditions; and offensive
graffiti removal.
8.6 Refurbishment. Refurbishment includes repair and /or replacement of elements in
accordance with each Party's capital replacement program.
8.7 Items Maintained by City. The City shall provide the following type of maintenance of
the items as identified below:
8.8.1 Routine and emergency maintenance and refurbishment of City -owned pavement,
structures, facilities and systems.
8.8.2 Routine and emergency maintenance and refurbishment of transit custom shelters
and appurtenances, customer waiting and loading areas, and non - County -owned
signage.
8.8.3 Routine and emergency maintenance and refurbishment of lighting systems other
than County -owned systems (including lighting within the shelters), trash
receptacles, and landscaping.
8.8.4 .Routine and emergency maintenance of sidewalk pavement
8.8.5 The City shall be responsible for removal of non - offensive and offensive graffiti
on City -owned property and facilities.
8.8 City Maintenance Frequencies. The City shall provide maintenance at frequencies that
are applicable for such items and deemed necessary by the City, but no less frequently
than once per every seven days. Maintenance frequencies will be evaluated annually for
adjustment based on need and funding availability. It is the intent of the City to address
emergency maintenance conditions within 24 hours of notification.
8.9 Items Maintained by County. The County shall provide the following type of
maintenance for the items as identified below:
Agreement Between King County and the City of Tukwila
For the Design, Construction and Maintenance of the
Tukwila Transit Center
93
8.9.1 Routine emptying of trash receptacles.
8.9.2 Routine and emergency maintenance of bus shelter glass. The County will
provide routine and emergency maintenance of bus shelter glass as long as the
City uses shelter glass stocked by the County. Consistent with current
maintenance practices, the County reserves the right to discontinue the
maintenance of shelter glass that is repeatedly broken.
8.9.3 Routine and emergency maintenance and refurbishment of County -owned
facilities, equipment, and systems.
8.9.4 In the area identified as County Maintenance Support Area in Exhibit B, routine
sweeping, loose litter removal, and pressure washing; and support to the City
when necessary for emergency maintenance in removal of broken glass and
unsanitary conditions. The County Maintenance Support Area does not include
the walls and landscaping behind shelter areas.
8.9.5 The County shall be responsible for removal of non - offensive and offensive
graffiti on County -owned property and facilities.
8.10 County Maintenance Frequencies. The County shall provide maintenance at the Tukwila
Transit Center at frequencies that are applicable for a transit center of similar size, type
and level of transit bus service, but no less frequently than once per every seven calendar
days. Maintenance frequencies will be evaluated annually for adjustment based on need
and funding availability. It is the intent of the County to address emergency maintenance
conditions within 24 hours of notification.
8.11 Unidentified Maintenance Items. Maintenance of items not specifically identified herein
shall be the responsibility of the Party on whose property the improvement is located. If
the item is part of a system, then the operator of the system shall be responsible for
routine and emergency maintenance and refurbishment of the system.
9. FEDERAL REQUIREMENTS
9.1 This Agreement is subject to a financial assistance agreement between the County and the
FTA. The City shall comply with all applicable federal laws, regulations, policies,
procedures and directives, including but not limited to the following, which are attached
hereto and incorporated herein by this reference:
9.1.1. 49 CFR 18 Uniform Administrative Requirements for Grants and Cooperative
Agreements to State and Local Governments. 49 CFR 18 Uniform Administrative
Requirements for Grants and Cooperative Agreements to State and Local
Governments. The text of 49 CFR 18 is attached as Exhibit C.
Agreement Between King County and the City of Tukwila
For the Design, Construction and Maintenance of the
Tukwila Transit Center
94
9.1.2 OMB Circular A -87, Cost Principles for State, Local and Indian Tribal
Governments. The text of OMB Circular A -87 is attached as Exhibit D.
9.1.3 The requirements and obligations imposed on a "Recipient" under the applicable
provisions of the FTA Master Agreement. The Master Agreement text is attached
as Exhibit E.
9.1.4 The requirements of FTA Circular 5010.1D Project Administration and
Management. Circular 5010.1D text is attached as Exhibit F.
9.1.5 If the City contracts with a third party to provide all or a portion of the services
described in this Agreement, then the City shall comply with FTA Circular
4220.1F. Circular 4220.1F text is attached as Exhibit G.
9.1.6 Applicable FTA Third Party Contract Provisions — Standard Terms and Conditions.
The text is attached as Exhibit H.
9.1.7 Circular No. A -133, Audits of States, Local Governments, and Non - Profit
Organizations. Circular No. A -133 text is attached as Exhibit I.
9.2 New federal laws, regulations, policies, procedures and directives may be adopted after
the date this Agreement is established and may apply to this Agreement. The City agrees
to accept and comply with all applicable laws, regulations, policies, procedures and
directives as may be amended or promulgated from time to time during the term of this
Agreement.
9.3 The City shall not perform any act, fail to perform any act, or refuse to comply with any
requests by the County that would cause the County to be in violation of any federal law
or FTA requirement. The City's failure to so comply with this Section shall constitute a
material breach of this Agreement.
9.4 The County and City acknowledge and agree that, notwithstanding any concurrence by
the Federal Government in or approval of the solicitation or award of this Agreement,
absent the express written consent by the Federal Government, the Federal Government
is not a party to this Agreement and shall not be subject to any obligations or liabilities to
the County, City, or any other party (whether or not a party to this Agreement or any
Agreement awarded pursuant thereto) pertaining to any matter resulting from this
Agreement.
9.5 The City agrees to extend application of the federal requirements to its subrecipients or
contractors, and their respective subcontractors, by including this Section and the related
exhibits in each contract and subcontract the City awards under this Agreement financed
Agreement Between King County and the City of Tukwila
For the Design, Construction and Maintenance of the
Tukwila Transit Center
95
in whole or in part with Federal assistance provided by FTA. It is further agreed that this
Section shall not be modified, except to change the names of the parties to reflect the
subrecipient or contractor which will be subject to its provisions.
9.6 The City acknowledges that the provisions of the Program Fraud Civil Remedies Act of
1986, as amended, 31 U.S.C. 3801, et seq., and U.S. DOT regulations, "Program Fraud
Civil Remedies," 49 CFR Part 31, apply to its actions pertaining to the work under this
Agreement. Upon execution of this Agreement, the City certifies or affirms the
truthfulness and accuracy of any statement it has made, it makes, it may make, or causes
to be made, pertaining to this Agreement or the FTA- assisted project for which this work
is being performed. In addition to other penalties that may be applicable, the City further
acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent
claim, statement, submission, or certification, the Federal Government reserves the right
to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the City to
the extent the Federal Government deems appropriate.
9.6.1. The City also acknowledges that if it makes, or causes to be made, a false,
fictitious, or fraudulent claim, statement, submission, or certification to the
Federal Government under a contract connected with a project that is financed in
whole or in part with Federal assistance originally awarded by FTA under the
authority of 49 U.S.C. 5307, the Government reserves the right to impose the
penalties of 18 U.S.C. 1001 and 49 U.S.C. 5307(n)(1) on the City, to the extent
the Federal Government deems appropriate.
9.6.2. The City agrees to include the above two clauses in each contract and subcontract
it awards under this Agreement financed in whole or in part with Federal
assistance provided by FTA. It is further agreed that the clauses shall not be
modified, except to identify the contractor or subcontractor who will be subject to
the provisions.
9.7 The City agrees to sign Attachment G in Exhibit H to this Agreement, which is
incorporated into this Agreement by reference, certifying that it is not currently
suspended or debarred from receiving federal transportation funding, nor is it proposed
for suspension or debarment in accordance with Executive Orders Nos. 12549 and 12689,
"Debarment and Suspension," 31 U.S.C. Section 6101 note, and U.S. DOT regulations,
"Government wide Debarment and Suspension (Non- procurement)," 49 C.F.R. Part 29.
If the City is unable to provide a certification, it must submit a complete explanation
attached to Attachment G to Exhibit H. If the City lets any contracts or subcontracts to
perform work or purchase goods for the work covered by this Agreement, regardless of
the amount of such contract or subcontract, the City agrees that it will include all
applicable federal provisions in Attachment G in Exhibit H in that contract or
subcontract, including Attachment H in Exhibit H to this Agreement, which the
Agreement Between King County and the City of Tukwila
For the Design, Construction and Maintenance of the
Tukwila Transit Center
96
contractor or subcontractor must sign to certify they are not suspended or debarred from
receiving federal funds.
9.8 As a sub - recipient receiving $25,000 or more of pass - through FTA funds, the City must
comply with the reporting requirements of the Federal Funding Accountability and
Transparency Act (FFATA or Transparency Act - P.L.109 -282., as amended by section
6202(a) of P.L. 110 -252). The FFATA requires the Office of Management and Budget
(OMB) to maintain a single, searchable website that contains information on all federal
spending awards. The FFATA definition of "federal awards" includes prime awards for
grants, cooperative agreements, loans, and contracts, as well as sub - grants and sub-
contracts. The FFATA prescribes specific data to be reported and the County agrees to
report sub - grantees and sub -award data into the FSRS subaward reporting system for the
public website www.USASpending.gov. To facilitate subaward reporting, the City shall
provide the County with the following data within 15 business days of the execution date
of this Agreement:
9.8.1 Location of the City (physical address(es), including congressional district); and
9.8.2 Place of performance (physical address(es), including congressional district(s));
and
9.8.3 Unique identifier of the City and its parent (DUNS Number, a unique nine -digit
number issued by Dun & Bradstreet (D &B) to a single business entity assigned to
each business location in the D &B database having a unique, separate, and
distinct operation for the purpose of identifying it); and
9.8.4 Total compensation and names of top five executives IF BOTH of the following
apply:
(a) More than 80% of the City's annual gross revenues are from the federal
government, and those revenues are greater than $25,000,000 annually, and
(b) Compensation information is not already available through reporting to the
Securities and Exchange Commission.
Additionally, the City commits to registering in the Federal Central Contractor
Registration (www.CCR.gov) and providing the County with the registration
confirmation number, if available.
10. INSURANCE AND INDEMNIFICATION
10.1 Insurance Requirements. If the City uses a contractor to perform Work under this
Agreement, after taking into account the scope of work and services which may be
performed by its contractor(s), the City shall require that the City's contractor maintain
Agreement Between King County and the City of Tukwila
For the Design, Construction and Maintenance of the
Tukwila Transit Center
97
Commercial General Liability, Professional Liability if professional services are required,
Automobile Liability insurance, Statutory Workers Compensation, Employers
Liability /Stop, Builder's Risk coverage and other insurance as may be required with
prudent limits of liability as established by a City risk assessment.
10.1.2 Any such contractor insurance specified in Subsection 10.1 shall insure the City,
its contractor, and the County and its officers, officials, agents and employees
against loss arising out of or in connection with activities, performed in
furtherance of this Agreement by the City's contractor. Contractor's general and
automobile liability insurance and other liability insurance, except workers
compensation and professional liability, as may be required shall include the
County and its officers, officials, agents and employees as an additional insured
(with a Form as broad as CG 20 10 11/85) and shall contain standard separation
of insureds language. The City's contractor's insurance shall be primary to and
not contributing with any insurance or self insurance that may be carried by the
County.
10.1.3 The City shall procure and maintain or require its contractor to procure and
maintain Builders Risk during the life of the Agreement or until acceptance of the
Project by the City, whichever is longer, "All Risk" Builders Risk Insurance at
least as broad as ISO form number CP0020 (Builders Risk Coverage Form) with
ISO form number CP0030 (Causes of Loss — Special Form) including coverage
for collapse, theft, off-site storage and property in transit. The coverage shall
insure for direct physical loss to property of the entire construction project, for
one hundred percent (100 %) of the replacement value thereof and include
earthquake and flood. The policy shall be endorsed to cover the interests, as they
may appear, of the City, the County, Contractor and subcontractors of all tiers
with the City, the County and sub - contractors listed as a Named Insured. In the
event of a loss to any or all of the Work and /or materials therein and /or to be
provided at any time prior to the final close -out of the Agreement and acceptance
of the Project by the City, the Contractor shall promptly reconstruct, repair,
replace or restore all Work and /or materials so destroyed. The Contractor shall
waive all rights against the City and the County, their consultants, or any separate
contractors, and their agents and employees, for damages caused by fire or other
perils to the extent such damage cost is actually paid by property insurance
applicable to the Work. The Contractor shall require similar waivers from all
Subcontractors.
10.2 Indemnification and Hold Harmless. To the maximum extent permitted by law, each
Party shall protect, defend, indemnify and save harmless the other Party, its officers,
officials, employees and agents while acting within the scope of their employment as
such, from any and all suits, costs, claims, actions, losses, penalties, judgments, and /or
awards of damages, of whatsoever kind arising out of, or in connection with, or incident
Agreement Between King County and the City of Tukwila
For the Design, Construction and Maintenance of the
Tukwila Transit Center
98
to the services associated with this Agreement caused by or resulting from each Party's
own negligent acts or omissions. Each Party agrees that it is fully responsible for the acts
and omissions of its own contractors and subcontractors, their employees and agents,
acting within the scope of their employment as such, as it is for the acts and omissions of
its own employees and agents. Each Party agrees that its obligations under this provision
extend to any claim, demand, and /or cause of action brought by or on behalf of any of its
employees or agents. The foregoing indemnity is specifically and expressly intended to
constitute a waiver of each Party's immunity under Washington's Industrial Insurance
Act, RCW Title 51, as respects the other Party only, and only to the extent necessary to
provide the indemnified Party with a full and complete indemnity of claims made by the
indemnitor's employees. The Parties acknowledge that these provisions were specifically
negotiated and agreed upon by them.
10.3 In the event it is determined that RCW 4.24.115 applies to this Agreement, each Party
agrees to protect, defend, indemnify and save the other Party, its officers, officials,
employees and agents from any and all claims, demands, suits, penalties, losses damages
judgments, or costs of any kind whatsoever for bodily injury to persons or damage to
property (hereinafter "claims "), arising out of or in any way resulting from the
Indemnifying Party's officers, employees, agents and /or subcontractors of all tiers acts or
omissions, performance of failure to perform the rights and privileges granted under this
Agreement, to the maximum extent permitted by law or as defined by RCW 4.24.115, as
now enacted or hereafter amended.
10.4 Each Party shall require similar indemnification language in all Agreements with
contractors and subcontractors entered into in conjunction with this Agreement.
11. EFFECTIVE DATE AND TERM OF AGREEMENT
This Agreement shall take effect upon the latest date on which one of the Parties executes this
Agreement, and shall continue unless terminated pursuant to the terms of this Agreement.
12. AGREEMENT TERMINATION
Either Party may terminate this Agreement in the event that the other Party materially breaches
this Agreement. Written notice of such termination and a description of the breach must be
given via certified mail by the Party terminating this Agreement to the other Party not less than
sixty (60) days prior to the effective date of termination. The breaching Party shall be given this
sixty days in which to cure its material breach. If the breaching Party fails to cure within sixty
days, the Agreement is immediately terminated. Upon termination, the Parties shall determine
final costs and payments to be made by each Party.
13. ENTIRE AGREEMENT AND AMENDMENTS
Agreement Between King County and the City of Tukwila
For the Design, Construction and Maintenance of the
Tukwila Transit Center
99
13.1 Entire Agreement. This document contains all terms, conditions and provisions agreed
upon by the Parties hereto, and shall not be modified except by written amendment, and
supersedes any prior negotiations, representations or draft agreements on this matter,
either written or oral.
13.2 Amendments. Except as otherwise provided for in this Agreement, amendments may be
made to this Agreement within the previously approved budget or other applicable
authority for and on behalf of the City by its Mayor, and for and on behalf of the County
by its General Manager of the Transit Division and shall be in writing and executed by
such duly authorized representative of each Party. No variation or alteration of the terms
of this Agreement shall be valid unless made in writing and signed by authorized
representatives of the Parties hereto.
14. NOTIFICATION AND IDENTIFICATION OF CONTACTS
14.1 Notice. Any notice or communication required or permitted to be given pursuant to this
Agreement shall be in writing, and shall be sent postage prepaid by U.S. Mail, return
receipt requested, to the contact persons and addresses identified in Subsection 14.2 of
this Agreement unless otherwise indicated by the Parties in writing.
14.2 Designated Representatives and Addresses. The contact persons for the administration of
this Agreement are as follows:
City of Tukwila
King County, Metro Transit:
Cyndy Knighton, Senior Transportation Engineer
Public Works Department, City of Tukwila
6300 Southcenter Blvd, Suite 100
Tukwila, Washington 98188
(206) 431 -0179
David Cantey, Transit Route Facilities
201 S Jackson Street
KSC -TR -0411
Seattle, Washington 98104 -3856
(206) 684-6794
15. DISPUTE RESOLUTION PROCESS
The Parties, through their designated representatives identified in Subsection 14.2 of this
Agreement, shall use their best efforts to resolve any disputes that may arise pertaining to this
Agreement that may arise between the Parties. If these designated representatives are unable to
resolve the dispute, the matter shall be reviewed by the department directors of the Parties or
Agreement Between King County and the City of Tukwila
For the Design, Construction and Maintenance of the
Tukwila Transit Center
100
their designees. The Parties agree to exhaust each of these procedural steps before seeking to
resolve disputes in a court of law or any other forum.
16. RECORDS RETENTION AND AUDIT
During the progress of the performance of this Agreement and for a period not less than six (6)
years from the date of completion of the Projector for the retention period required by law,
whichever is greater, records and accounts pertaining to the Project and accounting therefore are
to be kept available by the Parties for inspection and audit by representatives of the Parties and
copies of all records, accounts, documents, or other data pertaining to the Agreement shall be
furnished upon request. Records and accounts shall be maintained in accordance with applicable
state law and regulations.
17. COMPLIANCE WITH APPLICABLE LAWS
The Parties agree to comply with all applicable federal, state, and local laws, rules, and
regulations, including those pertaining to nondiscrimination, and agree to require the same of any
contractors or subcontractors providing services or performing any of the Work pursuant to this
Agreement using funds provided under this Agreement.
18. LEGAL RELATIONS
18.1 No Partnership or Joint Venture. No joint venture, agent - principal relationship or
partnership is formed as result of this Agreement. No employees or agents of one Party or
any of its contractors or subcontractors shall be deemed, or represent themselves to be,
employees or agents of the other Party.
18.2 No Third Party Beneficiaries. It is understood and agreed that this Agreement is solely
for the benefit of the Parties hereto and gives no right to any other person or entity.
18.3 Assignment. Neither this Agreement, nor any interest herein, may be assigned by either
Party without the prior written consent of the other Party.
18.4 Binding on Successors and Assigns. This Agreement, and all of its terms, provisions,
conditions, and covenants, together with any exhibits and attachments now or hereafter
made a part hereof, shall be binding on the Parties and their respective successors and
assigns.
18.5 Mutual Negotiation and Construction. This Agreement and each of the terms and
provisions hereof shall be deemed to have been explicitly negotiated between, and
mutually drafted by both Parties.
18.6 Waiver of Default. Waiver of any default shall not be deemed to be a waiver of any
subsequent default; as such, failure to require full and timely performance of any
Agreement Between King County and the City of Tukwila
For the Design, Construction and Maintenance of the
Tukwila Transit Center
101
provision at any time shall not waive or reduce the right to insist upon complete and
timely performance of any other provision thereafter. Waiver of breach of any provision
of this Agreement shall not be deemed to be a waiver of any other or subsequent breach
and shall not be construed to be a modification of the terms of this Agreement unless
stated to be such in writing, signed by duly authorized representatives of the Parties, and
attached to the original Agreement.
18.7 Applicable Law. This Agreement shall be governed by and construed in accordance with
the laws of the State of Washington.
18.8 Jurisdiction and Venue. The King County Superior Court, situated in Seattle,
Washington, shall have exclusive jurisdiction and venue over any legal action arising
under this Agreement.
18.9 Rights and Remedies. The Parties' rights and remedies in this Agreement are in addition
to any other rights and remedies provided by law.
18.10 Severability. If any provisions of this Agreement are held invalid by a court of
competent jurisdiction, the remainder of the Agreement shall not be affected thereby if
such remainder would then continue to serve the purposes and objectives originally
contemplated by the Parties.
18.11 Survival. Each of the provisions of this Section 18 (Legal Relations) shall survive any
expiration or termination of Agreement.
Agreement Between King County and the City of Tukwila
For the Design, Construction and Maintenance of the
Tukwila Transit Center
102
19. EXECUTION OF AGREEMENT — COUNTERPARTS
This Agreement may be executed in two (2) counterparts, either of which shall be regarded for
all purposes as an original.
IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the date
indicated under their signatures.
KING COUNTY
DEPARTMENT OF TRANSPORTATION
METRO TRANSIT DIVISION
CITY OF TUKWILA
By: Kevin Desmond, General Manager By: Jim Haggerton, Mayor
Dated: Dated:
APPROVED AS TO FORM ONLY: APPROVED AS TO FORM ONLY:
By:
Senior Deputy Prosecuting Attorney
By:
City Attorney
Dated: Dated:
Agreement Between King County and the City of Tukwila
For the Design, Construction and Maintenance of the
Tukwila Transit Center
103
104
EXHIBIT A
TUKWILA TRANSIT CENTER PROJECT
Item
Budget
Funding Source
City
FTA Grant
1 Site Preparation
$200,000
$100,000
$100,000
2 Site Utilities
100,000
50,000
50,000
3 Paving, Sidewalks, Customer
490,000
245,000
245,000
Waiting Areas
4 Landscaping Improvements
600,000
300,000
300,000
5 Shelter Improvements
640,000
320,000
320,000
6 Transit Center Amenities
420,000
210,000
210,000
7 Electrical Improvements
350,000
175,000
175,000
Total
$2,800,000
$1,400,000
$1,400,000
Agreement Between King County and the City of Tukwila
For the Design, Construction and Maintenance of the
Tukwila Transit Center
105
106
0
101
C=>
0
107
108
RapidRide Intelligent Transportation System Agreement
By and between King County and the City of Tukwila, Washington
This RAPIDRIDE INTELLIGENT TRANSPORTATION SYSTEM AGREEMENT ( "Agreement ") is
made and entered into this day of , 2012 by and between the City of Tukwila,
hereinafter referred to as the "City," and King County, hereinafter referred to as the "County," both of
which may be collectively referred to as the "Parties."
WHEREAS, the King County Ordinance No. 15582 (Transit Now Ordinance) identified a number of
transit service measures to be implemented using the one -tenth of one percent sales and use tax collected
through Transit Now that focus on capital, operating, and maintenance improvements that are expected to
expand and improve bus service on local streets and arterials within King County; and
WHEREAS, the key elements of bus rapid transit include new, low floor, hybrid diesel - electric buses;
improved frequency of bus service; improved traffic operations; and transit stations with real time
passenger information signs; and
WHEREAS, mutually beneficial contractual arrangements with other public entities that leverage public
funds to provide both new and better bus service to cities employers is a key strategy identified in the
Transit Now Ordinance approved by King County voters in the general election on November 7, 2006;
and
WHEREAS, the County's bus rapid transit along this corridor is named F Line RapidRide and the Parties
are interested in advancing the implementation of this project; and
WHEREAS, the approved King County transit capital program includes funding to support these
investments in traffic signal systems and communication necessary to implement F Line RapidRide; and
•WHEREAS, the Parties have reached agreement on the location and components of the Intelligent
Transportation System (ITS) and fiber optic cable resources as provided in the County's King County F
Line ITS Corridor Improvements Construction Contract No. C00759C12 ( "Contract No. C00759C12 ")
plans, copies of which are attached hereto as Exhibit B and incorporated herein by reference into this
Agreement as if fully set forth herein;
NOW IN CONSIDERATION of the mutual provisions, covenants, and agreements set forth below, and
for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged
by the Parties, and Parties agree as follows:
1. Purpose of the Agreement
The purpose of this Agreement is to identify the roles and responsibilities of the Parties regarding the
construction and maintenance of the F Line RapidRide Intelligent ITS Improvements. The Agreement
identifies specific details regarding:
A. City -owned conduit resources that the City will make available for County use.
B. The County -owned fiber optic cable, power and other communication conductors the County will
install in City conduits.
109
C. The County -owned fiber optic cable, power and other communication conductors the County will
install in new conduits.
D. The fiber optic cable the County will install for the City's use.
E. The terms and conditions for the ownership and maintenance of the ITS cabinets (332 RapidRide
ITS cabinets, 336A RapidRide ITS cabinets) and TSP compatible traffic signal controller cabinets
(double door P -style cabinets) as shown in Contract No. C00759C12 plans, shown in Exhibit A,
that are required to operate RapidRide transit ITS elements.
2. City Responsibilities
2.1. The City shall allow the County to install new ITS cabinets, fiber vaults, junction boxes and
conduits within City right of way as shown in the Contract No. C00759C12 plans.
2.2. The City shall allow the County to install fiber optic cable, power and other communication
conductors in City -owned conduits as shown in the Contract No. C00759C12 plans.
2.3. The City shall install a TSP interface panel furnished by the County in the City's traffic signal
controller cabinet. The City shall permit the County or its contractor to pull and terminate
communication conductors from the County's RapidRide ITS cabinet to the interface panel in
the City's traffic signal controller cabinet at locations shown in the Contract No. C00759C12
plans.
2.4. The City shall test, accept, and install two double door P cabinets provided by the County, at
Southcenter Blvd /42nd Avenue South and Strander Blvd /Andover Parkway West, within sixty
days of receiving them or by January 15d', 2012, whichever is later The City shall also install
County furnished TSP compatible traffic signal controllers at these two Locations as shown in the
Contract No. C00759C12 plans.
2.5. The City shall allow the County to install a 20 amp breaker in the City's traffic signal service
cabinet or provide an alternate service connection for the ITS cabinet, and the City shall pay for
the electricity required to operate all of the equipment housed in the RapidRide ITS cabinets.
The City will allow the County's contractor to install all conduit and wiring needed to provide
power to the ITS cabinets from the service cabinets as shown in the Contract No. C00759C12
plans.
2.6. The City shall allow the County to install the Wireless Access Point (WAP) on the City's traffic
signal mast arm or luminaire arm as shown in the Contract No. C00759C12 plans. The City
shall also permit the county to install the associated CATS cable in the City's signal /lighting pole
and conduit from the WAP to the RapidRide ITS cabinet.
2.7. The City agrees to dedicate two - strands of fiber optic cable from Andover Park W /Strander Blvd
to Southcenter Parkway /S 180th St for backhaul connection.
2.8. The City shall review, approve, and implement new transit signal priority (TSP) timing plans as
proposed by the County at the TSP intersections along the F Line RapidRide corridor. The City
reserves the right to modify signal and TSP timings if, after implementation of TSP the City
determines that a significant adverse effect on intersections safety or level of service has
occurred.
2.9. The City shall provide a right of way use permit for the County to work within the City's right of
way and grant the necessary rights for the continuing existence of the County's improvements in
the City's right of way in accordance with this Agreement. The right of way use permit shall
110
contain the City's standard terms and the right for continuing existence granted under this
Agreement and shall be subject to the following terms and conditions:
• The County shall keep ITS improvements installed by the County pursuant to this ITS
Agreement ( "F Line RapidRide ITS Improvements ") in good order and repair and shall
comply with all City requirements for undertaking work in the right of way when installing,
repairing or replacing the F Line RapidRide ITS Improvements.
• Relocation at City's Request.
• If the City requests relocation of the County ITS hnprovements in City right of way
for the purposes of making street improvements or other public improvements solely
by the City, the F Line RapidRide ITS Improvements will be relocated subject to the
City's relocation procedures and the following conditions:
• The City must provide one hundred and eighty days notice to the County prior to
the date by which the F Line RapidRide ITS Improvements must be relocated.
• The City and the County shall coordinate the design of the relocated F Line
RapidRide ITS Improvements.
• The County must approve the design, such approval not to be unreasonably
withheld or delayed.
• Unless otherwise agreed to by the Parties, the County shall perform the
relocation.
• Prior to starting construction of the relocated F Line RapidRide ITS
Improvements, the City and the County shall agree on how the cost of the
relocation, including costs of delays caused by the County, will be shared
between the City and County. The parties shall attempt to resolve disputes
regarding cost allocation using the dispute resolution process provided in
Section 13 below.
• If the City requests relocation of the F Line RapidRide ITS Improvements for any
purpose other than making street improvements or other public improvement solely by
the City, the F Line RapidRide ITS Improvements will be relocated subject to the
City's relocation procedures and the following conditions:
• The City must provide one hundred and eighty days notice to the County prior to
the date by which the F Line RapidRide ITS Improvements must be relocated.
• The City and the County shall coordinate the design of the relocated F Line
RapidRide ITS Improvements.
• The County must approve the design, such approval not to be unreasonably
withheld or delayed.
• Unless otherwise agreed to by the Parties, the County shall perform the
relocation.
• The City shall reimburse or cause a third party to reimburse the County for all
costs the County incurs as a result of the design and relocation of the F Line
RapidRide ITS Improvements.
• Relocation at the County's Request.
• If the County requests relocation of the F Line RapidRide ITS Improvements in City
right of way for any purpose:
111
• The County must provide one hundred and eighty days notice to the City prior to
the date by which the F Line RapidRide ITS Improvements are to be relocated.
• The City and the County shall coordinate the design of the relocated F Line
RapidRide ITS Improvements.
• The City must approve the design, such approval not to be unreasonably
withheld or delayed.
• Unless otherwise agreed to by the Parties, the County shall perform the
relocation.
• The County shall pay fees for any and all required permits for the relocation and
shall reimburse the City for all costs incurred as a result of the design and
relocation of the F Line RapidRide ITS Improvements other than the cost of
City staff time spent on such activities.
3. County Responsibilities
3.1. The County shall be responsible for all work activities required to design, construct and inspect
the F Line RapidRide ITS Improvements. The County or its contractor will construct and install
fiber optic cable, conduit, junction boxes, fiber vaults, wiring, ITS cabinets, service cabinet
upgrades and all related equipment within the City's right of way in accordance with this
Agreement and the County's Contact No. O00759C12 plans and the right of way permits granted
by the City under Section 2.8.
3.2. The County shall submit to the City the Contract No. C00759C12 plans for the City's review and
approval before initiating construction. The City will have the opportunity to review and
provide written comments on the plans for consistency with the recommended F Line RapidRide
ITS Improvements. The County shall submit the plans to the City in electronic form.
3.3. The County shall coordinate with the City and either Seattle City Light or Puget Sound Energy,
depending on applicable service area, as to any new electrical service connections requirements.
3.4. The County shall furnish the transit signal priority (TSP) interface panel for the City to install in
the City's traffic signal controller cabinets at the proposed TSP locations as shown in Contract
No. C00759C12 plans and listed below:
• Southcenter Blvd / TIBS
• Southcenter Blvd/ Macadam Rd
• Southcenter Blvd /42 "d Ave S
• Southcenter Blvd / MacAdam Road S
• Southcenter Blvd / 61st Ave S
• Southcenter Blvd / 66th Ave S
• Tukwila Parkway /Andover Park E
• Tukwila Parkway / Andover Park W
• Andover Park W / Baker Blvd
• Strander Blvd / Andover Park E
112
The County or its contractor shall terminate communication conductors to the TSP interface
panel in the City's signal controller cabinet that shall be connected to the TSP interface panel in
the RapidRide ITS cabinet.
3.5. The County shall furnish TSP compatible traffic signal controller cabinets (double door P -style
cabinets) and turn over to the City to install at the proposed TSP locations, as shown in Contract
No. C00759C12 plans and listed below:
• Southcenter Blvd / 42nd Ave S
• Andover Park W. / Strander Blvd
The County shall install the Transit Signal Priority Request Generator(TPRG) unit in the upper
compaitnient of the double door P cabinet and shall connect the TPRG to the City's signal
controller to enable transit signal priority at these intersections.
3.6. The County shall develop new transit signal priority (TSP) timing plans for the TSP intersection
listed in Section 3.4. The City shall review and approve the new TSP plans and shall implement
the timings in the traffic signal controllers.
4. Fiber Optic Cable
4.1. The County shall install a 72 -count fiber optic trunk cable along the majority of the F Line
RapidRide corridor along Southcenter Blvd and West Valley Highway. A smaller 24 -count
lateral cable will be installed to the Commercial Business District (CBD) intersections south of
Southcenter Blvd and west of West Valley Highway to each of the fiber vaults identified on the
Contract X plans. 12 -count laterals shall be spliced from the 24 -count lateral cable along
Andover Park E to the ITS cabinets on Andover Park W, as a part of the F Line RapidRide ITS
Improvements. The 72 -count trunk cable size will provide future communication capacity which
could be used by King County and the local agencies for other purposes. The 72 -count fiber
shall be distributed between King County and the local agencies as follows:
Agency Fiber Assignment
I ing Co Linty Metro ➢ ttpidl ;ide
City of Tukwila Communications
!met ogeney ('ominttt me tipc�i�
24 Sls tndsm(I -241
24 Strands (25 -48)
21 S ands (19 -72)
4.2. Where 24 -count lateral cables are installed, all 24 fibers shall be allocated to King County.
4.3. The County shall install an additional 72 strands of fiber for the City of Tukwila on Southcenter
Blvd between 62nd Ave S and West Valley Highway. The 144 -count fiber optic cable will be
installed for this section of the corridor to provide the RapidRide fiber strands as well as
additional City of Tukwila fiber strands in one cable. The additional 72-strands of fiber (strands
73 -144) will be for City of Tukwila use. The County shall terminate the fibers assigned for City
of Tukwila Communications into a RapidRide ITS termination cabinet (332 type) at the
intersection of Southcenter Blvd/ 62nd Ave S.
4.4. The City shall provide 2- strands of City fiber from Andover Park W/ Strander Blvd to
Southcenter Parkway / S 180th St for King County Metro RapidRide use.
113
4.5. Concurrent with this Agreement, the Parties will enter into a separate fiber optic project
agreement to establish the terms and conditions for the ownership and maintenance of the 72-
count fiber optic cable.
5. Ownership and Maintenance
5.1. The City will continue to own all City -owned conduits that it has made available to the County
for the F Line RapidRide ITS project.
5.2. The F Line RapidRide ITS Improvements to the City-owned conduit, junction boxes, and traffic
signal controller equipment shall become property of the City upon their completion and final
acceptance. This includes the TSP interface panel housed within the traffic signal controller
cabinet.
5.3. The County will own and maintain the RapidRide ITS cabinet and all new fiber optic cable,
conduit, and other communication equipment and cable it installs within the ITS cabinet between
the County's RapidRide ITS cabinet and the nearest junction box or vault.
5.4. The City will own and maintain the two double door P- cabinets funded by this Agreement. This
includes all City- supplied equipment and the TSP interface panel housed in the lower
compartment of this cabinet.
5.5. The County will own and maintain all County- supplied equipment housed in the upper
compartment of the double door P- cabinets that will be installed by the County after the City
completes installation of the new double door P- cabinets.
5.6. A goal of the RapidRide Program is to achieve a minimum of ten percent transit travel time from
roadway and TSP improvements. The Parties agree to make their best faith effort to achieve and
maintain a ten percent or greater transit travel time improvement on the F Line RapidRide route
between the terminals at `The Landing' in Renton and Burien Transit Center. The County
intends to perform before and after transit travel time studies and share this information with the
City to assist in maintaining the transit travel time improvements.
5.7 The separate, concurrent agreement on the terms and conditions for the sharing of fiber optic
installation projects will establish the ownership and maintenance for the 72- strand fiber optic
cable.
6. Financing
Total Project Price. The project price is $804,269. See Attachment A.
114
7. Schedule
7.1 The scheduled date to begin construction of the F Line ITS Improvements is January 17, 2013.
7.2 The scheduled date for completion of the F Line .ITS Improvements is September 17, 2013.
7.3 The scheduled date for beginning RapidRide service is September 29, 2013.
8. Insurance and Indemnification
8.1 Insurance Requirements. If the County uses a contractor to perform work under this Agreement,
after taking into account the scope of work and services which may be performed by its
contractor(s), the County shall require that the County's contractor maintain Commercial General
Liability, Professional Liability if professional services are required, Automobile Liability
insurance, Statutory Workers Compensation, Employers Liability /Stop Gap and other insurance
as may be required with prudent limits of liability as established by a County risk assessment.
8.2 Any such contractor insurance specified in Subsection 8.1 shall insure the County, its contractor,
and the City and its officers, officials, agents and employees against loss arising out of or in
connection with activities, performed in furtherance of this Agreement by the County's
contractor. Contractor's general and automobile liability insurance and other liability insurance,
except Workers Compensation and Professional Liability, as may be required shall include
the City and its officers, officials, agents and employees as an additional insured and shall contain
standard separation of insured's language. The County's contractor's insurance shall be primary to
and not contributing with any insurance or self insurance that may be carried by the City.
8.3 Indemnification and Hold Harmless. To the maximum extent permitted by law, each Party shall
protect, defend, indemnify and save harmless the other Party, its officers, officials, employees and
agents while acting within the scope of their employment as such, from any and all suits, costs,
claims, actions, losses, penalties, judgments, and /or awards of damages, of whatsoever kind
arising out of, or in connection with, or incident to the services associated with this Agreement
caused by or resulting from each Party's own negligent acts or omissions. Each Party agrees that
it is fully responsible for the acts and omissions of its own subcontractors, their employees and
agents, acting within the scope of their employment as such, as it is for the acts and omissions of
its own employees and agents. Each Party agrees that its obligations under this provision extend
to any claim, demand, and /or cause of action brought by or on behalf of any of its employees or
agents. The foregoing indemnity is specifically and expressly intended to constitute a waiver of
each Party's immunity under Washington's Industrial Insurance Act, RCW Title 51, as respects
the other Party only, and only to the extent necessary to provide the indemnified Party with a full
and complete indemnity of claims made by the indemnitor's employees. The Parties acknowledge
that these provisions were specifically negotiated and agreed upon by them. Each Party shall
require similar indemnification language in all Agreements with subcontractors entered into in
conjunction with this Agreement.
115
9. Effective Date and Term of Agreement
This Agreement shall take effect upon the latest date on which one of the Parties executes this
Agreement, and shall continue unless terminated pursuant to the terms of this Agreement.
10. Agreement Termination
Either Party may terminate this Agreement in the event that the other Party materially breaches
this Agreement. Written notice of such termination and a description of the breach must be given
via certified mail by the Party terminating this Agreement to the other Party not Tess than sixty
days prior to the effective date of termination. The breaching Party shall be given this sixty days
in which to cure its material breach. If the breaching Party fails to cure within sixty days, the
Agreement is immediately terminated. Upon termination, the Parties shall determine final costs
and payments to be made by each Party.
11. Entire Agreement and Amendments
11.1 Entire Agreement. This document contains all terms, conditions and provisions agreed
upon by the Parties hereto, and shall not be modified except by written amendment.
11.2 Amendments. Except as otherwise provided for in this Agreement, amendments may be
made to this Agreement within the previously approved budget or other applicable
authority for and on behalf of the City by its City Manager, and for and on behalf of the
County by its General Manager of the Transit Division and shall be in writing and
executed by such duly authorized representative of each Party. No variation or alteration
of the terms of this Agreement shall be valid unless made in writing and signed by
authorized representatives of the Parties hereto.
12. Notification and Identification of Contacts
12.1 Notice. Any notice or communication required or permitted to be given pursuant to this
Agreement shall be in writing, and shall be sent postage prepaid by U.S. Mail, return receipt
requested, to the contact persons and addresses identified in Subsection 12.2 of this
Agreement unless otherwise indicated by the Parties in writing.
116
12.2 Contact Persons and Addresses. The contact persons for the administration of this
Agreement are as follows:
City of Tukwila:
Cyndy Knighton
Senior Transportation Engineer
Public Works Department
City of Tukwila
6300 Southcenter Blvd., Suite 100
Tukwila, WA 98188
(206) 431 -2450
King County, Metro Transit: Franco Fernandes
Project Manager
Transit Route Facilities
201 S Jackson Street
KSC -TR -0413
Seattle, Washington 98104 -3856
(206) 263 -3134
13. Dispute Resolution Process
The Parties, through their designated representatives identified in Subsection 12.2 of this
Agreement, shall use their best efforts to resolve any disputes pertaining to this Agreement that
may arise between the Parties. If these designated representatives are unable to resolve a dispute,
the responsible Project Directors of both Parties shall review the matter and attempt to resolve it.
If they are unable to resolve the dispute, the matter shall be reviewed by the department directors
of the Parties or their designees. The Parties agree to exhaust each of these procedural steps
before seeking to resolve disputes in a court of law or any other forum.
14. Records Retention and Audit
During the progress of the Work and for a period not less than three years from the date of
completion of the Work or for the retention period required by law, whichever is greater, records
and accounts pertaining to the Work and accounting therefore are to be kept available by the
Parties for inspection and audit by representatives of the Parties and copies of all records,
accounts, documents, or other data pertaining to the Work shall be furnished upon request.
Records and accounts shall be maintained in accordance with applicable state law and
regulations.
15. Compliance with Applicable Laws
The Parties agree to comply with all applicable federal, state, and local laws, rules, and
regulations, including those pertaining to nondiscrimination, and agree to require the same of any
subcontractors providing services or performing any of the Work using funds provided under this
Agreement.
117
16. Legal Relations
16.] No Partnership or Joint Venture. No joint venture, agent - principal relationship or partnership is
formed as result of this Agreement. No employees or agents of one Party or any of its contractors
or subcontractors shall be deemed, or represent themselves to be, employees or agents of the
other Party.
16.2 No Third Party Beneficiaries. It is understood and agreed that this Agreement is solely for the
benefit of the Parties hereto and gives no right to any other person or entity.
16.3 Assignment. Neither this Agreement, nor any interest herein, may be assigned by either Party
without the prior written consent of the other Party.
16.4 Binding on Successors and Assigns. This Agreement, and all of its terms, provisions,
conditions, and covenants, together with any exhibits and attachments now or hereafter made a
part hereof, shall be binding on the Parties and their respective successors and assigns.
16.5 Mutual Negotiation and Construction. This Agreement and each of the terms and provisions
hereof shall be deemed to have been explicitly negotiated between, and mutually drafted by both
Parties.
16.6 Waiver of Default. Waiver of any default shall not be deemed to be a waiver of any subsequent
default; as such, failure to require full and timely performance of any provision at any time shall
not waive or reduce the right to insist upon complete and timely performance of any other
provision thereafter. Waiver of breach of any provision of this Agreement shall not be deemed to
be a waiver of any other or subsequent breach and shall not be construed to be a modification of
the terms ofthis Agreement unless stated to be such in writing, signed by duly authorized
representatives of the Parties, and attached to the original Agreement.
16.7 Applicable Law. This Agreement shall be governed by and construed in accordance with the
laws of the State of Washington.
16.8 Jurisdiction and Venue. The King County Superior Court, situated in Seattle, Washington, shall
have exclusive jurisdiction and venue over any legal action arising under this Agreement.
16.9 Rights and Remedies. The Parties' rights and remedies in this Agreement are in addition to any
other rights and remedies provided by law.
16.10 Severability. 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..
16.11 Entire Agreement. This Agreement embodies the Parties' entire understanding and agreement on
the issues covered by it, except as may be supplemented by subsequent written amendment to this
Agreement, and supersedes any prior negotiations, representations or draft agreements on this
matter, either written or oral.
16.12 Survival. 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 ofthis Agreement.
118
17. Execution of Agreement — Counterparts
This Agreement may be executed in two counterparts, either of which shall be regarded for all
purposes as an original.
IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the date indicated under
their signatures.
KING COUNTY
DEPARTMENT OF TRANSPORTATION
METRO TRANSIT DIVISION
CITY OF TUKWILA
By: Kevin Desmond, General Manager By: Jim Haggerton, Mayor
Dated: Dated:
APPROVED AS TO FORM:
I3y:
Dated:
APPROVED AS TO FORM:
By:
Dated:
119
120
Attachment A
Summary of F Line ITS Improvements
F Line RapidRide Improvements
Cost of
Improvements
Financial Plan
County
City
1 •
Install fiber optic cable along Southcenter Blvd between TIBS
and W Valley Hwy, on W Vally Hwy between Southcenter and
Strander Blvd, and within the Tukwila CBD as shown in the
Contract No. C00759C12 plans.
$ 804,269
$804,269
$ 804,269
$804,269
-0-
S -0 -
2.
Install new F Line ITS cabinets with fiber termination panels
and Ethernet switches at the following intersections:
- Southcenter Blvd /TIBS
- Southcenter Blvd /Macadam Rd
- Southcenter Blvd /61st Ave S
- Southcenter Blvd /62nd Ave S (termination cabinet to City
Hall)
- Southcenter Blvd /66th Ave S
- Tukwila Parkway /Andover Park W
- Baker Blvd /Andover Park W
- Strander Blvd /Andover Park E
3.
hnstall new Double Door P style cabinets with fiber termination
panel and Ethernet switch along with required communications
hardware to provide TSP at the following signalized
intersections:
- Southcenter Blvd /42nd Ave S
- Strander Blvd /Andover Park W
4.
Install wireless access points as indicated on the Contract No. X
plans.
5.
Modify the signal at Southcenter Blvd /66th Ave S to provide a
northbound through except transit lane and an overlap for the
northbound right turn movement.
6.
Install vaults for fiber splicing and cable storage. Equip existing
vaults with rack for fiber storage.
7.
Upgrade type 1 junction boxes to type 2 junction boxes to
accommodate the fiber cable as indicated on the Contract No. X
plans.
8.
Install small sections of new conduit at signalized intersections
as shown in the Contract No. X plans.
9.
Develop and install signal plans for transit signal priority for
TSP intersections along the corridor.
Total
121
122
Exhibit B
King County F Line ITS Corridor Improvements Construction Contract No. C00759C12
123
124
TRANSPORTATION COMMITTEE
Meeting Minutes
February 26, 2013 — 5:15 p.m. — Conference Room #1
City of Tukwila
Transportation Committee
PRESENT
Councilmembers: Kate Kruller, Chair; Joe Duffie and Dennis Robertson
Staff: Bob Giberson, Frank Iriarte, Robin Tischmak and Cyndy Knighton
Guest: Chuck Parrish
CALL TO ORDER: The meeting was called to order at 5:05 p.m.
I. PRESENTATIONS
No presentations.
II. BUSINESS AGENDA
A. Cascade View Elementary Safe Routes to School Consultant Contract Amendment #1
Staff is seeking Council approval of Contract Amendment No. 1 with David Evans and Assoiciates, Inc.
for the Cascade View Safe Routes to School project in the amount of $25,675.00. This amendment will
provide right -of -way acquisition services that are needed for the City to acquire property rights for
construction of the trail across private property. A more detailed Scope of Services in provided in
Attachement A, page 4 of the Committee Agenda packet.
Based on a request made by Committee Member Duffle, rather than going to the Consent Agenda, this
item will be placed under new business at the March 4 Regular meeting so that interested public has the
opportunity to speak to this issue prior to the full Council taking action. UNANIMOUS APPROVAL.
FORWARD TO MARCH 4 REGULAR MEETING FOR DISCUSSION AND ACTION AS
APPROPRIATE.
B. Interlocal Agreements: Tukwila Urban Center Transit Center
Staff is seeking Council approval for to enter into two interlocals with King County (specifically Metro
Transit) for the design, construction, and maintenance of the Tukwila Transit Center; and the RapidRide
Intelligent Transportation System.
Design, construction, and maintenance of the Tukwila Transit Center
This agreement defines the roles between the City of Tukwila and King County in regards to the City's
prposed Transit Center. In summary, Tukwila is responsible for design and construction, and will share
responsibility for ongoing maintenance and operations with the County.
RapidRide Intelligent Transporation System
This agreement outlines City and County responisbilities relating to conduit and fiber cables that are
used by King County Metro's F Line RapidRide's Intelligent Transportation System improvements.
Specifically, it identifies ownership of resources, installation and use.
Staff briefly mentioned a third agreement that will be forthcoming to Committee regarding
implementation of the F Line RapidRide Fiber Optic Project.
UNANIMOUS APPROVAL. FORWARD TO MARCH 11 COW FOR DISCUSSION.
125