Loading...
HomeMy WebLinkAbout5852RESOLUTION NO. 5852 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, AUTHORIZING AN INTERLOCAL AGREEMENT BETWEEN THE CITY OF AUBURN AND KING COUNTY FOR SERVICES AND CONSTRUCTION RELATING TO IMPROVEMENTS ON 124TH AVENUE SE AND THE INTERSECTION OF 124TH AVENUE SE AND SE 320TH STREET WHEREAS, King County Metro is implementing a transit network restructure, starting in Fall 2026, in its South service area coinciding with Link Light Rail expansions in Kent and Federal Way; and WHEREAS, King County Metro's Fall 2026 service change will include revisions and frequency increases to Route 165, including splitting the current Route 165 to create a new Route 164, and frequency increases in Route 181; and WHEREAS, Routes 165 and 181 lay -over at bus stop 59282 near Green River College in Auburn, and this layover is currently at capacity and cannot support the frequency increases King County Metro proposes; and WHEREAS, to meet King County Metro's layover needs resulting from the increased frequencies of Routes 165 and 181, a new layover has been identified on the west side of 124th Avenue SE, south of SE 318th Street, new Metro bus stop 59048; and WHEREAS, this new layover site requires improvements to make it ready for use by Route 164; and WHEREAS, to make the new pathway of Route 164 possible, intersection improvements are required at 124th Avenue SE and SE 320th Street; and Resolution No. 5852 August 18, 2025 Page 1 of 3 Rev. 04/24 WHEREAS, completing the needed layover improvements and intersection improvements (collectively, the "Scope of Work" or the "Work") ahead of the planned service changes requires an expedited design and construction schedule; and WHEREAS, the City of Auburn has available staff resources and is available to design and construct the Work which is more likely to meet the expedited schedule requirements than if King County were to design and construct the Work; and WHEREAS, King County is willing to reimburse the City of Auburn for its costs to design and construct the Work; and WHEREAS, the City of Auburn and King County partnering to provide the Work is the most cost effective and expedient way for completion of the Works. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, RESOLVES as follows: Section 1. The Mayor is authorized to execute an Interlocal Agreement with King County related to the completion of the Work, which Agreement will be in substantial conformity with the Agreement attached as Exhibit A. Section 2. The Mayor is authorized to implement those administrative procedures necessary to carry out the directives of this Resolution including, but not limited to, approving contracts and expenditures required for the design and construction of the Work. Resolution No. 5852 August 18, 2025 Page 2 of 3 Rev. 04/24 Section 3. signatures. This Resolution will take effect and be in full force on passage and Dated and Signed this 18t" day of August, 2025. ATTEST: Shawn Campbell, MMC, City Clerk Resolution No. 5852 August 18, 2025 Page 3 of 3 CITY OF AUBURN NANCY BA S,"MAYOR ason Whalen, City Attorney Rev. 04/24 AGREEMENT FOR SERVICES AND CONSTRUCTION This Agreement (the "Agreement") is made by and between the City of Auburn (the "City") and King County, a home rule charter county and political a subdivision of the State of Washington, and legal successor in interest to the Metropolitan Municipality of Seattle, which provides a regional system of public transportation pursuant to Chapter 3 5.5 8 RCW, Chapter 3 6.5 6 RCW, and other authorities (the "County" or "Metro"). These entities may be referred to individually as "Party" or collectively as the "Parties." RECITALS A. King County Metro is implementing a transit network restructure, starting in Fall 2026, in its South service area coinciding with Link Light Rail expansions in Kent and Federal Way. This restructure has been planned in coordination with community members and jurisdictions within King County. B. Metro's Fall 2026 service change will include revisions and frequency increases to Route 165, including splitting the current Route 165 to create a new Route 164, and frequency increases to Route 181. C. Currently, Routes 165 and 181 lay over at bus stop 59282 near Green River College in Auburn. This layover is currently at capacity and cannot support the frequency increases Metro proposes. To meet Metro's layover needs resulting from the increased frequencies of these routes, new layover has been identified on the west side of 124th Avenue SE, south of SE 318th Street, new Metro bus stop 59048. This new layover site requires improvements to make it ready for use by Route 164. These improvements include constructing a shared busibike stop with a raised bike lane, shelter footings, channelization of a bus -only parking lane, and the addition of a pedestrian crossing with rectangular rapid flashing beacon ("RRFB") treatment across 124th Avenue SE at SE 318th Street. D. Further, to make the new pathway of Route 164 possible, intersection improvements are required at 124th Avenue SE and SE 320t' Street. These improvements include revising traffic signals, constructing new pedestrian actuation, and revising channelization on SE 320th Street. E. The City and the County partnering to provide these improvements is the most cost- effective and expedient way for them to be delivered. NOW, THEREFORE, in consideration of the mutual promises and other undertakings by and between the Parties and set forth in this Agreement, the sufficiency of which is hereby acknowledged, the Parties agree as follows: 1. Term This Agreement shall take effect once executed by both Parties ("Effective Date") and shall remain in effect until 11:59 PM Pacific Time, December 31, 2025, unless modified by written amendment under section 9.1. This Agreement also applies to costs incurred and actions taken prior to the "Effective Date" that specifically fall within the terns of this Agreement in the current biennium. 2. Responsibilities and Ownership 2.1. Metro Responsibilities i. Metro will reimburse the City of Auburn for 100% of the reasonable and actual costs the City incurs to design and construct the layover, crossing, and intersection improvements, collectively the "Work." These costs are estimated to be $1,056,680. Please refer to the scoping document (Attachment A) and City -provided cost estimates (Attachments B & C) for project details. Metro will pay the City within sixty (60) days of receipt of invoices provided by the City. ii. Metro will design, secure applicable permits, and install the shelters, furnishings, and electrical components that will sit on shelter footings the City installs, as part of the Work. iii. Metro will participate in design review up to, and including, the design that the City will present to any applicable permitting agency or authority, and Metro will assist in resolving any permitting issues that arise with any permitting agency. 2.2. City of Auburn Responsibilities: i. The City will complete the Work described in Attachments A and B and all associated tasks, including design, permitting, and construction of the layover, crossing, and intersection improvements, in addition to the procurement of non -Metro infrastructure required by the project. ii. During Construction, the City will coordinate with Metro to allow Metro inspections of footings and review of any designs. Any comments Metro provides during design review must be mutually resolved by the parties within ten (10) business days or otherwise agreed upon timeframe between the Parties. iii. The City will coordinate with Puget Sound Energy (PSE) to provide power service to the shelter and install conduits, vaults, and conductors necessary to complete the connection. Metro will provide the power service requirements for the shelter to the City. After Metro has issued written acceptance of the Work elements as built, power service will be transferred to Metro. A iv. The conductors must be left coiled in the power pedestal, but a pull - tape connected to these conductors will be run through the conduit running between the power pedestal and the shelter footing. V. The City or the City's agents, contractors, or subcontractors will secure the necessary permits to construct and inspect the Work elements. vi. The City will submit invoices to the County quarterly along with supporting documentation of actual expenses for each phase of Work element design and construction. To ensure that the County can accurately account for charges in the calendar year during which they are accrued, the City shall submit official invoices or an email estimate of all accrued charges during a particular calendar year to the County by the first working day of the following calendar year, upon request from the County. vii. Invoices resulting from this project agreement should be addressed to the KCM project contact, Ryan Dooley, and should be sent electronically. Invoices should be itemized so to allocate the work for the layover improvements, crossing improvements, and intersection improvements separately. Contact information for Ryan Dooley is provided in Section 7.2. 2.3 Inspection, Approval, Conveyance, Warranties, and Ownership of Work Elements Conveyed or Transferred to Metro after Construction. i. Upon construction completion, the City will invite Metro to attend acceptance walk-through inspections, observe testing, and to participate in creating acceptance punch -lists for the Work elements Metro will own as identified under Attachment A. The City acknowledges that Metro's acceptance is conditioned on: a. The City scheduling each acceptance walk-through inspection at a time that the Metro Designated Representative has agreed to be physically present or to send an authorized representative to be physically present on behalf of Metro; and b. All punch -list items being adequately addressed according to the requirements of the Work and to the Metro's reasonable satisfaction. Metro will not unreasonably withhold acceptance of the Work. ii. Warranties. After acceptance of the Work elements Metro will own as described in Attachment A pursuant to the Construction Contract, and before assignment of warranties to King County Metro, during the applicable warranty period or periods, the City shall enforce any warranties or guarantees with respect to the Work upon King County Metro's request. Upon transfer or conveyance of the Work to King County Metro, the City shall assign all warranties and guarantees applicable to the Work that were provided pursuant to the 3 Construction Contract. The City makes no other warranties, express or implied, with respect to the Work. The only warranties available to Metro are those provided to the City as assigned to King County Metro. iii. Conveyance of Work elements to King County Metro. After King County Metro has issued written acceptance of the Work elements as built, the City will convey necessary ownership or use rights and will appropriately allocate responsibility for all use, operation, and maintenance of the Work elements to King County Metro by mutually negotiated agreements or other instruments. The City will grant, convey, or transfer and King County Metro will accept ownership or use rights and maintain Work elements upon completion of the following conditions: a. Receipt by the City, of full payment of all amounts owed by King County Metro pursuant to this Agreement for the Work; b. Transfer of the Work elements, as -built drawings, specifications, and documentation required to be submitted prior to acceptance pursuant to the Construction Contract, in PDF format and in CAD format, as appropriate. The Parties acknowledge the possibility that some as -built or record drawings, specifications, or documentation may not become available until after the City conveys the Work to King County Metro and in such instance the City will promptly transfer such materials to King County Metro when they become available to the City; c. Provide Metro the originals (or copy of any posted at the Project office) of all permits, licenses, and other approvals necessary for the occupation, use, and operation of the Work elements; d. Provide all operations and maintenance manuals and technical and service, instruction, procedure, or other manuals relating to the operation and maintenance of all systems or mechanical devices and equipment installed in the Work elements; e. To the extent not provided prior to acceptance or as applicable, provide all test results and submittals related to the construction of the Work elements; f. Transfer or assignment to King County Metro of all warranties and guarantees provided pursuant to the Construction Contract for the Work elements; iv. Ownership of Engineering and Design Work Deliverables. The City will assign its rights to the engineering and design work related to the Work completed under this Agreement to Metro upon (i) conveyance of the Work element to King County Metro pursuant the above; (ii) completion of all Metro responsibilities, and (iii) The C! City's receipt of payment from Metro in full of all amounts owed under this Agreement. This assignment and transfer is subject to the City's right to maintain copies of all such information and its right to use such information for valid City purposes. 3. Dispute Resolution 3.1 The Parties agree to negotiate in good faith to resolve any disputes arising under this Agreement. The Parties shall designate representatives for purposes of managing this Agreement and the dispute resolution process under this Section 3. The Parties' Agreement administrators are the persons identified in Section 7 to receive notice for Metro or the City or such other persons as they may designate in writing. Except as otherwise provided in this Agreement, the Parties shall use the following dispute resolution process: Step One: The Parties' Agreement administrators shall confer and attempt to resolve the dispute within ten (10) business days of written notification by any Party. Step Two: If the Agreement administrators are unable to resolve the dispute within ten (10) business days, any Party may refer the dispute to the King County Metro Transit Division Director or designee and the City Public Works Director. Step Three: If the Parties cannot resolve the dispute using the process in Steps One and Two in Paragraph 3.1, the Parties may, by agreement, submit the matter to non -binding mediation. The Parties shall share equally in the cost of the mediation. If additional parties participate in the mediation, then each participant shall pay a share of the cost of the mediation,, such share to be calculated by dividing the total cost of the mediation by the number of parties participating. Mediation shall not be a prerequisite to litigation. 3.2 No Party may seek relief in a court of law until and unless the three -step process in Paragraph 3.1 is completed in good faith. 3.3 The Parties agree that during any conflict or dispute resolution process they shall continue to diligently perform their respective responsibilities under this Agreement. 4. No Preclusion of Separate but Related Activities or Projects Nothing in this Agreement shall preclude any Party from choosing or agreeing to fund or implement any work activities or projects associated with any of the purposes hereunder by separate agreement or action, provided that any such decision or agreement shall not impose any funding, participation, or other obligation of any kind on the other Parties. 5 5. Hold Harmless and Indemnification To the extent permitted by state law, and for the limited purposes set forth in this Agreement, each Party shall protect, defend, hold harmless, and indemnify the other Parties, their officers, elected officials, agents and employees, while acting within the scope of their duties as such, from and against any and all claims (including demands, suits, penalties liabilities, damages, costs, expenses, or losses of any kind or nature whatsoever) ("Damages") resulting from such Party's own negligent acts or omissions related to such Party's participation and obligations under this Agreement. Each Party agrees that its obligations under this subsection extend to any claim, demand, and/or cause of action brought by or on behalf of any of its employees or agents. For this purpose, each Party, by mutual negotiation, hereby waives, with respect to the other Party only, any immunity that would otherwise be available against such claims under the industrial insurance act provision of Title 51 RCW. The Parties acknowledge that this Section 5 was expressly negotiated and agreed to by them. The provisions of this Section 5 shall survive and continue to be applicable to any Party exercising the right of termination pursuant to Section 10. 6. Insurance Requirements 6.1 The City must procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the Work, by its agents, representatives, consultants, subconsultants, employees, contractors, or subcontractors. The cost of such insurance must be paid by the City or its agents, representatives, consultants, subconsultants, employees, contractors, or subcontractors. 6.2 Minimum Insurance shall meet or exceed the following: 6.2.1 Commercial General Liability coverage with limits not less than $1,000,000 per occurrence / $2,000,000 annual aggregate. 6.2.2 Commercial Automobile Liability coverage with limits not less than $1,000,000 per accident for any automobile. 6.2.3 Stop Gap/Employer's Liability coverage with limits not less than $1,000,000 per accident/disease. 6.2.4 Workers' Compensation coverage as required by the Industrial Insurance Laws of the State of Washington. 6.3 Additional Insurance: 6.3.1 For consultants hired by the City, if any, to complete the Work, the City shall require the consultant(s) to carry Errors & Omissions or Professional Liability with limits not less than $1,000,000 per claim and as an annual aggregate. 6.4 Other Provisions 6.4.1 Commercial General Liability and Automobile Liability policies shall be endorsed to include the County, its officers, officials, employees, contractors, or subcontractors as additional insureds for full coverage and policy limits. 6.4.2 Provided that such insurance shall be primary as respects any insurance or self-insurance maintained by the County. 6.4.3 The City or its Insurance Agent/Broker must notify the County of any cancellation, or reduction in coverage or limits, of any insurance within seven (7) days of receipt of insurers' notification to that effect. 6.5 Acceptability of Insurers. Unless otherwise approved by the County, insurance is to be placed with insurers with an A.M. Best rating of no less than ANIII. 6.6 Self -Insurance or Risk Pool Participation. If the City is a governmental entity or municipal corporation, then the City may maintain a fully funded self-insurance program or participate in an insurance pool for the protection and handling of its liabilities including injuries to persons and damage to property. Further, if the City maintains a self-insurance program or participates in an insurance pool, the additional insured requirement shall not apply to the coverage provided by the self -insured program or insurance pool. 6.7 Verification of Coverage. The City shall furnish to the County certificates of insurance and endorsements certifying the issuance of all insurance required by this Agreement which is to be maintained for the entire term of this Agreement. The City may provide County evidence of its insurance coverage under Washington Cities Insurance Authority (WCIA) as verification of coverage for the requirements that are met via WCIA participation. A valid certificate of insurance and required endorsements must be provided where WCIA participation does not meet the requirements of this Agreement. The County reserves the right to require complete, certified copies of all required insurance policies at any time. 6.8 The City shall include all agents, representatives, consultants, subconsultants, employees, contractors, or subcontractors under its policies, or alternatively, the City must require each of its agents, representatives, consultants, subconsultants, employees, contractors, or subcontractors to procure and maintain appropriate and reasonable insurance coverage and minimum insurance limits to cover each of the agents, representatives, consultants, subconsultants, employees, contractors, or subcontractors' liabilities given the scope of the Work and the services being provided herein. All liability insurance policies (except Professional Liability and Workers Compensation) provided by the agents, representatives, consultants, subconsultants, employees, contractors, or subcontractors must include the County, its officials, agents, and employees as additional insured for full coverage and policy limits. The City is obligated to require and verify that all agents, representatives, consultants, subconsultants, employees, contractors, or subcontractors maintain insurance and ensure that the County its officials, agents, and employees is included as additional insured. Upon request by the County, and within five (5) business days, the City must provide evidence of agents, representatives, consultants, subconsultants, employees, contractors, or subcontractors' insurance coverage, including endorsements. 7. Notice; Designation of Agreement Administrators; Signature Authority 7.1 Any notice permitted or required to be given by any Party shall be given in writing and may sent by certified United States mail, with return receipt requested, properly addressed, postage prepaid; or by reputable overnight delivery service; or by personal service. Notice shall be deemed given two (2) days after deposit in the U.S. mail as specified in the preceding sentence; or upon delivery (or refusal of delivery) by an overnight delivery service or by personal service. Notwithstanding anything in this Section 7 to the contrary, a Party may provide notice by email or other electronic means with delivery confirmation or read receipt (or both), but the Party providing electronic notice shall bear the burden to prove the date that notice was delivered. 7.2 All notices, invoices, correspondence, or other materials, including Dispute Resolution Notices, shall be provided to the Agreement administrators electronically. A Party may change their Agreement administrators by providing notice to the other Party. The initial Agreement administrators are as follows: Ryan Dooley Metro Transit Department 201 S. Jackson St. KSC-TR-0413 Seattle, WA 206-698-2536 rdooley@kingeounty.gov Veronica Bean The City of Auburn 25 W Main St Auburn, WA 98001 253-398-7351 vbean@auburnwa.gov 8. Records and Audit For a period not less than six (6) years from the date of completion of the Work or for such retention period as may be required by law, whichever is longer, records and accounts pertaining to the Work of this Agreement shall be kept available for inspection and audit by representatives of the Parties. Copies of the records shall be furnished upon request. Records and accounts shall be maintained in accordance with applicable state law and regulations. 9. Extension; Amendments 9.1 The Parties may agree in writing to extend or renew the term of this Agreement at any time prior to its expiration date as specified in Section 1. Extension or renewal of the term of this Agreement may be executed without additional approval by the City of Auburn City Council. 9.2 This Agreement may only be amended or extended by the mutual written consent of all Parties. 10. Termination 10.1 This Agreement can only be tenminated by mutual written agreement of the Parties. 10.2 The County reserves its right to reallocate funds from this Agreement to other County project(s) if invoices for Work are not received 120 days after final completion or the Work is on hold more than 18 months. Prior to reallocation of funds, the County must provide 30 days written notice to the City of any proposed reallocation of County funds to allow time to request payment of outstanding project expenses. 10.3 If the Parties do not amend this Agreement as necessary to cover those City costs exceeding the amount as indicated in Section 2. Li, the Agreement shall be terminated and the County shall reimburse the City for all costs incurred, or to be incurred, to the date of termination, including all costs and expenses that the City may incur in terminating any contracts it has with others as a result of this Agreement termination (for instance, costs for termination of a construction contractor), provided that total costs the City may recover cannot exceed the amount listed in Section 2.1 and consistent with Section 11.10. 11. General Terms and Conditions 11.1 Entire Agreement; Recitals and Exhibits Incorporated. The Recitals and Exhibits to this Agreement are incorporated as if fully set forth herein. This document contains all of the terms, conditions, and provisions agreed upon by the Parties hereto, and shall not be modified except by written amendment. There are no other agreements between the Parties with respect to the matters described herein, whether in writing or otherwise, and all prior agreements and understandings are superseded with respect to the subject matter of this Agreement. 11.2 Legal Relations. This Agreement is solely for the benefit of the Parties hereto and creates no right, duty, privilege, or cause of action in any other person or entity not a party to it. No joint venture or partnership is formed as result of this Agreement. No employees or agents of one Party or its contractors shall be deemed, or represent themselves to be, employees of the other Party. we 11.3 Compliance with Laws. The Parties shall comply and shall ensure that their respective contractors and subcontractors comply, with all Federal, state, and local laws, regulations, and ordinances applicable to the Work to be performed under this Agreement, including but not limited to prevailing wages requirements under Chapter 39.12 RCW. 11.4 Remedies Cumulative. The Parties' rights and remedies in this Agreement are in addition to any other rights and remedies provided by law or equity. 11.5 Nonwaiver. A Parry's failure to require full and timely performance of any provision of this Agreement at any time shall not waive or reduce that Party's right to insist upon complete and timely performance of any other provision thereafter. 11.6 Choice of Law; Venue. Any and all claims relating to this Agreement shall be governed by and construed in accordance with the substantive and procedural laws of the State of Washington without giving effect to its conflicts of law rules or choice of law provisions. The sole and exclusive venue for any legal action arising from or related to this Agreement shall be in the Superior Court of King County, Washington; and the Parties hereby agree to the personal jurisdiction of such court. 11.7 Legal Fees. In any lawsuit between the Parties with respect to the matters covered by this Agreement, the prevailing party shall be entitled to its reasonable attorney's fees, costs and expenses to be paid by the other Party, in addition to any other relief it may be awarded. 11.8 Survival. The provisions of Section 5 (Indemnity) and this Section 11 shall survive the expiration or earlier termination of this Agreement. 11.9 Severability. If any term of this Agreement is to any extent illegal, otherwise invalid, or incapable of being enforced, such term shall be excluded to the extent of such invalidity or unenforceability; all other terms hereof shall remain in full force and effect; and, to the extent permitted and possible, the invalid or unenforceable term shall be deemed replaced by a term that is valid and enforceable and that comes closest to expressing the intention of such invalid or unenforceable term. 11.10 No Expenditure in Excess of Appropriation. Nothing in this Agreement shall be construed as obligating any Party to expend money in excess of appropriation authorized by law and administratively allocated for the Work in this Agreement. 11.11 No Assignment. Neither this Agreement nor any of the rights or obligations of any of the Parties arising under this Agreement may be assigned, without 10 the other Parties' prior written consent. Subject to the foregoing, the Agreement will be biding upon, enforceable by, and inure to the benefit of the Parties and their successors and assigns. 11.12 No Third -Party Beneficiaries. There are no third -party beneficiaries to this Agreement, and this Agreement shall not impart any rights enforceable by any person or entity that is not a party hereto. 11.13 Counterparts. This Agreement may be executed by facsimile or any other electronically reproduced signature that is consistent with Chapter 19.360 RCW in any number of current parts and signature pages hereof with the same effect as if all Parties had all signed the same document. All executed current parts shall be construed together, and shall, together with the text of this agreement, constitute one and the same instrument. 11.14 Force Majeure. Any Party shall be excused from performing its obligations under this Agreement during the time and to the extent that it is prevented from performing by a cause beyond its control, including, but not limited to: any incidence of fire, flood, earthquake or acts of nature; strikes or labor actions commandeering material, products, or facilities by the federal, state or local government; when satisfactory evidence of such cause is presented to the other Party, and provided further that such non-performance is beyond the control and is not due to the fault or negligence of the Party not performing. Upon any force majeure, all Parties may jointly elect to terminate this Agreement or suspend the Work upon written notice. In no event should this provision eliminate the need to make any payment to either Party to the extent any such payment is required pursuant to this Agreement. [Signatures -Proceed to Next Page] 11 IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the date affixed to their signatures. KING COUNTY Date Printed Name Michelle Allison Title General Manager Approved as to Form By: King County, Senior Deputy Prosecuting Attorney Date CITY OF AUBURN Title Mayor Approved as to M. Whalen, City Attorney 12 25 Date ATTACHMENT "A": SCOPE OF WORK Install a new crosswalk on 124th Ave SE, including a complete RRFB system. Reconstruct sidewalk/curb ramps as curb returns for the crossing. Construct a pedestrian refuge island with additional street lighting and all necessary signage. Construct a raised bike lane, sidewalks, bus shelter footings, and a power pedestal footing. Install a new electrical service, power pedestal, and conduit pathway to provide power to the shelters. Does not include furnishing, installation, and wiring to the shelters. Reconfigure/reconstruct the traffic signal heads at the intersection of 124th Ave SE/SE 320th St. Install new video detection and pedestrian push buttons. Install new lane channelization throughout the project to accommodate the improvements. The following table describes the infrastructure to be built by this project, and which party will receive or retain its ownership: Work element PartV Responsible Owning party for Design, Fabrication Installation Bus shelter Metro Metro structures/furnishings/electrical components/curb paint Bus shelter footings City of Auburn Metro Power pedestal footing City of Auburn Metro Power pedestal City of Auburn Metro Conduit from power pedestal to shelter City of Auburn Metro footings Conduit from PSE vault to power City of Auburn Metro pedestal Sidewalk and curb ramp City of Auburn City of Auburn improvements Crosswalk City of Auburn City of Auburn RRFB City of Auburn City of Auburn Roadway improvements City of Auburn City of Auburn Traffic signals and pedestrian City of Auburn City of Auburn actuation 13 ATTACHMENT "B": COST ESTIMATE FOR LAYOVER & CROSSING IMPROVEMENTS Project Name: KC Metro Green River Stop Project Number:: Description:' Raised bike lane and RRFB system at Green River Bus Stop General Assumptions: ' Project cost estimate Prepared By:: ler Winn . __. _....... ...... . ...........,.,.,,,,... .., .. .. ..... ................_....._....... ....... ....... ........... _ _... .. Date:'4/22/2025 General Instructions:. Fill all green shaded cells. Pralectphase` - .: � ".>s Cost: • ,...'—..._-- • - ,' Notes .. ....._. -n DesignFactor 30'/0 $117,465iHlgh,ComRlextty, In„House Ocsigi�,.."-m„�,; Total Design $117,465_ [ ROW City Units Cost/Unit - PermenantROW/Ease men! Areal'...., t, ''SF $20 kof Temporary Easements I =EA $2,500 $0 8 of Appraisals '. ^ SEA $5 000 $0- SubtotalProperty Acquisition /ROW _ $0 ... ..... .. ....... .. ......._ ..... 4 _.... Factor .......... ... ....................... ............ .. .. .......... .... ... .. ....... ....... ..... ....... ... Mgmt./Support.._._.._.. �; .. .. ......... ......... ..... ._..._ ROW .• _ .....-ROW ROW Contingency 0% __..._ ..._ __.$4 $O:Nri ROW ' n Total ROW, $0 Cost/Uni Cost/Unit ; Cost/Uni : Construction Qty - Units t(Low) (High) t . Pave ment Grind/Overlay 7;35D;SY $30 $601-; "$601 _ $21,000 _ ... . ._.... ....,. Curb Ramps.. 'ZEA,,. _ $2,500 $5,0001" AS,OOD ._...._... $10,000" ., .. ._ ___..,... Sidewalk/Driveway Area =., ' 1200,SF ` $30 $50 $50,, $60,000 ... .. ., Street Light 2EA . _... .- _ $2,500 ; $7,500 $7,500 $15,000 _ .. .. .. ._. _. ...... ... Illumination/RRFBSystem .13EA $75,000 $125,000 $115,0003 $115,000 New PowerService ;'h,'EA ,$20,000 $50,000 ,"$50000 $501000 RaisedBikeLane $80 ,$100, ;;. $100d $86,000: i _860jSF lane Channelization ;BSOtt LF $18.- $23, $23, _ $19,550 Bus Stop Shelters. 11L5 $10,000 $20,000, $1.$,000, $15,000 Foundation only. A-- furnishes and installs shelters Subtotal Construction Contract $391,550 Code Provided Contract Contingency' ___ _$58,733. Additional Construction Contract Contingency W. $O:MIdRvgteal Nsk•CodelunR„ant -•__• __--_„_,,,,,, Construction Contract Total $450,283 ................. ............... .................... .............-....... Factor ............... ...; .... ....._.._........a........ _ ............ .. ........... ......._. _......... . _...,,,., .... Construction Engineering SO% $39,SSS:i; HiZ eonly „ . Total Construction $489,438 Project Subtotal $606,903, Factor Project Contingency 35% $212,416,Concept Scape Oniy, Pro(xt Construction withln5 years ... .. ......... .... ..........._.......... ... . .......,....._ _... .... ..........._....... _.. ......... Project Total .......... $819,318 i ..................... ......_...... ................ .. ... .............. 14 ATTACHMENT "B": COST ESTIMATE FOR INTERSECTION IMPROVEMENTS Project Name: KC Metro Green River Stop Project Number:. Descrfptlon::Signal Modifications for Green River Bus Stop General Assumptions: Project cost estimate Prepared By: Tyler Winn - Date; 4/22/2025 General Instructions: -Fill all green shaded cells. _.�... _................. ..... ..... .. Design Factor _...,_...,_ ,_....�.,.m._.u«,..w,,....._._...,�,..... 304'0 $32,967'High Cgmblex9ryf lnmHo,WuseOesignw �,,,ry, Total Design Permenant ROW/Easement Area",_,+-"m �''SF $20!, .,.g $0 .. .. .. .. ... Bof Temporary Easements Needed .. .. lEA $2,5004 $0 p of Appraisals( „'� fEA $5,000! $0 Subtotal Property Acquisition/ROW .. .. .... .. ............ .. ...... _................ .. ..... $0, .. _.............-. . ........................ ... ....... .... ........__._...... ........_.. _....... .. ....._.....:. ............ Factor ........ .... .. ............. _. ... .... ........... .... ._ .. .; ROW Mgmt./Support 0'/0 $OjWROW ROWContingency W.. $O NO ROW - Total ROW $0 cost/Unl� Cost/Unit' Cost/Unl Construction' City Units � t(Low) (High) : t Traffic5ignal Modification 1EEA $60,000, „$100,000: $SOD,000; $100,000 Lane Channelization; 430`LF - $18. $0230 • $23' $9,890 ' Subtotal Construction Contract w $109,890 .. .. .. ... ... .. ..i .. ... .... .. ... ...._... .. ., Code Provided Contract Contingency _ $21,978 ? Additional Construction Contract Contingency 09 $05, id, Typical Risk;_Code"Ameunt ,. ,�-,^„_ Construction Contract Total $131,868 Factor Construction Engineering' lOYo $10,989,In-House Only ' Total Construction $142,857 ... .. Project Subtotal. '........_._..... .$175,824 .. ._...............__ ........................ .. .. ... ..... Factor .. .... ......... ..... .. .... ..... .�.,. -.M-r-....,-- ................ .. ... .. .... ,...... ......... ... .... ...... ...._..............._ Pro,ectContingency: 35%: .. .......................;.-.... ... �... $61,538'Concept Scope Only,Pmfec_, ..structlonwfthm5years i Project Total. $237,362 15 IKC Metro Routes 165 & 181 Improvements Project I 7 U, I -7 0 D ! C IL F F IF- 1 F1 1, LF Project Eoc=ation]--F,! r— I GRG Cbi Cafe Cen L IL I F El r2 F,,� I' 'L� r L- I D N L — F L L I L-J Trades eohnologle).q I," F -E L Fuli 11ii �� 'j � I � �''' I�I�� I I ��,L =T L J Green River College F— irl Holman Librar)!"i L J —7 r- �r1' Niel Lindblom Student Union �lifpping & RocelvIng Writing & r' or 'kFoadlng CoM- I Information shown is for general reference 0 450 900 1: 4514 A purposes only and does not necessarily ft represent exact geographic or cartographic data as mapped. The City of Auburn makes no WGS84 Web Mercator (Auxiliary Sphere) warranty as to its accuracy.