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.