Loading...
2022-06-14 City Council - Full PPW Agenda-31721. Op E D o Agenda Edmonds City Council tn.. ISLP PARKS AND PUBLIC WORKS COMMITTEE CITY COUNCIL CONFERENCE ROOM 121 - 5TH AVENUE N, EDMONDS, WA 98020 JUNE 14,2022, 7:30 PM COUNCIL COMMITTEE MEETINGS ARE WORK SESSIONS FOR THE COUNCIL AND CITY STAFF. COMMITTEE MEETING AGENDAS DO NOT INCLUDE AUDIENCE COMMENTS OR PUBLIC HEARINGS. PERSONS WISHING TO JOIN THIS MEETING VIRTUALLY IN LIEU OF IN -PERSON ATTENDANCE CAN CLICK ON OR PASTE THE FOLLOWING ZOOM MEETING LINK INTO A WEB BROWSER USING A COMPUTER OR SMART PHONE: HTTPS://ZOOM. US/J/95798484261 OR JOIN BY DIAL -UP PHONE: US: +1 253 215 8782 WEBINAR ID: 957 9848 4261 COMMITTEE MEMBERS: NEIL TIBBOTT (CHAIR), KRISTIANA JOHNSON, VIVIAN OLSON (EX-OFFICIO MEMBER) CALL TO ORDER COMMITTEE BUSINESS 1. City of Lynnwood/Meadowdale Park ILA 2022 Expenditure Request (15 min) 2. Presentation of Supplemental Agreement with KPG Psomas related to design services for Citywide Pedestrian Crossing Enhancements Project. (5 min) 3. Presentation of Supplemental Agreement with KPG Psomas related to construction management services for Citywide Pedestrian Crossing Enhancements Project. (5 min) 4. Presentation of Supplemental Agreement with KPG Psomas for 76th Ave and 220th Ave Intersection Improvements Project. (5 min) 5. Presentation of Right of Entry and Maintenance Agreement between City of Edmonds and property owner at 21000 Highway 99 (5 min) 6. Project Update for the 76th Ave. W @ 220th St. SW Intersection Improvements project (15 min) 7. Presentation of Local Agency Consultant Agreement with Transpo for the SR-104 Adaptive System from 236th St SW to 226th St SW (10 min) 8. Presentation of Construction Contract for the Seaview Park Infiltration Facility Phase 2 Project (10 min) 9. Presentation of Professional Service Agreement for Design Services for the Yost and Seaview Reservoir Repairs and Upgrades (10 min) 10. Select Homes 7918 203rd St SW 10-foot Right -of -Way Dedication (10 min) Edmonds City Council Agenda June 14, 2022 Page 1 11. Presentation to Update Edmonds City Code Chapter 3.36 to Include Impact Fee Waivers for Early Learning Facilities (10 min) 12. Public Works CIP-CFP Review (15 min) ADJOURN Edmonds City Council Agenda June 14, 2022 Page 2 2.1 City Council Agenda Item Meeting Date: 06/14/2022 City of Lynnwood/Meadowdale Park ILA 2022 Expenditure Request Staff Lead: Angie Feser Department: Parks, Recreation & Cultural Services Preparer: Angie Feser Background/History The cities of Lynnwood and Edmonds have an Interlocal Agreement (ILA) for Meadowdale Park for shared cost of capital improvements, renovations and ongoing maintenance. (Attachment #1) This year the City of Lynnwood is replacing the existing playground and upgrading to a fully inclusive level of the play structure with an estimated cost of $507,077. The playground design and cost estimate is found in Attachment #2. With a $10,000 grant from Snohomish County the City of Lynnwood is requesting to split the balance of $497,077 between the two cities. This would result in the City of Edmonds contributing $248,538 in support of the inclusive playground replacement. The current adopted 2022 Parks Capital budget does not have a specific allocation for this funding and a reminder there is the ongoing Civic Center Playfield project. However, there are some sources of revenue that could be used to support this expenditure. These include - Existing Project Sources Yost Pool Replaster Project Savings $ 94,500 Greenhouse Replacement Reallocation* $ 50,000 (committed donation to cover this expenditure) Civic Park Stormwater Mitigation Project* 104,038 (if ARPA funding is allocated to cover this expenditure) Funding Total $ 248,538 *If the Council chooses not to cover the $104,038 with this proposed allocation, then the funding would need to come from another source outside of the Parks Capital program such as the General Fund. Staff Recommendation The Parks & Public Works Committee provide a recommendation to the full Council as to the funding amount requested by the City of Lynnwood to support the 2022 Meadowdale Playfields playground replacement project. Attachments: City of Edmonds - City of Lynnwood Meadowdale Playfields ILA Meadowdale Playfield Playground Design and Cost Estimate Packet Pg. 3 2.1.a 1 INTERLOCAL AGREEMENT 2 BETWEEN 3 EDMONDS SCHOOL DISTRICT and THE CITY OF EDMONDS 4 and THE CITY OF LYNNWOOD for the 5 MEADOWDALE PLAYFIELDS REDEVELOPMENT PROJECT 6 7 THIS INTERLOCAL AGREEMENT ("Agreement"), dated as of , 2017, 8 is made and entered into by and between EDMONDS SCHOOL DISTRICT NO. 15 9 ("District") and THE CITY OF EDMONDS ("Edmonds") and THE CITY OF LYNNWOOD 10 ("Lynnwood") for the redevelopment project of the Meadowdale Athletic Complex and 11 Playfields ("Playfields"). 12 13 RECITALS 14 15 WHEREAS, Chapter 39.34 RCW (Interlocal Cooperation Act) permits local 16 government units to make the most efficient use of their powers by enabling them to cooperate 17 with other government entities on the basis of mutual advantage and thereby to provide services 18 and facilities in a manner pursuant to forms of governmental organizations that will accord best 19 with geographic, economic population, and other factors influencing the needs and development 20 of local communities; and 21 22 WHEREAS, each of the signatories hereto is a public agency as defined by RCW 23 Chapter 39.34; and 24 WHEREAS, the District owns real property used for school purposes which includes a 25 number of Playfields (referred to as the Meadowdale Playfields or the Playfields) and which is 26 located within the City of Lynnwood at 16700 66t'' Avenue West, legally described in Exhibit 27 A, attached hereto (the Real Property); and 28 WHEREAS, the District is responsible for the public education of the students in the 29 community, including physical education and athletic activities related to the educational program; 30 and 31 32 WHEREAS, the cities of Edmonds and Lynnwood (collectively referred to as the Cities) 33 have established departments in part for carrying out the purpose of developing and maintaining 34 community athletic and recreation programs; and 35 36 WHEREAS, the District and the Cities are mutually interested in supporting programs for 37 the community in the areas of athletics, recreation and education; and 38 39 WHEREAS, the Cities and the District have recognized for many years that through 40 cooperation, these publicly -owned athletic fields and facilities can be used to meet broader 2017 Meadowdale Playfields Development Agreement Page 1 Packet Pg. 4 2.1.a 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 community needs for education, recreation and athletic activities than any of the parties can provide separately; and WHEREAS, the Cities and the District jointly developed the Meadowdale Playfields in 1985 for school, educational, and community use; and WHEREAS, the Cities and the District maintain an interlocal agreement which authorizes Edmonds and Lynnwood to jointly operate, maintain, and schedule use of the Playfields and which has a term through June 5, 2025, copy attached hereto as Exhibit B (the 1985 ILA); and WHEREAS, Lynnwood and the District entered into an interlocal agreement which extends Lynnwood's use rights and obligations under the 1985 ILA to operate, maintain, and schedule use of the Playfields until 2065, copy attached hereto as Exhibit C; and WHEREAS, the Cities and the District intend to review the 1985 ILA regarding the scheduling, maintenance, fees, and facility rules and restrictions at the Playfields; and WHEREAS, the Cities and the District with additional grantors are participating to share the cost of redevelopment of the Playfields as outlined in this Agreement; NOW, THEREFORE, the District, Edmonds and Lynnwood hereby agree as 62 follows: 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 1. The purpose of this Agreement is to define the rights and responsibilities of the District, Edmonds and Lynnwood with regard to design, construction, and funding for the project, which includes the redevelopment of two (2) multipurpose fields, three (3) softball fields, backstops, perimeter fencing, and walking pathways (depicted in Exhibit D, attached hereto) of the Playfields for continued use by the parties for education and recreation purposes (the "Project"). All improvements will meet or exceed the 2010 American with Disabilities Act requirements. 2. The District owns the Real Property that is the subject of this Agreement. This Agreement does not contemplate the transfer of ownership of the Real Property, nor to limit the District's ability to comply with its statutory obligations regarding the use and disposition of school property pursuant to RCW 28A.335. By operation of this Agreement, Edmonds and Lynnwood do not acquire any ownership interest in and disclaim any interest to the Playfields and the Real Property, which are and will remain the District's property. 3. The District agrees to make the Playfields on the Real Property available for redevelopment by the parties and agrees that the athletic fields and facilities comprising the Playfields are intended primarily for school and educational purposes and are for the benefit of students and the school age population that reside within the District. 4. The District, Edmonds and Lynnwood recognize that the entirety of the Playfields site has a 6f boundary designated by the National Park Service dedicating it to recreational use, as depicted on Exhibit E, and any existing or future non -recreational uses such as the installation of cell towers and antennas must be mitigated to properly convert 2017 Meadowdale Playfields Development Agreement Page 2 Packet Pg. 5 2.1.a 87 the use by approval of the Washington State Recreation and Conservation Office. 88 89 5. The Cities and District agree to work closely with the surrounding community 90 in the design and approval of Project development. 91 92 6. Lynnwood will serve as the project manager for design and as the 93 construction agent for the Project, for the purpose of initially incurring all expenses for all 94 elements of the construction of the joint facility, including but not limited to architect and 95 engineering fees, site development/construction fees, processing change orders, if any, 96 Washington State sales tax, and securing permits. The Project shall be constructed and 97 performed in accordance with all state and local laws, regulations, policies and standards. All 98 construction contracts shall be procured through a formal competitive bidding process consistent 99 with applicable State law. 100 101 7. The Cities and District agree that no award of a construction contract for the 102 Project will be authorized until such time as all of the parties have approved the final plans, 103 specifications and cost estimates for the Project. The District shall have final approval of 104 the Project design including materials to be used in construction. The District expressly 105 disclaims any representation or warranty that such design, plans, and specifications are 106 suited for the uses and purposes intended by the Cities. The construction contract for the 107 Project shall include reasonable warranties from the persons or entities providing labor, 108 goods or professional services to complete the Project construction. 109 110 8. Upon completion of construction of the Project, the District agrees to 111 continue to make available the Playfields to Lynnwood and Edmonds to schedule, maintain 112 and use in accordance with the 1985 ILA, attached as Exhibit B, the extension agreement 113 attached as Exhibit C, or any subsequent agreement. 114 115 9. The District and Cities agree to jointly plan for additional capital expenditures 116 for maintenance and replacement costs for the Playfields. 117 118 10. Lynnwood will form a collaborative partnership with the District, Edmonds, 119 Snohomish County, Snohomish County Tourism Promotion Area, and the State of 120 Washington Recreation and Conservation Office to fund the redevelopment of the Playfields 121 for educational, recreational, and community athletic use. 122 123 11. The District agrees to contribute capital funds in the amount of One Million 124 Dollars and zero cents ($1,000,000.00) towards the redevelopment of the two (2) 125 multipurpose fields and related perimeter backstops, safety netting and fencing, walkways 126 and ADA improvements. Payment will be made to Lynnwood as provided in Paragraph 17 127 below. 128 129 12. Edmonds agrees to contribute capital funds in the amount of Five Hundred 130 Thousand Dollars and zero cents ($500,000.00) towards the redevelopment of perimeter 131 backstops, safety netting and fencing, walkways and ADA improvements of the two (2) 132 multipurpose and three (3) softball fields, except as stated in Paragraph 15 below. Payment 133 will be made to Lynnwood on a reimbursement basis as provided in Paragraph 17 below. 134 2017 Meadowdale Playfields Development Agreement Page 3 Packet Pg. 6 2.1.a 135 13. Lynnwood agrees to contribute capital funds in an amount up to Two Million 136 Five Hundred Ninety -Seven Thousand One Hundred Fifty -Five Dollars and zero cents 137 ($2,597,155.00) towards any expenses related to the Project, except as stated in Paragraph 138 15 and 16 below. 139 140 14. Lynnwood agrees to contract, bill for reimbursements, and properly account 141 for additional Project grant funding from the State of Washington Recreation and 142 Conservation Office contribution of capital funds in the amount of $750,000, Snohomish 143 County contribution of capital funds in the amount of $200,000, and Snohomish County 144 Tourism Promotion Area contribution of funds in the amount of $100,000. No such contract 145 or other grant funding approval may impose any restriction on the Real Property without 146 the District's review, consent, and written approval. 147 148 15. The parties acknowledge that (1) the bid package for the construction of the 149 Project will include a base bid option that includes use of SBR infill material, and two 150 alternate bid options that include use of other infill material, (2) each of the Cities will have 151 an opportunity to review bids and to recommend a bid option for the Project to the District, 152 and (3) in accordance with Paragraph 7 above, the District has the authority to consider the 153 bids and recommendations of the Cities and to approve the Project's final design. If a bid 154 option that includes use of non-SBR infill material is selected, then each party that 155 recommended (in the case of the Cities) or approved (in the case of the District) such non- 156 SBR bid option shall be responsible, jointly or severally, to pay the difference between the 157 bid amount for the SBR infill material and the bid amount for the other infill material in the 158 selected bid. 159 160 16. In the event that the total cost of the Project exceeds the District's contribution 161 amount under Paragraph 11, Edmonds' contribution amount under Paragraph 12 and this 162 Paragraph 15, Lynnwood's contribution amount under Paragraph 13 above, and the grant 163 funding described in Paragraph 14, Lynnwood shall recommend value -engineering 164 solutions to mitigate the excess costs, and submit the recommendations to the District and 165 Edmonds for their respective approvals, which approvals shall not be unreasonably 166 withheld. If the value -engineering solutions do not completely mitigate any excess costs, 167 Lynnwood shall be responsible for negotiating with the District and Edmonds an addendum 168 to the Agreement for the provision of additional funds from the parties that will cover the 169 excess costs. In the event that the total cost of the Project is less than the District's 170 contribution amount under Paragraph 11, Edmonds' contribution amount under Paragraph 171 12 and Paragraph 15, Lynnwood's "up to" contribution amount of $2,597,155.00 under 172 Paragraph 13, and the grant funding described in Paragraph 14, Lynnwood shall receive the 173 benefit and shall pay less than the full $2,597,155.00 stated in Paragraph 13. 174 175 17. Lynnwood will bill the District and Edmonds for their shares of the Project 176 costs under this Agreement as follows: 177 178 17.1 Upon the award of the contract for the construction of the Project, 179 Lynnwood shall invoice the District for $500,000.00, and upon fifty percent (50%) 180 completion of the construction of the Project, Lynnwood shall invoice the District for the 181 remaining $500,000.00 owed by the District; and 182 2017 Meadowdale Playfields Development Agreement Page 4 Packet Pg. 7 2.1.a 183 17.2 Upon completion of the construction of the Project, Lynnwood shall invoice 184 Edmonds for $500,000.00 or such other amount as is due from Edmonds under Paragraph 185 15 above. 186 187 The District and Edmonds shall pay the invoiced amounts to Lynnwood within thirty (30) 188 days of the date of the respective invoices to each entity. Any undisputed amount not paid 189 by the date due shall bear interest at the rate of one percent (1 %) per month. 190 191 18. If the Cities' and District's representatives are unable to come to an 192 agreement in the administration of this Agreement and/or any dispute involving this 193 Agreement, including payment of assessments, the matter shall be referred to the Cities' 194 Mayors and the District's Superintendent for resolution within thirty (30) days' notice from 195 the Contract Administrator of the existence of a dispute. Should agreement not be reached 196 among the Mayors and the Superintendent within sixty (60) days' notice from the Contract 197 Administrator of the dispute, the parties shall submit the dispute to a mutually agreed upon 198 private arbitrator for binding resolution. In the event the parties cannot agree on an 199 arbitrator, one may be appointed by the presiding Judge of the Snohomish County Superior 200 Court, with costs of arbitration borne equally. The prevailing party shall be entitled to 201 recover reasonable attorneys' fees and costs related to said arbitration. 202 203 19. The term of this Agreement shall commence upon filing with the County 204 Auditor or upon listing the Agreement by subject on the District's web site or other 205 electronically retrievable public source in accordance with RCW 39.34.040 following 206 mutual execution (the "Effective Date") and shall expire upon Project close-out or when the 207 parties have completed all obligations under this Agreement, whichever occurs last. 208 209 20. Pursuant to RCW 39.34.030(4)(a), the District, Edmonds, and Lynnwood 210 hereby appoint the District's Executive Director of Business and Operations as the 211 "Administrator", who will be responsible for administering the District's responsibilities 212 under this Agreement and shall take such action as is necessary to ensure this Agreement is 213 implemented in accordance with its terms. 214 215 21. Pursuant to RCW 39.34.030(4)(a), the District, Edmonds, and Lynnwood 216 hereby appoint the City of Lynnwood's Parks, Recreation & Cultural Arts Director as the 217 "Administrator", who will be responsible for administering Lynnwood's responsibilities 218 under this Agreement and shall take such action as is necessary to ensure this Agreement is 219 implemented in accordance with its terms. 220 221 22. Pursuant to RCW 39.34.030(4)(a), the District, Edmonds, and Lynnwood 222 hereby appoint the City of Edmond's Parks, Recreation, and Cultural Services Director as 223 the "Administrator", who will be responsible for administering Edmonds' responsibilities 224 under this Agreement and shall take such action as is necessary to ensure this Agreement is 225 implemented in accordance with its terms. 226 227 23. This Agreement does not create a separate legal or administrative entity, and 228 consequently is being administered in accordance with RCW 39.34.030(4). 229 230 24. The parties shall maintain records necessary to carry out the purposes of this 2017 Meadowdale Playfields Development Agreement Page 5 Packet Pg. 8 2.1.a 231 Agreement in accordance with generally accepted accounting principles. Such records shall be 232 available during normal working hours for the review of the respective parties, their accounting 233 representatives or the State Auditor. 234 235 25. Lynnwood, Edmonds, and the District each respectively agree to indemnify, 236 defend, and hold harmless each of the other parties from any claims, lawsuits, costs, and 237 judgments arising as a result of their respective negligent or otherwise wrongful acts or 238 omissions, or the acts or omissions of their respective agents, employees, contractors, or 239 officials, in any way related to the Project funding, design, construction, and material selection 240 under this Agreement. The indemnification obligations of the parties are several, and not joint, 241 as to their respective negligence or breach of this Agreement. 242 243 26. This Agreement and all questions concerning the capacity of the parties, 244 execution, validity (or invalidity), and performance of this Agreement, shall be interpreted, 245 construed and enforced in all respects in accordance with the laws of the State of 246 Washington. This Agreement has been negotiated and drafted by all parties and is not to be 247 construed in favor of any party. 248 249 27. Except as provided in the 1985 ILA, as amended, this Agreement represents the 250 entire agreement between the District and the Cities with respect to the Project. This Agreement 251 shall not be amended except in writing mutually agreed to and executed by the Cities and the 252 District. To the extent of any conflict between the terms and conditions of this Agreement and the 253 1985 ILA, this Agreement shall govern and control the rights and obligations of the parties with 254 respect to the Project. 255 256 28. Nothing herein shall be interpreted to create any right or liability with respect to 257 any person or entity not a party to this Agreement. 258 259 29. The parties are independent entities and nothing in this Agreement creates any 260 agency relationship. None of the parties to this Agreement shall be construed to be an officer, 261 agent or employee of any of the other parties. 262 263 30. All notices required to be served or given in accordance with the terms of this 264 Agreement shall be hand delivered or mailed via the U.S. Postal Service, postage pre -paid, to the 265 following addresses of record, or to such persons and addresses as the respective party may 266 designate in writing in the future: 267 268 Edmonds School District #15 Executive Director of Business and Operations 20420 68th Ave. West Lynnwood, WA 98036-7400 City of Edmonds Director of Parks, Recreation and Cultural Services 700 Main Street Edmonds, WA 98020 2017 Meadowdale Playfields Development Agreement Page 6 Packet Pg. 9 2.1.a City of Lynnwood Director of Parks, Recreation and Cultural Arts Department PO Box 5008 Lynnwood, WA 98046-5008 269 270 31. This Agreement may be executed in several counterparts, all of which taken 271 together shall constitute the entire agreement between the parties hereto. If any provision of this 272 Agreement is determined to be invalid under any applicable statute or rule of law, it is to that 273 extent to be deemed omitted, and the balance of the Agreement shall remain enforceable. 274 275 [Signatures on following page] 276 2017 Meadowdale Playfields Development Agreement Page 7 Packet Pg. 10 2.1.a 277 278 279 280 281 282 IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first written above. EDMONDS SCHOOL DISTRICT NO. 15 CITY OF EDMONDS MAYOR DAVE EARLING SUPERINTENDENT KRISTINE McDUFFY ATTEST/AUTHENTICATE: APPROVED AS TO FORM: Scott Passey, City Clerk Kristine R. Wilson of Perkins Coie LLP Attorneys for the School District APPROVED AS TO FORM: Office of the City Attorney CITY OF LYNNWOOD MAYOR NICOLA SMITH ATTEST/AUTHENTICATE: Sonja Springer, Finance Director APPROVED AS TO FORM: Rosemary Larson, City Attorney 2017 Meadowdale Playfields Development Agreement Page 8 Packet Pg. 11 2.1.a 283 EXHIBIT A 284 285 EDMONDS SCHOOL DISTRICT NO. 15 286 Meadowdale Athletic Complex & Playfields 287 288 Legal Description 289 Tracts 82,83, 107 and 108, Meadowdale Beach, according to plat thereof recorded in Volume 5 290 of Plats, page 38, records of Snohomish County, Washington and adjacent to vacated 68th Ave 291 West. 292 2017 Meadowdale Playfields Development Agreement Page 9 Packet Pg. 12 2.1.a 293 EXHIBIT B 294 295 1985 ILA Agreement 296 2017 Meadowdale Playfields Development Agreement Page 10 Packet Pg. 13 2.1.a RECEIVED, JUN 2 51985 Execs WO amca DEVELOPMENT/OPERATION AGREEMENT MEADOWDALE PLAYFIELD SITE WHEREAS, each of the subscribed signator.ieS hereto is a public agency as defined by RCW Chapter 39.34; WHEREAS, each of the subscribed signatories desire and agree to enter into a joint action and to cooperate with each other for the purpose of developing, operating, maintaining, and scheduling a recreation-site;and; WHEREAS, Edmonds School District No. 15 owns approximately twenty five (25) acres located at 66th Avenue West and 168th Street S.W., and has indicated said acres to be called "Meadowdale Playfield Site," and WHEREAS, the Cities of Edmonds and Lynnwood, Snohomish County, and Edmonds School District No. 15 have identified a need for parks and recreation sites that will accord best with geographic, economic, population, and other factors influencing the development of the local communities, and; WHEREAS; Edmonds School District has identified the need for additional athletic fields in this area to enhance the District's educational program; NOW THEREFORE, the parties do agree as follows: 1. The Edmonds School District No. 15 agrees to make the property available for development by the agencies identified in this Agreement for consideration of use of the fields for school district -sponsored educational activities. The Cities of Lynnwood, Edmonds, and Snohomish County intend to establish the responsibility of each party to this agreement for the development, operation, maintenance, and scheduling of the recreation site. 2. The drawing dated March; 1985, entitled "Master Plan," adopted by the Councils of Lynnwood and Edmonds, Snohomish County's Parks and Recreation Advisory Board and County Council, and Edmonds School District No. 15, is hereby made a part of this Agreement. The plan outlines development on the twenty five -acre site and considers future developments and scheduling of adjacent School District property: Meadowdale Elementary, Meadowdale Middle School, and Meadowdale High School. 3. The Cities, County and School District agree that no call for bids will be authorized for each phase of the construction until such 2017 Meadowdale Playfields Development Agreement Page 11 Packet Pg. 14 time as all agencies have approved the final plans, specifications and cost estimate for each phase. Also that no award of a construction contract shall be made until approved by all agencies. .4. The Cities, County, or School. District may propose additional development plans for the recreation site after first consulting with the other parties to this Agreement concerning the feasibility of such development. The costs of preparing such development plans will be borne entirely by the initiating agency unless a written agreement to share such costs is approve by all parties prior to the incurring of any costs. Development plans for the recreation site shall be first approved by the other agencies prior to initiating construction, improvement or installation. The preparation of proposed development plans does not obligate the initiating agency to proceed with construction. 5. The Cities shall bear the costs of construction. Snohomish County will contribute $150,000 in 1984/85 and additional amounts, as is later determined. The Cities of Lynnwood and Edmonds will each contribute $120,000 per year for five years for construction of the project. 6. The City of Lynnwood will serve as the construction agent for the purpose of initially incurring all expenses for all elements of the construction of the joint facility, including but not limited to architect and engineering fees, site development/construction fees, Washington State sales tax, etc. The Parks and Recreation Director of Lynnwood will act as the Construction Administrator. The Edmonds Parks and Recreation Director will act a Construction Administrator.in the absence of the Lynnwood Parks and Recreation Director. 7. The City of Lynnwood shall bill the City of Edmonds and Snohomish County for their share of the project costs in accordance with the amounts listed in Section 5. Lynnwood shall keep appropriate books and accounts covering all construction related costs for review or audit by the agencies. S. The Cities will share equally the costs and responsibility of maintenance, and divide the maintenance and operation responsibility as each phase of the project is completed. The Cities will each account for the costs of maintenance and operation of the playfields and adjust responsibilities annually if they are not equal. The School District will pay for the costs of field preparation for the District's use. A detailed maintenance agreement will be developed after the final master plan is accepted by all cities and an agreement is reached on the phases of the project's development. 2017 Meadowdale Playfields Development Agreement Page 12 Packet Pg. 15 2.1.a 9. if it is prudent to close or reduce scheduled use of a field because of severe adverse weather conditions or other unforeseen causes, the agencies involved shall confer and agree concerning reduced use. 10. If the Cities'�Parks and Recreation Departments and the District's representative are unable to come to an agreement in the administration of this Agreement and/or any dispute involving this Agreement, including payment of assessments or making good on maintenance agreements, the matter shall be referred to the Cities' Mayors and the District's Superintendent for resolution. Should agreement not be reached among the Mayors and the Superintendent, the Cities and the District will each appoint an arbitrator at their respective expense. The three arbitrators will be given a designated time to arrive at a decision which shall be binding on all parties. 11. At least once a year, or upon written request of any party, this Agreement shall be reviewed by all parties' representatives for the purpose of reconsidering the equitable distribution of the responsibilities of each party. Recommendations for amendments shall be made to the Cities' Mayors and the District's Superintendent and presented to the Cities' Councils and the School Board for approval. 12. The Cities and the District, but not the County, shall indemnify and hold harmless each of the other parties including the County, to this Agreement and their respective officers, agents and employees, from any and all loss, damage, liability or expense, including expense of litigation, resulting from any actual or alleged injury to any person or firm or to such person or firm's property, caused by or resulting from any act or omission of the party which constructs, maintains, or designs any facility or from any act or omission which occurs as a result of the use of any area or facility by the party or its guest or invitee. It is the intent of the parties that each party bear, and indemnify the other parties, from all claims, costs or loss which relate to that particular party's use, the use of its guests or invitees and the party's design, construction, or maintenance of any area or facility. Joint use, design, construction or maintenance shall result in indemnification by such parties of all parties not participating in sucIT joint use, design, construction or maintenance. Participation by any party by the payment of funds alone under this Agreement shall not be "used" for the purposes of this paragraph. It is the stated intent of the parties that the County's liability under this contract be limited to the amount of its monetary contribution and that the County shall be liable for no other cost, charge, claim or liability of any kind. 13. The Cities and the District shall agree on a set of policies 2017 Meadowdale Playfields Development Agreement Page 13 Packet Pg. 16 2.1.a for use of the facilities. Attached in Appendix "A" are policies and procedures for the fields. 14. Each agency, in the use of the areas and.facilities shall be responsible for the damage caused by the acts of its officers, agents, employees, guests, invitees," or visitors that use the facilities, not to include normal wear and tear. The costs or repairs or replacement due to vandalism will be shared equally by the Cities. 15. The Cities may assess and collect fees from participants for any activity held on the site. Edmonds and Lynnwood will agree on a schedule of fees and charges annually. 16. The Cities or District will furnish and supply all expendable materials necessary for carrying on their activity at the facility. 17. Scheduling procedures: A. The Cities will jointly schedule use of the site with each agency receiving equal time for scheduling community programs. Schedules will be coordinated to assure maximum use of the facility. B. Scheduling will be based on three seasonal time periods, i.e., Winter - January through March; Spring/Summer - April -- August; and Fall - September through December. C. School District programs will receive priority use of the site during the normal school year (September through May), up to 6:00 p.m., Monday through Friday. Scheduling of school programs after 6:00 p.m. will be coordinated with other community programs. D. Actual scheduling procedures, i.e., field use applications, rental fees, scheduling dates, supervision of activities, group priorities, etc., will be jointly developed and coordinated by staff from both Cities. E. The District will not pay field rental fees for its use of the facilities for educational purposes. The District will be assessed for field lighting costs and field preparation done by the Cities' maintenance crews (lining, dragging, placement of bases, etc.). F. The Cities and the District will maintain records that will 2017 Meadowdale Playfields Development Agreement Page 14 Packet Pg. 17 2.1.a make clear the lines of responsibility and liability of the scheduling agencies. 18. This Agreement.shall be in effect for. forty. (40) years from this date or until terminated by a majority vote of the parties, except as provided for in 18.c., or mutually amended in writing in the same manner as this agreement was executed. a. Should either of the Cities or the County unilaterally wish to withdraw from this Agreement, they shall do so only after having given the other parties written notice of intent to terminate at least one hundred eighty (180) days prior to such action. b. Unilateral withdrawal from this Agreement gives the withdrawing party no rights to recover any portion of its investment in the site or to use any portion of the site. Ownership of any improvement other than portable equipment items shall be vested in the District subject to such rights as shall be agreed upon in writing prior to the initiation of such improvements. C. if the District terminates this Agreement before its full term, the District will give the Cities and the County one hundred. eighty (180) days notice of its intent and will reimburse the Cities and the County for the amortized value of the development costs and costs of improvements. Value shall be calculated by using the formula Years Agreement in Force X Replacement Value of All project 40 costs at the time of termination. 19. If a negative Declaration for Environmental Impacts is not approved, and conditions or mitigations are imposed in accordance with the State Environmental protection Act that would impose greatly increased costs not anticipated by this Agreement, any party may withdraw from this Agreement without penalty. 2017 Meadowdale Playfields Development Agreement Page 15 Packet Pg. 18 2.1.a 20. If any action, subsection, sentence, clause, or phrase of this Agreement is for any reason held to be unconstitutional or illegal, such decision shall not affect the validity of the remaining portions of this Agreement. This Agreement shall be filed with the City Clerks, Snohomish County Auditor, and the Secretary of State. DATED this 5th day of June 1985.. CITY OF EDMONDS: I z V Mo .; a. CITY OF LYNNWOOD: May Ileof Lynnwood EDMONDS SCHOOL DISTRICT NO. 15 P6w; uuA 9/ex Su e ntendent of Schools SNOHOMISH COUNZ THOi .AS L'EPL ;CUTIY6_ my 'ExecZ-f-ive �N 5 1989 4/W 4. 'q, J 2017 Meadowdale Playfields Development Agreement Page 16 Packet Pg. 19 APPENDIX m L : MEADOWDALE PLAY FIELDS a FACILITY USE REGULATIONS X JANUARY, 1985 N 0 N Q 1. Alcoholic beverages and drugs are prohibited 'at the complex, and sm Y I is prohibited on the playing fields. 2. No golfing is permitted on the site unless approved by the Parks an Recreation Department. O 3. Motorized vehicles are to be parked only in designated parking area 0I are prohibited or. the fields. 2 Y O 4. Pets must be on leash at all times except as may be permitted fors 3 events approved by the Parks and Recreation Department. J 5. No person shall engage in the sale of merchandise or services or op o� a concession without approval of the Parks and Recreation Departmen r U_ 5. No person shall mutilate, deface, or damage any facility improvemen Q All litter shall be disposed of in designated receptacles, J 7. Youth organizations will not be permitted to utilize the facilities without adequate adult supervision at all times. 8. All organizations, groups, and/or individuals utilizing the faci l i t . must leave them in satisfactory condition. Fai 1 ure to do so will r 3 in additional maintenance costs charged to the organization, group, individuals responsible for additional clean-up. 9. The Parks and Recreation Department reserves the right to cancel an c facility use permit for just cause or to amend the procedures set f 3f in this document at any time. 10. The Parks and Recreation Department is not responsible for accident - injuries, or loss of property. 11. Misuse of park facilities or failure to conform with these regulati will be sufficient grounds for immediate permit suspension and/or d of future applications. ° E 12. The groups using the facilities agree to hold harmless the cities o 4- Edmonds and Lynnwood, Edmonds School District, and Snohomish County 01 and against any and all claims for damages resulting from death, pe . injury, or property loss or damage suffered or claimed to have been suffered by any person whatsoever and rising out of any act or omis E of an applicant and/or its agents during use of facilities. 0 13. Umpires and/or referees- shall be the final -authority for governing a behavior during scheduled activities. 2017 Meadowdale Playfields Development Agreement Page 17 Packet Pg. 20 2.1.a MEADOWDALE PLAY FIELDS FACILITY USE REGULATIONS Page 2 14. Anyone whose action jeopardizes safety or engages in abusive or belligerent behavior will be disqualified from play and barred from the facility. 15. The Facility Supervisor is -responsible for the total operation of the complex and makes the final decisions regarding facility use. MD/kw O829R 2017 Meadowdale Playfields Development Agreement Page 18 1 Packet Pg. 21 A 2.1.a 297 EXHIBIT C 299 Lynnwood — District ILA Extension 300 2017 Meadowdale Playfields Development Agreement Page 20 Packet Pg. 23 2.1.a Return Name sw=,.•• I 13 11I 11111 III 111 EI� 111 1I1 111111 1E 1111 Document Title(s) Reference Number(s) of Related Document(s) Grantor(s) Grantee(s) fr cy Additional Reference #'s on Page Additional Grantors on Page _ Additional Grantees on Page_ Legal Description (abbreviated form: ie Lot/Block/Plat or Section/Township/Range) Assessor's Property Tax Parcel/Account Number Complete Legal on Page Additional Parcel #'s on Page _ The Auditor/Recorder will rely on the information provided on this form. The responsibility for the accuracy of the indexing information is that of the document preparer. 2017 Meadowdale Playfields Development Agreement Page 21 Packet Pg. 24 2.1.a EXTENSION OF INTERLOCAL AGREEMENT BETWEEN EDMONDS SCHOOL DISTRICT and THE CITY OF LYNNWOOD MEADOWDALE PLAYFIELDS This Extension of Interlocal Agreement ("Agreement"), dated as of 7N, v- , 2012, is made and entered into by and between EDMONDS SCHOOL D RICT NO. 15 ("School District") and THE CITY OF LYNNWOOD ("Lynnwood"). RECITALS WHEREAS the School District and Lynnwood desire to terminate all interlocal agreements between the School District and Lynnwood with respect to rights and obligations for Lynnwood's use of the fields and amenities at former Lynnwood High School, located at 3001 184th Street SW, Lymlwood, WA 98037-4701 ("Former LHS Agreements"); and WHEREAS the School District, Lynnwood, the City of Edmonds ("Edmonds") and Snohomish County (the "County") entered into a Development/Operation,Agreement Meadowdale Playfields dated June 5, 1985 (" 1985 Meadowdale ILA") which pertains to the approximately 25 acres of real property owned by the School District and located at 66th Avenue West and 168th Street S.W., legally described on Exhibit A ("Meadowdale Playfields"), which agreement has a current term through June 5, 2025; and WHEREAS, to forever resolve all outstanding issues between Lynnwood and the School District arising from or related to the Former LHS Agreements, the School District and Lynnwood desire to extend Lynnwood's rights and obligations at Meadowdale Playfields for an additional 40 years beyond the expiration of the current 1985 Meadowdale ILA and contemporaneously terminate, by separate agreement, the Former LHS Agreements; and WHEREAS both the School District and Lynnwood desire to maintain cooperative, collaborative programs and relationships with Edmonds with respect to Parks and Recreation and other issues of interest to their respective constituents; and WHEREAS Lynnwood has expressed a desire to expand Lynnwood's rights and obligations at Meadowdale Playfields to include the rights and obligations of Edmonds under the 1985 Meadowdale ILA, either at the time Edmonds' rights expire under the 1985 Meadowdale ILA or sooner if possible; and 00358-0835/L) GAL23609131.3 -1- 2017 Meadowdale Playfields Development Agreement Page 22 Packet Pg. 25 2.1.a WHEREAS the School District will not guarantee the outcome but agrees to pursue discussions with Edmonds to provide Lynnwood with exclusive use of the Meadowdale Playfields when not needed for school purposes by the School District, all as set forth in this Agreement. NOW, THEREFORE, the School District and Lynnwood hereby agree as follows: 1. PURPOSE The purposes of this Agreement are to: (a) extend, as modified by this Agreement, Lynnwood's use rights and obligations with respect to use of the Meadowdale Playfields under the 1985 Meadowdale ILA by forty (40) years, (b) allow Lynnwood to assume additional use rights and obligations at the Meadowdale Playfields site if Edmonds ceases its use (currently anticipated to occur in 2025 when the 1985 Meadowdale ILA expires as to Edmonds, and potentially sooner if Edmonds desires to terminate its use of the Meadowdale Playfields sooner), and (c) establish cost sharing principles between the School District and Lynnwood regarding potential future redevelopment of the Meadowdale Playfields. 2. CONTRACT ADMINISTRATOR 2.1 Pursuant to RCW 39.34.030(4)(a), to the extent a matter is not governed by the 1985 Meadowdale ILA, the School District and Lynnwood hereby appoint the School District's Executive Director of Business and Operations as the "Contract Administrator", who will be responsible for administering this Agreement, and at the direction of the parties, shall take such action as is necessary to ensure this Agreement is implemented in accordance with its terms. 2.2 This Agreement does not create a separate legal or administrative entity, and consequently is being administered in accordance with RCW 39.34.030(4), as provided in paragraph 2.1. 3. REAL AND PERSONAL PROPERTY 3.1 The School District owns the real property that is the subject of this Agreement. This Agreement does not contemplate the transfer of ownership of the Property nor to limit the School District's ability to comply with its statutory obligations regarding the use and disposition of school property pursuant to RCW 28A.335. 00358-0835/LEGAL23609131.3 -2- 2017 Meadowdale Playfields Development Agreement Page 23 Packet Pg. 26 2.1.a 3.2 The parties will not, during the term of and pursuant to this Agreement, jointly acquire or hold any property (real or personal) with regard to the Meadowdale Playfields; provided that the parties may make available to each other, as a matter of convenience, athletic equipment and other personal property normal and incident to the use of the Meadowdale Playfields. In the event that any such personal property items are shared, the parties shall maintain records indicating the nature and quantity of the items shared. Ownership and maintenance of any such personal property items shall remain with the party who purchased the personal property item. 3.3 By operation of this Agreement, Lynnwood does not acquire any ownership interest in and disclaims any interest to the Meadowdale Playfields, which is and will remain the School District's property. 4. EXTENSION, DURATION AND TERMINATION 4.1 The School District and Lynnwood hereby extend the terin of the 1985 . Meadowdale ILA, as between themselves only as set forth herein, to June 5, 2065. 4.2 The terin of this Agreement shall commence upon filing with the County Auditor or upon listing the Agreement by subject on the School District's web site or other electronically retrievable public source in accordance with RCW 39.34.040 following mutual execution (the "Effective Date") and shall expire on June 5, 2065. 4.3 As between the School District and Lymlwood with respect to any new capital investment by Lynnwood in the Meadowdale Playfields made after the Effective Date of this Agreement not joined in by Edmonds under the 1985 Meadowdale ILA, provided that such investment in the Meadowdale Playfields shall first have been reviewed and approved in writing by the School District, Lynnwood's refund under Section 18(c) of the 1985 Meadowdale ILA shall be calculated as follows: Years this Extension Agreement remains in Force X Replacement value of Project Construction 53 Cost at Time of Termination. 5. NEGOTIATIONS TOWARD LYNNWOOD EXCLUSIVE USE RIGHTS AT MEADOWDALE PLAYFIELDS DURING NON -SCHOOL HOURS 5.1 This Agreement does not amend the 1985 Meadowdale ILA, except to (a) extend the term stated in Paragraph 18 for an additional forty (40) years until June 5, 2065, and (b) amend the scheduling stated in Paragraph 17. However, the School District shall engage in good faith negotiations with Edmonds toward moving Edmonds' scheduling and use of the Meadowdale Playfields to other fields when the current 0035 8-0835/LEGAL23609131.3 -3 - 2017 Meadowdale Playfields Development Agreement Page 24 Packet Pg. 27 2.1.a Meadowdale ILA expires in 2025 or earlier, and to thereafter provide Lynnwood with exclusive use rights and obligations at the Meadowdale Playfields site during non - school hours as set forth in this Section 5. Lynnwood acknowledges (a) the School District cannot guarantee any particular outcome with regard to negotiations with Edmonds regarding the termination of Edmonds' use of the Meadowdale Playfields prior to 2025, and (b) this Section 5.1 does not require the School District to exercise its termination rights under Section 18(c) of the 1985 Meadowdale ILA to secure any such cessation of Edmonds' Meadowdale Playfields scheduling or use. 5.2 In furtherance of this Section 5, Lynnwood and the School District will jointly request review of the 1985 Meadowdale ILA to seek exclusive non -school use and scheduling rights for Lynnwood if and as soon as Edmonds concurs, as follows: (a) The School District will continue to have priority use of the Meadowdale Playfields during school hours as described in the 1985 Meadowdale ILA. (b) If and when Edmonds terminates its use rights at the Meadowdale Playfields, Lynnwood shall 1. assume Edmonds' future use rights and obligations during non - school hours, and thereafter have exclusive use and scheduling rights at the Meadowdale Playfields, except for the School District's priority use rights during school hours as described in the 1985 Meadowdale ILA; and 2. assume full responsibility for the maintenance, operation, repairs, and restoration of the Meadowdale Playfields site as described in the 1985 Meadowdale ILA. Notwithstanding such amendment, in accordance with section 17(e) of the 1985 Meadowdale ILA, the School District will not pay fees for its use of the Meadowdale Playfields site for educational purposes, but the School District will be assessed for field lighting costs and field preparation done by Lynnwood's maintenance crews (lining, dragging, placement of bases, etc.). 5.3 The City's scheduling periods under Section 17(c) of the 1985 Meadowdale ILA are revised as follows: Field M-5 -City of Lynnwood scheduling starts at 5:30 p.m. Fields M-lthrough 4- City of Lynnwood scheduling starts at 5:00 p.m. 00358-0835/LEGAL23609131.3 -4- 2017 Meadowdale Playfields Development Agreement Page 25 Packet Pg. 28 2.1.a with the understanding that the School District has the right to work with the City to make special scheduling arrangements on those occasions when the District's use of the fields need to extend beyond those start times. 6. DEVELOPMENT PLANS FOR MEADOWDALE PLAYFIELDS 6.1 The School District agrees to pay one-half of the cost (subject to section 6.2 and applicable budgeting and other applicable legal requirements) of master planning the redevelopment of Meadowdale Playfields at a future mutually -agreeable date, should Lynnwood wish to consider realigning the fields on the Meadowdale Playfields property along with any other site improvements. The School District's role in sharing the cost of the master planning effort, if it occurs, is due to the School District's continued ownership of the property and the School District's interest in continued access to and school use of the fields, as well as parking and driveways at the Meadowdale Playfields as event overflow parking and parent drop-off/pick-up for Meadowdale Elementary and Meadowdale Middle Schools. 6.2 Upon notice to the School District given on or before May 1 and including an estimate of the School District share of anticipated costs, for work that cannot be billed to the School District until the following September, Lynnwood shall have the right to initiate and take the lead on the master planning and site design and redevelopment process under this Section 6. As the owner of the Meadowdale Playfields property, the School District must approve of any redevelopment of the property, which the School District may grant, deny or condition in its sole discretion. The preparation of and agreement to pay for master planning costs does not obligate either party to proceed with construction or redevelopment. 6.3 The School District camlot guarantee but may be willing to share the costs of redevelopment of the Meadowdale Playfields, but only to the extent that the School District derives an educational benefit from such redevelopment (which the School District anticipates may be limited to benefits of the location, function and accessibility of the parking/driveways as noted in section 6.1, and perhaps the redesign of the fields). 7. MISCELLANEOUS 7.1 This Agreement together with the 1985 Meadowdale ILA represents the entire agreement between Lynnwood and the School District with respect to the Meadowdale Playfields. This Agreement shall not be amended except in writing mutually agreed to and executed by Lynnwood and the School District, and the 1985 Meadowdale ILA shall not be amended except in writing in the same manner as that agreement was executed by all parties thereto. 00358-0835/LEGAL23609131.3 -5- 2017 Meadowdale Playfields Development Agreement Page 26 Packet Pg. 29 2.1.a 7.2 This Agreement and all questions concerning the capacity of the parties, execution, validity (or invalidity), and performance of this Agreement, shall be interpreted, construed and enforced in all respects in accordance with the laws of the State of Washington. This Agreement has been negotiated and drafted by all parties and is not to be construed in favor of any party. 7.3 Nothing herein shall be interpreted to create any right or liability with respect to any person or entity not a signatory to this Agreement. 7.4 The parties are independent entities and nothing in this Agreement creates any agency relationship. None of the parties to this Agreement shall be construed to be an officer, agent or employee of any of the other parties. 7.5 In the event of a dispute between the parties arising under this Agreement, the Superintendent of the School District and the Mayor of Lynnwood shall meet to attempt to resolve the dispute within thirty (30) days notice from the Contract Administrator of the existence of a dispute. In the event the Superintendent and the Mayor are unable to resolve the dispute within sixty (60) days notice from the Contract Administrator of the dispute, the parties shall submit the dispute to a mutually agreed upon private arbitrator for a binding resolution. In the event the parties cannot agree on an arbitrator, one may be appointed by the Presiding Judge of the Snohomish County Superior Court, with costs of arbitration borne equally. The prevailing party shall be entitled to recover reasonable attorneys' fees and costs related to said arbitration. 7.6 All notices required to be served or given in accordance with the terms of this Agreement shall be hand delivered or mailed via the U.S. Postal Service, postage pre- paid, to the following addresses of record: Edmonds School District #15 Executive Director of Business and Operations 20420 68"i Ave. West Lynnwood, WA 98036-7400 City of Lynnwood Director of Parks, Recreation and Cultural Arts Department PO Box 5008 Lynnwood, WA 98046-5008 7.7 Any address changes shall be given to the other parties in writing. 7.8 This Agreement may be executed in several counterparts, all of which taken together shall constitute the entire agreement between the parties hereto. If any provision of this Agreement is determined to be invalid under any applicable statute or rule of law, it is to that extent to be deemed omitted, and the balance of the Agreement shall remain enforceable. If and to the extent reasonably required or desirable to 00358-0835/LEGAL23609131.3 -6- 2017 Meadowdale Playfields Development Agreement Page 27 Packet Pg. 30 effectuate the terms of this Agreement, each party shall execute and deliver to the other or third parties involved in issues pertaining to the 1985 Meadowdale ILA such other and further documents, instruments and assurances as such other or third parry may reasonably request, provided that neither party to this Agreement may be thereby required pursuant to this sentence to undertake additional financial or other obligations. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first written above. EDMOND9SCHOOL DISTRICT NO. 15 NICK UROSSOIT ED. b. SUPERINTENDENT DATE: 2� DATE: .$0--&V—/-2 003 5 8-083 5/LEGAL23609131.3 Approved as of'Perkins Coie LLP Attorneys for the School District Approved as to form: of Inslee, - est, Doezie & Ryder, P.S. Attorneys for the City -7- 2017 Meadowdale Playfields Development Agreement Page 28 Packet Pg. 31 2.1.a EXHIBIT D Project Overview Project Location: 16700 661h Avenue West (27 acres) Background • 27-acre athletic facility developed in 1990, located in Lynnwood • Property owned by Edmonds School District • City operates and maintains the facility, and shares use with District and City of Edmonds • Interlocal Agreement gives City use of the facility through 2065 Community Need • Only athletic facility in Lynnwood since loss of athletic complex at Lynnwood High School in 2009 • Increased demand for athletic fields in Lynnwood • Facility is 26 years old - need to improve soccer fields and softball complex • Fields are not playable in their current condition, expensive to maintain • League and tournament reservations have declined, fields remain unused during much of the year Proposed Project • Soccer fields — replace existing dirt soccer fields with all-weather surfacing to create multipurpose fields for soccer, lacrosse, and youth baseball. • Softball Complex — install all-weather turf on softball infields, and increase height of fencing and backstops. • Improvements would: provide year-round play with turf fields bring new team sports to MP (lacrosse, youth baseball, girls fast pitch) increase opportunities for youth and adult participation in team sports increase opportunities for outdoor recreation Community Partners • City of Lynnwood, City of Edmonds, Edmonds School District, Washington State Recreation & Conservation Office, Snohomish County, and Snohomish County Tourism Promotion Area Total Project Cost Estimate (value -engineered) • $4,740,000 (base -bid infill) SECURED Funding • $2,597,155 • $1,000,000 • $ 750,000 • $ 500,000 • $ 200,000 • 100,000 $5,147,155 City of Lynnwood 2014 ESD Bond RCO (Local Parks & YAF) City of Edmonds Snohomish County TPA Exhibit D: Page 1 2017 Meadowdale Playfields Development Agreement Page 29 Packet Pg. 32 2.1.a Project Schedule • December 13 • January 25 • January 30 • January — March • March 30 • April - May • June — November • December 31 Project Community Open House Project Stakeholder Open House Council Briefing Final Design Construction Ad Bid Opening & Notice to Proceed Construction Construction Complete and Project Closeout MEADOWDALE PLAYFIELDS 27 Acres 16700 66th Ave VV Exhibit D: Page 2 2017 Meadowdale Playfields Development Agreement Page 30 Packet Pg. 33 2.1.a Exhibit D: Page 3 2017 Meadowdale Playfields Development Agreement Page 31 Packet Pg. 34 2.1.a 305 EXHIBIT E 306 307 National Park Service Agreement & 6f Boundary Map 308 309 310 2017 Meadowdale Playfields Development Agreement Page 32 Packet Pg. 35 OMB No. 1024-0033 2.1.a 09/30/84 UNITED STATES DEPARTHMM OF THE INTERIOR NATIONAL PARR SZRVICS Land and Water Conservation Fund Project Agreement State Washington Project Number 53-00594 Project Title Meadowdale Playfields r c' S' !C 86 Project Period r.,,, Project Stage ALL to June 30, 1991 Covered by this Agreement Project Scope (Description of Project) This project involves the further development of the existing'Meadowdale Playfield complex. ' .<, Project Coat The following are hereby incorporated U into this agreement: Total Cost 320,000 -a Fund Support not 1. General Provisions (LWCF Manual) o to exceed 50% E Fund Amount $ 150,000 2. Project Application and w Attachments. C Coat of this r Stage $ 390,000 3. v Assistance this c Stage $ 150,000 4. E NPS 10-902 ( 7_81 2017 Meadowdale PlayfielL pment Agreement Page 3 Packet Pg. 36 ) The United States of America, represented by the Director, National Park Service, United States Department of the Interior, and the State named above (herinafter referred to as the State), mutually agree to perform this agreement in accordance with the band and Water Conservation Fund Act of 1965, 78 Stat. 897 (1964), the provisions and conditions of the band and Slater Conservation Fund Grants [Manual, and with the terms, promises, conditions, plans, specifications, estimates, procedures, project proposals, maps, and assurances attached hereto or retained by the State and hereby made a part hereof. The United States hereby promises, in consideration of the promises made by the State herein, to obligate to the State the amount of money referred to above, and to tender to the State that portion of the obligation which is required to pay the United States' share of the costs of the above project stage, based upon the above percentage of assistance. The State hereby promises, in consideration of the promises made by the United States herein, to execute the project described above in accordance with the terms of this agreement. The following special project terms and conditions were added to this agreement before it was signed by the parties hereto: In witness whereof, the parties hereto have executed this agreement as of the date entered below. THE VNI1 ED S ATES OF AMER A STATE 13y W SHi T4N By (Signature) Signature) National Park Service United States Department of the Interior Date Z' NPS 10-902 (7-81) ---•__--_R-QSERT L.,WILDER (Name) - -Qi rec tof,.-- (Title) 2017 Meadowdale Playfields Development Agreement Page 34 1 Packet Pg. 37 0 UNITED STATES DEPARTMENT OF THE INTERIOR NATIONAL P'.RK SERVICE 2.1.a STATE Washington (53) 3 Project Amendment No. 53-00594 _ AMENDMENT TO PROJECT AGREEMENT THIS AMENDMENT To Project Agreement No.86-04CDis hereby made and agreed upon by the United States of America, acting through the Director of the National Park Service and by the State of Washington pursuant to the band and Water Conservation Fund Act of 1965, 78 Stat. 897 (1964). The State and the United States, in mutual consideration of the promises made herein and in the agreement of which this is an amendment, do promise as follows: That the above mentioned agreement is amended by adding the following: The project cost is increased by $390,000 ($150,000 LWCF/$240,000 local). Project scope is increased to allow for additional development of the Meadowdale Playfield complex. With this amendment the total project cost is $780,000 ($300,000 LWCF and $480,000 local), In all other respects the agreement of which this is an amendment, and the plans and specifications relevant thereto, shall remain in full force and affect. In witness whereof the parties hereto have executed this amendment as of the date entered below. THE UNITED STA�ES Of AMERICA / STATE Bye Washington Signature} (State) t CHIE—F, DIVISION (Title) National Park United States the Interior �L•L Date Service Department of 12 19z3G Byc� Signature) ROBERT L. WILDER (Name) Director (Title) Q J N d l0 a m 3 0 m m 0 0 3 c c J 0 w U N c 0 E w 0 U c m E s m Q NPS 10-902a (7-81) 2017 Meadowdale Playfields Development Agreement Page 35 Packet Pg. 38 3OWDALE PLAYFI ELL LOCATION MAP ��r +---- — --- —' - - -- ,r•- J; t. _ wr,• rr"� r_ gFrl1 - - — � 2.1.a N_Ci ATM SCALE ° 1.I00' O Aorr I MER101A(I PLATO/NORIION i+ tevrw rrnr A nrAppwntirt AD �` i I ( ++ s<Mor a�earae.euarr�.�.rrr(n[t mob'+�- �. ^,f IjI WEST V wrr #ai� ru �an.a4lr Ap 1 1 f - $ na•.r err ,w� d e ,.'' rl.n.,fA ✓ o J •- � c A XMV 4T' d 4- Att n oEscRlrrlon' d rtArrj ar, et, A'17 ArfD AM, MPArovauf MAC". utomm�D FaAtAr rw[ArnrArrDADGF,w d Yetunt ! Of ItA,t, /NDt AA ALWaf Or=? ena"ena" C"Fr: "SMINclm. 4.9) w<Area r it MK AYr wtsr CYGCrI AW3 O J ' �r '!• p SN ' O 4 1 n 01'03'Jr w Ile , 'a If • '"T- _. r.fr r ♦ e IlJ rl ... ^rN^��� v E I� _r a RA• J! Sv .rr' O W r..n LEGEd GROUP FOUR, Inc. v N �� , COA"[II I/yyNO '� su.01YR[LD#AIMQ �ERTIFIGAR BUIIVEYD#B GEI/TIFICAT[ T� jy(rh [u/D1Y. cD , w..w...rr...r,... r...., .... �-i A"[Ar"o, /ou"D �o Yw. rc ,r.n + FOUND c G 11 e . row . lit cast ,rx +_� °•'"'fig �' Yrww rr wlw.crw.r cvw.awwue. n rrwr.r r, • � wrrnw ,r eew f4 1rurl. n 14J-N�/S e.lm rr S21N.M rr� #R•7 Jdtl ''� rr anw.nw ttt•••• > /au"o [yn/•ca yD", ��••.•r�(r �.Lw.F.1v_�...[1Z.3.i rrn�ll �_n ...cC�-� 1. 3 t �r RECORD or SURVLY V FoyrD LYNNWOOD PARKS DEPT. P��. �+ "' ""[ "`"'t LstloHomssw Co wasHINGTan Q 2017 Meadowdale Playfields Development Agreement Page 37 Packet Pg. 40 Proposal for City of Lynnwood Prepared by AAQ�6, GREAT WESTERN R E C R E A T I O N 05-12-2022 Job # 105669-01 Meadowdale Playfield Playground Option 3 Ak F mmigh Im GameTime- r LAYCORE --.11 435-901-9544 1 www.gwpark.com Packet Pg. 41 Meadowdale Playfield Playground- Project 105669-01-Opt 3 Lynnwood, WA M A STRONG FOUNDATION IN PLAY FOR OVER 50 YEARS P: (435) 245-5055 / F: 435 245-5057 Quinn@gwpark.com I r� 1� G R E A R E C I Meadowdale Playfield Playground- Project 105669-01-Opt 3 Lynnwood, WA 400pip-.44iso A STRONG FOUNDATION IN PLAY FOR OVER 50 YEARS P: (435) 245-5055 / F: 435 245-5057 Quinn@gwpark.com I G R E A,��c R E C Meadowdale Playfield Playground- Project 105669-01-Opt 3 Lynnwood, WA 4. Si sort A STRONG FOUNDATION IN PLAY FOR OVER 50 YEARS P: (435) 245-5055 / F: 435 245-5057 Quinn@gwpark.com 2.1.b I G R E A R E C I Meadowdale Playfield Playground- Project 105669-01-Opt 3 Lynnwood, WA 21 too n _ A STRONG FOUNDATION IN PLAY FOR OVER 50 YEARS P: (435) 245-5055 / F: 435 245-5057 Quinn@gwpark.com I r� 1� G R E A R E C I Meadowdale Playfield Playground- Project 105669-01-Opt 3 Lynnwood, WA A STRONG FOUNDATION IN PLAY FOR OVER 50 YEARS P: (435) 245-5055 / F: 435 245-5057 Quinn@gwpark.com I G R E A,��� R E C u Meadowdale Playfield Playground- Project 105669-01-Opt 3 Lynnwood, WA r , s... r t F. n [ - k i A STRONG FOUNDATION IN PLAY FOR OVER 50 YEARS P: (435) 245-5055 / F: 435 245-5057 Quinn@gwpark.com 2.1.b I r� 1� G R E A R E C I Meadowdale Playfield Playground- Project 105669-01-Opt 3 G R E A A STRONG FOUNDATION IN PLAY FOR OVER 50 YEARS P: (435) 245-5055 / F: 435 245-5057 Quinn@gwpark.com R E c i 2.1.b Project: 105669-01-Opt 3 Surfacing: 50-50 P I P PRIMARY PALETTES QAllegiance Gum Drop O Metal Jovial B°tter °°t°h Metal HDPE Butterscotch W.Dolphin _ Gray Patriot O rr T Al-, PALETTE COLOR SELECTIONS Approved by:_ NATURAL PALETTES CONTEMPORARY PALETTES ® ® Arctic ®G Avalon �IIIIII �1I , Uprights Metal HDPE �- White Dolphin White Champagne - - Bayou O - Gray Deep Space OJungle OSanta Elena Uprights Champagne Malibu O Spring Bloom 0 OEmerald OPassion Fruit Uprights White Honeysucldeo Metal D • Ill Champagne - Whimsy O 0 a� J O U 2.1.b M n t 0a'-7a Area: Swing Pit \ SF: 3336 LF: 255 V L— r Sales Representative Quinn Connell quinn@gwpark.com 435-901-9544 T�in,luplayevenisantl IMPORTANT: Softresilient surtacingDrawnBTotal Elevated Play Con parents 12 Ere-ende'd. Minimum Area Required. Yi� Meadowdale Playfield ropecifically tlesignetl should beplaced intheuse zanesofallpla FOUnd ds users. It is the Total Elevated Play Con parents Accessible By Ramp 9 Required 6 equipment, as specified foreachtypef� � Y9 anufactum at equipmentand at depths to meet theL nnwood, WA s and routes o Total Elevated Comport nts Accessible By Transfer - Required - cal fall het hts a fled b he U.Sn 9 s spec y 150 PlayCoreDrive SE Re tative traveconormtoaccessibility Total Accessible Gmun Level Components Shown 16 Required 4 consumer Product Safety Commission, Fort Pa AL 35967 presto ADA Americans yDe• Great Western Recreation qype0 Ground LeveComponents 8 Required 3an 18' x 24" fo mat 105669-01-0 t 3 V/WW.gamttlme.COm }`RriR' th Disabilities Act) Standard CAN/CSA-Z-614 P / Packet Pg. 50 GameTime C/O Great Western Recreation ff P.O. Box 680121 Fort Payne, AL 35967 Office:435-245-5055 Fax:435-245-5057 CORE www.gwpark.com Meadowdale Playfield Playground Option 3 City of Lynnwood Attn: Eric Peterson 20522 60th Ave W Lynnwood, WA 98036 Phone: 425-670-5595 epeterson@lynnwoodwa.org 05/ Quote # 105669-01-03 Ship to Zip 98037 Playground Equipment 1 RDU GameTime - Custom 5-12 Inclusive Play Structure- $109,762.00 $73,832.43 $73,832.43 'Reference Drawing 105669-01-Opt 3 1 6263 GameTime - Inclusive Whirl - Natural $13,999.00 $13,579.03 $13,579.03 1 14928 GameTime - NDS Inclusive Play Sign Package 1 5179 GameTime - Welcome Sign (5-12) $561.00 $493.68 $493.68 Swing Equipment 1 5056 GameTime -Arch Swing $7,296.00 $6,128.64 $6,128.64 1 5151 GameTime - Pt Solo Swing Frame 3 1/2" X 8' $1,365.00 $1,324.05 $1,324.05 1 8537 GameTime - Adaptive Swing W/Chain $419.00 $368.72 $368.72 1 8696 GameTime - Encl Seat 3 1/2"(8696) $359.00 $301.56 $301.56 2 8910 GameTime - Belt Seat 3 1/2"Od(8910) $288.00 $241.92 $483.84 1 5158 GameTime - Express Swing W/Todd Seat 3 1/2"X8' $1,783.00 $1,497.72 $1,497.72 1 17247 GameTime - Adaptive Swing Safety Belt $155.00 $130.20 $130.20 2 18826 GameTime - Primetime Swing 3 1/2" X 8' $1,416.00 $1,373.52 $2,747.04 6630 PIP GT-Impax - 6630 SF Provide and Install of PIP- $33.12 $27.16 $180,070.80 6630 Total Sq Ft, 8' CFH Includes 50/50 std epdm and black - tbd Includes TTA pads at 3 swing inserts 4x8, 1 swing insert 4x4, 3 slide inserts 4x4 Aromatic Binder, Prevailing Wages 1 SECURITY GT-Impax - Site Security- $3,902.00 $3,902.00 $3,902.00 Prevailing Wages 1 INSTALL Install - Receive and Unload Equipment- $2,880.00 $2,880.00 $2,880.00 Prevailing Wages 1 INSTALL Install - Remove and Dispose of Existing Equipment, Concrete Footers- $6,910.00 $6,910.00 $6,910.00 Prevailing Wages 1 INSTALL Install - Installation of Equipment- $93,955.00 $93,955.00 $93,955.00 Prevailing Wages 1 INSTALL Install - Excavate and Dispose of Dirt, Import and Compact Rock, Install 115 ft of 6 ft $14,970.00 $14,970.00 $14,970.00 Wide Concrete Path - Prevailing Wages 1 INSTALL Install - Prep 4 Inches Subbase for Playground and Swing Pits- $4,030.00 $4,030.00 $4,030.00 Prevailing Wages 1 INSTALL Install-Dumpster for Trash- $1,155.00 $1,155.00 $1,155.00 Prevailing Wages Page 1 of 5 OMNIAc� Q P A R T N Packet Pg. 51 GameTime C/O Great Western Recreation ff P.O. Box 680121 Fort Payne, AL 35967 Office:435-245-5055 Fax:435-245-5057 CORE www.gwpark.com Meadowdale Playfield Playground Option 3 05/ Quote # 105669-01-03 1 INSTALL Install - Excavate and Dispose of Dirt and Sod for Swing Pit 255 LF- $9,215.00 $9,215.00 $9,215.00 Prevailing Wages 1 INSTALL Install - Pour 12 Inch Concrete Border for Swing Pit- $12,670.00 $12,670.00 $12,670.00 Prevailing Wages Contract: OMNIA #2017001134 Sub Total $430,644.71 Material Surcharge $19,833.60 Freight $8,000.00 Tax $48,598.70 Comments Your Sales Rep is Quinn Connell. Please reach out to Quinn at 435-901-9544 if you should have any questions regarding this quote. Pricing is subject to change. Request updated pricing when purchasing from quotes more than 30 days old. —Material Surcharge reflects raw material price increase — Shipping to Site Address: 16700 66th Ave W Lynnwood, WA 98037 *Freight charges are based on listed zip code and are subject to change if shipping information changes. Customer is responsible for offloading. Prevailing Wages OMNIA # 5157328 Page 2 of 5 OMNIAc� Q P A R T N Packet Pg. 52 CsamleTlme�' ,, '--�I1\ CORE ca pamy GameTime C/O Great Western Recreation P.O. Box 680121 Fort Payne, AL 35967 Office:435-245-5055 Fax:435-245-5057 www.gwpark.com Meadowdale Playfield Playground Option 3 Remit Payment to: GameTime P.O. Box 680121 Fort Payne, AL 35968 Taxes: All applicable taxes will be added at time of invoicing unless otherwise included or a tax-exempt certificate is provided. If sales tax exempt, you must provide a copy of certificate to be considered exempt. Prices: FOB Factory. 05/ Quote # 105669-01-03 Orders: All orders shall be in writing by purchase order, contract, or similar document made out to PlayCore Wisconsin Inc., dba GameTime. Standard GameTime equipment orders over $100,000 may require a deposit of 25% at the time of order and an additional 25% at or before order ships Standard orders with equipment, installation and surfacing are requested to be split billed. Equipment, Taxes & Freight as noted above Installation and Surfacing billed as completed and Due Upon Receipt. Terms: Cash With Order Discount (CWO): Orders for GameTime equipment paid in full at time of order via check, Electronic Funds Transfer (ACH or wire) are eligible for a three percent (3%) cash with order discount. Payment via credit card: If you elect to pay by credit card, GameTime charges a 2.50% processing fee that is assessed on the amount of your payment. This fee is shown as a separate line item and included in the total amount charged to your credit card. You have the option to pay by check, ACH or Wire without any additional fees. Credit terms are Net 30 days, subject to approval by the GameTime Credit Manager. A completed credit application must be submitted and approved prior to the order being received. Please allow at minimum 2 days for the credit review process. GameTime may also require: Completed Project Information Sheet (if applicable) Copies of Payment and Performance Bonds (if applicable) A 1.5% per month finance charge will be imposed on all past due invoices. Retainage not accepted. Orders under $5,000 require payment with order. INSTALLATION CONDITIONS: • ACCESS: Site should be clear, level and allow for unrestricted access of trucks and machinery. • STORAGE: Customer is responsible for providing a secure location to off-load and store the equipment during the installation process. Once equipment has delivered to the site, the owner is responsible should theft or vandalism occur unless other arrangements are made and noted on the quotation. • FOOTER EXCAVATION: Installation pricing is based on footer excavation through earth/soil only. Customer shall be responsible for unknown conditions such as buried utilities (public & private), tree stumps, rock, or any concealed materials or conditions that may result in additional labor or materials cost. • UTILITIES: Owner is responsible for locating any private utilities. • ADDITIONAL COSTS: Pricing is based on a single mobilization for installation unless otherwise noted. Price includes ONLY what is stated in this quotation. If additional site work or specialized equipment is required, pricing is subject to change. OMNIAc� Q Page 3 of 5 P A R T N Packet Pg. 53 GameTime C/O Great Western Recreation ff P.O. Box Fort Paynee,, AL AL 35967 Office:435-245-5055 Fax:435-245-5057 CORE www.gwpark.com Meadowdale Playfield Playground Option 3 ACCEPTANCE OF QUOTATION: Acceptance of this proposal indicates your agreement to the terms and conditions stated herein. Accepted By (printed): Telephone: P.O. Number: Purchase Amount: $507,077.01 Title: Fax: Date: SALES TAX EXEMPTION CERTIFICATE #: FEIN# (PLEASE PROVIDE A COPY OF CERTIFICATE) Salesperson's Signature Customer Signature DIR Project # (California only) Page 4 of 5 05/ Quote # 105669-01-03 OMNIAc� Q P A R T N Packet Pg. 54 GameTime C/O Great Western Recreation ff P.O. Box Fort Paynee,, AL AL 35967 Office:435-245-5055 Fax:435-245-5057 COREwww.gwpark.com Meadowdale Playfield Playground Option 3 Customer Order Info: BILLING INFORMATION: Bill to: Contact: Address: Address: City, State: Zip: Tel: Fax: E-mail SHIPPING INFORMATION (IF DIFFERENT FROM ABOVE): Ship to: Contact: Address: Address: City, State: Zip: Tel: Fax: E-mail: Page 5 of 5 05/ Quote # 105669-01-03 OMNIAc� Q P A R T N Packet Pg. 55 2.2 City Council Agenda Item Meeting Date: 06/14/2022 Presentation of Supplemental Agreement with KPG Psomas related to design services for Citywide Pedestrian Crossing Enhancements Project. Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History On May 15, 2018, Council approved a Local Agency Agreement with KPG for the Citywide Pedestrian Crossing Enhancements. On November 19, 2019, Council authorized the Mayor to sign a Supplemental Agreement #2 with KPG. On November 17, 2020, Council authorized the Mayor to sign a Supplemental Agreement #3 with KPG. On October 19, 2021, Council authorized the Mayor to sign a Supplemental Agreement #4 with KPG. Staff Recommendation Forward item to the consent agenda for approval at the June 21st City Council meeting. Narrative Supplemental Agreement #5 changes the consultant's name from KPG, P.S. to KPG Psomas, Inc. due to a merger with another consultant. In addition, the completion date is being extended from June 30, 2022 to December 31, 2022 in order to finish all Federal documentation and for the contractor to complete all punchlist items. Attachments: Attachment 1 - Supplemental Agreement #5 Packet Pg. 56 2.2.a AM � Washington State VI/ Department of Transportation Supplemental Agreement Organization and Address Number #5 KPG Psomas Inc. fka KPG, P.S. 3131 Elliot Ave. Suite 400 Seattle, WA 98121 Original Agreement Number Phone: 206-286-1640 Project Number Execution Date Completion Date Fed Aid Number 0365(013) KPG PN 17099 5.21.2018 December 31, 2022 Project Title New Maximum Amount Payable Citywide Crossing Enhancements $387,251.63 (no change) Description of Work Updating Consultant's legal name and amending the Contract Extension date to December 31, 2022 Up dating Consultant's legal name and amending the Contract Extention date to December 31, 2022. The Project was placed in suspension due to a long lead time for material procurement. The original scope of Work Remains unchan ed. The Local Agency of City of Edmonds desires to supplement the agreement entered in to with KPG Psomas Inc.fka KPG, P.S. and executed on 5.21.2018 and identified as Agreement No. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: No change to scope of work. This amendment updates the Consultant's legal name from KPG, P.S. to KPG Psomas Inc. and KPG Psomas Inc. is now the contracted party that is undertaking all of the Consultant's responsibilities under this agreement. Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: December 31, 2022 Section V, PAYMENT, shall be amended as follows: No Change. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate spaces below and return to this office for final action. By: Nandez Miller By: / P ( 2022.06.07 19:54:50-07'00' Consultant Signature Approving Authority Signature DOT Form 140-063 Revised 09/2005 Packet Pg. 57 2.3 City Council Agenda Item Meeting Date: 06/14/2022 Presentation of Supplemental Agreement with KPG Psomas related to construction management services for Citywide Pedestrian Crossing Enhancements Project. Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History On November 17, 2020, City Council approved the Local Agency Agreement with KPG to provide construction management services for the Citywide Pedestrian Crossing Enhancements Project. On October 19, 2021, Supplemental Agreement #1 with KPG for the Citywide Pedestrian Crossing Enhancements Project was approved. Staff Recommendation Forward item to the consent agenda for approval at the June 21st City Council meeting Narrative Supplemental Agreement #2 changes the consultant's name from KPG, P.S. to KPG Psomas, Inc. due to a merger with another consultant. In addition, the completion date is being extended from June 30, 2022 to December 31, 2022 in order to finish all Federal documentation and for the contractor to complete all punchlist items. Attachments: Attachment 1 - KPG Psomas Supplemental Agreement #2 Packet Pg. 58 2.3.a Washington State To Department of Transportation Supplemental Agreement Organization and Address Number 2 KPG Psomas Inc. fka KPG, P.S. 3131 Elliott Ave., Suite 400 Original Agreement Number Seattle, WA 98121 Phone: 206-286-1640 Project Number Execution Date Completion Date SRTS-365(013) 11/30/2020 12/31/2022 Project Title New Maximum Amount Payable Citywide Pedestrian Crossing Enhancements - CM Services $112,063.53 (No Change) Description of Work Up dating Consultant's legal name and amending the Contract Extention date to December 31, 2022. The Project was placed in suspension due to a long lead time for material procurement. The original scope of Work Remains unchanged. The Local Agency of City of Edmonds desires to supplement the agreement entered in to with KPG Psomas Inc. and executed on 11/30/2020 and identified as Agreement No. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: No Change 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: New Contract Completion Date 12/31/2022 III Section V, PAYMENT, shall be amended as follows: No Change as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate spaces below and return to this office for final action. By: Terry Wright By: Consultant Signature Approving Authority Signature .° DOT Form 140-063 Revised 09/2005 Packet Pg. 59 2.4 City Council Agenda Item Meeting Date: 06/14/2022 Presentation of Supplemental Agreement with KPG Psomas for 76th Ave and 220th Ave Intersection Improvements Project. Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History On May 18, 2021, the Professional Services Agreement with KPG for the 76th Ave W @ 220th St SW Intersection Improvements project was approved. On October 12, 2021, Supplemental Agreement #1 with KPG for the 76th Ave W @ 220th St SW Intersection Improvements Project was approved. Staff Recommendation Forward item to the consent agenda for approval at the June 21st City Council meeting. Narrative Supplemental Agreement #2 changes the consultant's name from KPG, P.S. to KPG Psomas, Inc. due to a merger with another consultant. Attachments: Attachment 1 - Supplemental Agreement #2 Packet Pg. 60 2.4.a AM Washington State To Department of Transportation Supplemental Agreement Organization and Address Number 2 KPG Psomas Inc. flea KPG, P.S. 3131 Elliott Ave, Ste 400 Original Agreement Number Seattle, WA Phone: 206- 286-1640 Project Number Execution Date Completion Date KPG Psomas PN: 21002 5/24/21 Project Title New Maximum Amount Payable $261,161.40 (no change) Description of Work Updating Consultant's legal name The Local Agency of City of Edmonds desires to supplement the agreement entered in to with KPG Psomas Inc. fka KPG, P.S. and executed on 5/24/21 and identified as Agreement No. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: No change to scope of work. This amendment updates the Consultant's legal name from KPG, P.S. to KPG Psomas Inc. and KPG Psomas Inc. is now the contracted party that is undertaking all of the Consultant's responsibilities under this agreement. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: No change in completion date. III Section V, PAYMENT, shall be amended as follows: No change in payment. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate spaces below and return to this office for final action. By: Nandez Miller By: 2022.06.07 19:56:09-07'00' Consultant Signature Approving Authority Signature DOT Form 140-063 Revised 09/2005 Packet Pg. 61 2.5 City Council Agenda Item Meeting Date: 06/14/2022 Presentation of Right of Entry and Maintenance Agreement between City of Edmonds and property owner at 21000 Highway 99 Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History n/a Staff Recommendation Forward item to the consent agenda for approval at a future City Council meeting. Narrative As part of the Hwy 99 Revitalization and Gateway Project - Stage 2, the City is proposing the installation of a raised landscaped median throughout the entire corridor from 2441" St. SW to 210t" St. SW. On both ends of the corridor, a Gateway sign is being added. On the north end, the sign is being added within the raised median. A landscaped area with a tree and bushes will be installed on the west side of Highway 99 behind the sidewalk to line up with this Gateway sign and provide a Gateway feel for southbound vehicles entering Edmonds City limits. Under this agreement, the owner agrees to the installation of the landscaping by our contractor and the maintenance of this landscaped area after the one-year plant establishment expires. The construction of the entire project is scheduled to begin in mid -June and be completed in early 2023. The exact timeline of this landscaping feature is unknown at this time but will be installed during ideal planting season. Attachments: Attachment 1 - Draft Right of Entry and Maintenance Agreement Attachment 2 - Gateway Sign - north end Packet Pg. 62 2.5.a RIGHT OF ENTRY AND MAINTENANCE AGREEMENT This Right of Entry and Maintenance Agreement ("Agreement") is made effective this day of 2022 between the City of Edmonds, a municipal corporation of the State of Washington, hereinafter referred to as the "City" and , the owner of the property that is the subject of this Agreement, hereinafter referred to as the "Owner". WHEREAS, the Owner owns the real property legally described on Exhibit A, attached hereto and incorporated herein by this reference ("Property"); and WHEREAS, as part of the Highway 99 Revitalization and Gateway Project — Stage 2, the City intends to install certain landscaping on the Property, as described and depicted on Exhibit B, attached hereto and incorporated herein by this reference; and WHEREAS, entry onto the Property by the City is necessary to install the landscaping as set forth in Exhibit B and to maintain it during the one-year plant establishment period (hereinafter collectively referred to as the "Work"); and WHEREAS, the Owner desires to permit the City to enter the Property to undertake the Work; and WHEREAS, the Owner has agreed to the installation of this landscaping and has further agreed to undertake the maintenance of this landscaping after the plant establishment period has expired (hereinafter referred to as the "Long Term Maintenance"); and WHEREAS, the City and the Owner desire to memorialize their understanding of the rights and responsibilities of each with regard to the Work and the Long Term Maintenance; NOW, THEREFORE, in consideration of the terms and conditions herein stated, the City and the Owner agree as follows: 1. Grant of License / Right of Entry. The Owner hereby grants to the City a non-exclusive license of reasonable access to the Property for the purposes of performing the Work and activities reasonably related thereto. The right of entry authorized by this Agreement is subject to all valid rights existing in the Property as of the effective date of this Agreement. The Owner reserves the right to grant others the privilege to use the Property, and the parties specifically agree that this Agreement is not exclusive. The City will not permit any other party, except the City's duly authorized representatives, employees, agents and independent contractors (collectively "Representatives") to enter or use the Property. Packet Pg. 63 2.5.a 2. Contacts. Prior to entry, the City and/or its designated Representative(s) will contact the following representative(s) of the Owner to arrange for access to the Property: Name: Title: Telephone #: 3. Liability. While on the Property, the City will comply, and will cause all of its Representatives to comply, with all applicable government laws, ordinances, rules and regulations during the exercise of its rights herein. The City and its Representatives will be responsible for any damage done to the Property by the City or its Representatives during the performance of the above -described Work and will pay the costs of repairing and restoring the Property to substantially the same condition as existed before the City's or its Representative(s)' entry onto the Property. 4. Long Term Maintenance. The Owner agrees to undertake the maintenance of the landscaped area beginning one calendar year after the City has completed the installation of the landscaping as set forth in Exhibit B. Long Term Maintenance will consist of, at a minimum, the regular (at least quarterly) weeding, mulching and edging of the ground around the plantings and the regular (at least annual) trimming and other tasks required to maintain the health of the plants. The Owner will continue the Long Term Maintenance until the termination of this Agreement as set forth in Section 8, below. 5. Governing LawNenue. The validity, meaning, and effect of this Agreement will be determined in accordance with the laws of the State of Washington. In the event any legal proceeding is initiated involving this Agreement, it will be brought in Snohomish County Superior Court. 6. No Third Party Rights/Assignment. Nothing in this Agreement, express or implied, is intended to confer any rights or remedies upon any person, other than the parties and their respective employees and representatives. 7. Indemnification/Hold Harmless. To the extent authorized by law, the City and the Owner will each indemnify and hold the other, including its officers, employees, and representatives, harmless from and will process and defend at its own expense all claims, demands, loss, costs or suits at law or 2 Packet Pg. 64 2.5.a equity arising in whole or in part from that party's negligence or breach of any of its obligations under this Agreement; provided that nothing herein will require either party to indemnify the other party against and hold harmless the other party from claims, demands, loss, costs or suits at law or equity based solely upon the conduct of the other party, its officers, employees, and representatives; and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the City, its officers, employees, or representatives and (b) the Owner, its officers, employees, or representatives, this indemnity provision with respect to: (1) claims or suits based upon such negligence; and (2) the costs to any party of defending such claims and suits, will be valid and enforceable only to the extent of that party's negligence or the negligence of that party's officers, employees, or representatives. The provisions of this section will survive the expiration or termination of this Agreement. 8. Termination. This Agreement will commence on the effective date set forth above. The City's right of entry onto the Property will terminate upon completion of the Work, which will be no later than one calendar year after the completion of the landscaping installation, unless the Owner approves an extension of the right of entry by written amendment to this Agreement. The remainder of this Agreement, and the Owner's Long Term Maintenance obligations hereunder, will terminate upon either: (a) the Owner's sale of the Property; or (b) the Owner's redevelopment of the Property that requires the removal of the landscaping set forth in Exhibit B. 9. Notice. Any notice to be given or any documents to be delivered by either party to the other party herein will be mailed by certified post and addressed to the City or the Owner at the following address: City of Edmonds Bertrand Hauss 121 51h Avenue Edmonds, WA 98020 425-771-0220 Owner Eric Iversen 19400 McLoughlin Blvd Gladstone, OR 97027 541-301-2748 Either party may, with written notice to the other, designate a different contact name, address and/or telephone number. DATED THIS DAY OF , 2022. CITY OF EDMONDS OWNER Mike Nelson, Mayor Property Owner Packet Pg. 65 2.5.a EXHIBIT A Property Description Property Address: 21000 Highway 99 Lynnwood, WA 98036-7334 HOYT ACRES BLK 000 D-00 LOTS 7,8,9,10,11 & 12 LESS N 30FT OF LOT 12 AS MEAS AT R/A TON LN LOT 12 & TGW FDP TH PTN El/2 SEI/4 SWI/4 OF SEC 20 TWP 27N RGE 4E WM DAF BEG SW COR LOT 7 HOYT AC IN SD SUB TH N PLW W BDY SD SUB 365FT M/L TAP ON S LNLOT 12 HOYT AC PROJ W TH E ALG SD EXT S LN SD LOT 12 TO SW COR LOT 12 TH SWLY ALG W BDY LOTS 7 THRU I I TPB ALSO TGW FDP TH PTN E1/2 SE1/4 SW1/4 SEC 20 TWP 27N RGE 4E WM DAF BEG NW COR LOT 12 HOYTACRES TH S25*12 OOW ALG W LN LOT 12 33.14FT TAP TH IS 30FT S OF N LN LOT 12 AS MEAS AT R/A THE TPB TH N89*57 44W 60FT TH S25*12 OOW 19.14FT TH N89*57 44W366.98FT M/L TO C/L 70TH AVE W TH SO1*4712E ALG SD C/L 25FT TH S89*57 44E 414.44FT M/L TO SW COR LOT 12 HOYT ACRESTH N25*12 OOE 46.76FT M/L TO TPB EXC THE WLY PTN DEEDED FOR RD FOR 70TH AVEW 4 Packet Pg. 66 MACK MMTA - - - - - - - - - - - - - 7 P,1 NORM RWY 99 NORT400JXD PH DPOS FD RAISFD MFrAAN e,.L 21. 17 4 4 GERANIUM MACH-CHF-1/ 1',' EXHIBIT B Landscaping Plans )ISTINGGUAROAAl- GR'ASS LAWN NOqTH NUOINADOWSTICAWDONRAY' P01 YSTICHIU M M UNITU M CORN US KOUSA'VFNUS' PARROTIA PERSICA 'VAN FSSK 4- 0 R 4- 0 Cu a (D U) 5 Packet Pg. 67 2.5.b North Gateway Sign 0 E w 4- 0 U c d d 3 as c LM in m 3 as m 0 N C m E a c d E z r a Packet Pg. 68 2.6 City Council Agenda Item Meeting Date: 06/14/2022 Project Update for the 76th Ave. W @ 220th St. SW Intersection Improvements project Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History On May 18, 2021, City Council approved the Professional Services Agreement with KPG for the 761h @ 220th St. SW Intersection Improvements project. Staff Recommendation Forward item to the June 21st City Council meeting for a presentation and action. Narrative This project proposes intersection improvements at 761h Ave. W and 2201h St. SW, converting the existing split phasing signal operation to simultaneous protected / permissive left turns (with flashing yellow arrows) for the eastbound and westbound movements. This conversion will be possible with the addition of left turn lanes for both movements. The existing bike lanes for the southbound and eastbound movements will be extended to the intersection as part of this project, along with sidewalk widening, planter strip addition depending on the land use category of the properties, water / stormwater upgrades (with potential conversion of overhead lines to underground), and lighting upgrades. The consultant has completed the survey base map, preliminary analysis for the environmental and stormwater requirements, street lighting evaluation, and undergrounding of overhead utility requirements. A detailed evaluation of two intersection configurations has been completed to determine the best option to proceed to the final design phase (both options include all the improvements listed above): Option 1 (original grant application): addition of southbound right turn lane along 761h Ave W and maintaining two eastbound lanes approaching and departing the intersection along 220th St. SW Option 2: reconfigure travel lanes in the eastbound approach to provide a dedicated left turn lane and a combination thru and right turn lane with one departing eastbound lane along 220th St. SW and removal of proposed southbound right turn lane along 76th Ave. As part of the evaluation, the following criteria were compared: Intersection delay / Level of Service (LOS) under current and future conditions Vehicle emissions reduction Active Transportation safety improvements (including pedestrian crossing distance) Right of way acquisition (impact to adjacent properties within the project limits) Total project costs Packet Pg. 69 2.6 Schedule Staff recommends Option 2, since it provides a very similar level of service to Option 1, improves pedestrian safety by reducing the crosswalk distance, reduces right of way acquisition impacts and has a lower project cost. If the City Council selects Option 2, then Staff will request approval from WSDOT to change the scope of work in the grant agreement from Option 1 to Option 2. This change to the project scope of work may also require approval from the Snohomish County Infrastructure Coordinating Committee and Puget Sound Regional Council (PSRC). The City secured a $702,000 Federal CMAQ grant for the Design phase (with 232,000 local match) and a $387,500 Federal STP grant to complete the right of way acquisition (funding available in 2023 / with $387,500 in local match). The local match will be funded by traffic impact fees. Funding from water and stormwater utilities are budgeted to complete the section of waterline replacement and stormwater upgrades / relocations. The City will pursue transportation grant opportunities in the future to fund the construction phase. Attachments: Attachment 1 - 76th and 220th Project Update Presentation Packet Pg. 70 2.6.a m a ti r L 0 0 R Q r c,> 0 'O L CL r_ 0 M 0 0 W 0 L IL a) cu Q. r U m 'o L CL Q N N C R L CD ti Q Packet Pg. 71 °QED Introduction Wiwi, • '5% Federal grants secured 1nc90 . 18 • Design $7027000 ($232,000 local match) • Right of Way $387,500 ($387,500 local match) Project description • Add dedicated eastbound and westbound left turn lanes so turning movements are concurrent, install new traffic signal system, widen sidewalk with planter strips at select locations, add ADA compliant pedestrian curb ramps, up -grade City utilities, add street lighting and extend bike lanes thru intersection - for south bound/eastbound movements. Preliminary Design tasks completed so far • Survey, Determination of environmental documentation, Lighting Analysis, Stormwater Requirements, and Underground Utility Conversion Requirements Discussion items • Intersection configuration: 2 options (as identified in grant / reduced footprint) • Conversion of overhead utilities to underground `. mlw Y � � A� - i '- �� `►a � _ r.0 • ,. roe 1 Ag, f�'Ask, t r EDM • H HOSMAL O q..- I## LN Al. 31 _A 1M1M. 11 41� ja- -IN 'o,4?T,� 7: F RMANNAMPORMENEW A&T SoutWiboured Wove-ite-at IP 754 BlEtrlButea BY 1Bori'ilE Blsttlhutioo Ine Y 7 _ lµ„tlll 1.888.259.8891 T„Wo� v ._ij,to 2.6.a OPTION ELEMENTS Added Southbound RT Turn Lane Added Eastbound Dedicated Thru Lane Added Westbound LT Turn Lane 4 ft planters and 7 ft on North, South and East Legs 7 ft sidewalks wltrees in grates on West Leg Extend Dedicated Bike Lanes on North & West Legs to Intersection Longer Pedestrian Crossings Most Impact to Adjacent Property Owners Biggest ROW Acquisition Needs Longest Construction Time Line VIM 76TH AND 220TH -OPTION 1 IIII H A II II c 0 c a� rn L a a� CU n3 sz D v m M ,.. 0 L Y Q A— — — -- --- — I Y To i I � em •a• Y Y Q Packet Pg. 77 2.6.a m > � a Option 2 Y (modifiedfrom grant I I I I I • I • I I I Irint) L 0 In C. •', 0 ++ R i2 OPTION ELEMENTS Y Added Westbound LT Turn Lane <tii 0 Removed 2nd Eastbound Lane on East Leg for approx. 400 ft - ' - 4 ft planters and 7 ft sidewalks on North. South and East Legs d 7 ft planters with trees in grates on West Leg c Extended Dedicated N orth and West Leg Bike Lanes to intersection r Added Dedicated Bike Lanes on South Leg Requires Bus Stop Relocation on East Leg a� Shorter Pedestrian Crossings - North. West and East legs L Lower Impactto Adjacent Property Owners - Significantly Reduces Impacts to SW, MW a 8 NE corners - slightly higher impact to SE cornerCU Lower ROW Acquisition Needs -0 Shorter Construction Time Line 0. m �, _ 0 �• f Y o N C fa r..r Y r• tin- iYi Q -u 1 rm _ - Y 76TH AND 220TH - OPTION 2 Q Packet Pg. 78 2022 2050 Baseline Compariso Existing Conditions - 2050 Option 1 2050 Option 2 n Conditions Same as Existing Intersection Delay/ Level of Service AM Peak: 31 sec (LOS C) AM Peak: 37 sec (LOS D) AM Peak: 20 sec (LOS C) AM Peak: 27 sec (LOS C) (LOS) PM Peak: 44 sec (LOS D) PM Peak: 59 sec (LOS E) PM Peak: 33 sec (LOS C) PM Peak: 37 sec (LOS D) Reductions — Reductions — ' Vehicle Emissions - Baseline — No Reduction CO — 4,890g Daily, 1.46TAnnually CO - 4,030g Daily, 1.20TAnnually NOx - 950g daily, 0.28T Annually NOx - 785g daily, 0.23T Annually HC—1,140g Daily, 0.34TAnnually HC - 940g Daily, 0.28TAnnually Improved Surface Yes - 2 Filterra Units & Yes -1 Filterra Unit, Water Treatment/ Requires None No Detention Tank (8,000 SF No Detention Tank (1600 SF Detention new Impervious Surface) new Impervious Surface) 5' to 7' wide sidewalks, 7' wide sidewalks, 0' - 4' planter strips 4' planter strips on North & Improved 2 non -compliant curb East legs, Safety/Accessibility ramps No change ge ADA compliant curb ramps & Same as Option 1 non -compliant ped signal, pedestrian signal, ex. luminaires on available new illumination system utility poles Pedestrian Crossing Distances: North Crossing Distances: North Crossing Distances: North Crossings and South legs 53' West No change leg 82', South leg 57', West leg 70', South leg 57', West leg 51' East leg 52' leg 77', East leg 72' leg 65', East leg 74' 2022 2050 Comparison ExistingBaseline 2050 Option 1 p 2050 Option 2 p s Conditions Conditions Add dedicated bike lanes to Bike Lanes None No change intersection on West, North Same as Option 1 and South approaches 3 large trees NE corner, 3 3 large trees on NE corner, 3 ' Tree Removal - None medium trees North leg - west side, 3 smaller trees smaller trees on West leg - West leg - south side south side 3 small trees in planter on south 4' landscaped planters w/ street trees on North, East &South 4' landscaped planters w/ side of West Leg, large amount le le legs, street trees in street trees on North, East & Landscaping & of private landscaping on NW No change grates West leg, heavy South legs, street trees in Trees corner, medium amount of impacts to private grates on West leg, much landscaping on NE & SE landscaping on NW & NE lower impacts to landscaping _ corners corners and on West leg on private property Impacts to NW, NE & SW Less Impacts to NW, NE & SW Right of Way _ None corners, relocate private corners, relocate private Acquisition driveway on SW corner for driveway on SW corner for intersection requirements intersection requirements Community _ None None Bus Stop Relocation on East Transit Impacts Leg Project Cost $8.1 M $6.2M Conversion of Overhead Utilities to Underground Inc. (possible improvements in grant application) Removal of 8 utility poles (excluding poles holding high tension lines along 220th St. SW that will remain) • 1 on west leg • 1 pole on SE and SW corners • 4 poles on north leg • 2 poles on east leg TOTAL COST of this addition: $1.8 Million (same cost for both options) Conclusion Staff recommends Option 2 over Option 1: o Total project cost is less ($1.9M less) o Similar improvement to level of service o Pedestrian crosswalk distance is less o Right of way acquisition cost and property impacts are less o Reduced area for new impervious surfaces 2.6.a m a ti r L 0 0 R Q r c,> 0 'O L CL r_ 0 M 0 0 W 0 L IL a) cu Q. r U m 'o L CL Q N N C R L CD ti Q Packet Pg. 83 2.7 City Council Agenda Item Meeting Date: 06/14/2022 Presentation of Local Agency Consultant Agreement with Transpo for the SR-104 Adaptive System from 236th St SW to 226th St SW Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History n/a Staff Recommendation Forward item to consent agenda for approval at a future City Council meeting. Narrative The SR-104 Corridor from 2361" St. SW to 226`" St. SW consists of a 1.25 mile corridor with five (5) signalized intersections spaced approximately .25 mile from each other with Average Daily Traffic (ADT) of approximately 25,000 vehicles per day. This section of SR-104 does not have an existing traffic signal communication/coordination system. The project will provide an adaptive system along SR-104, in order to improve traffic flows and reduce vehicle emissions. The City received Statement of Qualifications (SOQs) from three consulting firms (KPG, Transpo, and DKS) to complete the design phase. Following the evaluation of the SOQs, DKS and Transpo were interviewed and the Selection Panel chose Transpo based on their qualifications and experience on similar projects. The contract includes the completion of the following tasks: Survey; Systems Engineering; Technology and Alternative Evaluation; Utility Coordination; 30%, 60%, 90%, 95%, and 100% PS&E; Environmental Documentation; and Bid Support. The preliminary scope of work is attached and staff is working with the consultant to finalize the fee to complete the work. The City secured a $287,000 Federal transportation grant for the design phase (with $123,000 in local match). During the design phase, grant applications will be submitted to secure Construction Funds to build the project. Attachments: Packet Pg. 84 2.7 Attachment 1 - Vicinty Map Attachment 2 - Transpo Scope of Work Packet Pg. 85 J, 0 a o c v � rn v arq wl' ro SONOINQ3 Hl4 ONES WAY AVIAGOOM ape S ]AV aNE Ln LU a `Illullll I I I I =b� n � 4N 3NVIN38WL m N \ 2.7.a Z S Packet Pg. 86 2.7.b DRAFT Exhibit A —Scope of Work Client Name: City of Edmonds Project Name: SR-104 Adaptive System from 236th St. SW to 226th St. SW Exhibit Dated: June 3, 2022 TG: 1.22138.00 Scope of Services Transpo Group USA, Inc. ("Transpo") and its subconsultants will provide engineering services to the City of Edmonds ("City") for: project management and coordination; the preparation of the Adaptive Signal Control (ASC) Systems Engineering documentation per FHWA guidance; data collection, including topographic survey, geotechnical information, and existing Intelligent Transportation Systems (ITS)/traffic signals field infrastructure/equipment; the evaluation of potential vehicle detection and field communications technologies; the preparation of the ITS Plans, Specifications, and Estimate (PS&E) for the detection and communications improvements associated with the ASC system; the preparation of environmental documentation; participation in public outreach/City Council meetings; and bid and construction phase services. Transpo and its team of subconsultants are together referred to as "Consultant" in the following scope of services. Task 01—Project Management and Coordination Subtask 1.1: Project Coordination The Consultant project manager will coordinate with the City's project manager on a regular basis throughout the duration of the project. The coordination will address project scope/status, budget, schedule, meetings, data collection, and planned stakeholder outreach efforts. Primary coordination efforts will be via telephone calls, and email, as appropriate. Subtask 1.2: Progress Reports and Invoices The Consultant will prepare monthly progress reports and invoices. Subtask 1.3: Meetings The Consultant will prepare for and attend weekly virtual project meetings with the City Project Manager. Specific subconsultants and staff will be identified for participation in each meeting based on the topic(s) to be discussed. The Consultant will coordinate with the City to determine the most appropriate type of meeting (virtual or in -person) based on the topic(s) to be discussed. The Consultant will prepare for and attend up to one (1) City Council meeting. The Consultant will assist ,c the City with the preparation of City Council meeting presentation materials. 0 4- The Consultant will prepare for and attend up to one (1) Public Outreach/Open House meeting. The o Consultant will assist the City with the preparation of public -facing materials, including graphics and written a materials. o U) Subtask 1.4: Project Schedule N The Consultant will develop the project schedule and provide updates on a quarterly basis. L Assumptions • Five (5) in -person project meetings will be held at the City's office. It is assumed that the Consultant Project Manager and up to three other staff and/or subconsultant staff will be present at (D these meetings. E z • The project is anticipated to have up to a 24-month design schedule (not including any time spent on hold while awaiting construction grant funding). For the purposes of the fee estimate, weekly Q project progress meetings are assumed to be an average of 30-minutes in duration. y Consultant Deliverables • Notes, emails, or other summaries of communication in electronic format upon request. • Monthly progress reports and invoices in electronic format. Packet Pg. 87 2.7.b • Updates to project schedule, in electronic format, on a quarterly basis. Task 02—ASC Systems Engineering The systems engineering process will set the framework for the City in determining a suitable ASC system that meets the operational needs and requirements of the project, taking an objective viewpoint and being non -vendor specific. The result of this process is a set of custom-tailored documents that aim to develop a set of requirements that will enable the City to specify, select, implement, and test an ASC system. While the systems engineering process will select an ASC system that can ultimately be deployed citywide, the initial deployment as part of this project is assumed to be limited to the SR 104 corridor, between 236th Street SW and 226th Street SW. This task is broken down into the following subtasks: 2.1 Concept of Operations 2.2 System Requirements 2.3 Verification and Validation Plan 2.4 Procurement Plan 2.5 Bidding Support Services 2.6 Implementation Technical Support 2.7 Validation Report Subtask 2.1: Concept of Operations The Concept of Operations will be prepared through detailed discussions with City staff and any other identified project stakeholders (e.g., Community Transit, WSDOT, City of Lynnwood, etc.). The Consultant will facilitate a half -day workshop, which will provide a joint forum to discuss and document the goals and objectives of the ASC system. Stakeholder needs will be identified and compared and prioritized to provide a baseline for evaluation against the functional requirements and constraints in the subsequent tasks. Subsequent to identifying the project objectives and stakeholder roles, The Consultant shall conduct the J following assignments: ,- • Describe the overall architecture of the ASC system with respect to field devices, communications o c systems, and central systems. o • Identify the necessary system/network interfaces between the ASC system operations, the City's Public Works building and/or City Hall, the Cities of Edmonds' and Lynnwood's communications system(s) on Highway 99, transit signal priority systems, etc. • Identify project constraints such as limitations on budget, staffing, equipment, and implementation a` schedules. Y • Identify the existing traffic signals and ITS infrastructure (e.g., existing cabinet types, controller `o make/model, communications systems, detection systems), which will be provided by the City. � • Evaluate and document the traffic network characteristics via the use of available traffic data o provided by the City (e.g., turning movement counts, tube counts, etc.), and available third -party a data sources such as INRIX. Traffic data collection, if necessary, will be the responsibility of the U City. U) • Develop a set of operational scenarios to describe the situations under which the ASC system is N expected to operate and respond to traffic and network conditions. • Consider corridor operations for both existing and future transportation improvements along the project corridors (i.e., transit improvements). • Document the potential failure modes of the system and how the ASC system needs to recover from these scenarios. a • Document post -deployment roles and responsibilities for operating and maintaining the ASC z system. U • Compare system objectives against other industry best practices and refine as needed. le Consultant Deliverables • Draft and Final Concept of Operations Subtask 2.2: System Requirements Packet Pg. 88 2.7.b Building from the system goals and objectives identified in the Concept of Operations, the Consultant will provide a comprehensive set of ASC system requirements. Requirements will be grouped into the following two major categories, each with accompanying subcategories that address data needs, interface needs, and system prerequisites: • Functional Requirements: What the system is responsible for doing. • Performance Requirements: How well the system is to perform. Requirements will be linked to the operational objectives and user needs addressed in the Concept of Operations. Once all system requirements are mapped to their respective objectives, the Consultant will conduct the following assignments: • Identify any remaining outlier requirements that need be reviewed with the project stakeholders to determine the validity of the outlying requirement and whether the Concept of Operations needs to be revised. • Facilitate a half -day system requirements workshop. The workshop will focus on seeking stakeholder concurrence on the functional and performance requirements and categorize the requirements in terms of importance and priority. • Produce a Request for Information (RFI), which includes the Draft System Requirements. The RFI will allow potential ASC system vendors to provide feedback on the Draft System Requirements, including the validity of the requirements. • Coordinate vendor follow-up presentations and reference checks to better inform the City and stakeholders of ASC system vendor technology. Up to four vendor presentations are assumed. • Modify and finalize the Draft System Requirements based on vendor discussions. Coordinate a final half -day workshop with the City and stakeholders to obtain System Requirements buyoff. Consultant Deliverables • RFI documentation for City publication • Draft and Final System Requirements Subtask 2.3: Verification and Validation Plans The Consultant will prepare Verification and Validation plans that outline the responsibilities of the ASC system vendor to verify the system and the City, with the Consultant's support, to validate the system. Verification will ensure that the final ASC system deployment meets the established System Requirements, while validation evaluates whether or not project objectives and user needs are met. The actual process of executing the verification plan process will be performed by the ASC system vendor. This may include Factory Acceptance Testing (FAT), bench testing, and Site Acceptance Testing (SAT). Y For validation, the Consultant will establish "before -and -after" performance criteria that will be used to 0 evaluate the final ASC system deployment (assumed to be along the SR 104 corridor, between 236th 3.1 Street SW and 226th Street SW). Within this plan, the means for data collection and data analysis will be 0 outlined. °' a 0 U Consultant Deliverables U) • Draft and Final Verification Plan 0a • Draft and Final Validation Plan 0 L Subtask 2A Procurement Plan N The Consultant will work closely with the City and project stakeholders to establish a method of procurement that will enable the City to select an ASC system that best meets the established Concept of E Operations and System Requirements. This procurement plan will need to include coordination with the z development of the ITS PS&E. WSDOT Local Programs will also be consulted to ensure procurement of the ASC system meets the requirements of the applicable funding program. le Once a procurement methodology has been selected, the Consultant will conduct the following assignments: Packet Pg. 89 2.7.b Develop Request for Proposal (RFP) document including instructions for proposers, scope of services, evaluation process, and supporting technical documents (e.g., Concept of Operations, System Requirements, Verification Plan, Validation Plan, technical questions, etc.) Develop a scoring criteria spreadsheet which could evaluate the following: 1. Fulfillment of the ASC system requirements. 2. Vendor responsiveness. 3. Deployment history and experience with similar signal systems. 4. System costs. 5. Provisions for system training. 6. Technical support services and post -deployment support. Consultant Deliverables • Draft and Final Procurement Plan • RFP documentation for City publication • Scoring criteria spreadsheet Subtask 2.5: Bidding Support Services This task will provide the City with follow-on services to oversee the bidding phase of the project. The anticipated services will include facilitation of a pre -proposal meeting, responses to bidder questions, addenda preparation as required, and bidder proposal evaluations. Consultant Deliverables • Bidder questions tracking sheet. • Issuing up to four (4) addenda, if required. • Proposal evaluation summary, assuming up to four (4) proposers. Subtask 2.6: Implementation Technical Support The duration of the Implementation Technical Support services is expected to cover the period in which the ASC system integration work will be performed by the successful bidder (assumed to be along the SR 104 corridor, between 236th Street SW and 226th Street SW). Under this task, the Consultant will provide the City with technical support services to assist with the implementation, which may include tasks such as attending technical implementation meetings, responding to technical questions that arise during implementation, field reviews, and system commissioning. Note that finalizing of the vehicle detection and communications system design will require discussions with the selected ASC system vendor and is included as part of the ITS PS&E task. Due to the uncertainty in the quantity and frequency of technical support requests, the Consultant will L perform these services on a time and materials basis. A budgetary Not -to -Exceed amount is reflected in the o fee estimate for this task. A contract amendment will be negotiated with the City for efforts spent beyond � this budgetary fee estimate. W a Consultant Deliverables U Facilitate a project kick-off meeting with ASC system vendor and project stakeholders. o • Participate in weekly progress meetings with the ASC system vendor (up to 16 meetings are N anticipated in the projected fee) • Maintain a running log of technical support issues and resolution matrix. I • Respond to up to eight (8) Requests for Information (RFI) during the implementation phase. N • Participate in up to two (2) site visits with project stakeholders and the ASC system vendor, as necessary. • Review of the ASC system vendor's Verification Plan. Subtask 2.7: Validation Report Under this task, the Consultant will prepare a report to document the "before and after" performance metrics that will demonstrate the effectiveness of the ASC system technology (assumed to be along the SR 104 corridor, between 236th Street SW and 226th Street SW), based on the Validation Plan prepared previously. The report will specifically address quantifiable metrics that relate to arterial travel times, average speeds, duration of congestion, and transit travel times (where the information exists). Within this Packet Pg. 90 2.7.b plan, the means for data collection and data analysis will also be described to demonstrate consistency with the Concept of Operations. The Consultant will review the draft report with the City and the project stakeholders. Applicable comments will be implemented as part of a final Validation report. It is assumed that the validation study will utilize third -party data sources (e.g., INRIX), high -resolution Automated Traffic Signal Performance Measures (ATSPM) directly from the traffic signal system, if available, and applicable traffic data from the City (e.g., turning movement counts, tube counts, floating car data). Assumptions • Prior to conducting the before -and -after study, the City and the ASC system vendor will be responsible for configuring/tuning the ASC system such that it operates nominally and to the satisfaction of the City. Consultant Deliverables • Draft and Final Validation Report Task 03—Technology and Alternatives Evaluation The Consultant will evaluate different technology options and design alternatives that have been identified as areas of interest by the City. Vehicle Detection Systems Evaluation The Consultant will evaluate the vehicle detection systems that are available. This may include induction loop detectors, video detection, radar detection, and wireless magnetometers, and the various vendors/manufacturers that provide these systems. The Consultant will meet with the City's operations and maintenance staff to identify specific technologies and areas of interest. Consideration will be given to the necessary field infrastructure (e.g., detectors, mounting equipment, cabinet equipment, cabling and associated conduits and junction boxes, etc.), maintenance needs, capital costs (rough order -of -magnitude cost estimates for installing the system at an existing intersection), compatibility with the ASC system, and flexibility for accommodating future detection needs. Communications Systems Evaluation The Consultant will evaluate fiber optic communications systems and point-to-point wireless communications systems, as it relates to the deployment of the ASC system along the SR 104 corridor, i between 236th Street SW and 226th Street SW. Consideration will be given to existing communications a systems that the City already utilizes (e.g., existing Ethernet switches, existing fiber optic patch panels, existing wireless radios, etc.) and the capabilities for the communications system to support adaptive `0 operations (e.g., throughput, latency, etc.). � 0 The Consultant will meet with the City to determine where/how the SR 104 intersections should connect to a the City's existing communications system (e.g., at 238th Street SW & Highway 99), identify potential 0 communications system routing options, and evaluate the feasibility of a phased implementation approach. U) For example, this project can deploy wireless communications in areas where upcoming projects can be 0a leveraged to install new fiber optic communications in the future. Where no upcoming projects are identified, this project can deploy fiber optic communications. Traffic Management Center Evaluation The Consultant will evaluate the feasibility of constructing (i.e., converting/re-purposing existing office space) a new Traffic Management Center (TMC), either at the Public Works Office (located at 7110 72nd Avenue W), or at the Edmonds City Hall. Consideration will be given to the availability of space to install servers, workstations, and screens for the ASC system. Building on the findings from the Communications System Evaluation to determine how the SR 104 intersections connect to the City's existing communications system, it is also expected that meetings with the City's IT Department will be needed to ensure the TMC can communicate with and remotely manage the SR 104 intersections. Packet Pg. 91 2.7.b Consultant Deliverables • Draft and Final Vehicle Detection Systems, Communications System, and Traffic Management Center Evaluation Memorandum Task 04—ITS PS&E The Consultant will prepare Plans, Specifications, and Estimates (PS&E) for the design of traffic signal improvements (i.e., vehicle detection and communications system improvements, and the installation of new CCTV cameras) along the SR 104 corridor, including associated work zone traffic control plans, at the following locations: • SR 104 & 236th Street SW • SR 104 & 232nd Street SW • SR 104 & 95th Place W • SR 104 & 100th Avenue W • SR 104 & 226th Street SW Additionally, it is assumed that a communications connection will also be needed along 238th Street SW, between SR 104 and Highway 99. Subtask 4.1: Data Collection Subtask 4.1.1: Topographic Survey The Consultant will provide the necessary survey base mapping services to support the design element along SR 104 in Edmonds, between 226th Street SW and 238th Street SW. The following activities are associated with this task: • Establish horizontal and vertical control based on publish monuments near the site. The Horizontal a' Q Datum and Vertical Datum will be NAD 83/2011, Washington State Plane, North Zone and NAVD88, respectively, or as otherwise required. Set and measure horizontal and vertical control c necessary for the mapping and right-of-way determination. Control points will be set for future J phases of construction for this project. ° • Coordinate underground utility locates performed by an underground utility subconsultant. o • Collect necessary field boundary evidence to accurately calculate centerline alignment of SR 104 v and rights -of -way affected or adjacent to this project. • Complete design level topographic mapping and survey above ground surface features within the i full width right-of-way within the project limits. a • Topography will be surveyed using methods that will produce a 2-foot contour interval base map. The mapping will include, but will not limited to, the following above ground features: 0 o Curb and gutter including existing curb cuts, curb ramps and driveways 3.1 o Sidewalks and paths o o Rockeries and walls a o Steps/stairs o Existing structures and buildings (within ROW) tU o o Pavement edges N o Ditches o Fences o Driveways and ramps ' N o Luminaires o Landscaping o Water meters, valves, hydrants, and irrigation control valves o Electrical transformers, vaults, poles, and hand -holes c�a o Telecommunication risers, vaults, poles, junction boxes, and hand -holes Q o Gas valves and meters o Storm drain manhole lids o Catch basin rims o Sanitary sewer manhole lids o Culverts Q Packet Pg. 92 2.7.b o Overhead lines o Traffic poles and arms o Grade breaks, localized depressions, ditches, ridges, and other surface grades o Street signs o Trees over 4-inch diameter breast height (DBH) with size, type and dripline noted o Channelization o Sub -surface utility paint marks delineated by a professional utility location service from the face of curb to the right-of-way edge (Active roadway will be excluded) Survey and calculate all right-of-way limits for SR 104 lying between 226t11 St SW and 238th St SW. Compile mapping and right-of-way information into a 1"=20' scale base map in AutoCAD, Civil 3D Version 2020. Assumptions • Topographic survey and design will be provided in AutoCAD 2020 and Civil 3D. • Base map will be developed using the Consultant's colors, text size/style, and layering conventions. • GIS parcel line information will be sufficient for the purposes of delineating lateral private ownership boundaries adjacent to SR 104 right-of-way. • It is assumed that Right of Entry documents are not needed to perform this task. • The Consultant will hire a private underground utility locate firm to locate existing utilities. Locates will target known underground utilities, including water, storm sewer, sanitary sewer, communications, and power. It may not be possible to locate non -conductible utilities. • Underground utilities will only be located between the curb lines and the limits of the right-of-way, and not within the active road. • Utility inverts within the active roadway will not be provided. • Surface features and detail within the active roadway may be limited due to traffic control constraints. • This scope of work does not include real estate support services for the proposed improvements, which may include property reconfigurations, street vacations/dedications, temporary construction easements or real property purchase. • Property lines and corners will not be monumented as part of this scope of work. Consultant Deliverables • 1" = 20' scale base map in AutoCAD, Version 2020 in electronic format for the survey area a including both Existing Condition sheets and Control Plan. Y L O Subtask 4.1.2: Geotechnical Investigation � The Consultant will provide geotechnical engineering services needed to support development of contract o documents for the construction of signal pole foundations, and other road improvements associated with a the project. Consultant services include: 0 U) Explorations & Data Collection: o CL Collect and Review Available Geotechnical Data: The Consultant will review readily available and relevant information along the project corridor. This review will include online geotechnical databases, geologic L maps and existing known information previously gathered by the Consultant for surrounding projects. 17 Plan and Conduct Field Exploration Program: The Consultant will plan and coordinate the geotechnical exploration program for the project. The exploration program will consist of drilling up to four (4) borings to provide data for design of signal and luminary pole foundation. Planning will include identification of the location of the borings, development of traffic control plans and coordination of required equipment and flaggers. Geotechnical Work Plan Memo: The Consultant will prepare a Geotechnical Work Plan Memorandum for of our exploration program. This work plan will be submitted to the City for review and approval. The work plans will detail the type, location, and extent of proposed field explorations along with logistics necessary to perform the work such as traffic control plans and staging areas. The work plans will also be used for Packet Pg. 93 2.7.b utility locating clearances and for permitting that may be necessary to access the exploration locations. The City will acquire and provide any required permits. Conduct Utility Locates for Explorations: Prior to conducting our explorations, the Consultant will mark the proposed locations and arrange for utility locates using the Utility Notification Center. The Consultant will make additional site visits to verify that the proposed locations of the borings are clear of utilities prior to finalizing the exploration plans and mobilizing the equipment. Conduct Geotechnical Explorations: The Consultant will conduct 4 geotechnical borings to support signal pole foundation design. These borings will be drilled to a depth of up to 20 feet below ground surface. The Consultant assumes that the geotechnical borings will require traffic control and flaggers. Generate Boring Logs and Assign Laboratory Testing: The Consultant will prepare summary boring logs and perform laboratory testing to evaluate relevant physical properties of the site soils. Laboratory testing would include moisture content, hydrometers, grain -size distribution, and Atterberg Limits. Geotechnical Design Services: Evaluate Field and Laboratory Data: Based on the borings and the laboratory test results of selected samples, the Consultant will generate estimates of the soil strength and other properties needed to evaluate the effects the subsurface conditions will have on the proposed improvements. Generate AASHTO Seismic Design Parameters: Based on the soils encountered along the alignment, the Consultant will determine the Site Class for seismic design. The design spectral acceleration parameters will then be selected in accordance with the AASHTO Specifications for Road and Bridge. Evaluate Liquefaction Potential: The Consultant will evaluate the susceptibility of the subsurface soils to liquefaction and assess the potential impacts to the proposed improvements. Signal Pole and Luminaire Design and Recommendation: The Consultant will evaluate the data derived from field investigations and laboratory testing to complete geotechnical engineering analyses to provide standard signal pole foundation recommendations for the signalization improvements. The Consultant assumes that signalization improvements and luminaire foundations will be designed based on WSDOT standard plans and procedures. Quality Assurance / Quality Control: The Consultant will have all design calculations and recommendations reviewed by a senior principal prior to distribution to the design team or the City. Project Coordination Meetings: The Consultant will attend up to two (2) project coordination meetings via L Teams. The Consultant's attendance will be used to convey the geotechnical considerations of the site to the City and other members of the design team. 4- 0 a) Prepare Draft Geotechnical Engineering Report: The Consultant will prepare a draft geotechnical o engineering report for the project. This report will contain the results of the geotechnical engineering U investigation, including description of surface and subsurface conditions; a site plan showing exploration 0 locations and other pertinent features; summary of boring logs; and laboratory test results. The report will N provide geotechnical recommendations for each of the proposed improvements. L Respond to Geotechnical Related Review Comments: The Consultant shall provide written responses to N review comments. The written responses shall be provided in the form of emails to the design team. Miscellaneous Engineering Support: Additional time will be allotted to account for any design aspects E introduced to the project at a later date that were not initially provided to the Consultant in this scope of E work. Prepare a Final Geotechnical Engineering Report: The Consultant will prepare a final geotechnical report for this project. This report will develop the Consultant's draft geotechnical engineering report with any comments provided by other design team members or the City during the 30, 60, and 90 percent plans. Packet Pg. 94 2.7.b Geotechnical Task Management: The Consultant will provide task management to all geotechnical related aspects of the project. The Consultant will correspond with City and the design team in the form of meetings, emails, fax, and telephone calls, as necessary. The Consultant will initiate the project and set up billing information in support of invoicing throughout the project and will prepare monthly invoices, and progress reports for the duration of the design phase of the project. Assumptions • Access to the site and all required exploration permits and right of entries will be provided to the Cn Consultant by the City at no cost to the Consultant. • Site reconnaissance is limited to observation of existing topography and features; no excavation or 6. subsurface exploration will be conducted during site reconnaissance. 0 • All field works including site reconnaissance, utility locates, and drilling, will be accomplished during a normal daylight workdays and hours, with at least a minimum 8 hours available per day. c • Utility locates, via the One -Call Utility Locate Center, will be comprehensive and accurate enough H to allow reliable and safe location of borings. Vacuum extraction of borings is not included. • Boring locations will be accessible by truck- or truck -mounted drill rigs. • The geotechnical explorations proposed herein will not be used to assess site environmental conditions. However, visual or olfactory observations regarding potential contamination will be noted. Analysis, testing, storage, and handling of potentially contaminated soil and ground water a (either sampled or spoils from drilling) are beyond this scope of services. If contaminated soils c and/or ground water are encountered, the material will be properly contained on -site for disposal as mutually agreed upon without additional cost to the Consultant. N • All non -contaminated drilling spoils and related debris will be drummed on site and transported off c site for disposal by the drilling subcontractor. v • The Consultant assumes no concrete pavement or slab at the drilling locations and assumes that coring will not be required prior to drilling the proposed borings. W • All field explorations will be conducted between the hours of 8AM to 5PM. Q • Flaggers will be required for drilling activities. • The Consultant will be responsible for all post drilling clean up. 0 • All geotechnical borings conducted through the pavement will be patched with quick drying cement o or Aquaphalt. Saw cutting of the pavement or hot mix asphalt patches will not be required. r_ • Boring locations will be located using handheld GPS and measurement from existing know 0 r features. • The site soils will support standard plan signal pole and luminaire foundations design. No non- w standard signal pole or foundation design will be required. W • Relatively disturbed subsurface soil samples will be collected from the borings using the Standard a Penetration Test (SPT) at intervals of 2.5 feet in the upper 20 feet and at intervals of 5 feet below L 20 feet (if applicable). 0 3.1 • No Stormwater infiltration screening will be completed as part of this scope of work. 4- • No PIT tests or EPA falling head (percolation) tests will be completed as part of this scope of work. 0 W • Following finalization of the geotechnical report, all soil samples will be disposed. Long-term a 0 storage of soil samples by the Consultant is not included. U U) Consultant Deliverables 0 a • Geotechnical Subsurface Exploration Plan • Draft and Final Geotechnical Engineering Report Subtask 4.1.3: As -Built Review and Field Investigation The Consultant will consult with the City to provide documentation (e.g., as-builts) on the existing features and traffic signal system components at the project intersections. After reviewing the existing documentation, the Consultant will identify items that require field investigation and perform necessary site visits to collect/verify this information. The field investigation will focus on the following elements: • Existing traffic signal controller cabinets • Existing junction boxes and conduits Packet Pg. 95 2.7.b • Existing traffic signals and ITS infrastructure (e.g., communications equipment, CCTV cameras, fiber optic infrastructure, detection, etc.) Assumptions • The City will provide any existing traffic signals/ITS infrastructure documentation, including as- builts, CAD files, etc. • The City will accompany Consultant staff during site visits to access the existing traffic signal controller cabinets. Subtask 4.2: 30% Design 30% Design Plans: The purpose of the 30% design plans is to finalize the horizontal placement of project improvements and are anticipated to show general locations of existing and proposed equipment with construction notes and preliminary layouts of restoration items such as roadway, sidewalk, and landscaping. The 30% design plans is anticipated to include the following plan sheets: • Cover Sheet with Vicinity Map and Index (1 sheet) • Legend and Abbreviations (1 sheet) • ITS Plans (4 sheets) 30% Opinion of Probable Construction Costs: The Consultant will prepare and submit an Opinion of Probable Construction Costs based on the design. The Opinion of Probable Construction Costs will be presented in an Excel spreadsheet corresponding to the sequence of items as will be listed in the Project Manual's final bid schedule. 30% Design Supporting Calculations: The Consultant will prepare and submit design supporting documentation based on the design (e.g., junction box capacity calculations, conduit fill calculations) 30% Quality Control: The Consultant will conduct quality control reviews by selected senior staff members with appropriate expertise and experience. The senior staff members will scrutinize and question the major elements of the design for adequacy of response to the major design challenges, conformance to accepted design practices, constructability, 30% Design Review: The Consultant will meet with the City to discuss and resolve the City's comments on the design submittal. Consultant Deliverables ai L • 30% Design Plans a • 30% Opinion of Probable Construction Costs • 30% Design Supporting Documentation 0 Subtask 4.3: 60% Design o 60% Design Plans: The Consultant will prepare 60% design plans that advance the design from the CL a previous design level. The Consultant will incorporate comments and feedback from previous submittals to U the City. The 60% design plans is anticipated to include the following plan sheets: o • Cover Sheet with Vicinity Map and Index (1 sheet) N • Legend and Abbreviations (1 sheet) • ITS Plans (4 sheets) • ITS Details o Fiber Optic One -Line Schematic (1 sheet) N • Traffic Control Plans (5 sheets) a 60% Opinion of Probable Construction Costs: The Consultant will prepare and submit an Opinion of Probable Construction Costs based on the design. The Opinion of Probable Construction Costs will be presented in an Excel spreadsheet corresponding to the sequence of items as will be listed in the Project Manual's final bid schedule. 60% Design Supporting Calculations: The Consultant will prepare and submit design supporting documentation based on the design (e.g., junction box capacity calculations, conduit fill calculations) Packet Pg. 96 2.7.b 60% Quality Control: The Consultant will conduct quality control reviews by selected senior staff members with appropriate expertise and experience. The senior staff members will scrutinize and question the major elements of the design for adequacy of response to the major design challenges, conformance to accepted design practices, constructability, 60% Design Review: The Consultant will meet with the City to discuss and resolve the City's comments on the design submittal. Assumptions • It is assumed that at the conclusion of the 60% Design, the ITS PS&E task will go on a temporary hold while construction funding is being secured. Once construction funding is secured, and an ASC system vendor has been selected, the ITS PS&E task will resume, starting with the 90% Design. Consultant Deliverables • 60% Design Plans • 60% Opinion of Probable Construction Costs • 60% Design Supporting Documentation • Draft Geotechnical Report Subtask 4.4: 90% Design ASC System Vendor Coordination: The Consultant will work with the selected ASC system vendor to confirm the vehicle detection and communications requirements along the corridor and at each intersection to finalize the design. 90% Design Plans: The Consultant will prepare 90% design plans that advance the design from the previous design level. The Consultant will incorporate comments and feedback from previous submittals to the City. The 90% design plans is anticipated to include the following plan sheets: • Cover Sheet with Vicinity Map and Index (1 sheet) • Legend and Abbreviations (1 sheet) • ITS Plans (4 sheets) • ITS Details o Fiber Optic One -Line Schematic (1 sheet) o Fiber Optic Splicing Diagrams (2 sheets) o Communications Equipment Details (1 sheet) o Miscellaneous Details (2 sheets) • Traffic Control Plans (5 sheets) 90% Opinion of Probable Construction Costs: The Consultant will prepare and submit an Opinion of Probable Construction Costs based on the design. The Opinion of Probable Construction Costs will be presented in an Excel spreadsheet corresponding to the sequence of items as will be listed in the Project Manual's final bid schedule. 90% Project Manual: The Consultant will prepare the Project Manual based on the current edition of the City's standards and the current edition of the WSDOT Standard Specifications for Road, Bridge, and Municipal Construction. The Project Manual is anticipated to include: Bid Proposal Package Divisions 1 through 9 of the Special Provisions Appendices o Standard Plans and Details o FHWA 1273 o Prevailing Wage Rates o Final Geotechnical Report 90% Design Supporting Calculations: The Consultant will prepare and submit design supporting documentation based on the design (e.g., junction box capacity calculations, conduit fill calculations) Y L 0 3.1 a) a 0 U U) 0 a 0 L Packet Pg. 97 2.7.b 90% Quality Control: The Consultant will conduct quality control reviews by selected senior staff members with appropriate expertise and experience. The senior staff members will scrutinize and question the major elements of the design for adequacy of response to the major design challenges, conformance to accepted design practices, constructability, 90% Design Review: The Consultant will meet with the City to discuss and resolve the City's comments on the design submittal. Assumptions • The City will provide a template/boilerplate of its Bid Proposal Package. • The City will provide its General Special Provisions for Divisions 1 through 9. Consultant Deliverables • 90% Design Plans • 90% Opinion of Probable Construction Costs • 90% Design Supporting Documentation • 90% Project Manual Subtask 4.5: 95% Design The Consultant will progress the plans, opinion of probable construction costs, project manual, and supporting calculations to the 95% level. The Consultant will incorporate comments and feedback from the previous submittal to the City. Assumptions • The purpose of the 95% submittal is to confirm that the Consultant has addressed all of the City's prior comments. • No new design comments are anticipated within the 95% submittal. Consultant Deliverables • 95% Design Plans • 95% Opinion of Probable Construction Costs • 95% Design Supporting Documentation • 95% Project Manual Subtask 4.6: Final PS&E a The Consultant will prepare the final plans, project manual, and engineer's estimate (ad -ready) for the City to advertise and solicit bids for project construction. The Consultant will incorporate comments and o feedback from previous submittals to the City. � 0 Assumptions a • No comments are anticipated within the Final submittal 0 U) Consultant Deliverables 0a • Final Design Plans • Final Design CAD Files (if requested) L • Engineer's Estimate ~ • Final Design Supporting Documentation N • Final Project Manual Task 05--Utility Coordination The Consultant will coordinate with utility agencies regarding the presence and relocation (if needed) of existing facilities and provision of new facilities (if needed) within the project area. Coordination with the utilities is anticipated to include the following: • Provide the utility agencies with a copy of the base mapping for verification of utility locations. • Provide the utility agencies with a copy of the 30% design plans for review. • Provide the utility agencies with a copy of the 60% design plans for review. Packet Pg. 98 2.7.b • Provide the utility agencies with a copy of the 90% design plans for review. • Provide the utility agencies with a copy of the Final PS&E documents for information. • Attend up to two (2) Utility Coordination Meetings at the project site. • Coordinate with utility agencies during PS&E development. The Consultant will provide support up to the amount shown in the fee proposal. Additional hours will be considered additional work to be negotiated as a supplemental agreement. The design of undergrounding existing overhead or above ground utilities is not included in this scope of work. Task 06—Environmental Documentation The Consultant will prepare NEPA environmental checklists for the project through identification of potential project impacts and searches of publicly available agency mapping and resources. Other permitting, critical area delineation and field investigations necessary to support the identification of cultural resources or biological resources are not anticipated. In the event these serves are deemed necessary, the Consultant will notify the City and these services may be added to the scope of work by addendum. The project is expected to meet the requirements for a categorical exclusion. Task 07—Bid and Award Support The Consultant will provide interpretations and clarifications to contractors for plan and specification questions that arise during bidding. In addition, Consultant will prepare up to two (2) addenda. Assumptions • City will advertise project for bid. • City will facilitate bid opening. • City will send out Notice of Award using information provided by Consultant. • City will prepare addenda summarizing bidder questions and Consultant responses. • A pre -bid walk-through is not anticipated. Task 08—Construction Phase Services Subtask 8.1: Meetings The Consultant will attend pre -construction meetings with the City. One (1) preconstruction meeting is anticipated in the projected fee. The Consultant will also participate in weekly construction meetings and other coordination meetings as Y L needed with the City, the contractor, the ASC system vendor, and/or utility agencies as necessary to 0 4- accomplish the construction of traffic signal improvements. Up to twelve (12) meetings are anticipated in the projected fee. 0 W a Subtask 8.2: Shop Drawing and Cut Sheet Review U The Consultant will review contractor provided/prepared shop drawings and cut sheets for general 0 conformity with the plans and specifications. The contractor will be required to submit shop drawings and C cut sheets for conduit, wiring, junction boxes, electrical service cabinets, communications equipment, signal controller cabinet equipment, vehicle detection, and materials. Following review, the Consultant will stamp the shop drawing and/or cut sheet with the appropriate designation (no exceptions taken, rejected, etc.) N and provide the City with the appropriate number of copies for their review. Subtask 8.3: Response to Contractor Request for Information (RFI) The Consultant will respond to contractor RFIs during construction at the City's discretion. It is anticipated that RFIs will be routed through the on -site Project Engineer and provided to the Consultant in a written format. The Consultant will work with the City and the appropriate agencies to provide resolution to the RFIs. The projected fee anticipates responding to up to four (4) RFIs. Subtask 8.4: Change Orders Packet Pg. 99 2.7.b If necessary, the Consultant will prepare change orders reflecting changes to design drawings as result of contractor RFI's, changed field conditions, etc. It is anticipated that requests for change orders will be issued through the City Project Manager. The projected fee anticipates preparation of up to two (2) change orders. Subtask 8.5: Record Drawings The Consultant will prepare record drawings following the completion of construction. Record drawings are intended to show as -built conditions that vary from the permitted plans. As -built conditions will be recorded by the contractor on a copy of the permitted plans as red -lines and will be provided to the Consultant following construction for incorporation into the record drawings. The Consultant is entitled to rely upon the completeness and accuracy of as -built information furnished by the contractor. Consultant Deliverables • Responses to up to four (4) Contractor Request for Information • Preparation of up to two (2) change orders • Record Drawings Y L O 3.1 a) Q 0 V U) O Q L Packet Pg. 100 2.8 City Council Agenda Item Meeting Date: 06/14/2022 Presentation of Construction Contract for the Seaview Park Infiltration Facility Phase 2 Project Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History n/a Staff Recommendation Staff will provide the bid results, proposed construction budget and a possible recommendation to award at a future City Council meeting. Narrative This project will expand the capacity of an existing infiltration facility located at Seaview Park by adding an additional row of underground injection wells beneath a stormwater dispersion chamber and connecting it to the existing stormwater drainage system. Major project elements include excavation and backfill for storm pipe, catch basins, a stormwater pre-treatment structure, HMA pavement restoration, infiltration well construction, and connection to existing stormwater system. The project was advertised for construction bids on June 8th and the bid opening is scheduled for June 28th. The Engineer's Estimate for the construction project is $424,000. This may provide an opportunity to award the project in early July. The bid results, project budget and recommendation to award will be provided at that time. Construction is expected to begin in August and be complete by October. Project costs are being funded by a Department of Ecology Stormwater Grant ($495,600 construction phase) and the 422 Stormwater Utility Fund. Attachments: Attachment 1 - Seaview Phase 2 Project Map Packet Pg. 101 City of Edmonds Maabook 2.9 City Council Agenda Item Meeting Date: 06/14/2022 Presentation of Professional Service Agreement for Design Services for the Yost and Seaview Reservoir Repairs and Upgrades Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History n/a Staff Recommendation Forward item to the consent agenda for approval at the June 21st City Council meeting Narrative The City issued a Request for Qualifications (RFQ) in March 2022 to hire a consultant to provide design engineering services for the Yost and Seaview Reservoir Repairs and Upgrades. The City received statements of qualifications from two (2) engineering firms. The selection committee selected MurraySmith to provide design engineering services for the Yost and Seaview Reservoir Repairs and Upgrades. The proposed contract will take the design of the project to a 30% level. As part of this work, the design will address needed structural upgrades and pipe replacements in both reservoirs, water leaks in the Yost Reservoir and any other upgrades required by the department of health. In addition, as part of this process, a more in depth evaluation of the reservoirs will be completed. This will supplement the current understanding of the state of the two reservoirs so that any additional items can be factored into this level of design. The design engineering for this phase of the project is estimated to be completed by early 2023. When this phase of the design services is completed, a separate scope and fee will be drafted to finish the design. This scope and fee will be submitted to City Council for approval. Per the attached negotiated scope of services, the cost to complete the work is $253,941. This includes a management reserve of $30,000 that will only be authorized by the City for unforeseen conditions or design changes. All project costs will be funded by the 421 Water Utility Fund. Attachments: Attachment 1 - Professional Service Agreement and Exhibits Attachment 2 - Project Map Packet Pg. 103 2.9.a CITY OF EDMONDS 121 5T" AVENUE NORTH - EDMONDS, WA 98020 - 425-771-0220 - FAX 425-672-5750 Website: www.edmondswa.gov PUBLIC WORKS DEPARTMENT Engineering Division PROFESSIONAL SERVICES AGREEMENT MIKE NELSON MAYOR THIS AGREEMENT ("Agreement") is made and entered into between the City of Edmonds, hereinafter referred to as the "City," and MurraySmith, hereinafter referred to as the "Consultant." WHEREAS, the City desires to engage the professional services and assistance of a consulting firm to provide preliminary engineering services with respect to the Yost and Seaview Reservoirs Repairs and Upgrades project; and WHEREAS, the Consultant has the necessary skills and experience, and desires to provide such services to the City; NOW, THEREFORE, in consideration of the mutual benefits accruing, it is agreed by and between the parties hereto as follows: I . Scope of work. The scope of work shall include all services and material necessary to accomplish the above mentioned objectives in accordance with the Scope of Work that is marked as Exhibit A, attached hereto and incorporated herein by this reference. 2. Payments. The Consultant shall be paid by the City for completed work for services rendered under this Agreement as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment for work accomplished under the terms of this Agreement shall be on a time and expense basis as set forth in Exhibit A; provided, in no event shall the payment for work performed pursuant to this Agreement exceed the sum of TWO HUNDRED FIFTY THREE THOUSAND NINE HUNDRED AND FORTY ONE DOLLARS ($253,941.00). B. All vouchers shall be submitted by the Consultant to the City for payment pursuant to the terms of this Agreement. The City shall pay the appropriate amount for each voucher to the Consultant. The Consultant may submit vouchers to the City monthly during the progress of the work for payment of completed phases of the project. Billings shall be reviewed in conjunction with the City's warrant process. No billing shall be considered for payment that has not been submitted to the City three days prior to the scheduled cut-off date. Such late vouchers will be checked by the City and payment will be made in the next regular payment cycle. a Cn a. 4- 0 c 0 c as N L a Packet Pg. 104 2.9.a C. The costs records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City for a period of three (3) years after final payment. Copies shall be made available upon request. 3. Ownership and use of documents. All research, tests, surveys, preliminary data, reports, and any and all other work product prepared or gathered by the Consultant in preparation for the services rendered by the Consultant under this Agreement shall be and are the property of the Consultant, provided, however, that: A. All final reports, presentations, documentation and testimony prepared by the Consultant shall become the property of the City upon their presentation to and acceptance by the City and shall at that date become the property of the City. B. The City shall have the right, upon reasonable request, to inspect, review and copy any work product during normal office hours. Documents prepared under this Agreement and in the possession of the Consultant may be subject to public records request and release under Chapter 42.56 RCW. C. In the event that the Consultant shall default on this Agreement, or in the event that this Agreement shall be terminated prior to its completion as herein provided, the work product of the Consultant, along with a summary of work done to date of default or termination, shall become the property of the City and tender of the work product and summary shall be a prerequisite to final payment under this Agreement. The summary of work done shall be prepared at no additional cost. 4. Time of performance. The Consultant shall perform the work authorized by this Agreement promptly in accordance with the receipt of the required governmental approvals. 5. Indemnification / Hold harmless agreement. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses, demands, or suits at law or equity arising from the acts, errors or omissions of the Consultant in the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Consultant's negligence. The Consultant shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers. The Consultant specifically assumes potential liability for actions brought by the Consultant's own employees against the City and, solely for the purpose of this indemnification and defense, the Consultant specifically waives any immunity under the state industrial insurance law, Title 51 RCW. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. Packet Pg. 105 2.9.a 6. General and professional liability insurance. The Consultant shall obtain and keep in force during the term of this Agreement, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the State. B. Commercial general liability and property damage insurance in an aggregate amount not less than two million dollars ($2,000,000) for bodily injury, including death and property damage. The per occurrence amount shall be written with limits no less than one million dollars ($1,000,000). C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000) combined single limit. D. Professional liability insurance in the amount of one million dollars ($1,000,000). Excepting the Worker's Compensation Insurance and Professional Liability Insurance secured by o` the Consultant, the City will be named on all policies as an additional insured. The Consultant a shall furnish the City with verification of insurance and endorsements required by the Agreement. a The City reserves the right to require complete, certified copies of all required insurance policies — at any time. c All insurance shall be obtained from an insurance company authorized to do business in the State 2 of Washington. The Consultant shall submit a verification of insurance as outlined above within y fourteen days of the execution of this Agreement to the City. L a. No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the City. The Consultant's professional liability to the City shall be limited to the amount payable under this Agreement or one million dollars ($1,000,000), whichever is the greater, unless modified elsewhere in this Agreement. In no case shall the Consultant's professional liability to third parties be limited in any way. 7. Discrimination prohibited. The Consultant shall not discriminate against any employee or applicant for employment because of race, color, religion, national origin, age, sex, sexual orientation, marital status, veteran status, liability for service in the armed forces of the United States, disability, or the presence of any sensory, mental or physical handicap, or any other protected class status, unless based upon a bona fide occupational qualification. 8. Consultant is an independent contractor. The parties intend that an independent contractor relationship will be created by this Agreement. No agent, employee or representative of the Consultant shall be deemed to be an agent, employee or representative of the City for any purpose. The Consultant shall be solely responsible for all acts of its agents, employees, representatives and subcontractors during the performance of this Agreement. 9. City approval of work and relationships. Notwithstanding the Consultant's status as an independent contractor, results of the work performed pursuant to this Agreement must meet the approval of the City. During pendency of this Agreement, the Consultant shall not perform work for any party with respect to any property located within the City of Edmonds or for any project subject to the administrative or quasijudicial review of the City without written notification to the City and the City's prior written consent. Packet Pg. 106 2.9.a 10. Termination. This being an Agreement for professional services, either party may terminate this Agreement for any reason upon giving the other party written notice of such termination no fewer than ten (10) days in advance of the effective date of said termination. 11. Integration. The Agreement between the parties shall consist of this document, its Appendices 1 & 2, and the Scope of Work and fee schedule attached hereto as Exhibits A and B. These writings constitute the entire Agreement of the parties and shall not be amended except by a writing executed by both parties. In the event of any conflict between this written Agreement and any provision of Exhibit A or B, this Agreement shall control. 12. Changes/Additional Work. The City may engage the Consultant to perform services in addition to those listed in this Agreement, and the Consultant will be entitled to additional compensation for authorized additional services or materials. The City shall not be liable for additional compensation until and unless any and all additional work and compensation is approved in advance in writing and signed by both parties to this Agreement. If conditions are encountered which are not anticipated in the Scope of Work, the City understands that a revision to the Scope of Work and fees may be required. Provided, however, that nothing in this paragraph shall be interpreted to obligate the Consultant to render services, or the City to pay for services rendered, in excess of the Scope of Work in Exhibit A unless or until an amendment to this Agreement is approved in writing by both parties. 13. Standard of Care. The Consultant represents that the Consultant has the necessary knowledge, skill and experience to perform services required by this Agreement. The Consultant and any persons employed by the Consultant shall use their best efforts to perform the work in a professional manner consistent with sound practices, in accordance with the schedules herein and in accordance with the usual and customary professional care required for services of the type described in the Scope of Work. 14. Non -waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 15. Non -assignable. The services to be provided by the Consultant shall not be assigned or subcontracted without the express written consent of the City. 16. Covenant against contingent fees. The Consultant warrants that he/she/they has/have not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that he/she/they has/have not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award of making of this Agreement. For breach or violation of this warranty, the City shall have the right to annul this Agreement without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 17. Compliance with laws. The Consultant in the performance of this Agreement shall comply with all applicable Federal, State or local laws and ordinances, including regulations for licensing, certification and operation of facilities, programs and accreditation, and licensing of individuals, and any other standards or criteria as described in the Agreement to assure quality of services. Because this Agreement is subject to federal nondiscrimination laws, the Consultant a Cn a. Packet Pg. 107 2.9.a agrees that the provisions of Appendices 1 & 2, attached hereto and incorporated herein by this reference, apply to this Agreement. The Consultant specifically agrees to pay any applicable business and occupation (B & O) taxes which may be due on account of this Agreement. 18. Notices. Notices to the City of Edmonds shall be sent to the following address: City of Edmonds 121 Fifth Avenue North Edmonds, WA 98020 Notices to the Consultant shall be sent to the following address: Murraysmith 2707 Colby Avenue, Suite I I10 Everett, WA 98201 Receipt of any notice shall be deemed effective three (3) days after deposit of written notice in the U.S. mails, with proper postage and properly addressed. DATED THIS day of CITY OF EDMONDS Mike Nelson, Mayor ATTEST/AUTHENTICATED: Scott Passey, City Clerk] APPROVED AS TO FORM: Office of the City Attorney STATE OF WASHINGTON ) 2022. MURRAYSMITH [Name, Title] Packet Pg. 108 2.9.a )ss COUNTY OF ) On this day of 2022, before me, the undersigned, a Notary Public in and for the State of Washington, duly commissioned and sworn, personally appeared , to me known to be the person who executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said person, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument. WITNESS my hand and official seal hereto affixed the day and year first above written. NOTARY PUBLIC My commission expires: Packet Pg. 109 2.9.a APPENDIX 1 CONTRACT (Appendix A of USDOT 1050.2A Standard Title VI Assurances) During the performance of this Agreement, the Consultant/Contractor, for itself, its assignees, and successors in interest (hereinafter collectively referred to as the "Consultant/Contractor") agrees as follows: 1. Compliance with Regulations: The Consultant/Contractor shall comply with the acts and regulations relative to nondiscrimination in federally -assisted programs of the United States Department of Transportation (USDOT), Title 49, Code of Federal Regulations, Part 21 (49 CFR 21), as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement. 2. Nondiscrimination: The Consultant/Contractor, with regard to the work performed by it during the Agreement, shall not discriminate on the grounds of race, color, national origin, sex, age, disability, income -level, or LEP in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Consultant/Contractor shall not participate directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment o practices when the Agreement covers any activity, project, or program set forth in Appendix B of 49 0 CFR 21. Q 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all Cn a solicitations, either by competitive bidding, or negotiation made by the Consultant/ Contractor for c work to be performed under a subcontract, including procurement of materials, or leases of equipment, each potential subcontractor or supplier shall be notified by the Consultant/Contractor of the Consultant's/Contractor's obligations under this Agreement and the Regulations relative to y nondiscrimination on the grounds of race, color, national origin, sex, age, disability, income -level, or L LEP. a 4. Information and Reports: The Consultant/Contractor shall provide all information and reports required by the Regulations and directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City or the appropriate state or federal agency to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a Consultant/Contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Consultant/Contractor shall so certify to the City, or state or federal agency, as appropriate, and shall set forth what efforts it has made to obtain the information. Sanctions for Noncompliance: In the event of the Consultant's/Contractor's noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such contract sanctions as it or the appropriate state or federal agency may determine to be appropriate, including, but not limited to: • Withholding of payments to the Consultant/Contractor under the Agreement until the Consultant/Contractor complies; and/or • Cancellation, termination, or suspension of the Agreement, in whole or in part. 6. Incorporation of Provisions: The Consultant/Contractor shall include the provisions of the above paragraphs one (1) through five (5) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Consultant/Contractor shall take such action with respect to any subcontractor or procurement as the City or appropriate state or federal agency may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, that if the Consultant/Contractor becomes involved in, or is threatened with, litigation by a subcontractor or supplier as a result of such direction, the Consultant/ Contractor may request that the City enter into such litigation to protect the interests of the City; or may request that the appropriate state agency enter into such litigation to protect the interests of the State of Washington. In addition, the Consultant/Contractor may request the appropriate federal agency enter into such litigation to protect the interests of the United States. Packet Pg. 110 2.9.a APPENDIX 2 CONTRACT (Appendix E of USDOT 1050.2A Standard Title VI Assurances) During the performance of this Agreement, the Consultant/Contractor, for itself, its assignees, and successors in interest (hereinafter collectively referred to as the "Consultant/Contractor") agrees to comply with the following non-discrimination statutes and authorities, including but not limited to: Pertinent Non -Discrimination Authorities: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits 2 discrimination on the basis of race, color, national origin); and 49 CFR Part 21. m • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because a� of Federal or Federal -aid programs and proejcts); m • Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); • Section 504 of Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits Q discrimination on the basis of disability); and 49 CFR Part 27; a • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits c discrimination on the basis of age); r_ 0 • Airport and Airway Improvement Act of 1982, (49 U.S.C. § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); c • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and a` Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); z • Titles II and III of the Americans with Disabilties Act, which prohibit discrimination on the basis of w disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; r m • The Federal Aviation Administration's Non -Discrimination statute (49 U.S.C. § 47123) (prohibits E discrimination on the basis of race, color, national origin, and sex); i • Executive Order 12898 , Federal Actions to Address Environmental Justice in Minority Populations Q and Low -Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Person with Limited English Profcency, ) and resulting agency guidance, national origin discrimination includes discrimination because of 0 limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable N steps to ensure the LEP person have meaningful access to your programs (70 Fed. Reg. at 74087 to ,T 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating a because of sex in education programs or activities (20 U.S.C. 1681 et seq). y Packet Pg. 111 2.9.a EXHIBIT A SCOPE OF SERVICES YOST AND SEAVIEW RESERVOIRS REPAIRS AND UPGRADES PHASE 1— PRELIMINARY DESIGN CITY OF EDMONDS Background and Approach Murraysmith, Inc. (Murraysmith) has developed the following scope of services and accompanying fee estimate to provide preliminary engineering services for the City of Edmonds (City) Yost and Seaview Reservoirs Repairs and Upgrades project. General information for the reservoirs is summarized below. 1973 1.5 Burled Reinforced concrete Tennis courts Seaview 1975 1.5 Buried Reinforced concrete None The scope and the fee have been developed based on discussions with City staff and our understanding of the project from the previously completed tasks from the Yost and Seaview Reservoir Assessment Project. The reservoir assessment project includes a completed evaluation of the Yost Reservoir, which is summarized in a technical memorandum dated September 02, 2021. The Seaview Reservoir evaluation is currently underway with onsite observation conducted on May 5, 2022. Scope of Services The Scope of Services is divided into the following work tasks: ■ Task 1— Project Management ■ Task 2 — Communications and Meetings ■ Task 3 — Subconsultant Coordination and Review ■ Task 4 — Improvements Evaluation ■ Task 5 — Preliminary Design ■ Task 6 — DOH Project Report ■ Task 7 — Subconsultant Services ■ Task 8 — Unanticipated Task Reserve (As Needed) City of Edmonds MURRAYSMITH Yost & Seaview Reservoir Repairs & Ungmdp- June 2022 Packet Pg. 112 2.9.a Upon completion of the work in this scope of services, the improvements for each reservoir will be clearly defined, conceptually detailed at the 30% preliminary design level, and cost estimates will be provided for the City's use in budgeting the proposed improvements. Task 1 - Project Management This task includes project management tasks associated with the project. 1.1 Monthly Progress Reports and Invoices Prepare and submit electronic monthly invoice for review and approval by the City. Each invoice shall include the following information: ■ Billing period (start and end date) included in the invoice ■ Description of work accomplished in each work -breakdown structure (WBS)/contract task for the billing period ■ Name, billing rate, and hours for each resource that worked on each task ■ Percent spent vs. percent completed (by task if appropriate to the project) ■ Potential out -of -scope work items. 1.2 Project Team Management Murraysmith's Project Manager will manage project staff and subconsultants to ensure all services are in conformance with the scope of services, fee estimate, and schedule. 1.3 Quality Assurance/Quality Control (QA/QC) Perform in-house quality assurance reviews of all deliverables Task Deliverables ■ Up to six (6) months of progress reports and invoices Assumptions ■ The total length of this phase of the projects is estimated to be up to six (6) months ■ Kickoff meeting will be held digitally and attended by up to two (2) Murraysmith staff. It is expected to be up to two hours. City of Edmonds MURRAYSMITH Yost & Seaview Reservoir Repairs & Upgrades June 2022 \\ad.nnsa-ep.conn\Portland\PDX_BD\Clients\Edmonds, WA\Yost and Seaview Reservoir Repairs and Upgrades 4-22\Scope-Fee\Exh A - Yost & Seaview Reservoirs Prel Design Scope 6 Packet Pg. 113 2.9.a Task 2 — Communications and Meetings This task includes participation in meetings and workshops with City staff. General communications with the City (e.g. email, telephone) are ancillary to other tasks and are not included in this task. 2.1 Kick-off Meeting Prepare for and conduct project kick-off meeting with City staff and key team members to discuss project approach, project schedule and discuss key elements of the project. Prepare meeting agenda and record meeting summary to document items discussed and transmit to City. 2.2 Project Status Coordination Coordinate with City PM as necessary to discuss project progress, review project schedule and budget, and discuss key elements of the project. 2.3 Workshop Prepare for and attend one (1) workshop with City staff to discuss findings of the Seaview Reservoir condition assessment work, collaborate on recommended improvements for each reservoir, and identify specific improvements to proceed with preliminary design. Task Deliverables ■ Agendas (draft and final) ■ Summary of meetings and workshops (draft and final) Assumptions ■ One kick-off meeting with City staff will be attended by up to three (3) Murraysmith staff in addition to subconsultant members of project team. ■ Project status coordination will occur to the extent of the hours shown in the fee estimate ■ One workshop with City staff will be attended by up to three (3) Murraysmith staff in addition to subconsultant members of project team. ■ Murraysmith PM will coordinate with City PM to schedule and facilitate the workshop discussion. ■ Workshop will be held at Edmonds City Hall. Provided by the City ■ Meeting coordination, setup, and hosting City of Edmonds MURRAYSMITH Yost & Seaview Reservoir Repairs & Upgrades June 2022 \\ad.nnsa-ep.conn\Portland\PDX_BD\Clients\Edmonds, WA\Yost and Seaview Reservoir Repairs and Upgrades 4-22\Scope-Fee\Exh A - Yost & Seaview Reservoirs Prel Design Scope 6 Packet Pg. 114 2.9.a ■ Review meeting agendas, meeting minutes, and provide comments to Murraysmith ■ Attend all meetings with Murraysmith Task 3 - Subconsultant Coordination and Review 3.1 Survey Coordination and Review Coordinate survey tasks with subconsultant surveyor, DHA, and review draft and final survey deliverables. 3.2 Geotechnical Coordination and Review Coordinate geotechnical tasks with subconsultant geotechnical engineer, HWA, and review draft and final geotechnical deliverables. 3.3 Structural Coordination and Review Coordinate structural tasks with structural engineer, Peterson, and review draft and final structural deliverables. Task Deliverables ■ Geotechnical and structural reports will be included in the appendix of the DOH Project Report, which will be submitted electronically to the City. Task 4 — Improvements Evaluation Improvements identified in the prior condition assessment phase will evaluated and alternative identified to provide the City with options for resolving existing deficiencies. These alternatives will be discussed with the City in the workshop under a separate task. 4.1 Alternatives Evaluation Evaluated alternative improvements identified in the prior condition assessment phase of the project, based on established criteria. 4.2 Cost Evaluation Update the Yost Reservoir improvements cost estimates that were developed in 2021 and develop cost estimates for alternative improvements identified in the prior subtask. Task Deliverables ■ None. The work from this task will be documented in the DOH Project Report. City of Edmonds MURRAYSMITH Yost & Seaview Reservoir Repairs & Upgrades June 2022 \\ad.nnsa-ep.conn\Portland\PDX_BD\Clients\Edmonds, WA\Yost and Seaview Reservoir Repairs and Upgrades 4-22\Scope-Fee\Exh A - Yost & Seaview Reservoirs Prel Design Scope 6 Packet Pg. 115 2.9.a Assumptions ■ Up to two (2) improvement alternatives will be developed for each reservoir, as applicable Provided by the City ■ Input on evaluation criteria and proposed improvements Task 5 — Preliminary Design This task will incorporate work completed from the prior tasks and the workshop with City staff as the basis for the development of preliminary plans to the 30% completion level. 5.1 Design Criteria / Basis of Design Develop design criteria for the proposed improvements based on the workshop with City staff, City standards, regulatory agency requirements, and completed services by subconsultants. 5.2 Stormwater Review Review the project work and site conditions for compliance with the City's Surface Water Engineering Standards and identify stormwater tasks to be completed during final design. The work will consider surface water drainage, reservoir drainage and overflow conveyance. 5.3 30% Preliminary Plans Prepare preliminary plans at the 30% completion level for each reservoir using the information developed in prior tasks. Preliminary plans will be developed at a 1"=20' scale for site improvements. 5.4 30% Cost Estimate Prepare 30% opinion of probable construction cost (OPCC) estimate for the proposed improvements of each reservoir. 5.5 Technical Specifications Outline Prepare an outline in table of contents format of the anticipated specifications for the project. Task Deliverables ■ 30% preliminary plans at half size (11x17) in PDF format ■ 30% OPCC estimate in PDF format ■ The Design Criteria and Stormwater Review subtask work will be documented in the DOH Project Report. City of Edmonds MURRAYSMITH Yost & Seaview Reservoir Repairs & Upgrades June 2022 \\ad.nnsa-ep.conn\Portland\PDX_BD\Clients\Edmonds, WA\Yost and Seaview Reservoir Repairs and Upgrades 4-22\Scope-Fee\Exh A - Yost & Seaview Reservoirs Prel Design Scope 6 Packet Pg. 116 2.9.a Assumptions ■ City review period will be up to 3 weeks for the 30% preliminary plans and OPCC Provided by the City ■ Comments from review of the 30% preliminary plans and OPCC Task 6 — DOH Project Report 6.1 Draft Project Report Prepare a draft report and submit to City for review and comment. The report will document the project background, proposed improvements, design criteria, evaluation, and cost estimate. Include in the appendix the 30% preliminary plans, prior phase condition assessment technical memorandums, and the technical memorandums from the services performed by subconsultants. The report will be prepared to fulfill the Department of Health (DOH) Project Report requirements for facility projects. 6.2 Final Project Report Modify report and plans based on City review comments and submit copies of final report and plans to City. 6.3 DOH Report Submittal and Coordination Submit the Project Report and required DOH form to DOH for review in accordance with the project report requirements for proposed facility projects. Coordinate with DOH staff as required and provide written responses to comments received from DOH's review of the report. Task Deliverables ■ Draft and final project report to the City ■ Final project report to DOH Assumptions ■ City review period will be up to 2 weeks for the project report Provided by the City ■ Comments from review of the project report City of Edmonds MURRAYSMITH Yost & Seaview Reservoir Repairs & Upgrades June 2022 \\ad.msa-ep.com\Portland\PDX_BD\Clients\Edmonds, WA\Yost and Seaview Reservoir Repairs and Upgrades 4-22\Scope-Fee\Exh A - Yost & Seaview Reservoirs Prel Design Scope 6 Packet Pg. 117 2.9.a Task 7 — Subconsultant Services 7.1 Surveying and Mapping (DHA) Murraysmith's subconsultant Doug Hartman and Associates (DHA) will provide the utility locating, field surveying, and base mapping services for the project. Murraysmith will coordinate the extent of the survey and review and provide comment on the base mapping to the surveyor. A more detailed description of services is provided in DHA's attached scope and fee estimate. 7.2 Geotechnical Engineering (HWA) Murraysmith subconsultant HWA Geosciences (HWA) will provide geotechnical engineering services consisting of subsurface explorations and analyses to develop recommendations for the reservoirs and site improvements. A more detailed description is provided in HWA's attached scope and fee estimate. 7.3 Structural Engineering (Peterson) Murraysmith subconsultant, Peterson Structural Engineers (Peterson), will provide structural engineering services for preliminary design of the two reservoirs. This includes updating the structural evaluations with the new geotechnical information (seismic and soil parameters) from HWA. A more detailed description of services is provided in Peterson's attached scope and fee estimate. Task 8 — Unanticipated Task Reserve (As -Needed) A reserve budget amount has been included in the fee estimate for work under this task, which may include additional unanticipated work not specifically identified in the scope of work tasks defined above. Such work items will be undertaken only after written authorization from the City. Preliminary Estimated Schedule Murraysmith will begin work upon receipt of Notice to Proceed from the City and complete all work in approximately six months. City of Edmonds MURRAYSMITH Yost & Seaview Reservoir Repairs & Upgrades June 2022 \\ad.nnsa-ep.conn\Portland\PDX_BD\Clients\Edmonds, WA\Yost and Seaview Reservoir Repairs and Upgrades 4-22\Scope-Fee\Exh A - Yost & Seaview Reservoirs Prel Design Scope 6 Packet Pg. 118 EXHIBIT B SEAVIEW AND YOST RESERVOIRS -PRELIMINARY DESIGN CITY OF EDMONDS FEE ESTIMATE 2.9.a LABOR CLASSIFICATION (HOURS) 4 Principal Engineer VI Principal Engineer V Professional Engineer VI I Engineering Designer III Cost Estirmatorill — PrinclipaIll Technician IV — Administr III Subdonsultants Itiplier X Markup Total with Markup — CADD Units $18/hr N ONE --------- --------- --------- --------- Taskl.2- Project Team Management Task 2.3 - Workshop aammaaaam®®®�®®® - - —IIIIIIIIIIIIIIII_--IIIIIIIIIIIIIIIIIIIIIIII■IIIIIIIIIIIIIIIIIIIIIII■IIIIIIIIIIIIIIIIIIIIII■----IIIIIIIIIIIIIIIIIIIIII■IIIIIIIIIIIIIIIIII------ evaluation aaam�®��m����®®®®� TaskSSubtotal -,DOH Pro ct Report _PT,,61 FinReport . . .. . .:Coordination Task 6 Subtotal Task 7 Subtotal Unanticipated Task Reserve (As Needed) Task 8 Subtotal oaooaaaoa®®®®�®® L. 0 4— Q U) 0 r_ 0 R a� a� L IL W x w c �a Y a� E as as L a� a a� a� Cn �a 0 4- 0 a r W a r E a City of Edmonds S. E°Rez°zz """FFay=mith Packet Pg. 119 xM1 R Yost -& 9eaview Reservoirs Desi gn ign Fee 69-32xlsx City of Edmonds Maabook 2.10 City Council Agenda Item Meeting Date: 06/14/2022 Select Homes 7918 203rd St SW 10-foot Right -of -Way Dedication Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History n/a Staff Recommendation Forward item to the consent agenda for approval at the June 21st City Council meeting. Narrative The City is currently reviewing a proposed 2-lot subdivision at 7918 203rd St SW. In accordance with Edmonds Community Development Code (ECDC) 20.75.085 (Subdivision - Review Criteria), the city council may require dedication of land in the proposed subdivision for public use. In accordance with ECDC 18.50.020 (Official Street Map - Dedication presumption and requirement), applicants for a subdivision shall be presumed to create development impacts upon the street and transportation system of the city and such presumed impacts shall be mitigated by the dedication of such right-of-way to the city and to public use. The City's Official Street Map indicates a 10-foot right-of-way dedication is required along the 203rd St SW property frontage of the subject development. As a condition of development, the 10-foot right-of-way shall be deeded to the City. Attachments: Attachment 1 - Vicinity Map Attachment 2 - Partial Site Plan Packet Pg. 121 2.10.a . City Of Edmonds 7918 203rd St SW SP Vicinity Map ■1 bill lip IL I %E 1 �7f)w��q a &.. , L l ki \1 y P r� 1 .. k a A' +oar 7 11 I Rpm L x , + IL M IL ban ` All S , _ L ■E ill r Ill 0 505.19 1,010.4 Feet 752.3 This ma is a user generated static output from an Internet mapping site and is fc 9,OZ8 P � B P PP B reference only. Data layers that appear on this map may or may not be accurat, WGS_1984_Web _Mercator _Auxiliary -Sphere current, or otherwise reliabl, © City of Edmonds THIS MAP IS NOT TO BE USED FOR DESIGN OR CONSTRUCTIOI �n S R lound, w � ire.,:ce � a1 Legend O O Sections Boundary `~ O Sections r Edmonds Boundary ArcSDE.GIS.PROPERTY_BUILDIP y ArcSDE.GIS.STREET_CENTERLIN — <all other values> M 0 N _ Interstate pp Principal Arterial Minor Arterial; Collector Local Street; On Ramp E O State Highways = r — <all other values> V d -- a d Q. 2 County Boundary w Parks ArcSDE.GIS.PROPERTY_WASHII ArcSDE.GIS.PROPERTY_CITIES ArcSDE.GIS.PROPERTY_CITIES City of Edmonds City of Lynnwood V City of Mountlake Terrace r Q U Unincorporated King Co; Unincor City of Woodway tv Citv of Arlinaton: Citv of Bothell: C E V R Notes a l Packet Pg. 122 1 2.10.b ATTACHMENT 2: PARTIAL SITE PLAN . rs+oa 22'-12' 50 O 6. DDx VANED GRATE PVC 7EE R1M 424.10 6' IE 421.80 (OU7 S) j 'NO PARKING - FIRE LANE' SIGNS ® 100' D_C. MAX' (SEE DETAIL ON SHT DT-02) INFIL 7RA 17ON TRENCH 7� WDE z •120'•LONG X 4 DEEP WITH 6' PERF PVC PIPES (SEE DETAIL THIS SHEET) 25' DRAINAGE & jaAfr U71UTY EASEMENT (TYP) '15' PRIVATE _ACCESS £A5£ME&N r CB _-- 203RD ST SW s5 ri r1iS0'T-w SO =- L------------------- J L_-�-- 11 10' ROW DE01CA nON SACO 2 6' CLEANOUT — — — RIM 424.41 6- IE 421.4.5 (IN-hl) 6' C 421.45 (OUT-S) asmwma 1 'ASPHALT PRIVATE ROAD ( _ FF DETAIL IWS SHEET) i . . . . . . . . . . r� 7-7�1 r, 10' PRIVATE SEi1ER . EASEMENT Packet Pg. 123 2.11 City Council Agenda Item Meeting Date: 06/14/2022 Presentation to Update Edmonds City Code Chapter 3.36 to Include Impact Fee Waivers for Early Learning Facilities Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History Impact Fees are regulated by Edmonds City Code (ECC) Chapter 3.36. This Chapter requires impact fees to be paid by any applicant seeking development approval from the city for any development activity as provided therein, including the expansion of existing structures or uses or change of existing uses that creates additional demand for public facilities. ECC 3.36.040 provides a partial exemption related to impact fees for low-income housing units. On July 25, 2021 RCW 82.02.060 was amended to not only address exemptions for low-income housing, but also for early learning facilities. RCW 43.31.565 defines an early learning facility as a facility providing regularly scheduled care for a group of children one month of age through twelve years of age for periods of less than twenty-four hours. Staff Recommendation Forward item for discussion at a future City Council meeting. Narrative Impact fees contribute to public transportation and parks improvements needed to serve new growth and development. The collection of fees is critical to the planning, engineering, surveying, site improvements, etc. throughout the Edmonds community. City staff finds importance in balancing these needs while encouraging growth, including meeting the needs of young families, within the community. While Cities are not required to update their codes consistent with the RCW amendments, the option is available and staff recommends amending ECC 3.36 to provide for a partial exemption. In review of the transportation impact fees associated with child care facilities that were either permitted in Edmonds in the last 5-years or have been the subject of a future development proposal, it was found that the transportation fees ranged from approximately $4000 - $96,000. While the lower end of the spectrum may be found acceptable to most child care facilities, the upper end tends to prevent child care facilities from opening in Edmonds. Parks impact fees were not triggered with these developments. Packet Pg. 124 2.11 The amendments to RCW 82.02.060 provide options to jurisdictions when implementing an exemption. These options have been reviewed by City staff and legal team and the following amendments are proposed: 1. Grant partial exemption of not more than eighty percent of the assessed impact fee, resulting in a requirement for the child care facility to pay twenty percent; and 2. If the exemption is taken, require that at least 25 percent of the children and families using the early learning facility qualify for state subsidized child care, including early childhood education and assistance under chapter 43.216 RCW; and 3. If the property is converted to a use other than for an early learning facility, the property owner must pay the applicable impact fees in effect at the time of conversion; and 4. Require a covenant to be recorded with Snohomish County. Packet Pg. 125 2.12 City Council Agenda Item Meeting Date: 06/14/2022 Public Works CIP-CFP Review Staff Lead: Rob English Department: Public Works & Utilities Preparer: Rob English Background/History This item was discussed at the April 12, Parks and Public Works Committee meeting and the Committee placed it on the June Committee meeting for further discussion. Staff Recommendation Narrative The Parks and Public Works Committee requested to review the CIP-CFP projects programmed in 2022 and 2023 at the March meeting. Attachment 1 is a list and map for transportation projects. Attachment 2 is a list and map for utility projects. Progress on several capital improvement projects, annual programs and studies have been delayed or postponed until 2023 due to staff vacancies and available capacity in the project management section. Refer to attachment 3. One of the four capital project managers in the Engineering Division has been managing the Civic Field Park Improvements project since 2021 and recent staff vacancies with the Stormwater Engineer, Engineering Administrative Assistant and Permanent Public Works & Utilities Director have also impacted progress on projects. The Administrative Assistant recruitment was recently completed and the position has been filled. Attachments: Attachment 1 - 2022-23 Transportation Projects Attachment 2 - 2022-23 Utility Projects 2022 Capital Project Status Packet Pg. 126 2.12.a °V ED410 Public Works & Utilities Department TRANSPORTATION PROJECTS Ins. 1 s�o 2022/2023 Projects • Street/Intersection Project o Non -Motorized Transportation Project Street/Intersection Project Non -Motorized Transportation Project PWT-28 • J PWT-03 * Site specific projects only. Citywide/annual citywide projects not shown. Packet Pg. 127 2.12.a TRANSPORTATION 3 a+ Q Packet Pg. 128 Transportation Projects 2.12.a # CFP PROJECT DP 2022 2023 2024 2025 2026 2027 TOTAL TOTAL TOTAL # (2022-2027) (2028-42) Project Cost Preservation / Maintenance Proiects PWT-01 lAnnual Street Preservation Program 76 $1,500,000 $1,500,000 $1,500,000 $1,386,000 $1,650,000 $1,650,000 $9,186,000 $0 $9,186,00C PWT-02 84th Ave. W Overlay from 220th St. SW to 212th St. SW 84 $5,780 $0 $0 $0 $0 $0 $5,780 $0 $5,78C PWT-03 76th Ave. W Overlay from 196th St. SW to Olympic View Dr. 78 $1,663,723 $0 $0 $0 $0 $0 $1,663,723 $0 $1,663,722 PWT-04 Main St. Overlay from 6th Ave. to 9th Ave. $0 $157,000 $780,000 $0 $0 $0 $937,000 $0 $937,00C PWT-05 Puget Dr. @ OVD Signal Upgrades $0 $0 $0 $80,000 $450,000 $0 $530,000 $0 $530,OOC PWT-06 Signal Upgrades - 100th Ave @ 238th St. SW $0 $0 $0 $150,000 $700,000 $0 $850,000 $0 $850,OOC PWT-07 Main St. 3rd Signal Upgrades $0 $0 $0 $0 $100,000 $350,000 $450,000 $0 $450,OOC Safetv / Canacity Analvsis PWT-08 X 228th St. SW from Hwy 99 to 95th PI. W Corridor $0 $0 $0 $1,000,000 $1,700,000 $12,000,000 $14,700,000 $0 $14,700,00( PWT-09 X Hwy 99 Revitalization & Gateway Project - Stage 2 80 $7,660,000 $0 $0 $0 $0 $0 $7,660,000 $0 $7,660,OOC PWT-10 X Hwy 99 Revitalization & Gateway Project - Stage 3 81 $640,000 $3,200,000 $1,930,000 $16,000,000 $10,752,000 $0 $32,522,000 $0 $32,522,OOC PWT-11 X Hwy 99 Revitalization & Gateway Project - Stage 4 82 $400,000 $2,000,000 $3,000,000 $3,167,000 $16,000,000 $16,434,000 $41,001,000 $0 $41,001,OOC PWT-12 X Hwy 99 Revitalization & Gateway Project - Stage 5 $0 $0 $0 $0 $2,080,000 $4,964,000 $7,044,000 $37,971,000 $45,015,00( PWT-13 X Hwy 99 Revitalization & Gateway Project - Stage 6 1 $0 $0 $0 $0 $0 $0 $0 $20,217,000 $20,217,OOC PWT-14 X Hwy 99 Revitalization & Gateway Project - Stage 7 $0 $0 $0 $0 $0 $0 $0 $38,142,000 $38,142,00C PWT-15 X Hwy 99 Revitalization & Gateway Project - Stage 8 $0 $0 $0 $0 $0 $0 $0 $35,242,000 $35,242,OOC PWT-16 X Hwy 99 Revitalization & Gateway Project - Stage 9 $0 $0 $0 $0 $0 $0 $0 $20,072,000 $20,072,00C PWT-17 X SR 524 196th St. SW / 88th Ave. W - Intersection Improvements $0 $0 $0 $238,000 $216,000 $720,000 $1,174,000 $0 $1,174,00C PWT-18 X Main St. @ 9th Ave. Intersection Improvements $0 $0 $0 $176,000 $1,000,000 $0 $1,176,000 $0 $1,176,OOC PWT-19 X 76th Ave. W @ 220th St. SW - Intersection Improvements 83 $276,902 $387,4391 $725,000 $6,881,000 $0 $0 $8,270,3411 $0 $8,270,341 PWT-20 SR-104 Adaptive System 86 $150,000 $260,000 $0 $1,955,000 $0 $0 $2,365,000 $0 $2,365,OOC PWT-21 X SR-104 @tooth Ave W. Intersection & Access M mt m rovements $0 $0 $0 $160,000 $931,000 $0 $1,091,000 $0 $1,091,OOC PWT-22 X SR-104 95th PI. W Intersection Improvements $0 $0 $0 $80,000 $450,000 $0 $530,000 $0 $530,OOC PWT-23 X SR-104 238th St. SW Intersection Improvements $0 $0 $0 $213,000 $1,219,000 $0 $1,432,000 $0 $1,432,000 PWT-24 X Olympic View Dr. @ 76th Ave. W Intersection Improvements $0 $0 $0 $0 $0 $0 $0 $1,266,000 $1,266,OOC PWT-25 X 84th Ave. W (212th St. SW to 238th St. SW) $0 $0 $0 $0 $0 $0 $0 $16,622,000 $16,622,OOC PWT-26 X SR-104 @ 76th Ave. W Intersection Improvements $0 $0 $0 $481,000 $2,750,000 $0 $3,231,000 $0 $3,231,OOC PWT-27 X Olympic View Dr. @ 174th St. SW Intersection Improvements $0 $0 $0 $0 $0 $0 $0 $671,000 $671,00C PWT-28 175th St Sope Repair $0 $1,000,000 $0 $0 $0 $0 $1,000,000 $0 $11000100C PWT-57 1 12022 Guardrail Program 1 95 1 $20,180 $0 sol $0 $0 $0 $20,180 $0 $20,18C PWT-58 1 12022 Traffic Signal Upgrades 1 88 1 $30,280 $0 sol sol sol $0 $30,280 $0 $30,28C Non -motorized transportation Proiects 3 T- PWT-29 X 232nd St. SW Walkway from 100th Ave. to SR-104 $0 $0 $0 $0 $206,000 $1,183,000 $1,389,000 $0 $1,389,00C C PWT-30 X 236th St. SW Walkway from Madrona Elementary to 97th Ave. W $0 $0 $0 $0 $227,000 $1,267,000 $1,494,000 $0 $1,494,OOC d PWT-31 X 236th St. SW Walkwayfrom Hwy. 99 to 76th Ave. W $0 $0 $0 $0 $0 $0 $0 $1,831,000 $1,831,00C t PWT-32 X 84th Ave. W Walkway from 238th St. SW to 234th St. SW $0 $0 $0 $0 $150,000 $640,000 $790,000 $0 $790,OOC R PWT-33 PWT-34 X X 80th Ave. W Walkway from 212th St. SW to 206th St. SW 80th Ave. W Walkway from 188th St. SW to Olympic View Dr. $0 $0 $0 $0 $0 $0 $209,000 $597,000 $209,000 $2,339,000 $2,476,000 $0 $2,894,000 $2,936,000 $0 $0 $2,894,00C Q $2,936,OOC .. PWT-35 I X 1218th St. SW Walkway from 76th Ave. W to 84th Ave. W 1 $0 $0 $0 $0 $240,000 $1,350,000 $1,590,000 $0 $1,590,00C PWT-36 X Walnut St. Walkway from 6th Ave. S to 7th Ave S $0 $0 $0 $265,000 $0 $0 $265,000 $0 $265,00C E PWT-37 PWT-38 X 216th St. SW Walkway from Hwy. 99 to 72nd Ave W Citywide Pedestrian Enhancements Project 85 $0 $10,000 $0 $0 $0 $0 $200,000 $0 $0 $0 $0 $0 $200,000 $10,000 $0 $0 $200,00C V $10,OOC r PWT-39 X Citywide Bicycle Improvements Project 79 $1,562,390 $0 $0 $0 $0 $0 $1,562,3901 $0 $1,562,39C Q PWT-40 X Maplewood Dr. Walkway from Main St. to 200th St. SW $0 $0 $0 $201,000 $201,000 $2,300,000 $2,702,000 $0 $2,702,00C PWT-41 X 95th PI. W Walkway from 224th St. SW to 220th St. SW $0 $0 $0 $120,000 $668,000 $0 $788,000 $0 $788,00C PWT-42 X Railroad St. Walkway from Dayton St. to Main St. / SR-104 $0 $0 $0 $170,000 $754,000 $0 $924,000 $0 $924,00( PWT-43 X SR-104 @ 76th Ave. W Non -Motorized Trans Improvements $0 $0 $0 $0 $0 $0 $0 $1,294,000 $1,294,000 PWT-44 X Downtown Lighting Improvements $0 $0 $0 $300,000 $1,200,000 $0 $1,500'000 PWT-45 X SR-104 Walkway: HAWK to Pine/Pine from SR-104 to 9th $0 $0 $0 $327,000 $327,000 $2,636,000 $3,290,000 Packet Pg. 129 Transportation Projects 2.12.a # CFP PROJECT DP # 2022 2023 2024 2025 2026 2027 TOTAL (2022-2027) TOTAL (2028.42) TOTAL Project Cost PWT-46 X 191st St. SW Walkway from 80th Ave. W to 76th Ave. W $0 $0 $0 $0 $0 $0 $0 $678,000 $678,OOC PWT-47 X 104th Ave. W / Robinhood Lane Walkway from 238th St. SW to 106th $0 $0 $0 $0 $0 $0 $0 $1,060,000 $1,060,OOC PWT-48 X 80th Ave. W Walkway from 218th St. SW to 220th St. SW $0 $0 $0 $0 $0 $0 $0 $324,000 $324,OOC PWT-49 I X 184th Ave. W Walkway from 188th St. SW to 186th St. SW $0 $0 $0 $0 $0 $0 $0 $328,000 _ $328,OOC 3 PWT-50 X 238th St. SW Walkway from Hwy. 99 to 76th Ave. W $0 $0 $0 $0 $0 $0 $0 $1,285,000 $1,285,OOC 2 PWT-55 X Elm Way Walkway from 8th Ave. S to 9th Ave. S 93 $901,780 $0 $0 $0 $0 $0 $901,780 $0 $901,78C tv PWT-56 X 2022 Pedestrian Safety Program 87 $20,185 $0 $0 $0 $0 $0 $20,185 $01 $20,18E IX LL Ferry Projects V PWT-51 I X I Ferry Storage Improvements from Pine St. to Dayton St. $0 $0 $0 $357,000 $0 $0 $357,000 $01 $357,OOC d Traffic Calming N PWT-52 ITraffic Calming Program 11 94 1 $33,1301 $18,0001 $18,0001 $18,0001 $18,0001 $18,00011 $123,130 $0 $123,13C O Traffic Planning Projects ?j PWT-53 I I Citywide ADA Transition Plan 1 $0 $100,000 $0 $0 $0 $0 $100,000 $0 $100,00C V PWT-54 I ITransportation Plan Update 1 77 1 $185,000 $0 $0 $0 $0 $0 $185,000 $0 $185,OOC B 7 Total Projects $15,059,350 $8,622,439 $7,953,000 $34,731,000 $46,537,000 $47,988,000 $160,890,789 $177,003,000 $337,893,7K d to Funding Source 2022 2023 2024 2025 2026 2027 TOTAL (2022-2027) TOTAL (2028.42) TOTAL (2022-2027) Street Fund 112 - Gas Tax & Multi -modal revenue $185,000 $131,000 $156,000 $150,000 $150,000 $150,000 $922,000 $0 $922,000 REET Fund 125 $835,199 $0 $0 $0 $0 $0 $835,199 $0 $835,199 REET Fund 126 $1,382,400 $1,596,0001 $1,518,000 $1,518,000 $1,518,000 $1,518,000 $9,050,4001 $0 $9,050,40C Transportation Impact Fees $60,000 $75,6091 $343,750 $145,000 $500,000 $0 $1,124,359 $0 $1,124,3M General Fund $500,000 $0 $0 $0 $0 $0 $500,000 $0 $500,OOC Stormwater Utility Fund 422 $371,272 $25,0001 $5,000 $0 $0 $0 $401,272 $0 $401,272 Federal Grants $936,428 $1,811,830 $1,343,250 $0 $0 $0 $4,091,508 $0 $4,091,50E State Grants $8,700,000 $3,700,000 $2,607,0001 $0 $0 $0 $15,007,000 $0 $15,007,OOC Other $2,073,211 $0 $0 $0 $0 $0 $2,073,211 $0 $2,073,211 Unsecured Funding $0 $1,268,000 $1,975,0001 $32,918,0001 $44,369,0001 $46,320,0001 $1261850,000 $177,003,0001 $303,853,OOC Total Revenue $15,059,350 $8,622,439 $7,953,000 $34,731,000 $46,537,000 $47,988,000 $160,890,789 $177,003,000 N N O $337,893,7K N C N E M v R r r Q C N E t v to Q Q Packet Pg. 130 Project Description Annual pavement preservation program to maintain City streets. Project Benefit Maintains the City's pavement infrastructure and reduces the need for larger capital investment to rebuild City steets. Estimated Project Cost $1,500,000/ year Design Right of Way Construction Expense Total Street Fund 112 - Gas Tax & Multi -modal REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $225,000 $150,000 $150,000 $150,000 $200,000 $200,000 $1,275,000 $1,350,000 $1,350,000 $1,236,000 $1,450,000 $1,450,000 $1,500,000 $1,500,000 $1,500,000 $1,386,000 $1,650,000 $1,650,000 $150,000 $150,000 $150,000 $500,000 $500,000 $1,500,000 $1,500,000 $1,236,000 $1,500,000 $1,500,000 $500,000 $1,500,000 $1,500,000 $1,500,000 $1,386,000 $1,650,000 $1,650,000 7 Packet Pg. 131 212TH ST SW r 2161A :L 514 a �; $ �} � u_ maw 2101m!k 3; _ L O 220TH.ST :� t2 Project Description a y Pavement overlay of 84th Ave. W from 220th St. SW to 212th St. SW, with curb ramps upgrades, RRFB's at the rr existing crosswalk in front of the Chase Lake Elementary School, and bike lane addition from 215th St. SW to 0 L 212th St. SW on both sides of the street. This project is funded through a secured Federal grant and local funds. a c The project will be completed in fall 2021 and the funding in 2022 is necessary to close-out the project and ° complete the grant documents. Project Benefit Improve pavement condition and active transportation safety along the corridor. Estimated Project Cost $1,130,000 Design Right of Way Construction $5,780 Expense Total $5,780 Street Fund 112 - Gas Tax & Multi -modal REET Fund 125 REET Fund 126 $780 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants $5,000 State Grants Unsecured Funding Funding Source Total $5,780 Packet Pg. 132 Q;- w Q �F151i5 Sh 5i4 155th S1 SW _ '$klm l #. n w Q ry Q. W lain PI Sw � 1$d dh p1 9 Penny Lfi 189uF N i d d 14QU� :7�1 ' F4+�de S1 54h' d St SW ii_a T 5w Malt. wp' a W 391nd P! 5W Pnr4 41f LL U ?JFd PY .sw N > I93r #51 sw J4Iado Sw a s yl1 � u V ;4JI to Project Description a to rr Pavement overlay of 76th Ave. W from 196th St. SW to Olympic View Dr. with pedestrian curb ramps upgrades, RRFB's at the proposed crosswalk at 75th PI. W, and possible addition of a bike lane for the northbound 0 L movement. This is a joint project funded by the Cities of Edmonds and Lynnwood, since the west half of the street a c is in the City of Edmonds and the east half is in the City of Lynnwood. Project Benefit Improve pavement condition, install new Rapid Rectangular Flashing Beacons (RRFB's) for pedestrian safety and upgrade pedestrian curb ramps to meet ADA standards. In addition to the existing southbound bike lane, the project may add a new northbound bike lane as outlined in the City's Transportation Comprehensive Plan. Estimated Project Cost 1,955,000 Design Right of Way Construction $1,663,723 Expense Total $1,663,723 Street Fund 112 - Gas Tax & Multi -modal REET Fund 125 REET Fund 126 $274,195 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants $639,788 State Grants Other $749,740 Unsecured Funding Funding Source Total $1,663,723 Packet Pg. 133 G Edmonds Police and Orvic Pinyfleid Municipal Court Veteran's. Z Plaza LU y Bell sr > CA st TZ T� I_ o' 2 IN 3 Srio•Isle Frances Artdvrron Par ,s ■ Library Anderson enter { Par a C@nter 0 +� 0 IL Field w t> Uavton S V Christian, Science Church Project Description s a Pavement overlay along Main St. from 6th Ave. to 9th Ave. with pedestrian curb ramps upgrades and Rectangular Rapid Flashing Beacons (RRFB's) at the existing pedestrian crosswalk at 8th Ave. The project will be funded with a federal grant (funds available in 2023) and City funds for a local match. Project Benefit Improve pavement conditions on this segment of Main St., pedestrian safety with the addition of RRFB's, and pedestrian accessibility with the ADA curb ramp. Estimated Project Cost $937,000 Design $157,000 Right of Way Construction $780,000 Expense Total $157,000 $780,000 Street Fund 112 - Gas Tax & Multi -modal re $31,000 $156,000 REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants $126,000 $624,000 State Grants Unsecured Funding Funding Source Total $157,000 $780,000 Packet Pg. 134 10 6OWZ)0 f J rL 03 04 Ln 17j, 244TH S ! S 212THS1_,T_ n � � to a > 3 Pik } ? Jto 4 0 W Ifs >236TH-ST SW 244TIA ET SLV Project Description Installation of raised landscaped median along Highway 99 corridor from 244th St. SW to 212th St. SW, addition of"Gateway" signage on both ends of the corridor, and a new pedestrian HAWK signal just north of 234th St. SW The project is funded from state funds provided by the Connecting Washington Transportation program. Project Benefit The conversion of the center two-way left turn lane to a landscaped raised median will improve corridor safety along this Highway of Regional Significance (HRS), with an Average Daily Traffic (ADT) of — 35,000 vehicles per day. The new HAWK signal will provide a signalized pedestrian crossing between the existing traffic signals at 238th St and 228th St. Estimated Project Cost 9,033,000 Design Right of Way Construction $7,660,000 Expense Total $7,660,000 Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants $7,660,000 Unsecured Funding Funding Source Total $7,660,000 15 Packet Pg. 135 244TH 0 SW z `_.. +4'- d LL V r. qua F�� Sa a N L � o UkK.E,BJ4Ll,lhIGER WAY �` W+ LAKE Ek, URV.EF I ri :R sw" Project Description a y rr The Stage 3 Highway 99 project limits are from 244th St SW to 238th St. SW. The project will construct wider sidewalks with a planter strip, new street lighting, improved stormwater facilities, targeted utility replacements, 0. potential undergrounding of overhead utilities, landscaping and other softscape treatments. The Design and right a c of way phases are funded through secured Connecting Washington funds. ° Project Benefit °Q Improve aesthetics, safety, and user experience along this segment of the Hwy 99 corridor. L Estimated Project Cost N N N $32,522,000 N Design Right of Way Construction Expense Total Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $640,000 $2,000,000 $712,000 $1,200,000 $1,218,000 $16,000,000 $10,752,000 $640,000 $3,200,000 $1,930,000 $16,000,000 $10,752,000 $640,000 $3,200,000 $1,875,000 $55,000 $16,000,000 $10,752,000 $640,000 $3,200,000 $1,930,000 $16,000,000 $10,752,000 16 Packet Pg. 136 .4 F i; T se w 222hd Si 5W a Jq ro togf ■ isP, y r Project Description fit P1a sw imt- u,nc eu _w J ' U.JI— z 0 40 The Stage 4 Highway 99 project limits are from 220th St SW to 224th St. SW. The project will construct wider sidewalks with a planter strip, new street lighting, improved stormwater facilities, targeted utility replacements, potential undergrounding of overhead utilities, landscaping and other softscape treatments. The intersection of Highway 99 and 220th St. will be widened to add capacity and improve the level of service. The Design and right of way phases are funded through secured Connecting Washington funds, a federal grant and local transportation impact fees. Project Benefit Improve aesthetics, safety, and user experience. In addition, future economic development would be improved Estimated Project Cost $41,001,000 Design $400,000 $1,500,000 $1,500,000 $688,000 Q Right of Way $500,000 $1,500,000 $2,479,000 Construction $16,000,000 $16,434,000 E Expense Total $400,000 $2,000,000 $3,000,000 $3,167,000 $16,000,000 $16,434,000 m Street Fund 112 - Gas Tax & Multi -modal re Q REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants $1,232,000 $348,000 State Grants $400,000 $500,000 $732,000 Unsecured Funding $268,000 $1,920,000 $3,167,000 $16,000,000 $16,434,000 Funding Source Total $400,000 $2,000,000 $3,000,000 $3,167,000 $16,000,000 $16,434,000 Packet Pg. 137 17 cis go r r~ 2 0TH ST SW is if Mill IWO 219th St S;W I 21919 Lu 7514 F 21stPIS INCO STARBUCKS a LL U � a v 2 Project Description a y rr Reconfigure eastbound lanes to a left turn lane and through / right turn lane. Add eastbound and westbound dedicated left turn lanes with a protected -permitted phase. Provide right turn overlap for westbound movement 0 L during southbound left turn phase. (Additional improvements include wider sidewalk, bike lanes, and various a c utility improvements (invluding potential conversion overhead utility lines to underground). ROADWAY PROJECT ° PRIORITY #1 in 2015 Transportation Plan). Project Benefit Reduce the intersection delay and improve the LOS. The projected LOS in 2035 would be improved from LOS F to LOS D. Improve active transportation conditions for pedestrians and bicycle riders. Estimated Project Cost $8,270,341 Design Right of Way Construction Expense Total Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Water Utility Fund 421 Federal Grants State Grants Unsecured Funding Funding Source Total $276,902 $287,439 $50,000 $100,000 $675,000 $6,881,000 $276,902 $387,439 $725,000 $6,881,000 $60,000 $75,609 $343,750 $21,062 $25,000 $5,000 $15,840 $15,000 $5,000 $180,000 $271,830 $371,250 $6,881,000 $276,902 $387,439 $725,000 $6,881,000 Packet Pg. 138 25 AIYMr 147 '.' m4h' ga :l1bu,. ut A¢ss Dr Q* fi . - - 71 s1: 9t er ►ram k �.' .• } _•',,arm„ •Jilihr l �7r1 vi L.I Project Description Installation of an Adaptive System along SR-104 from 236th St. SW to 226th St. SW (total of five traffic signals along this stretch / spaced — % mile from each other). No signal communication currently exists between any of the existing traffic signals. Project Benefit Improve traffic flows along this regional corridor with a current Average Daily Traffic (ADT) of — 25,000 vehicles per day. Estimated Project Cost $2,365,000 Design $150,000 $260,000 Right of Way Construction $1,955,000 Expense Total $150,000 $260,000 $1,955,000 Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 $45,000 REET Fund 126 $78,000 $264,000 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants $105,000 $182,000 State Grants Unsecured Funding $1,691,000 Funding Source Total $150,000 $260,000 $1,955,000 Packet Pg. 139 26 Project Descriptio The project will stabilize the roadway subgrade and embankment and rebuild the damaged pavement on 175th St. SW. Project Benefit Repair roadway and stabilize slope embankment. Estimated Project Cost $1,000,000 Design Right of Way Construction $1,000,000 Expense Total $1,000,000 Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding $1,000,000 Funding Source Total $1,000,000 Packet Pg. 140 34 Project Description Complete pedestrian crossing enhancements with the installation of RRFB's at (7) intersections (Walnut St. @ 8th Ave. S, SR-524 @ Brookmere, 106th Ave. W @ 229th PI. SW, Main St. @ Olympic Ave., 76th Ave W @ 206th St. SW, Dayton @ 2nd Ave. S, and Dayton St. @ Private Drive ), a new traffic signal at SR-104 @ 232nd St. SW, and a HAWK signal at SR-524 @ 84th Ave. W. Design, right of way and construction phases are funded through a federal grant, TIB state grant and local funds. Project Benefit Improve pedestrian safety by increasing driver yielding compliance for pedestrians waiting to cross at a marked crosswalk and safer crossing along SR-104 and SR-524 with higher speeds and longer crossing distances through signal and HAWK signal. Estimated Project Cost $2,145,000 Design Right of Way Construction $10,000 Expense Total $10,000 Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 $820 REET Fund 126 $2,230 Transportation Impact Fees General Fund Stormwater Utility Fund 422 $310 Federal Grants $6,640 Other Unsecured Funding Funding Source Total $10,000 Packet Pg. 141 Project Description Installation of bike lanes or sharrows along various street segments as identified on the Proposed Bike Facilities map of 2015 Transportation Plan. Bike lanes or sharrows will be added along 100th St. SW / 9th Ave. from 244th St. SW to Walnut St, Bowdoin Way from 9th Ave. to 84th Av., 228th St. SW from 80th Ave. to 78th Ave., and 80th Ave. from 228th St. SW to 220th St. SW. Project Benefit This project will create new bike connections to various destination points throughout the City (such as schools, parks, Downtown, Sound Transit Station...). Sound Transit awarded the grant to fund improvements that will provide more convenient access so that more people can use Sound Transit services. Estimated Project Cost 2,100,000 a Design Q Right of Way Construction $1,562,390 d E Expense Total $1,562,390 Other $1,323,471 m $0 $0 $0 $0 $0 $ Q Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 $238,919 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $1,562,390 $0 $0 $1 $0 Packet Pg. 142 no Project Description Af Install traffic calming devices (such as Radar Feedback signs, speed cushions, or other elements). Project Benefit Reduce vehicle speeds on City streets that qualify under the City's Traffic Calming Policy. Estimated Project Cost $33,130 for 2022 Design Right of Way Construction Expense Total Street Fund 112 - Gas Tax & Multi -modal REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $33,130 $18,000 $18,000 $18,000 $18,000 $18,000 $33,130 $18,000 $18,000 $18,000 $18,000 $18,000 $33,130 $18,000 $18,000 $18,000 $18,000 $18,000 $33,130 $18,000 $18,000 $18,000 $18,000 $18,000 Packet Pg. 143 "fir�J I Project Description The Plan identifies all existing ADA deficiencies within the City Right of Way (such as non -compliant ADA curb ramps, tripping hazards within sidewalk, non -compliant ADA driveways, and signalized intersection without Audible Pedestrian Signals (APS). Project Benefit Inventories and prioritizes ADA issues in the City right of way. Estimated Project Cost $100,000 Design $100,000 Right of Way Construction Expense Total $100,000 Street Fund 112 - Gas Tax & Multi -modal re $100,000 REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $100,000 Packet Pg. 144 59 Project Description Update the City's long range transportation plan. Project Benefit Estimated Project Cost $185,000 Design $185,000 Right of Way Construction Expense Total $185,000 Street Fund 112 - Gas Tax & Multi -modal re $185,000 REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $185,000 Packet Pg. 145 Q 2 0TH ST SW IF 1viaul v00a.111imwll The walkway project is ranked #6 on the short walkway list from the 2015 Transportation Plan. The project will install approximately 700 feet of new sidewalk, six pedestrian curb ramps and modify the existing stormwater system on Elm Way between 8th Ave. S and 9th Ave. S. Project Benefit The project will improve pedestrian safety and provide a missing link of sidewalk on Elm Way between 8th Ave and 9th Ave. Estimated Project Cost $998,000 Design Right of Way Construction $901,780 Expense Total $901,780 Street Fund 112 - Gas Tax & Multi -modal REET Fund 125 REET Fund 126 $551,880 Transportation Impact Fees General Fund Stormwater Utility Fund 422 $349,900 Federal Grants State Grants Unsecured Funding Funding Source Total $901,780 a Packet Pg. 146 61 Project Description Jw Addition of Rectangular Rapid Flashing Beacons (RRFB) and/or flashing LED lights around regulatory signs at selected locations throughout the City. Project Benefit Improve safety at pedestrian crossings. Estimated Project Cos $20,000/year Design Right of Way Construction $20,185 Expense Total $20,185 Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 REET Fund 126 $20,185 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $20,185 3 a� 62 Packet Pg. 147 Project Description J Install guardrails along selected stretches throughout the City with steep drop-off and other safety issues. Project Benefit Improve safety of City transportation system. Estimated Project Cost 520,000/year Design Right of Way Construction $20,180 Expense Total $20,180 Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 $20,180 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $20,180 63 Packet Pg. 148 r Project Description I Upgrade traffic signal equipment at selected signalized intersections with new equipment within signal cabinet, new vehicular detection, new vehicle heads, and/or new pedestrian heads. Project Benefit Improve reliability of traffic signal operation. Estimated Projec Cost $30,000/year Design Right of Way Construction $30,280 Expense Total $30,280 Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 $30,280 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $30,280 3 a� a� a e_ U aL v y Y L 2O 7 <.i 3 a Packet Pg. 149 °V ED4 Public Works & Utilities Department UTILITY PROJECTS 2022/2023 P` Inc. 189� Projects o Sewer o Stormwater PW�W-09 P o Water _ Sewer Q oil OP PWS-11 o 3 MMrMMO W-up * Site specific projects only. Citywide/annual citywide projects not shown. Packet Pg. 150 2.12.b WATER 3 A! as a U a U L O a as 0 L a D Cl) N N N O N N C N E t u r r Q C t V r+ Q Packet Pg. 151 65 2.12.b Water Proiects # CFP PROJECT OP # 2022 2023 2024 2025 2026 2027 TOTAL (2022-2027) TOTAL (2028-42) TOTAL Project Cost PWW-01 Phase 12 Annual Replacement Program 2022 50 $2,159,412 $0 $0 $0 $0 $0 $2,159,412 $2,159,412 PWW-02 Phase 13 Annual Replacement Program 2023 46 $486,661 $3,389,788 $0 $0 $0 $0 $3,876,449 $3,876,449 PWW-03 Phase 14 Annual Replacement Program 2024 $0 $506,128 $3,525,379 $0 $0 $0 $4,031,507 $4,031,507 PWW-04 I I Phase 15 Annual Replacement Program 2025 $0 $0 $526,373 $3,666,379 $0 $0 $4,192,7521 $4,192,752 PWW-05 Phase 16 Annual Replacement Program 2026 $0 $0 $0 $547,428 $3,813,034 $0 $4,360,462 $4,360,462 PWW-06 Phase 17 Annual Replacement Program 2027 $0 $0 $0 $0 $569,325 $3,965,555 $4,534,880 $4,534,880 PWW-07 Phase 18 Annual Replacement Program 2028 $0 $0 $0 $0 $0 $592,098 $592,098 $592,098 PWW-08 2022 Waterline Overlays 49 $175,000 $0 $0 $0 $0 $0 $175,000 $175,000 PWW-09 Yost & Seaview Reservoir Assessment 47 $505,000 $0 $0 $0 $0 $0 $505,000 $505,000 Total Projects $3,326,073 $3,895,916 $4,051,752 $4,213,807 $4,382,359 $4,557,653 $24,427,560 $0 $24,427,560 Funding Source 2022 2023 2024 2025 2026 Y027 TOTAL TOTAL TOTAL (2022-2027) (2028-42) Water Fund - 421 $3,326,073 $3,895,916 $4,051,752 $4,213,807 $4,382,359 $4,557,653 $24,427,560 $24,427,560 Total Revenue $3,326,073 $3,895,916 $4,051,752 $4,213,807 $4,382,359 $4,557,653 $24,427,560 $0 $24,427,560 3 Packet Pg. 152 1 Project Description Per the approved 2017 Water Comprehensive Plan, the projects will replace/maintain pipe and related appurtenances at various locations throughout the City due to old age, being undersized, need to increase flow or pressure, or more prone to breakage due to its material properties. Project Benefit Maintain a high level of drinking water quality, improve overall system reliability, decrease probability of breakages and leakage, improve fire flows, and decrease overall day to day maintenance costs. Estimated Project Cost $2.9 to $4.5 million/year Design $486,661 $506,128 $526,373 $547,428 $569,325 $592,098 Right of Way Construction $2,159,412 $3,389,788 $3,525,379 $3,666,379 $3,813,034 $3,965,555 Expense Total $2,646,073 $3,895,916 $4,051,752 $4,213,807 $4,382,359 $4,557,653 Water Fund 421 $2,646,073 $3,895,916 $4,051,752 $4,213,807 $4,382,359 $4,557,653 Funding Source Total $2,646,073 $3,895,916 $4,051,752 $4,213,807 $4,382,359 $4,557,653 Packet Pg. 153 67 Project Description Road pavement overlays to cover areas of roadways that were excavated and patched in previous years as part of the Waterline Replacement Projects. Project Benefit Improve overall pavement condition in locations that were excavated and patched due to Waterline Replacement Projects. Estimated Project Cost $175,000 Design $30,000 Right of Way Construction $145,000 Expense Total $175,000 Water Fund 421 $175,000 Funding Source Total $175,000 Packet Pg. 154 185th P[ SW S _ •. 1 Am Co 18151h PI SW Ravi@W Water Tank ALI OW Project Description Per the approved 2017 Water Comprehensive Plan, the project will replace/maintain pipe and related appurtenances at various locations throughout the City due to old age, being undersized, need to increase flow or pressure, or more prone to breakage due to its material properties. This work is being done to provide an in detail evaluation of the condition of our two underground potable water storage reservoirs. Findings will be used to determine costs and next steps for any future needed maintenance or repairs. Project Benefit Maintain a high level of drinking water quality, improve overall system reliability, decrease probability of breakages and leakage, improve fire flows, and decrease overall day to day maintenance costs. Estimated Project Cost TBD Design Right of Way Construction $505,000 Expense Total $505,000 Water Fund 421 $505,000 Funding Source Total $505,000 2 W I— W 00 3 a u_ U a_ U Packet Pg. 155 ,it IK- �x 4 y h � I v 2.12.b Stormwater Projects DP TOTAL TOTAL # CFP PROJECT 2022 2023 2024 2025 2026 2027 # (2022-2027) (2028-42) Edmonds Marsh Estuary Restoration Related Projects PWD-01 I X Edmonds Marsh Water Quality Improvements 551 $190,000 $1,230,840 $0 $0 $0 $0 $1,420,840 $0 Perrinville Creek Basin Proiects PWD-03 Perrinville Creek Flow Management Projects 60 $121,542 $100,000 $100,000 $100,000 $100,000 $100,000 $621,542 $0 PWD-04 X Lower Perrinville Creek Restoration (Phase 1) 53 $550,000 $150,000 $2,800,000 $0 $0 $0 $3,500,000 $0 PWD-05 X Seaview Park Infiltration Facility Phase 2 59 $555,000 $0 $0 $0 $0 $0 $555,000 $0 Storm Drainage Improvement Proiects PWD-06 Lake Ballinger Regional Facility Design Phase 54 $300,000 $250,000 $0 $0 $0 $0 $550,000 $0 PWD-07 X Ballinger Regional Facility Construction Phase $0 $0 $6,000,000 $0 $0 $0 $6,000,000 $0 PWD-08 Green Street & Rain Gardens 61 $400,000 $600,000 $0 $0 $0 $0 $1,000,000 $0 Annually Funded Proiects PWD-09 2022 SD Overlays 57 $60,000 $0 $0 $0 $0 $0 $60,000 $0 PWD-10 Phase 3 Annual Storm Replacement Project (2022) 58 $1,450,000 $0 $0 $0 $0 $0 $1,450,000 $0 PWD-11 Phase 4 Annual Storm Replacement Project (2023) 52 $312,000 $1,622,400 $0 $0 $0 $0 $1,934,400 $0 PWD-12 Phase 5 Annual Storm Replacement Project (2024) $0 $324,480 $1,687,296 $0 $0 $0 $2,011,776 $0 PWD-13 Phase 6 Annual Storm Replacement Project (2025) $0 $0 $337,460 $1,754,786 $0 $0 $2,092,246 $0 PWD-14 Phase 7 Annual Storm Replacement Project (2026) $0 $0 $0 $350,958 $1,824,977 $0 $2,175,935 $0 PWD-15 Phase 8 Annual Storm Replacement Project (2027) $0 $0 $0 $0 $364,996 $1,897,976 $2,262,972 $0 PWD-16 Phase 9 Annual Storm Replacement Project (2028) $0 $0 $0 $0 $0 $379,596 $379,596 $0 Compliance Related Projects PWD-17 I IStorm and Surface Water Comprehensive Plan 56 1 $300,000 $0 $0 1$0 1$0 1$0 $300,000 $0 Total Projects $4,238,542 $4,277,720 $10,924,756 $2,205,744 $2,289,973 $2,377,572 $26,314,307 $0 Funding Source 2022 2023 2024 2025 2026 2027 TOTAL (2022-2027) TOTAL (2028-42) Stormwater Utility Fund 422 $ 2,457,292 $ 2,363,880 $ 3,774,756 $ 41205,744 $ 4,289,973 $ 2,377,572 $ 19,469,217 $ - Federal Grants $ - $ - $ - $ - $ - $ - $ - $ - State Grants $ 6717250 $ 723,840 $ - $ - $ - $ - $ 1,395,090 $ - Unsecured Grants $ 15110,000 $ 1,790,000 $ 7,750,000 $ 6,000,000 $ 6,000,000 $ - $ 22,650,000 $ - Total Revenue $ - 1 $ - $ - $ - 1 $ - $ - $ - $ - $ 41238,542 1 $ 4,877,720 $ 11,524,756 $ 10,205,744 1 $ 10,289,973 $ 2,377,572 $ 43,514,307 $ - Packet Pg. 157 71 Edmonds Marsh RJniup Qf, O Edmonds Marsh Project Descriptio Feasibility documents for the Willow Creek Daylighting project identified some areas of concern for water quality of stormwater entering the Marsh. Additionally, new research has identified a chemical in tire production causing pre -spawn mortality in salmon, further cementing the linkage between vehicle traffic and poor water quality for fish habitat. By improving the water quality inputs of stormwater, the future marsh can provide better habitat for the return of salmon to the marsh. This project was previously included in the 2021 budget as only a "Phase 1" project specific to the west side of SR-104. However, with additional funding identified, staff propose to expand this effort to provide water quality mitigation for all discharges directly into the marsh form SR-104 and Harbor Square. Project Benefit Improve water quality of stormwater discharging into the Edmonds Marsh from the west portions of SR-104 located near the marsh. The improvements will provide better habitat for the return of salmon to the marsh. Estimated Project Cost $1,500,000 Design $190,000 $10,000 Right of Way Construction $1,220,840 Expense Total $190,000 $1,230,840 Stormwater Utility Fund 422 $104,500 Federal Grants State Grants $30,000 $536,340 Unsecured Grants $160,000 $590,000 Funding Source Total $190,000 $1,230,840 Packet Pg. 158 72 Project Descriptio Reducing scouring flows in order to reduce sediments load in Perrinville Creek was identified in a previous basin report completed in 2015 as a critical element of restoring this creek which has been significantly impacted by urban development. The projects funded by this program are incremental steps toward recovering this stream run as adequate fish habitat. These effort have become even more critical given recent challenges around the Perrinville Creek outfall area. This program is a fund for implementing projects within the Perrinville Creek basin to reduce scour flows in the creek. It allows staff flexibility to respond to ad -hoc opportunities such as rain garden cluster projects, or ensure matching funds are available for chasing grant applications for flow reductions projects. Project Benefit The project will reduce peak flows in Perrinville creek, improve fish passage and decrease creek bed scour during peak flow events. Estimated Project Cost $100,000/year Design $10,000 $10,000 $10,000 $10,000 $10,000 $10,000 Right of Way Construction $111,542 $90,000 $90,000 $90,000 $90,000 $90,000 Expense Total $121,542 $100,000 $100,000 $100,000 $100,000 $100,000 Stormwater Utility Fund 422 $121,542 $100,000 $100,000 $100,000 $100,000 $100,000 Federal Grants State Grants Unsecured Grants Funding Source Total $121,542 $100,000 $100,000 $100,000 $100,000 $100,000 Packet Pg. 159 73 Project Description The City has struggled to manage the undersized outfall system at Perrinville Creek; the current combination of creek alignment, sedimentation, and undersized culverts creates several issues which make the creek unsustainable as a natural system. The concern must be addressed from the bottom of the creek up in order to sequence the relief of the numerous concerns correctly. A future phase would replace the culvert under Talbot Road as well. The improvements are needed to relieve current flooding, ease City maintenance needs, and provide better and more sustainable fish habitat. This project will build on any interim improvements which staff are able to complete in 2021. The project would include a new culvert under BNSF right-of-way which is fully compliant with current flood management and fish passage regulations. The project will include many stakeholders and likely include a minimum 2-year design and development phase before being ready for construction. Project Benefit The project will reduce City maintenance needs in the future and improve fish passage. Estimated Project Cost $5,500,000 Design Right of Way Construction Expense Total Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Grants Funding Source Total $550,000 $100,000 $50,000 $2,800,000 $550,000 $150,000 $2,800,000 $550,000 $150,000 $2,800,000 $550,000 $150,000 $2,800,000 74 Packet Pg. 160 s S&a- --�v Park cn 7851h S# SVv r 3: JO lu Ik rM INA 1 g6th S7t 5W ir ..I . Ti cc Project Descriptio 20 Reducing scouring flows in order to reduce sediments load in Perrinville Creek was identified in a previous basin report completed in 2015 as a critical element of restoring this creek which has been significantly impacted by urban development. The project is an incremental step toward recovering this stream run as an adequate fish habitat. The grant for this project has already been secured. This project proposes construction of an infiltration system in Seaview Park, almost identical to the successful Phase 1 project which was completed in 2019, in order to infiltrate more runoff in the Perrinville Creek basin. Project Benefit Decrease peak storm flows in the Perrinville Creek basin to help normalize flows within Perrinville Creek and decrease potential of scour within the Creek. Estimated Project Cost $742,000 Design $60,000 Right of Way Construction $495,000 Expense Total $555,000 Stormwater Utility Fund 422 $138,750 Federal Grants State Grants $416,250 Unsecured Grants Funding Source Total $555,000 3 75 Packet Pg. 161 a 242 nd $I S Project Descriptiois ■ W .241st ST cVV n Lake Ballinger suffers from urban flooding & seasonal algae blooms along with other water quality impairments. The Highway 99 corridor is an area of high development, including a future City project which will require stormwater mitigation. By creating a regional facility, the City can improve the stormwater mitigation achieved by development, addressed stormwater mitigation needs for the future Highway project, and treat runoff from one of the City bigger pollution generating areas. The City can drastically improve Lake Ballinger water quality. The project proposes to implement water quality and flow control improvements at City -owned Mathay-Ballinger Park as green stormwater infrastructure (GSI) which would significantly benefit the Lake ecology and habitat conditions and enhance a valued neighborhood, but underutilized, park. This phase is limited to design and production of plans and specifications; construction phase will be tracked as separate project (to ease and simplify grant management/reporting). Project Benefit The project proposes to implement water quality and flow control improvements at City -owned Mathay-Ballinger Park as green stormwater infrastructure (GSI) which would significantly benefit the Lake ecology and habitat conditions and enhance a valued neighborhood, but underutilized, park. Estimated Project Cost $550,000 Design $300,000 $250,000 Right of Way Construction Expense Total $300,000 $250,000 Stormwater Utility Fund 422 $75,000 $62,500 Federal Grants State Grants $225,000 $187,500 Unsecured Grants Funding Source Total $300,000 $250,000 Packet Pg. 162 76 Project Descriptio City forays into green stormwater infrastructure elements have been limited, but with good success. Continuing to implement such projects will allow us to proactively make improvements to the conditions of the City drainage system and will help reduce flooding. This project proposes to implement green stormwater elements, such as rain garden and bioretention, throughout the City. Staff will leverage opportunities with other projects, communication with property owners, and historical knowledge/experience to identify and selected locations where green infrastructure can be implemented with relative ease or efficiency. Staff proposes to implement this effort as a series of small work projects over the next several years. Project Benefit Improvements to the City drainage systems using raingardens and green infrastructure resulting in reduced flooding and a reduction to peak stormwater flows. Estimated Project Cost $1,000,000 Design $75,000 $100,000 Right of Way Construction $325,000 $500,000 Expense Total $400,000 $600,000 Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Grants $400,000 $600,000 Funding Source Total $400,000 $600,000 Packet Pg. 163 Project Description Road pavement overlays to cover areas of roadways that were excavated and patched in previous years as part of the Annual Storm Maintenance Projects. Project Benefit Improve overall pavement condition in locations that were excavated and patched due to the Annual Storm Replacement Projects. Estimated Project Cost $60,000 Design $9,000 Right of Way Construction $51,000 Expense Total $60,000 Stormwater Utility Fund 422 $60,000 Federal Grants State Grants Unsecured Grants Funding Source Total $60,000 79 Packet Pg. 164 Project Description 3 o: a u_ U a U N L O (,i Annual storm drain replacement/maintenance projects. Projects propose to replace or rehab storm drain a infrastructure in several locations throughout the City. Locations of work identified by City crews and staff via first had knowledge or video inspection results. Much of Edmonds stormwater infrastructure is past its lifespan and requires routine replacement or repair in order to preserve the function of the storm drain system. Failure to conduct annual maintenance projects will increase chances of a storm drain system failure. Project Benefit Improve system reliability and capacity, decrease breakages, and decrease overall day to day maintenance costs Estimated Project Cost $1.8 to $2.3 million/year Design $312,000 $324,480 $337,460 $350,958 $364,996 $379,596 Right of Way Construction $1,450,000 $1,622,400 $1,687,296 $1,754,786 $1,824,977 $1,897,976 Expense Total $1,762,000 $1,946,880 $2,024,756 $2,105,744 $2,189,973 $2,277,572 Stormwater Utility Fund 422 $1,762,000 $1,946,880 $2,024,756 $2,105,744 $2,189,973 $2,277,572 Funding Source Total $1,762,000 $1,946,880 $2,024,756 $2,105,744 $2,189,973 $2,277,572 Packet Pg. 165 LYNNWOOD 4 PUCETOR I—STSW ' pqA nu ? M' f EDMONDS toa.wnM, maw Sl MTH ' UNINCORPORATED iH SsN COUNTY WOODWAY — MOUNTLAKE e RRACE ESPERANCE g `YwM '4 T a � �tseiry si 5w -�� •� KINGCOUNTY 2441 5 W iaaTH sr... Project Description This project would be a comprehensive evaluation of the City's storm drain system and operations with recommendations for improvements or adjustments and recommended priorities for selecting future capital maintenance projects. No on -going cost are anticipated except to implement any recommended improvements or projects, which will be done as new capital projects with due budget planning/process. Project Benefit Id A holistic summary of the City's Stormwater system with recommended priorities for selecting future capital maintenance and improvements projects. Estimated Proje $450,000 Design $300,000 $0 $0 $0 $0 $0 Expense Total $300,000 $0 $0 $0 $0 $0 Stormwater Utility Fund 422 $300,000 $0 $0 $0 $0 $0 Revenue Total $300,000 $0 $0 $0 $0 $0 Packet Pg. 166 2.12.b Sewer Proiects # CFP PROJECT DP # 2022 2023 2024 2025 2026 2027 TOTAL (2022-2027) TOTAL (2028-42) TOTAL Project Cost PWS-01 Phase 9 Annual Sewer Repl/Rehab/Improvements, (2022) 65 $1,606,550 $0 $0 $0 $0 $0 $1,606,550 $1,606,550 PWS-02 Phase 10 Annual Sewer Repl/Rehab/Improvements (2023) 62 $336,074 $1,889,212 $0 $0 $0 $0 $2,225,286 $2,225,286 PWS-03 Phase 11 Annual Sewer Repl/Rehab/Improvements (2024) $0 $349,517 $1,964,780 $0 $0 $0 $2,314,297 $2,314,297 PWS-04 Phase 12 Annual Sewer Repl/Rehab/Improvements (2025) $0 $0 $363,498 $2,043,372 $0 $0 $2,406,8701 $2,406,870 PWS-05 Phase 13 Annual Sewer Repl/Rehab/Improvements (2026) $0 $0 $0 $378,038 $2,125,107 $0 $2,503,145 $2,503,145 PWS-06 Phase 14 Annual Sewer Repl/Rehab/Improvements (2027) $0 $0 $0 $0 $393,160 $2,210,111 $2,603,271 $2,603,271 PWS-07 Phase 15 Annual Sewer Repl/Rehab/Improvements (2028) $0 $0 $0 $0 $0 $408,886 $408,886 $408,886 PWS-08 2021 SS Overlays 64 $60,000 $0 $0 $0 $0 $0 $60,000 $60,000 PWS-09 Citywide CIPP Sewer Rehabilitation Phase 4 63 $482,258 $0 $0 $0 $0 $0 $482,258 $482,258 PWS-10 Annual Citywide CIPP Sewer Rehabilitation $0 $501,549 $521,611 $542,475 $564,174 $586,741 $2,716,550 $2,716,550 PWS-11 Lake Ballinger Sewer $0 $1,000,000 $5,000,000 $0 $0 $0 $6,000,000 $6,000,000 Total Projects $2,484,882 $3,740,278 $7,849,889 $2,963,885 $3,082,441 $3,205,738 $23,327,113 $0 $23,327,113 Funding Source 2022 2023 2024 2025 2026 2027 TOTAL TOTAL TOTAL (2022-2027) (2028-42) Sewer Fund -423 $2,484,882 $3,740,278 $7,849,889 $2,963,885 $3,082,441 $3,205,738 $23,327,113 $23,327,113 Total Revenue $2,484,882 $3,740,278 $7,849,889 $2,963,885 $3,082,441 $3,205,738 $23,327,113 $0 $23,327,113 3 Packet Pg. 168 3 Project Description Per the approved 2013 Sewer Comprehensive Plan, the projects will replace pipe and related appurtenances at various locations throughout the City due to old age, being undersized, need to increase capacity, or more prone to breakage due to its material properties. Project Benefit Improve system reliability and capacity, decrease infiltration and inflow, decrease breakages, and decrease overall day to day maintenance costs. Estimated Project Cost $2.0 to $2.6 million/year Design $336,074 $349,517 $363,498 $378,038 $393,160 $408,886 Right of Way Construction $1,606,550 $1,889,212 $1,964,780 $2,043,372 $2,125,107 $2,210,111 Expense Total $1,942,624 $2,238,729 $2,328,278 $2,421,410 $2,518,267 $2,618,997 Water Fund 423 $1,942,624 $2,238,729 $2,328,278 $2,421,410 $2,518,267 $2,618,997 Funding Source Total $1,942,624 $2,238,729 $2,328,278 $2,421,410 $2,518,267 $2,618,997 Packet Pg. 169 83 Project Description Road pavement overlays to cover areas of roadways that were excavated and patched in previous years as part of the Sanitary Sewer Replacement Projects. Project Benefit Improve overall pavement condition in locations that were excavated and patched due to Sanitary Sewer Replacement Projects. Estimated Project Cost $60,000 Design $12,000 Right of Way Construction $48,000 Expense Total $60,000 Water Fund 423 $60,000 Funding Source Total $60,000 Packet Pg. 170 F A M Project Description Per the approved 2013 Sewer Comprehensive plan and current video inspections of sewer mains, the project will line existing sewer mains that are subject root intrusion, infiltration and inflow, and damage that can be repaired by this trenchless method. Project Benefit Improve system reliability and capacity, decrease infiltration and inflow, decrease breakages, and decrease overall day to day maintenance costs. Estimated Project Cost $482,258 Design $72,338 Right of Way Construction $409,920 Expense Total $482,258 Water Fund 423 $482,258 Funding Source Total $482,258 Packet Pg. 171 3 Project Description Per the approved 2013 Sewer Comprehensive plan and current video inspections of sewer mains, the project will line existing sewer mains that are subject root intrusion, infiltration and inflow, and damage that can be repaired by this trenchless method. Project Benefit Improve system reliability and capacity, decrease infiltration and inflow, decrease breakages, and decrease overall day to day maintenance costs. Estimated Project Cost $500,000 to $590,000/year Design $75,232 $78,241 $81,371 $84,626 $88,011 Right of Way Construction $426,317 $443,370 $461,104 $479,548 $498,730 Expense Total $501,549 $521,611 $542,475 $564,174 $586,741 Water Fund 423 $501,549 $521,611 $542,475 $564,174 $586,741 Funding Source Total $501,549 $521,611 $542,475 $564,174 $586,741 Packet Pg. 172 tSVLKANU- A. LU � r 238TH ST SW 244TH ST S4O L, 4YAY R rn r� f•1 C�1 Lake Boilingm M]Nd4''J232MI S3 sw W L i 235TH PL SW' _. 'BA LLrNGER WAY -.:�244:TH:.-STa WL:7 ` T i ZY t ' a u_ U W a U N 0 Z Project Description Per the approved 2013 Sewer Comprehensive plan and current video inspections of sewer mains, the sewer pipe a along Lake Ballinger will require additional flow capacity in the near future. These improvements are needed to account for population growth, reduce Infiltration and Inflow from the pipe and improve maintenance and m 0 emergency access for this major trunk system. a r Project Benefit, Improve system reliability and capacity, decrease infiltration and inflow, and decrease overall day to day maintenance costs. Improved access will help ease maintenance and access for emergencies, which will further N decease any chance of potential sewer spills into Lake Ballinger. C14 Estimated Project Cost $6,000,000 Design Right of Way Construction Expense Total Water Fund 423 Funding Source Total $1,000,000 $5,000,000 $1,000,000 $5,000,000 $1,000,000 $5,000,000 $1,000,000 $5,000,000 Packet Pg. 173 87 2.12.c 2022 Engineering Project List Decision Package Project Title Scope of Work 2022 Phase Status Comments Water Fund 46 Phase 13 Waterline Replacement No change Design Active 47 Yost & Seaview Reservoir No change Design Active 48 Utility Rate and GFC Adjustement Analysis No change Study On -hold Delayed due to Staffing 49 2022 Waterline Overlay No change Design/Const Active 50 Phase 12 Waterline Replacement Reduced Design/Const Active Construction 2022 Stormwater Fund 52 Phase 4 Storm Replacement No change Design Schedule delay Stormwater Engr Vacant 53 Perrinville Creek Lower Restoration No change Design Schedule delay -Active 54 Lake Ballinger Regional Facility No change Design On -hold Stormwater Engr Vacant 55 Edmonds Marsh WQ Improvement No change Design Schedule delay -Active Stormwater Engr Vacant 56 Stormwater Comprehensive Plan No change Study On -hold Stormwater Engr Vacant 57 2022 Stormwater Overlay No change Design/Const Active Construction Summer 2022 58 Phase 3 Storm Replacement Reduced Design/Const Active Construction 2022 59 Phase 2 Seaview Infiltration Facility No change Design/Const Schedule delay -Active Stormwater Engr Vacant 60 Perrinville Creek Projects No change Design/Const Schedule delay -Active Stormwater Engr Vacant CF 175th Slope Repair No change Design On -hold Delayed to 2023 - Staffing CF Ph 2 Stormwater Replacement No change Construction Active Weather Suspension for Paving Sewer Fund 62 Phase 10 Sanitary Sewer Replacement No change Design Active 63 Citywide Cured -in -place Sewer Repairs Ph 4 No change Design/Const On -hold Delayed to 2023 - Staffing 64 2022 Sanitary Sewer Overlays No change Design/Const Active 65 Ph 9 Sanitary Sewer Replacement Project Reduced Design/Const Active Construction 2022 CF Ph 3 Sanitary Sewer Cured -in -place Sewer No change Construction On -hold Delayed to 2023 Street Capital Projects 76 2022 Overlay Project No change Design/Const Active Construction Summer 2022 77 Transportation Plan Update No change Study Active -Delayed Align with Comp Plan Update 78 76th Ave Overlay (196th to Olympic View Dr) No change Design/Const Active Construction 2022 79 Citywide Bicycle Improvements No change Design Active Construction delayed to 2023 80 Stage 2 Hwy 99 Revitalization & Gateway No change Design/Const Active Construction 2022-23 81 Stage 3 Hwy 99 Revitalization & Gateway No change Design Schedule delay -Active Delayed due to Staffing 82 Stage 4 Hwy 99 Revitalization & Gateway No change Design Schedule delay -Active Delayed due to Staffing 83 76th Ave/220th St. Intersection Improve No change Design Active 84 84th Ave Overlay (220th St - 212th St) No change Close Out Active Working w/Surety Contractor 85 Citywide Pedestrian Crossing Enhancements No change Construction Active Minor work remaining 86 ISR104 Traffic Signal & Synchronization No change Design Active 87 2022 Pedestrian Safety Program No change Construction Schedule delay -Active Work may still occur in 2022 88 2022 Traffic Signal Upgrades No change Construction Schedule delay -Active Work may still occur in 2022 93 Elm Way Walkway (8th Ave to 9th Ave) No change Design/Const On -hold Delayed to 2023 - Staffing 94 Traffic Calming Program No change Construction Active Work may still occur in 2022 95 2022 Guardrail Program No change Construction Schedule delay -Active Work may still occur in 2022 3 .r a Packet Pg. 174