Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutSWP273531 (10)I
PUBLIC WORKS DEPARTMENT D ^C�O� 8
M E M O R A N D U M
DATE:
December 30, 2009
TO:
Peter Hahn, PW Deputy Administrator - Transportation
Neil Watts, Development Services Director
Suzanne Dale-Estey, Economic Development Director
Michael Stenhouse, Maintenance Services Director
David Christensen, Wastewater Utility Supervisor
Abdoul Gafour, Water Utility Supervisor
Jennifer Henning, CED Current Planning Manager
FROM:
Ron Straka, Surface Water Utility Supervisor (ext. 7248) cytL
STAFF CONTACT:
Steve Lee, Surface Water Engineer (ext. 7205) `V-
SUBJECT:
Project Proposal — Lake Washington Boulevard North Storm
and Water System Improvement Project, SWP-27-3531
Attached for your review is the Surface Water Utility's project proposal for the Lake
Washington Boulevard North Storm and Water Improvement Project near Hawk's
Landing. Please complete and return the Management Acceptance page to Steve Lee by
January 13, 2010.
Thank you for your help. If you have any questions, please contact Steve.
Attachment
cc: Lys Hornsby, Utility Systems Director
h:\file sys\swp - surface water projects\swp-27 - surface water projects (cip)\27-3531 lake washington blvd-hawks
landing\1000 corres city\091210 Iwb project memo.doc\STLtp
Lake Washington Boulevard North
Storm and Water System Improvement Project
SWP-27-3531
PROJECT OBJECTIVE
The purpose of the project is to install curb/gutter and portions of a sidewalk, a new storm
system, and a waterline extension within Lake Washington Boulevard North to meet the
infrastructure needs for future development in the vicinity of 1-405 Exit 7 area, including the
Hawk's Landing development. These improvements will be constructed in coordination with
frontage improvements that will be constructed on the Hawk's Landing Hotel site frontage.
PROJECT BACKGROUND
The Lake Washington Boulevard at Hawk's Landing Storm and Water System Improvement
Project is located west of 1-405 and south of NE 44th Street-Seahawks Way and west of the
frontage along the former site of Pan Abode Cedar Homes manufacturing location (see Figure
1). To the northwest is the VMAC, the home of the Seahawk's Headquarters and Training
facility, to the west are Barbee Mill and Quendall Terminals. To the south is May Creek.
The purpose of the Lake Washington Boulevard Storm and Water System Improvement Project
is to install a new storm system, waterline extension, curb, gutter, and approximately 320 feet
of sidewalk along Lake Washington Boulevard North to meet the infrastructure needs for
future development in the vicinity of the 1-405 Exit 7 area. Installation of this project is
intended to spur development activities in this area that has for decades been used as
industrial land and warehouse space. Most recently it has been the site of Pan Abode Cedar
Homes and is presently vacant with interest by the Alpert International, LLC to convert the 7.8
acre site into a hotel, office and retail shops development.
This project is funded from state investments through the Washington State Public Works
Board 2009 to 2011 Grant Programs Direct Appropriation Projects. This investment would
fund the water and stormwater related infrastructure improvements as well as a regional trail
connection that will act as a critical catalyst to make this development more attractive as a
major office and mixed use relocation area for the City's northern gateway area. In addition, it
is hoped that the Hawk's Landing development will help stimulate the cleanup and
redevelopment of the large Quendall Terminals waterfront property by enticing future
developers to a more vibrant area.
PROJECT DESCRIPTION
The proposed curb and gutter improvements will extend on the east side of Lake Washington
Boulevard North from 600 feet south of the intersection with Seahawks Way and continue
south to the existing May Creek Bridge sidewalk. The Hawk's Landing development will be
constructing the curbing and sidewalk north of the southern intersection and the City will be
constructing the curbing and sidewalk south of the southern intersection. The two new
entrances will be laid with asphalt and no decorative crosswalks. This project does not include
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 2 of 6
any City work for installing landscaping along the entire frontage and will be the developers'
responsibility.
The stormwater system improvements include collecting Lake Washington Boulevard North
roadway and sidewalk runoff and treating the stormwater prior to discharging into a new
stormwater trunk pipe that will also convey upstream flows from existing WSDOT areas and
the Hawk's Landing development. The stormwater trunk line will connect from the existing
WSDOT manhole and extend south to the existing culvert north of the May Creek Bridge. The
storm system improvements will include providing water quality treatment for Lake
Washington Boulevard North's project area prior to discharging into May Creek.
The waterline extension includes the installation of approximately 1400 feet of 12-inch
waterline on Lake Washington Boulevard North from North 40th Street to NE 44th Street. A
portion of the waterline will be installed inside an existing 18-inch steel casing under
May Creek Bridge. The water system improvements will be designed to serve existing and
future development in the area and will improve fire flow and water system redundancy.
Other dry, franchise utilities present in the area include gas, telephone, power and fiber optic
lines that may conflict with the new stormwater, water, curb/gutter and sidewalk
improvements. Two high voltage power poles will need to be relocated by PSE as a result of
the gutter line relocation. During the design process, the franchise utilities will be potholed
and surveyed to identify their location and elevation. The Surface Water Utility, Water Utility
and the Engineering Consultant will work with the franchise utility owners to resolve any
conflicts.
Construction will be partially in the City right-of-way and in easements on private property.
After construction is completed, the public and private property will need to be restored.
Restoration will include patching the asphalt road, fixing any concrete curb and gutter, and any
other items that may be affected by construction.
The project will include the following elements:
• Easements: New permanent utility easements will be needed for the stormwater trunk -
line on the Hawk's Landing property, and temporary construction easements need to be
obtained from the private property owners to cover the entire area where the new storm
and water quality system will be located and constructed.
The property owners expected to be involved are Alpert International, LLP and the Port
Quendall Company (or whoever owns the land). Alpert International shall obtain the
release of the WSDOT easement for the existing upstream storm pipe that discharges into
the Lake Washington Boulevard North drainage system.
H:\File Sys\SWP -Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LWB Project Proposal.doc\STLtp
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 3 of 6
• Surveying: The contract with the Engineering Consultant will include surveying for a base
map survey of the existing drainage system, the existing water main, various dry utilities,
topography, and other miscellaneous structures.
• Design: The Surface Water Utility (SWU) and Water Utility (WU) will have an Engineering
Consultant design the new stormwater system and water main extension. The work will
include surveying, geo-technical investigation (boring and soil samples), hydraulic analysis,
private utility investigation, final plans, construction plans and specifications, and
construction assistance and observation.
• Environmental Review and Permits: The SWU, with assistance from the consultant, will
prepare the SEPA checklist for the project and submit it to Development Services for
review.
A Hydraulic Permit (HPA) from the State may be required since the project connects to an
open ditch/channel/culvert with potential wetlands in the channel. Work to remove
wetlands, depending on the size of the wetland, may trigger the need for an HPA. The
consultant shall determine if a HPA is required. A Shoreline Permit shall be needed.
• Construction: The City will advertise the project for bids. The bid will be awarded by the
City Council to the lowest responsible bidder. Construction inspection will be by City
inspectors with specialty inspection assistance provided by the consultant.
CONSTRUCTION DATES:
Construction is planned to occur between early June 2010 to October 2010, provided that all
easements, franchise utilities relocations, and permits can be obtained in time to allow
construction during this time period.
TRANSPORTATION ROUTES/HAULING:
The contractor will probably negotiate and establish an equipment staging and material
storage area in the Hawk's Landing parcel. Construction hauling will probably use either Lake
Washington Boulevard North from the south or from the north via Exit 7 — from 1-405.
The contractor will need to post construction signs and may need flaggers to direct traffic
around the construction area. It is anticipated that Lake Washington Boulevard North will
need to remain open at all times during construction.
Typical construction hours are expected to be 7:00 a.m. to 5:00 p.m., Monday through Friday.
Lake Washington Boulevard North is a collector arterial. Truck traffic will be limited from the
south during the early morning hours or during weekends. Work on weekends will only occur
with approval from the City.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LWB Project Proposal.doc\STLtp
A
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 4 of 6
The contractor will be required to file a Traffic Control Plan with the City to identify hauling
routes and traffic control measures for the construction area.
Erosion control measures such as storm drain inlet protection, ditch rock berms, and filter
fabric fences, per the King County Surface Water Manual will be used. Any soil stockpiles not in
use will be covered with plastic sheets during rainy periods. Dust control will also be required
of the contractor. All construction equipment will be required to have muffler and exhaust
systems in good working order.
PRELIMINARY COST ESTIMATE
Construction Cost: $1,000,000 - $1,200,000
FUNDING SOURCE
The project will be funded through the Surface Water Utility Capital Improvement Program
(427) Budget with $100,000 and with $1,200,000 from the State of Washington Public Works
Board 2009-2011 Grant Programs Direct Appropriations Projects budget.
PROJECT SCHEDULE
Consultant Contract Executed in December 2009
Surveying Base Survey in late December 2009 to early January
2010
Easements Complete by April 2010
Environmental Review Submit by early February 2010 (if final Hawk's Landing
site plan is provided to City Project Manager by January
5, 2010)
Final Design
Bid Project
Begin Construction
End Construction
March —April 2010
May -June 2010
July 2010
October 2006
INVOLVEMENT AND PARTICIPATION
Community and WSDOT: The affected property owners will be contacted to obtain temporary
and permanent easements for the project. The Surface Water Utility and Water Utility have
already met with the property owners to discuss the project and their need to grant easements
for the project. The property owners in the project vicinity will be notified during the
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LWB Project Proposal.doc\STLtp
1
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 5 of 6
Environmental Review phase about the design and construction schedule. Property owners
will also be notified of upcoming construction after the bid is awarded. The Hawk's Landing
developer has already been notified to obtain the release of WSDOT easement from their
property.
Other Agencies: Other agencies will be notified about the project during the design and prior
to the start of construction.
Franchise Utilities: Franchise utilities will be notified prior to the design phase. The consultant
will coordinate with City staff and the Franchise Utilities to ensure their utilities are relocated
and coordinated with our construction. The contractor will be responsible to contact One -Call
Locates prior to beginning construction.
STAFFING
Project Management: The Project Manager is Steve Lee, Surface Water Utility.
Mapping: Surveying for base map and existing utilities will be performed by the Engineering
Consultant.
Geotechnical Investigations and Habitat/Wetland Investigations: Will be included as part of
the Engineering Consultant contract.
Design: The hydraulic analysis, design of the new storm system, design of the new water
system and construction plans and specifications will be part of the Engineering Consultant
contract.
In -House Reviews: Coordination with other City departments will be done during the design
phase of the project. There will be at least one meeting to review the proposed design with
other City departments. A design team will be formed if a sufficient number of other City
departments indicate the need for one.
Please complete the attached response form and return it to Steve Lee by January 13, 2010.
If you have any projects that may affect this proposal, please provide a scope of work, location
figure, and description of how they may be related.
If you have any questions, please contact Steve Lee at ext. 7205.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3S31 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LWB Project Proposal.doc\STLtp
1
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 6 of 6
Management Acceptance and Commitment For The
LAKE WASHINGTON BOULEVARD NORTH STORM & WATER SYSTEM IMPROVEMENT PROJECT
at HAWK'S LANDING
❑ We concur with the project scope and schedule as outlined in this project proposal. We
are assigning (Ext. ) as our representative on
the design team.
We concur with the project scope and schedule as outlined in this project proposal. We
are not assigning a representative to participate on the design team, but reserve our
right to participate in the standard review processes.
❑ We feel that the following item(s) are of concern or interest in relationship to this
project and would like to bring them to you attention:
(Date)
(Name, Section or Division)
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LWB Project Proposal.doc\STLtp
47
N 38TH S,
SOT:,
0 500
----i Feet
CITY OF RENTON
LAKE WASHINGTON BOULEVARD
STORM & WATER IMPROVEMENTS
.dr----
WaG"
4c3rrvk.-y 8z Osborne, Ir-.v-
CONSULTING ENGINEERS
I
PUBLIC WORKS DEPARTMENT p City of
M E M O R A N D U M
DATE:
December 30, 2009
TO:
Peter Hahn, PW Deputy Administrator - Transportation
Neil Watts, Development Services Director
Suzanne Dale-Estey, Economic Development Director
Michael Stenhouse, Maintenance Services Director
David Christensen, Wastewater Utility Supervisor
Abdoul Gafour, Water Utility Supervisor
Jennifer Henning, CED Current Planning Manager
FROM:
Ron Straka, Surface Water Utility Supervisor (ext. 7248) a�
STAFF CONTACT:
Steve Lee, Surface Water Engineer (ext. 7205) `I-L-
SUBJECT:
Project Proposal — Lake Washington Boulevard North Storm
and Water System Improvement Project, SWP-27-3531
Attached for your review is the Surface Water Utility's project proposal for the Lake
Washington Boulevard North Storm and Water Improvement Project near Hawk's
Landing. Please complete and return the Management Acceptance page to Steve Lee by
January 13, 2010.
Thank you for your help. If you have any questions, please contact Steve.
Attachment
cc: Lys Hornsby, Utility Systems Director
h:\file sys\swp - surface water projects\swp-27 - surface water projects (cip)\27-3531 lake washington blvd-hawks
landing\1000 corres city\091210 Iwb project memo.doc\STLtp
Lake Washington Boulevard North
Storm and Water System Improvement Project
SWP-27-3531
PROJECT OBJECTIVE
The purpose of the project is to install curb/gutter and portions of a sidewalk, a new storm
system, and a waterline extension within Lake Washington Boulevard North to meet the
infrastructure needs for future development in the vicinity of 1-405 Exit 7 area, including the
Hawk's Landing development. These improvements will be constructed in coordination with
frontage improvements that will be constructed on the Hawk's Landing Hotel site frontage.
PROJECT BACKGROUND
The Lake Washington Boulevard at Hawk's Landing Storm and Water System Improvement
Project is located west of 1-405 and south of NE 441h Street-Seahawks Way and west of the
frontage along the former site of Pan Abode Cedar Homes manufacturing location (see Figure
1). To the northwest is the VMAC, the home of the Seahawk's Headquarters and Training
facility, to the west are Barbee Mill and Quendall Terminals. To the south is May Creek.
The purpose of the Lake Washington Boulevard Storm and Water System Improvement Project
is to install a new storm system, waterline extension, curb, gutter, and approximately 320 feet
of sidewalk along Lake Washington Boulevard North to meet the infrastructure needs for
future development in the vicinity of the 1-405 Exit 7 area. Installation of this project is
intended to spur development activities in this area that has for decades been used as
industrial land and warehouse space. Most recently it has been the site of Pan Abode Cedar
Homes and is presently vacant with interest by the Alpert International, LLC to convert the 7.8
acre site into a hotel, office and retail shops development.
This project is funded from state investments through the Washington State Public Works
Board 2009 to 2011 Grant Programs Direct Appropriation Projects. This investment would
fund the water and stormwater related infrastructure improvements as well as a regional trail
connection that will act as a critical catalyst to make this development more attractive as a
major office and mixed use relocation area for the City's northern gateway area. In addition, it
is hoped that the Hawk's Landing development will help stimulate the cleanup and
redevelopment of the large Quendall Terminals waterfront property by enticing future
developers to a more vibrant area.
PROJECT DESCRIPTION
The proposed curb and gutter improvements will extend on the east side of Lake Washington
Boulevard North from 600 feet south of the intersection with Seahawks Way and continue
south to the existing May Creek Bridge sidewalk. The Hawk's Landing development will be
constructing the curbing and sidewalk north of the southern intersection and the City will be
constructing the curbing and sidewalk south of the southern intersection. The two new
entrances will be laid with asphalt and no decorative crosswalks. This project does not include
1
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 2 of 6
any City work for installing landscaping along the entire frontage and will be the developers'
responsibility.
The stormwater system improvements include collecting Lake Washington Boulevard North
roadway and sidewalk runoff and treating the stormwater prior to discharging into a new
stormwater trunk pipe that will also convey upstream flows from existing WSDOT areas and
the Hawk's Landing development. The stormwater trunk line will connect from the existing
WSDOT manhole and extend south to the existing culvert north of the May Creek Bridge. The
storm system improvements will include providing water quality treatment for Lake
Washington Boulevard North's project area prior to discharging into May Creek.
The waterline extension includes the installation of approximately 1400 feet of 12-inch
waterline on Lake Washington Boulevard North from North 401h Street to NE 441h Street. A
portion of the waterline will be installed inside an existing 18-inch steel casing under
May Creek Bridge. The water system improvements will be designed to serve existing and
future development in the area and will improve fire flow and water system redundancy.
Other dry, franchise utilities present in the area include gas, telephone, power and fiber optic
lines that may conflict with the new stormwater, water, curb/gutter and sidewalk
improvements. Two high voltage power poles will need to be relocated by PSE as a result of
the gutter line relocation. During the design process, the franchise utilities will be potholed
and surveyed to identify their location and elevation. The Surface Water Utility, Water Utility
and the Engineering Consultant will work with the franchise utility owners to resolve any
conflicts.
Construction will be partially in the City right-of-way and in easements on private property.
After construction is completed, the public and private property will need to be restored.
Restoration will include patching the asphalt road, fixing any concrete curb and gutter, and any
other items that may be affected by construction.
The project will include the following elements:
• Easements: New permanent utility easements will be needed for the stormwater trunk -
line on the Hawk's Landing property, and temporary construction easements need to be
obtained from the private property owners to cover the entire area where the new storm
and water quality system will be located and constructed.
The property owners expected to be involved are Alpert International, LLP and the Port
Quendall Company (or whoever owns the land). Alpert International shall obtain the
release of the WSDOT easement for the existing upstream storm pipe that discharges into
the Lake Washington Boulevard North drainage system.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks landing\1000 Corres
City\091210 LW B Project Proposal.doc\STLtp
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 3 of 6
• Surveying: The contract with the Engineering Consultant will include surveying for a base
map survey of the existing drainage system, the existing water main, various dry utilities,
topography, and other miscellaneous structures.
Design: The Surface Water Utility (SWU) and Water Utility (WU) will have an Engineering
Consultant design the new stormwater system and water main extension. The work will
include surveying, geo-technical investigation (boring and soil samples), hydraulic analysis,
private utility investigation, final plans, construction plans and specifications, and
construction assistance and observation.
• Environmental Review and Permits: The SWU, with assistance from the consultant, will
prepare the SEPA checklist for the project and submit it to Development Services for
review.
A Hydraulic Permit (HPA) from the State may be required since the project connects to an
open ditch/channel/culvert with potential wetlands in the channel. Work to remove
wetlands, depending on the size of the wetland, may trigger the need for an HPA. The
consultant shall determine if a HPA is required. A Shoreline Permit shall be needed.
• Construction: The City will advertise the project for bids. The bid will be awarded by the
City Council to the lowest responsible bidder. Construction inspection will be by City
inspectors with specialty inspection assistance provided by the consultant.
CONSTRUCTION DATES:
Construction is planned to occur between early June 2010 to October 2010, provided that all
easements, franchise utilities relocations, and permits can be obtained in time to allow
construction during this time period.
TRANSPORTATION ROUTES/HAULING:
The contractor will probably negotiate and establish an equipment staging and material
storage area in the Hawk's Landing parcel. Construction hauling will probably use either Lake
Washington Boulevard North from the south or from the north via Exit 7 — from 1-405.
The contractor will need to post construction signs and may need flaggers to direct traffic
around the construction area. It is anticipated that Lake Washington Boulevard North will
need to remain open at all times during construction.
Typical construction hours are expected to be 7:00 a.m. to 5:00 p.m., Monday through Friday.
Lake Washington Boulevard North is a collector arterial. Truck traffic will be limited from the
south during the early morning hours or during weekends. Work on weekends will only occur
with approval from the City.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LW B Project Proposal.doc\STLtp
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 4 of 6
The contractor will be required to file a Traffic Control Plan with the City to identify hauling
routes and traffic control measures for the construction area.
Erosion control measures such as storm drain inlet protection, ditch rock berms, and filter
fabric fences, per the King County Surface Water Manual will be used. Any soil stockpiles not in
use will be covered with plastic sheets during rainy periods. Dust control will also be required
of the contractor. All construction equipment will be required to have muffler and exhaust
systems in good working order.
PRELIMINARY COST ESTIMATE
Construction Cost: $1,000,000 - $1,200,000
01011]I►LC111141611 a a
The project will be funded through the Surface Water Utility Capital Improvement Program
(427) Budget with $100,000 and with $1,200,000 from the State of Washington Public Works
Board 2009-2011 Grant Programs Direct Appropriations Projects budget.
PROJECT SCHEDULE
Consultant Contract Executed in December 2009
Surveying Base Survey in late December 2009 to early January
2010
Easements Complete by April 2010
Environmental Review Submit by early February 2010 (if final Hawk's Landing
site plan is provided to City Project Manager by January
5, 2010)
Final Design
Bid Project
Begin Construction
End Construction
March — April 2010
May -June 2010
July 2010
October 2006
INVOLVEMENT AND PARTICIPATION
Community and WSDOT: The affected property owners will be contacted to obtain temporary
and permanent easements for the project. The Surface Water Utility and Water Utility have
already met with the property owners to discuss the project and their need to grant easements
for the project. The property owners in the project vicinity will be notified during the
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3S31 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LWB Project Proposal.doc\STLtp
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 5 of 6
Environmental Review phase about the design and construction schedule. Property owners
will also be notified of upcoming construction after the bid is awarded. The Hawk's Landing
developer has already been notified to obtain the release of WSDOT easement from their
property.
Other Agencies: Other agencies will be notified about the project during the design and prior
to the start of construction.
Franchise Utilities: Franchise utilities will be notified prior to the design phase. The consultant
will coordinate with City staff and the Franchise Utilities to ensure their utilities are relocated
and coordinated with our construction. The contractor will be responsible to contact One -Call
Locates prior to beginning construction.
STAFFING
Project Management: The Project Manager is Steve Lee, Surface Water Utility.
Mapping: Surveying for base map and existing utilities will be performed by the Engineering
Consultant.
Geotechnical Investigations and Habitat/Wetland Investigations: Will be included as part of
the Engineering Consultant contract.
Design: The hydraulic analysis, design of the new storm system, design of the new water
system and construction plans and specifications will be part of the Engineering Consultant
contract.
In -House Reviews: Coordination with other City departments will be done during the design
phase of the project. There will be at least one meeting to review the proposed design with
other City departments. A design team will be formed if a sufficient number of other City
departments indicate the need for one.
Please complete the attached response form and return it to Steve Lee by January 13, 2010.
If you have any projects that may affect this proposal, please provide a scope of work, location
figure, and description of how they may be related.
If you have any questions, please contact Steve Lee at ext. 7205.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LWB Project Proposal.doc\STLtp
r
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 6 of 6
Management Acceptance and Commitment For The
LAKE WASHINGTON BOULEVARD NORTH STORM & WATER SYSTEM IMPROVEMENT PROJECT
at HAWK'S LANDING
❑ We concur with the project scope and schedule as outlined in this project proposal. We
are assigning �:r�.S �ltul (Ext.-1 `tUd ) as our representative on
the design team.
❑ We concur with the project scope and schedule as outlined in this project proposal. We
are not assigning a representative to participate on the design team, but reserve our
right to participate in the standard review processes.
❑ We feel that the following item(s) are of concern or interest in relationship to this
project and would like to bring them to you attention:
(Signed) (Date)
(Name, Section or Division)
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LW B Project Proposal.doc\STLtp
� � •!'^ L �A��1 •` it �: `i. � �'�wr �'~'f'� w. r
N 38TI
40111
LP
N
i
0 500
Feet
Lf", �0:
CITY OF RENTON
LAKE WASHINGTON BOULEVARD
STORM & WATER IMPROVEMENTS
! <` 1 r.my 8c ON�01 nCs Ii
YLC.
CONSULTING ENGINEERS
94
PUBLIC WORKS DEPARTMENT
01
M E M O R A N D U M p"C/1-%
r�
DATE: December 30, 2009
yste
TO: Peter Hahn, PW Deputy Administrator - Transportation °jS041
Neil Watts, Development Services Director
Suzanne Dale-Estey, Economic Development Director
Michael Stenhouse, Maintenance Services Director
David Christensen, Wastewater Utility Supervisor
Abdoul Gafour, Water Utility Supervisor
Jennifer Henning, CED Current Planning Manager
FROM: Ron Straka, Surface Water Utility Supervisor (ext. 7248) a
STAFF CONTACT: Steve Lee, Surface Water Engineer (ext. 7205) —?-Ls
SUBJECT: Project Proposal — Lake Washington Boulevard North Storm
and Water System Improvement Project, SWP-27-3531
Attached for your review is the Surface Water Utility's project proposal for the Lake
Washington Boulevard North Storm and Water Improvement Project near Hawk's
Landing. Please complete and return the Management Acceptance page to Steve Lee by
January 13, 2010.
Thank you for your help. If you have any questions, please contact Steve.
Attachment
cc: Lys Hornsby, Utility Systems Director
h:\file sys\swp - surface water projects\swp-27 - surface water projects (cip)\27-3531 lake washington blvd-hawks
landing\1000 corres city\091210 Iwb project memo.doc\STLtp
Lake Washington Boulevard North
Storm and Water System Improvement Project
SWP-27-3531
PROJECT OBJECTIVE
The purpose of the project is to install curb/gutter and portions of a sidewalk, a new storm
system, and a waterline extension within Lake Washington Boulevard North to meet the
infrastructure needs for future development in the vicinity of 1-405 Exit 7 area, including the
Hawk's Landing development. These improvements will be constructed in coordination with
frontage improvements that will be constructed on the Hawk's Landing Hotel site frontage.
PROJECT BACKGROUND
The Lake Washington Boulevard at Hawk's Landing Storm and Water System Improvement
Project is located west of 1-405 and south of NE 44th Street-Seahawks Way and west of the
frontage along the former site of Pan Abode Cedar Homes manufacturing location (see Figure
1). To the northwest is the VMAC, the home of the Seahawk's Headquarters and Training
facility, to the west are Barbee Mill and Quendall Terminals. To the south is May Creek.
The purpose of the Lake Washington Boulevard Storm and Water System Improvement Project
is to install a new storm system, waterline extension, curb, gutter, and approximately 320 feet
of sidewalk along Lake Washington Boulevard North to meet the infrastructure needs for
future development in the vicinity of the 1-405 Exit 7 area. Installation of this project is
intended to spur development activities in this area that has for decades been used as
industrial land and warehouse space. Most recently it has been the site of Pan Abode Cedar
Homes and is presently vacant with interest by the Alpert International, LLC to convert the 7.8
acre site into a hotel, office and retail shops development.
This project is funded from state investments through the Washington State Public Works
Board 2009 to 2011 Grant Programs Direct Appropriation Projects. This investment would
fund the water and stormwater related infrastructure improvements as well as a regional trail
connection that will act as a critical catalyst to make this development more attractive as a
major office and mixed use relocation area for the City's northern gateway area. In addition, it
is hoped that the Hawk's Landing development will help stimulate the cleanup and
redevelopment of the large Quendall Terminals waterfront property by enticing future
developers to a more vibrant area.
PROJECT DESCRIPTION
The proposed curb and gutter improvements will extend on the east side of Lake Washington
Boulevard North from 600 feet south of the intersection with Seahawks Way and continue
south to the existing May Creek Bridge sidewalk. The Hawk's Landing development will be
constructing the curbing and sidewalk north of the southern intersection and the City will be
constructing the curbing and sidewalk south of the southern intersection. The two new
entrances will be laid with asphalt and no decorative crosswalks. This project does not include
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 2 of 6
any City work for installing landscaping along the entire frontage and will be the developers'
responsibility.
The stormwater system improvements include collecting Lake Washington Boulevard North
roadway and sidewalk runoff and treating the stormwater prior to discharging into a new
stormwater trunk pipe that will also convey upstream flows from existing WSDOT areas and
the Hawk's Landing development. The stormwater trunk line will connect from the existing
WSDOT manhole and extend south to the existing culvert north of the May Creek Bridge. The
storm system improvements will include providing water quality treatment for Lake
Washington Boulevard North's project area prior to discharging into May Creek.
The waterline extension includes the installation of approximately 1400 feet of 12-inch
waterline on Lake Washington Boulevard North from North 40th Street to NE 44th Street. A
portion of the waterline will be installed inside an existing 18-inch steel casing under
May Creek Bridge. The water system improvements will be designed to serve existing and
future development in the area and will improve fire flow and water system redundancy.
Other dry, franchise utilities present in the area include gas, telephone, power and fiber optic
lines that may conflict with the new stormwater, water, curb/gutter and sidewalk
improvements. Two high voltage power poles will need to be relocated by PSE as a result of
the gutter line relocation. During the design process, the franchise utilities will be potholed
and surveyed to identify their location and elevation. The Surface Water Utility, Water Utility
and the Engineering Consultant will work with the franchise utility owners to resolve any
conflicts.
Construction will be partially in the City right-of-way and in easements on private property.
After construction is completed, the public and private property will need to be restored.
Restoration will include patching the asphalt road, fixing any concrete curb and gutter, and any
other items that may be affected by construction.
The project will include the following elements:
• Easements: New permanent utility easements will be needed for the stormwater trunk -
line on the Hawk's Landing property, and temporary construction easements need to be
obtained from the private property owners to cover the entire area where the new storm
and water quality system will be located and constructed.
The property owners expected to be involved are Alpert International, LLP and the Port
Quendall Company (or whoever owns the land). Alpert International shall obtain the
release of the WSDOT easement for the existing upstream storm pipe that discharges into
the Lake Washington Boulevard North drainage system.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LWB Project Proposal.doc\STLtp
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 3 of 6
• Surveying: The contract with the Engineering Consultant will include surveying for a base
map survey of the existing drainage system, the existing water main, various dry utilities,
topography, and other miscellaneous structures.
Design: The Surface Water Utility (SWU) and Water Utility (WU) will have an Engineering
Consultant design the new stormwater system and water main extension. The work will
include surveying, geo-technical investigation (boring and soil samples), hydraulic analysis,
private utility investigation, final plans, construction plans and specifications, and
construction assistance and observation.
• Environmental Review and Permits: The SWU, with assistance from the consultant, will
prepare the SEPA checklist for the project and submit it to Development Services for
review.
A Hydraulic Permit (HPA) from the State may be required since the project connects to an
open ditch/channel/culvert with potential wetlands in the channel. Work to remove
wetlands, depending on the size of the wetland, may trigger the need for an HPA. The
consultant shall determine if a HPA is required. A Shoreline Permit shall be needed.
• Construction: The City will advertise the project for bids. The bid will be awarded by the
City Council to the lowest responsible bidder. Construction inspection will be by City
inspectors with specialty inspection assistance provided by the consultant.
CONSTRUCTION DATES:
Construction is planned to occur between early June 2010 to October 2010, provided that all
easements, franchise utilities relocations, and permits can be obtained in time to allow
construction during this time period.
TRANSPORTATION ROUTES/HAULING:
The contractor will probably negotiate and establish an equipment staging and material
storage area in the Hawk's Landing parcel. Construction hauling will probably use either Lake
Washington Boulevard North from the south or from the north via Exit 7 — from 1-405.
The contractor will need to post construction signs and may need flaggers to direct traffic
around the construction area. It is anticipated that Lake Washington Boulevard North will
need to remain open at all times during construction.
Typical construction hours are expected to be 7:00 a.m. to 5:00 p.m., Monday through Friday.
Lake Washington Boulevard North is a collector arterial. Truck traffic will be limited from the
south during the early morning hours or during weekends. Work on weekends will only occur
with approval from the City.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LWB Project Proposal.doc\STLtp
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 4 of 6
The contractor will be required to file a Traffic Control Plan with the City to identify hauling
routes and traffic control measures for the construction area.
Erosion control measures such as storm drain inlet protection, ditch rock berms, and filter
fabric fences, per the King County Surface Water Manual will be used. Any soil stockpiles not in
use will be covered with plastic sheets during rainy periods. Dust control will also be required
of the contractor. All construction equipment will be required to have muffler and exhaust
systems in good working order.
PRELIMINARY COST ESTIMATE
Construction Cost: $1,000,000 - $1,200,000
FUNDING SOURCE
The project will be funded through the Surface Water Utility Capital Improvement Program
(427) Budget with $100,000 and with $1,200,000 from the State of Washington Public Works
Board 2009-2011 Grant Programs Direct Appropriations Projects budget.
PROJECT SCHEDULE
Consultant Contract Executed in December 2009
Surveying Base Survey in late December 2009 to early January
2010
Easements Complete by April 2010
Environmental Review Submit by early February 2010 (if final Hawk's Landing
site plan is provided to City Project Manager by January
5, 2010)
Final Design
Bid Project
Begin Construction
End Construction
March —April 2010
May -June 2010
July 2010
October(;)2©tD
INVOLVEMENT AND PARTICIPATION
Community and WSDOT: The affected property owners will be contacted to obtain temporary
and permanent easements for the project. The Surface Water Utility and Water Utility have
already met with the property owners to discuss the project and their need to grant easements
for the project. The property owners in the project vicinity will be notified during the
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LWB Project Proposal.doc\STLtp
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 5 of 6
Environmental Review phase about the design and construction schedule. Property owners
will also be notified of upcoming construction after the bid is awarded. The Hawk's Landing
developer has already been notified to obtain the release of WSDOT easement from their
property.
Other Agencies: Other agencies will be notified about the project during the design and prior
to the start of construction.
Franchise Utilities: Franchise utilities will be notified prior to the design phase. The consultant
will coordinate with City staff and the Franchise Utilities to ensure their utilities are relocated
and coordinated with our construction. The contractor will be responsible to contact One -Call
Locates prior to beginning construction.
STAFFING
Project Management: The Project Manager is Steve Lee, Surface Water Utility.
Mapping: Surveying for base map and existing utilities will be performed by the Engineering
Consultant.
Geotechnical Investigations and Habitat/Wetland Investigations: Will be included as part of
the Engineering Consultant contract.
Design: The hydraulic analysis, design of the new storm system, design of the new water
system and construction plans and specifications will be part of the Engineering Consultant
contract.
In -House Reviews: Coordination with other City departments will be done during the design
phase of the project. There will be at least one meeting to review the proposed design with
other City departments. A design team will be formed if a sufficient number of other City
departments indicate the need for one.
Please complete the attached response form and return it to Steve Lee by January 13, 2010.
If you have any projects that may affect this proposal, please provide a scope of work, location
figure, and description of how they may be related.
If you have any questions, please contact Steve Lee at ext. 7205.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LWB Project Proposal.doc\STLtp
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 6 of 6
Management Acceptance and Commitment For The
LAKE WASHINGTON BOULEVARD NORTH STORM & WATER SYSTEM IMPROVEMENT PROJECT
1, ( at H 'S LANDING
ID/ We concur with the project scope and schedule as outlined in this project proposal. We
are assigning 31,,,. S-eit2 (Ext.7Z4� ) as our representative on
the design team.
❑ We concur with the project scope and schedule as outlined in this project proposal. We
are not assigning a representative to participate on the design team, but reserve our
right to participate in the standard review processes.
We feel that the following item(s) are of concern or interest in relationship to this
project and would like to bring them to you attention:
2/?//o
(Date)
(Name, Section or Division)
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LWB Project Proposal.doc\STLtp
•----, MALL.
ho
N�vaerp2.� Y �•., ..
t'.
tiO
.. ,... t . «.
oil fn
- W�Al
1 A( w
00,
PAW_ r ea i
:-•' s +. '2 .�`!? , �� ..d .1' t'•r ' I E 4 o TH ST
�Oal�9%�' Tm � r,r �,'� �r '�� �Y's� Y .r,`.x " • �� T�f+y't' •�,.•t
71
A
`a__ +-r--_ ''b• i....� _a..�-"r rs`gkr�;'*, ,�• ,� j�,i w�,.�p�►. i5+ �- v iAll
q I
9^.... S. + . _ - �'s�� y`A7C • �fK� �.�y� ^ / ,',- V 1 f' ^ s *' ..
TH
F_I GvaE A
0 500
--� Feet
CITY OF RENTON
LAKE WASHINGTON BOULEVARD
STORM & WATER IMPROVEMENTS
4560
C 4sr 11x-_
CONSULTING ENGINEERS
Washington State
Public Works Board
906 Columbia Street SW
Post Office Box 48319
Olympia, Washington 98504-8319
December 21, 2009
Suzanne Dale Estey
City of Renton
1055 S Grady Way, 6th Floor
Renton, WA 98056
RE: 2009-2011 Capital Budget Direct Appropriation Projects
Contract Number LG09-951-121
Renton Hawk's Landing Project
Dear Ms. Dale Estey:
Enclosed are two (2) originals of the 2009-2011 Capital Budget Direct -Appropriation Project
Contract LG09-951-121 between City of Renton and the Public Works Board.
Please review the terms and conditions of the contract carefully, as well as all the attachments, and
have the person who is authorized to sign contracts for your organization sign both original
documents. Please do not use a signature stamp. Stamped signatures will be accepted only if
there is a reason that original signatures cannot be provided, with documentation to that effect.
Please return both original contracts and all the attachments to the Public Works Board
office within thirty (30) calendar days of the date of this letter. Failure to return the contracts
within this timeline may result in your contract offer being withdrawn.
Once the contracts are executed by the Board's Executive Director, your project file will be
transferred to our Contracts Administration Unit (CAU), where you will be assigned a project
manager to assist you with your project and grant administration. The CAU project manager will
contact you shortly thereafter and send you one of the executed contracts for your records.
We are looking forward to working with you over the course of this project. If you have any
questions about this contract, please call me at (360) 725-3160 or email me at
Corina.Grigoras@commerce.wa.gov.
Sincerely,
Corina Grigoras
Special Programs Manager, Direct -Appropriation Projects
Enclosures
Administrative services provided by the Washington State Department of Commerce
(360) 725-3150 Fax (360) 664-3029 www.pwbwa.gov
Washington State
Public Works Board
906 Columbia Street SW
Post Office Box 48319
Olympia, Washington 98504-8319
(360) 725-3150
www.pwb.wa.gov
Capital Agreement between:
For:
City of Renton
Public Works Board
Project Name: Renton Hawk's Landing
Contract Number: LG09-951-121
Project Type: 2009-2011 Washington State Capital Budget
Direct -Appropriation
Execution/Start Date: Date of Contract Execution
Department of Commerce
Innovation is in our nature.
TABLE OF CONTENTS
CONTRACT FACE SHEET....................................................................................................... 1
CONTRACT TERMS AND CONDITIONS................................................................................. 2
Part 1. SPECIAL TERMS AND CONDITIONS..........................................................................2
1.1.
DEFINITIONS............................................................................................................2
1.2.
AUTHORITY..............................................................................................................2
1.3.
PURPOSE.................................................................................................................2
1.4.
ORDER OF PRECEDENCE......................................................................................2
1.5.
GRANT AMOUNT......................................................................................................2
1.6.
CERTIFICATION OF FUNDS....................................................................................3
1.7.
MODIFICATION TO THE PROJECT COSTS...........................................................3
1.8.
PROJECT EXPENDITURES ELIGIBLE FOR REIMBURSEMENT ..........................3
1.9.
BILLING PROCEDURES AND PAYMENT ...................................... ......................
4
1.10.
CERTIFIED PROJECT COMPLETION REPORT AND FINAL PAYMENT ..............5
1.11.
REPORTS..................................................................................................................5
1.12.
EVALUATION AND MONITORING...........................................................................5
1.13.
OWNERSHIP OF PROJECT/CAPITAL FACILITIES................................................6
1.14.
CHANGE OF OWNERSHIP OR USE FOR CONTRACTOR -OWNED PROPERTY
1.15.
CHANGE OF USE FOR LEASED PROPERTY........................................................6
1.16.
HISTORICAL AND CULTURAL ARTIFACTS...........................................................6
1.17.
SIGNAGE, MARKERS, AND PUBLICATIONS.........................................................6
1.18.
PREVAILING WAGE LAW........................................................................................7
1.19.
INSURANCE..............................................................................................................7
120.
RECAPTURE PROVISION........................................................................................9
121.
REDUCTION IN FUNDS...........................................................................................9
122.
REAPPROPRIATION................................................................................................9
Part 2. GENERAL TERMS AND CONDITIONS......................................................................10
2.1.
DEFINITIONS..........................................................................................................10
2.2.
...........................................................
ALLOWABLE COSTS .................. .................10
2.3.
ALL WRITINGS CONTAINED HEREIN..................................................................10
2.4.
AMENDMENTS.......................................................................................................10
2.5.
AMERICANS WITH DISABILITIES ACT (ADA) OF 1990, PUBLIC LAW 101-336,
ALSO REFERRED TO AS THE 'ADA" 28 CFR PART 35......................................10
2.6.
APPROVAL..............................................................................................................10
2.7.
ASSIGNMENT.........................................................................................................10
2.8.
ATTORNEYS' FEES................................................................................................11
2.9
AUDIT......................................................................................................................11
2.10.
CODE REQUIREMENTS........................................................................................12
2.11.
CONFIDENTIALITY/SAFEGUARDING OF INFORMATION ............... ................12
2.12.
CONFORMANCE..._ . .....................................................................__ ...............13
2.13.
COPYRIGHT PROVISIONS..................................................................................13
2.14.
DISALLOWED COSTS............................................................................................13
2.15.
DISPUTES. ............................................................................................ ...............13
2.16.
DUPLICATE PAYMENT.........................................................................................14
2.17.
ETHICS/CONFLICTS OF INTEREST.....................................................................14
City of Renton Page i Table of Contents
LG09-951-121 12/21,12009 2009-2011 Direct Aporopriation Contract
2.18.
GOVERNING LAW AND VENUE...........................................................................14
2.19.
INDEMNIFICATION...............................................................................................14
2.20.
INDEPENDENT CAPACITY OF THE CONTRACTOR...........................................14
2.21.
INDUSTRIAL INSURANCE COVERAGE...............................................................15
2.22.
LAWS............................................................................................................ ........15
2.23.
LICENSING, ACCREDITATION AND REGISTRATION .............................. .......15
2.24.
LIMITATION OF AUTHORITY................................................................................15
2.25.
LOCAL PUBLIC TRANSPORTATION COORDINATION.......................................15
2.26.
NONCOMPLIANCE WITH NONDISCRIMINATION LAWS...................................16
2.27.
POLITICAL ACTIVITIES................................................................. ......................16
2.28.
PREVAILING WAGE LAW.....................................................................................16
2.29.
PROHIBITION AGAINST PAYMENT OF BONUS OR COMMISSION...................16
2.30.
PUBLICITY..............................................................................................................16
2.31.
RECAPTURE...........................................................................................................16
2.32.
RECORDS MAINTENANCE......................................................................... ........16
2.33.
REGISTRATION WITH DEPARTMENT OF REVENUE.........................................17
2.34.
RIGHT OF INSPECTION.........................................................................................17
2.35.
SAVINGS.................................................................................................................17
2.36.
SEVERABILITY.......................................................................................................17
2.37.
SUBCONTRACTING...............................................................................................17
2.38.
SURVIVAL...............................................................................................................18
2.39.
TAXES.....................................................................................................................18
2.40.
TERMINATION FOR CAUSE / SUSPENSION.......................................................18
2.41.
TERMINATION FOR CONVENIENCE...................................................................18
2.42.
TERMINATION PROCEDURES..............................................................................18
2.43.
WAIVER...................................................................................................................19
ATTACHMENT I: PROJECT SCOPE OF WORK..................................................................
20
ATTACHMENT II: CERTIFICATION OF THE AVAILABILITY OF FUNDS TO COMPLETE
THEPROJECT.......................................................................................................................
22
ATTACHMENT III: ESTIMATED PROJECT COSTS............................................................. 24
ATTACHMENT IV: CERTIFICATION OF THE PAYMENT AND REPORTING OF
PREVAILING WAGES............................................................................................................ 25
ATTACHMENT V: CERTIFICATION OF THE INTENT TO ENTER THE LEADERSHIP IN
ENERGY AND ENVIRONMENTAL DESIGN (LEED) CERTIFICATION PROCESS ............. 26
City of Renton Page ii Table of Contents
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
CONTRACT FACE SHEET
Contract Number: LG09-951-121
Washington State Department of Commerce
PUBLIC WORKS BOARD
2009-2011 GRANT PROGRAMS —DIRECT -APPROPRIATION PROJECTS
1. Contractor
2. Contractor Doing Business As (optional)
City of Renton
N/A
1055 S Grady Way, 6th Floor,
Renton, WA 98056
3. Contractor Representative
4. Public Works Board Representative
Suzanne Dale Estey
Corina Grigoras, Special Programs Manager, Public Works Board
1055 S Grady Way, 6th Floor
PO Box 48319, Olympia, WA 98504-8319
Renton, WA 98056
Clare Billings, Managing Director, Contracts Administration Unit
PO Box 42525, Olympia, WA 98504-2525
5. Contract Amount
_
6. Funding Source
7. Contract
8. Contract End Date
Start Date
24 months from contract
$1,700,000.00
Federal ❑State: O✓ Other: ❑ N/A: ❑
Contract
execution (provided that funds
Execution Date
are re -appropriated into the
2011-2013 biennium_
_
9. Federal Funds (as applicable) Federal Agency CFDA Number
N/A N/A N/A
10. Tax ID #
11. SWV #
12. UBI #
NS #
916001271
:[!:D::U
14. Contract Purpose
The Board and the Contractor have entered into this Contract to undertake a legislatively -approved project that furthers the
goals and objectives of Washington State, as indicated in the Engrossed Substitute House Bill 1216, Section 1050 (4),
enacted on May 15, 2009.
The Board, defined as the Washington State Public Works Board, and Contractor acknowledge and accept the terms of
this Contract and attachments and have executed this Contract on the date below to start as of the date and year last
written below. The rights and obligations of both parties to this Contract are governed by this Contract and the following
other documents incorporated by reference: Contractor Terms and Conditions including ATTACHMENT I: PROJECT
SCOPE OF WORK; ATTACHMENT II: CERTIFICATION OF THE AVAILABILITY OF FUNDS TO COMPLETE THE
PROJECT; ATTACHMENT III: ESTIMATED PROJECT COSTS, ATTACHMENT IV: CERTIFICATION OF THE PAYMENT
AND REPORTING OF PREVAILING WAGES; and ATTACHMENT V: CERTIFICATION OF INTENT TO ENTER THE
LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN LEED CERTIFICATION PROCESS
FOR THE CONTRACTOR
FOR THE PUBLIC WORKS BOARD
Signature
John LaRocque, Executive Director
Print Name
Date
APPROVED AS TO FORM ONLY
Title
This 71-hDay of December, 2009
Rob McKenna
Attorney General
Date
Signature on File
Kathryn Wyatt
Assistant Attorney General
City of Renton Page 1 Contract Face Sheet
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
CONTRACT TERMS AND CONDITIONS
PUBLIC WORKS BOARD
2009-2011 GRANT PROGRAMS -DIRECT -APPROPRIATION PROJECTS
Part 1. SPECIAL TERMS AND CONDITIONS
1.1. DEFINITIONS
As used throughout this 2009-2011 Washington State Capital Budget Direct -Appropriation Contract
the following terms shall have the meaning set forth below:
A. "Contract" shall mean this 2009-2011 Washington State Capital Budget Direct -Appropriation
Contract.
B. "Contractor" shall mean the entity identified on the Contract Face Sheet performing service(s)
under this Contract and who is a party to the Contract, and shall include all employees and
agents of the Contractor.
C. "The Board" shall mean the Washington State Public Works Board created in Revised Code of
Washington (RCW) 43.155.030, and who is a Party to the Contract.
1.2. AUTHORITY
Acting under the authority of Chapter 43.155 RCW, the Board has awarded the Contractor a 2009-
2011 Washington State Capital Budget Direct -Appropriation grant for a legislatively -approved
project. The Engrossed Substitute House Bill 1216, Section 1050 (4), enacted on May 15, 2009,
made an appropriation to support the Temporary Public Works Board Grant Program and directed
the Board to administer those funds.
1.3. PURPOSE
The Board and the Contractor have entered into this Contract to undertake a legislatively -approved
project that furthers the goals and objectives of Washington State. The project will be undertaken
by the Contractor and will include the activities identified in ATTACHMENT I: PROJECT SCOPE
OF WORK. The project must be undertaken in accordance with the Contract terms and conditions,
and all applicable state and local laws and ordinances, which by this reference are incorporated into
this Contract as though set forth fully herein.
1.4. ORDER OF PRECEDENCE
In the event of an inconsistency in this Contract, the inconsistency shall be resolved by giving
precedence in the following order.
A. Applicable federal and State of Washington statutes and regulations.
B. Special Terms and Conditions including all the attachments.
C. General Terms and Conditions.
1.5. GRANT AMOUNT
The Board shall pay an amount not to exceed the awarded grant amount of $1,700,000.00 for the
eligible costs necessary for or incidental to the performance of work as set forth in ATTACHMENT I:
PROJECT SCOPE OF WORK.
City of Renton Page 2 Contract Terms and Conditions
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
1.6. CERTIFICATION OF FUNDS
A The release of state funds under this Contract is contingent upon the Contractor certifying that
it has expended or has access to funds from other sources as set forth in ATTACHMENT II:
CERTIFICATION OF THE AVAILABILITY OF FUNDS TO COMPLETE THE PROJECT to
complete all the project activities identified in ATTACHMENT I: PROJECT SCOPE OF WORK.
Such sources may consist of a combination of any of the following:
i. Loans or grants.
ii. Eligible project expenditures prior to the execution of this contract.
iii. Cash dedicated to the project.
iv. Funds available through a letter of credit or other binding loan commitment(s).
v. Pledges from foundations or corporations.
vi. Pledges from individual donors.
vii. The value of real property when acquired solely for the purposes of this project, as
established and evidenced by a current market value appraisal performed by a licensed,
professional real estate appraiser, or a current property tax statement. The Board will not
consider appraisals for prospective values of such property for the purposes of
calculating the amount of matching fund credit.
viii. In -kind contributions, subject to the Board's approval.
B. The Contractor shall maintain records sufficient to evidence that it has access to or has
expended funds from such sources, and shall make such records available for the Board's
review upon reasonable request.
1.7. MODIFICATION TO THE PROJECT COSTS
Notwithstanding any other provision of this Contract, the Contractor may, at its discretion, make
modifications not to exceed fifteen percent (15%) of each cost category item in the ATTACHMENT
III: ESTIMATED PROJECT COSTS.
The Contractor shall notify the Board in writing when making any budget modifications that would
exceed fifteen percent (15%) of any cost category line item as identified in ATTACHMENT III:
ESTIMATED PROJECT COSTS. Nothing in this section shall be construed to permit an increase in
the amount of grant as set forth Section 1.5 of this Contract.
1.8. PROJECT EXPENDITURES ELIGIBLE FOR REIMBURSEMENT
Payments to the Contractor shall be made on a reimbursement basis only. For the purposes of this
Contract, eligible costs shall be construed to mean costs incurred and paid, or costs incurred and
payable within thirty (30) days. Only costs that have been incurred on or after May 15, 2009, are
eligible for reimbursement under this Contract.
The Contractor may be reimbursed for eligible costs related to the activities identified in
ATTACHMENT I: PROJECT SCOPE OF WORK, in the following cost categories:
A. Real property and costs directly associated with such purchase, when purchased or acquired
solely for the purposes of the project,
B- Design, engineering, architectural, and planning;
C. Archaeological/historical review;
D. Construction management and construction observation (from external sources only):
E. Construction costs including, but not limited to, the following:
City of Renton Page 3 Contract Terms and Conditions
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
i. Site preparation and improvements;
ii. Permits and fees,
iii. Labor and materials;
iv. Taxes on project goods and services;
v. Capitalized equipment;
vi. Information technology infrastructure; and
vii. Landscaping.
F. Insurance premiums as required in Section 1.19;
G. Other costs authorized through the legislation.
1.9. BILLING PROCEDURES AND PAYMENT
The Board shall reimburse the Contractor for eligible project expenditures up to the maximum
payable under this Contract. When requesting reimbursement for costs incurred or expenditures
made, the Contractor shall submit a signed and completed Invoice Voucher (Form A-19),
referencing the ATTACHMENT I: PROJECT SCOPE OF WORK project activity performed, and any
appropriate documentation. The Invoice Voucher must be certified by an official of the Contractor
with authority to bind the Contractor.
Each Invoice Voucher must be accompanied by a Project Status Report, which describes, in
narrative form, the progress made on the project since the last invoice was submitted, as well as a
report of project status to date. The Board will not release payment for any reimbursement request
received unless and until the Project Status Report is received. After approving the Invoice Voucher
and Project Status Report, the Board shall promptly remit a warrant to the Contractor.
The final Invoice Voucher payment shall not occur prior to the completion of all project activities as
identified in ATTACHMENT I: PROJECT SCOPE OF WORK. A sum not to exceed ten percent
(10%) of the grant amount will be retained until all project activities are complete and a Certified
Project Completion Report is completed and submitted by the Contractor, per Section 1.10.
The Contractor shall submit all Invoice Vouchers and any required documentation to:
Contracts Administration Unit
Department of Commerce
PO Box 42525
Olympia, WA 98504-2525
The Board will pay the Contractor upon acceptance of services provided and receipt of properly
completed invoices, which shall be submitted to the Board not more often than monthly.
Payment shall be considered timely if made by the Board within thirty (30) calendar days after
receipt of properly completed invoices. Payment shall be sent to the address designated by the
Contractor.
The Board may, in its sole discretion, terminate the Contract or withhold payments claimed by the
Contractor for services rendered if the Contractor fails to satisfactorily comply with any term or
condition of this Contract.
No payments in advance or in anticipation of services or supplies to be provided under this Contract
shall be made by the Board.
City of Renton Page 4 Contract Terms and Conditions
LG09-951.121 12/21/2009 2009-2011 Direct -Appropriation Contract
Duplication of Billed Costs. The Contractor shall not bill the Board for services performed under this
Contract, and the Board shall not pay the Contractor, if the Contractor is entitled to payment or has
been or will be paid by any other source, including grants, for that service.
Disallowed Costs. The Contractor is responsible for any audit exceptions or disallowed costs
incurred by its own organization or that of its subcontractors.
1.10. CERTIFIED PROJECT COMPLETION REPORT AND FINAL PAYMENT
The Contractor shall complete a Certified Project Completion Report when activities identified in
ATTACHMENT I: PROJECT SCOPE OF WORK are complete. The Board will supply the
Contractor with the Certified Project Completion Report forms upon request.
The Contractor shall provide the following information to the Board:
A. A certified statement of the actual dollar amounts spent, from all funding sources, in completing
the project as described in ATTACHMENT I: PROJECT SCOPE OF WORK.
B. A certified statement that the project, as described in ATTACHMENT I: PROJECT SCOPE OF
WORK, is complete and, if applicable, meets required standards.
C. Certification that all costs associated with the project have been incurred and accounted for.
Costs are incurred when goods and services are received and/or contract work is performed.
The Contractor will submit the Certified Project Completion Report together with the last Invoice
Voucher for a sum not to exceed the balance of the grant amount including the ten percent (10%)
retainage, as described in Section 1.9. The final Invoice Voucher payment shall not occur prior to
the completion of all project activities identified in ATTACHMENT I: PROJECT SCOPE OF WORK
and the Board's receipt of the Certified Project Completion Report.
1.11. REPORTS
The Contractor shall furnish the Board with Project Status Reports when submitting Invoice
Vouchers (as described in Section 1.9), Quarterly Project Reports at the end of each quarter, a
Certified Project Completion Report at project completion (as described in Section 1.10), and other
reports as the Board may require. Failure to file reports as requested may result in termination of
this Contract.
1.12. EVALUATION AND MONITORING
The Contractor shall cooperate with and freely participate in any monitoring or evaluation activities
conducted by the Board, including site inspections, if necessary.
The Contractor may be asked by the Board to provide photographs, either hard copy or
electronically, which visually depict the progress made on the project.
The Board or the State Auditor and any of their representatives shall have full access to and the
right to examine all of the Contractor's records with respect to all matters covered in this Contract.
Such representatives shall be permitted to audit, examine, and make excerpts or transcripts from
such records and to make audits of all contracts, invoices. materials, payrolls, and records of
matters covered by this Contract. Such rights last for six (6) years from the date final payment is
made hereunder.
City of Renton Page 5 Contract Terms and Conditions
LG09-951-121 12/2112009 2009-2011 Direct -Appropriation Contract
1.13. OWNERSHIP OF PROJECT/CAPITAL FACILITIES
The Board makes no claim to any real property improved or constructed with funds awarded under
this Contract and does not assert and will not acquire any ownership interest in or title to the capital
facilities and/or equipment constructed or purchased with state funds under this Contract. This
provision does not extend to claims that the Board may bring against the Contractor in recapturing
funds expended in violation of this Contract.
1.14. CHANGE OF OWNERSHIP OR USE FOR CONTRACTOR -OWNED PROPERTY
The Contractor understands and agrees that any or all assets acquired, constructed, or otherwise
improved by the Contractor using the funds under this Contract shall be held and used by the
Contractor for the purposes stated in ATTACHMENT I: PROJECT SCOPE OF WORK for a period
of at least ten (10) years from the date the final payment is made.
For a period of at least ten (10) years from the date the final payment is made, in the event that the
Contractor decides to change or transfer ownership of any or all assets acquired, constructed, or
otherwise improved by the Contractor using the funds under this Contract, the Contractor agrees
that any such decision or action must be submitted in writing and approved by the Board in writing
at least thirty (30) days prior to the execution of such decision or action.
In the event the Contractor is found to be out of compliance with this section, the Contractor shall
repay the principal amount of the grant as stated in Section 1.5, plus interest calculated at the rate
of interest on State of Washington general obligation bonds issued most closely to the effective
date of the legislation in which the subject asset was authorized. Repayment shall be made
pursuant to Section 1.20. Recapture Provision.
1.15. CHANGE OF USE FOR LEASED PROPERTY
The Contractor understands and agrees that any facility leased by the Contractor that is
constructed, renovated, or otherwise improved using state funds under this Contract shall be used
by the Contractor for the purposes stated in ATTACHMENT I: PROJECT SCOPE OF WORK for a
period of at least ten (10) years from the date the final payment is made.
In the event the Contractor is found to be out of compliance with this section, the Contractor shall
repay the principal amount of the grant as stated in Section 1.5, plus interest calculated at the rate
of interest on State of Washington general obligation bonds issued most closely to the effective
date of the legislation in which the subject facility was authorized. Repayment shall be made
pursuant to Section 1.20. Recapture Provision.
1.16. HISTORICAL AND CULTURAL ARTIFACTS
In the event that historical or cultural artifacts are discovered at the project site during construction,
the Contractor shall immediately stop construction and notify the state historical preservation officer
at the Washington State Department of Archaeology and Historic Preservation.
In the event that the Contractor finds it necessary to amend ATTACHMENT I: PROJECT SCOPE
OF WORK, the Contractor may be required to re -comply with Executive Order 05-05.
1.17. SIGNAGE, MARKERS, AND PUBLICATIONS
If, during the period covered by this Contract, the Contractor displays or circulates any
communication, publication, or donor recognition identifying the financial participants in the project,
any such communication or publication must identify "The Taxpayers of Washington State" as a
participant.
City of Renton Page 6 Contract Terms and Conditions
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
1.18. PREVAILING WAGE LAW
The project funded under this Contract is subject to state prevailing wage law (Chapter 39.12
RCW). The Contractor is advised to consult the Industrial Statistician at the Washington
Department of Labor and Industries to determine the prevailing wages that must be paid. The
Board is not responsible for determining the prevailing wages applying to this project or for any
prevailing wage payments that may be required by law.
1.19. INSURANCE
A. Private Organizations
The Contractor shall provide insurance coverage as set out in this section. The intent of the
required insurance is to protect the State of Washington should there be any claims, suits,
actions, costs, damages, or expenses arising from any loss, or negligent or intentional act or
omission of the Contractor or its subcontractors, or agents of either, while performing under the
terms of this Contract.
The insurance required shall be issued by an insurance company authorized to do business
within the State of Washington. Except for Professional Liability or Errors and Omissions
Insurance, the insurance shall name the State of Washington, its agents, officers, and
employees as additional insureds under the insurance policy. All policies shall be primary to
any other valid and collectable insurance. The Contractor shall instruct the insurers to give the
Board thirty (30) calendar days advance notice of any insurance cancellation or modification.
The Contractor shall submit to the Board within fifteen (15) calendar days of the Contract start
date, a certificate of insurance, which outlines the coverage and limits required under this
insurance section. During the term of the Contract, the Contractor shall submit renewal
certificates not less than thirty (30) calendar days prior to expiration of each policy required
under this section.
The Contractor shall provide insurance coverage that shall be maintained in full force and effect
during the term of this Contract, as follows:
Commercial General Liability Insurance Polic. Provide a Commercial General Liability
Insurance Policy, including contractual liability, written on an occurrence basis, in adequate
quantity to protect against legal liability arising out of Contract activity but no less than
$1,000,000 per occurrence. Additionally, the Contractor is responsible for ensuring that any
subcontractors provide adequate insurance coverage for the activities arising out of
subcontracts.
Automobile Liability. In the event that performance pursuant to this Contract involves the use of
vehicles, owned or operated by the Contractor or its subcontractors, automobile liability
insurance shall be required. The minimum limit for automobile liability is $1,000,000 per
occurrence, using a Combined Single Limit for bodily injury and property damage.
Professional Liability. Errors. and Omissions Insurance. The Contractor shall maintain
Professional Liability or Errors and Omissions Insurance. The Contractor shall maintain
minimum limits of no less than $1,000,000 per occurrence to cover all activities by the
Contractor and licensed staff employed or under Contract to the Contractor. The State of
Washington, its agents, officers, and employees need not be named as additional insureds
under this policy.
Fidelity Insurance. Every officer, director, employee, or agent who is authorized to act on
behalf of the Contractor for the purpose of receiving or depositing funds into program accounts
City of Renton Page 7 Contract Terms and Conditions
LG09-951-121 12121/2009 2009-2011 Direct -Appropriation Contract
or issuing financial documents, checks, or other instruments of payment for program costs shall
be insured to provide protection against loss:
The amount of fidelity coverage secured pursuant to this Contract shall be $100,000
or the highest of planned reimbursement for the Contract period, whichever is lowest.
Fidelity insurance secured pursuant to this paragraph shall name the Contractor as
beneficiary.
Subcontractors that receive $10,000 or more per year in funding through this
Contract shall secure fidelity insurance as noted above. Fidelity insurance secured
by subcontractors pursuant to this paragraph shall name the Contractor as
beneficiary.
The Contractor shall provide, at the Board's request, copies of insurance instruments or
certifications from the insurance issuing agency. The copies or certifications shall show the
insurance coverage, the designated beneficiary, who is covered, the amounts, the period of
coverage, and that the Board will be provided thirty (30) days advance written notice of
cancellation.
B. Self -Insured Contractors
With prior approval from the Board, the Contractor may provide insurance coverage under a
self-insured/liability pool or self -insured risk management program. In order to obtain
permission from the Board, the Contractor shall provide:
a description of its self-insurance program, and
a certificate and/or letter of coverage that outlines coverage, limits, and deductibles.
All self -insured risk management programs or self-insured/liability pool financial reports must
comply with Generally Accepted Accounting Principles (GAAP) and adhere to accounting
standards promulgated by:
Governmental Accounting Standards Board (GASB),
Financial Accounting Standards Board (FASB), and
iii. The Washington State Auditor's annual instructions for financial reporting.
Contractors participating in joint risk pools shall maintain sufficient documentation to support
the aggregate claim liability information reported on the balance sheet. The State of
Washington, its agents, and employees need not be named as additional insured under a self -
insured property/liability pool, if the pool is prohibited from naming third parties as additional
insured.
Contractor shall provide annually to the Board a summary of coverages and a letter of self-
insurance, evidencing continued coverage under Contractor's self-insured/liability pool or self -
insured risk management program. Such annual summary of coverage and letter of self-
insurance will be provided on the anniversary of the start date of this Contract.
Employers Liability ("Stop Gap") Insurance. In addition, the Contractor shall buy employers
liability insurance and, if necessary, commercial umbrella liability insurance with limits not less
than $1,000,000 each accident for bodily injury by accident of $1,000,000 each employee for
bodily injury or disease.
City of Renton Page 8 Contract Tenns and Conditions
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
Excess Coverage. By requiring insurance herein, the Board does not represent that coverage
and limits will be adequate to protect Contractor and such coverage and limits shall not limit
Contractor's liability under the indemnities and reimbursements granted to the Board in this
Contract.
Unemployment and Industrial Insurance. The Contractor shall be in full compliance with all
state unemployment and industrial insurance laws while performing work under this contract.
The Board will not be responsible for payment of industrial insurance premiums or for any other
claim or benefit for the Contractor, or any subcontractor or employee of the Contractor, which
might arise under the industrial insurance laws during performance of this contract.
Protection of Project Property, Contractor's Assumption of Risk. The Contractor shall
continuously maintain adequate protection of all the project work from damage and shall protect
the property from injury or loss arising in connection with this Contract. The entire work of the
Contractor shall be at the sole risk of the Contractor. The Contractor may elect to secure fire,
extended coverage, and vandalism insurance or all-risk insurance to cover the project work
during the course of construction. The Contractor shall take all necessary precautions for the
safety of employees working on the project, and shall comply with all applicable provisions of
federal, state, and local safety laws and building codes to prevent accidents or injuries to
persons, on, about, or adjacent to the premises where the work is being performed.
1.20. RECAPTURE PROVISION
In the event that the Contractor fails to expend state funds in accordance with state law and/or the
provisions of this Contract, the Board reserves the right to recapture state funds in an amount
equivalent to the extent of noncompliance. Repayment by the Contractor of state funds under this
recapture provision shall occur within thirty (30) days of demand. In the event that the Board is
required to institute proceedings to enforce this recapture provision, the Board shall be entitled to its
cost thereof, including reasonable attorney's fees.
1.21. REDUCTION IN FUNDS
In the event state funds appropriated for the work contemplated under this Contract are withdrawn,
reduced, or limited in any way by the Washington State Governor or Legislature during the Contract
period, the parties hereto shall be bound by any such revised funding limitations as implemented at
the discretion of the Board, and shall meet and renegotiate the Contract accordingly.
1.22. REAPPROPRIATION
The parties hereto understand and agree that any state funds not expended by June 30, 2011,
including the ten percent (10%) retainage as described in Section 1.8, will lapse on that date unless
specifically reappropriated by the Washington State Legislature or Governor. The Board will make
all necessary efforts to seek reappropriation of funds into the 2011-2013 biennium. If funds are so
reappropriated, the Board's obligation under the terms of this Contract shall be contingent upon the
terms of such reappropriation.
City of Renton Page 9 Contract Terms and Conditions
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
Part 2. GENERAL TERMS AND CONDITIONS
2.1. DEFINITIONS
As used throughout this Contract, the following terms shall have the meaning set forth below:
A. "Authorized Representative" shall mean the Public Works Board Chair and/or the designee
authorized in writing to act on the Chair's behalf.
B. "Contractor" shall mean the entity identified on the face sheet performing service(s) under this
Contract, and shall include all employees and agents of the Contractor.
C. "The Board" shall mean the Washington State Public Works Board created in Revised Code of
Washington (RCW) 43.155.030, and who is a Party to the Contract.
D. "Personal Information" shall mean information identifiable to any person, including, but not
limited to, information that relates to a person's name, health, finances, education, business,
use or receipt of governmental services or other activities, addresses, telephone numbers,
social security numbers, driver license numbers, other identifying numbers, and any financial
identifiers.
E. "State" shall mean the state of Washington.
F. "Subcontractor' shall mean one not in the employment of the Contractor, who is performing all
or part of those services under this Contract under a separate contract with the Contractor. The
terms "subcontractor" and "subcontractors" mean subcontractor(s) in any tier.
2.2. ALLOWABLE COSTS
Costs allowable under this Contract are actual expenditures according to an approved budget up to
the maximum amount stated on the Contract Award or Amendment Face Sheet.
2.3. ALL WRITINGS CONTAINED HEREIN
This Contract contains all the terms and conditions agreed upon by the parties. No other
understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to
exist or to bind any of the parties hereto.
2.4. AMENDMENTS
This Contract may be amended by mutual agreement of the parties. Such amendments shall not be
binding unless they are in writing and signed by personnel authorized to bind each of the parties.
2.5. AMERICANS WITH DISABILITIES ACT (ADA) OF 1990, PUBLIC LAW 101-336, ALSO
REFERRED TO AS THE "ADA" 28 CFR PART 35
The Contractor must comply with the ADA, which provides comprehensive civil rights protection to
individuals with disabilities in the areas of employment, public accommodations, state and local
government services, and telecommunications.
2.6. APPROVAL
This contract shall be subject to the written approval of the Board's Authorized Representative and
shall not be binding until so approved. The contract may be altered, amended, or waived only by a
written amendment executed by both parties.
2.7. ASSIGNMENT
Neither this Contract, nor any claim arising under this Contract, shall be transferred or assigned by
the Contractor without prior written consent of the Board.
City of Renton Page 10 Contract Terms and Conditions
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
2.8. ATTORNEYS' FEES
Unless expressly permitted under another provision of the Contract, in the event of litigation or
other action brought to enforce Contract terms, each party agrees to bear its own attorneys fees
and costs.
2.9. AUDIT
A. General Requirements
Contractors are to procure audit services based on the following guidelines.
The Contractor shall maintain its records and accounts so as to facilitate the audit requirement
and shall ensure that Subcontractors also maintain auditable records.
The Contractor is responsible for any audit exceptions incurred by its own organization or that
of its Subcontractors.
The Board reserves the right to recover from the Contractor all disallowed costs resulting from
the audit.
As applicable, Contractors required to have an audit must ensure the audits are performed in
accordance with Generally Accepted Auditing Standards (GAAS); Government Auditing
Standards (the Revised Yellow Book) developed by the Comptroller General.
Responses to any unresolved management findings and disallowed or questioned costs shall
be included with the audit report. The Contractor must respond to the Board requests for
information or corrective action concerning audit issues within thirty (30) days of the date of
request.
B. State Funds Requirements
Contractors expending $100,000 or more in total state funds in a fiscal year must have a
financial audit as defined by Government Auditing Standards (The Revised Yellow Book) and
according to Generally Accepted Auditing Standards (GAAS). The Schedule of State Financial
Assistance must be included. The schedule includes:
Contractor agency name
State program name
BARS account number
Contractor
Agency contract number
Contract award amount including amendments (total grant award)
Beginning balance
Current year revenues
Current year expenditures
Ending balance
Program total
If the Contractor is a state or local government entity, the Office of the State Auditor shall
conduct the audit. Audits of non-profit organizations are to be conducted by a certified public
accountant selected by the Contractor.
The Contractor shall include the above audit requirements in any subcontracts.
In any case, the Contractor's financial records must be available for review by the Board.
City of Renton Page 11 Contract Terms and Conditions
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
C. Documentation Requirements
The Contractor must send a copy of any required audit Reporting Package as described in
OMB Circular A-133, Part C, Section 320(c) no later than nine (9) months after the end of the
Contractor's fiscal year(s) to:
Department of Commerce
ATTN: Audit Review and Resolution Office
906 Columbia Street SW, Fifth Floor
PO Box 48300
Olympia WA 98504-8300
In addition to sending a copy of the audit, when applicable, the Contractor must include:
• Corrective action plan for audit findings within three (3) months of the audit being
received by the Board.
• Copy of the Management Letter.
2.10. CODE REQUIREMENTS
All construction and rehabilitation projects must satisfy the requirements of applicable local, state,
and federal building, mechanical, plumbing, fire, energy and barrier -free codes. Compliance with
the Americans with Disabilities Act of 1990 28 C.F.R. Part 35 will be required, as specified by the
local building Department.
2.11. CONFIDENTIALITY/SAFEGUARDING OF INFORMATION
A. "Confidential Information" as used in this section includes:
a. All material provided to the Contractor by the Board that is designated as "confidential"
by the Board,
b. All material produced by the Contractor that is designated as "confidential" by the
Board; and
All personal information in the possession of the Contractor that may not be disclosed
under state or federal law. "Personal information" includes but is not limited to
information related to a person's name, health, finances, education, business, use of
government services, addresses, telephone numbers, social security number, driver's
license number and other identifying numbers, and "Protected Health Information"
under the federal Health Insurance Portability and Accountability Act of 1996 (HIPAA).
B. The Contractor shall comply with all state and federal laws related to the use, sharing, transfer,
sale, or disclosure of Confidential Information. The Contractor shall use Confidential Information
solely for the purposes of this Contract and shall not use, share, transfer, sell or disclose any
Confidential Information to any third party except with the prior written consent of the Board or
as may be required by law. The Contractor shall take all necessary steps to assure that
Confidential Information is safeguarded to prevent unauthorized use, sharing, transfer, sale or
disclosure of Confidential Information or violation of any state or federal laws related thereto.
Upon request, the Contractor shall provide the Board with its policies and procedures on
confidentiality. The Board may require changes to such policies and procedures as they apply
to this Contract whenever the Board reasonably determines that changes are necessary to
prevent unauthorized disclosures. The Contractor shall make the changes within the time
period specified by the Board. Upon request, the Contractor shall immediately return to the
Board any Confidential Information that the Board reasonably determines has not been
adequately protected by the Contractor against unauthorized disclosure.
C. Unauthorized Use or Disclosure. The Contractor shall notify the Board within five (5) working
days of any unauthorized use or disclosure of any confidential information, and shall take
necessary steps to mitigate the harmful effects of such use or disclosure.
City of Renton Page 12 Contract Terms and Conditions
LG09-951-121 12/2112009 2009-2011 Direct -Appropriation Contract
2.12. CONFORMANCE
If any provision of this Contract violates any statute or rule of law of the state of Washington, it is
considered modified to conform to that statute or rule of law.
2.13. COPYRIGHT PROVISIONS
Unless otherwise provided, all Materials produced under this Contract shall be considered "works
for hire" as defined by the U.S. Copyright Act and shall be owned by the Board. The Board shall be
considered the author of such Materials. In the event the Materials are not considered "works for
hire" under the U.S. Copyright laws, the Contractor hereby irrevocably assigns all right, title, and
interest in all Materials, including all intellectual property rights, moral rights, and rights of publicity
to the Board effective from the moment of creation of such Materials.
"Materials" means all items in any format and includes, but is not limited to, data, reports,
documents, pamphlets, advertisements, books, magazines, surveys, studies, computer programs,
films, tapes, and/or sound reproductions. "Ownership" includes the right to copyright, patent,
register and the ability to transfer these rights.
For Materials that are delivered under the Contract, but that incorporate pre-existing materials not
produced under the Contract, the Contractor hereby grants to the Board a nonexclusive, royalty -
free, irrevocable license (with rights to sublicense to others) in such Materials to translate,
reproduce, distribute, prepare derivative works, publicly perform, and publicly display. The
Contractor warrants and represents that the Contractor has all rights and permissions, including
intellectual property rights, moral rights and rights of publicity, necessary to grant such a license to
the Board.
The Contractor shall exert all reasonable effort to advise the Board, at the time of delivery of
Materials furnished under this Contract, of all known or potential invasions of privacy contained
therein and of any portion of such document which was not produced in the performance of this
Contract. The Contractor shall provide the Board with prompt written notice of each notice or claim
of infringement received by the Contractor with respect to any Materials delivered under this
Contract. The Board shall have the right to modify or remove any restrictive markings placed upon
the Materials by the Contractor.
2.14. DISALLOWED COSTS
The Contractor is responsible for any audit exceptions or disallowed costs incurred by its own
organization or that of its Subcontractors.
2.15. DISPUTES
Except as otherwise provided in this Contract, when a dispute arises between the parties and it
cannot be resolved by direct negotiation, either party may request a dispute hearing with the Chair
of the Board, who may designate a neutral person to decide the dispute.
The request for a dispute hearing must:
• be in writing;
• state the disputed issues;
• state the relative positions of the parties;
• state the Contractor's name, address, and Contract number; and
• be mailed to the Chair and the other party's (respondent's) Representative within three (3)
working days after the parties agree that they cannot resolve the dispute.
The respondent shall send a written answer to the requestor's statement to both the Chair or the
Chair's designee and the requestor within five (5) working days.
City of Renton Page 13 Contract Terms and Conditions
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
The Chair or designee shall review the written statements and reply in writing to both parties within
ten (10) working days. The Chair or designee may extend this period if necessary by notifying the
parties.
The decision shall not be admissible in any succeeding judicial or quasi-judicial proceeding.
The parties agree that this dispute process shall precede any action in a judicial or quasi-judicial
tribunal.
Nothing in this Contract shall be construed to limit the parties' choice of a mutually acceptable
alternate dispute resolution (ADR) method in addition to the dispute hearing procedure outlined
above.
2.16. DUPLICATE PAYMENT
The Contractor certifies that work to be performed under this contract does not duplicate any work
to be charged against any other contract, subcontract, or other source.
2.17. ETHICS/CONFLICTS OF INTEREST
In performing under this Contract, the Contractor shall assure compliance with the Ethics in Public
Service Act (Chapter 42.52 RCW) and any other applicable state or federal law related to ethics or
conflicts of interest.
2.18. GOVERNING LAW AND VENUE
This Contract shall be construed and interpreted in accordance with the laws of the state of
Washington, and the venue of any action brought hereunder shall be in the Superior Court for
Thurston County.
2.19. INDEMNIFICATION
To the fullest extent permitted by law, the Contractor shall indemnify, defend, and hold harmless the
state of Washington, the Board, all other agencies of the state and all officers, agents and
employees of the state, from and against all claims or damages for injuries to persons or property
or death arising out of or incident to the Contractor's performance or failure to perform the Contract.
The Contractor's obligation to indemnify, defend, and hold harmless includes any claim by the
Contractor's agents, employees, representatives, or any Subcontractor or its agents, employees, or
representatives.
The Contractor's obligation to indemnify, defend, and hold harmless shall not be eliminated by any
actual or alleged concurrent negligence of the state or its agents, agencies, employees and officers.
Subcontracts shall include a comprehensive indemnification clause holding harmless the
Contractor, the Board, the state of Washington, its officers, employees and authorized agents.
The Contractor waives its immunity under Title 51 RCW to the extent it is required to indemnify,
defend and hold harmless the state and its agencies, officers, agents or employees.
2.20. INDEPENDENT CAPACITY OF THE CONTRACTOR
The parties intend that an independent contractor relationship will be created by this Contract. The
Contractor and its employees or agents performing under this Contract are not employees or
agents of the state of Washington or the Board. The Contractor will not hold itself out as or claim to
be an officer or employee of the Board or of the state of Washington by reason hereof, nor will the
Contractor make any claim of right, privilege or benefit which would accrue to such officer or
employee under law. Conduct and control of the work will be solely with the Contractor.
City of Renton Page 14 Contract Terms and Conditions
LG09-951-121 12t21l2009 2009-2011 Direct -Appropriation Contract
2.21. INDUSTRIAL INSURANCE COVERAGE
The Contractor shall comply with all applicable provisions of Title 51 RCW, Industrial Insurance. If
the Contractor fails to provide industrial insurance coverage or fails to pay premiums or penalties on
behalf of its employees as may be required by law, the Board may collect from the Contractor the
full amount payable to the Industrial Insurance Accident Fund. The Board may deduct the amount
owed by the Contractor to the accident fund from the amount payable to the Contractor by the
Board under this Contract, and transmit the deducted amount to the Department of Labor and
Industries, (L&I) Division of Insurance Services. This provision does not waive any of L&I's rights to
collect from the Contractor.
2.22. LAWS
The Contractor shall comply with all applicable laws, ordinances, codes, regulations and policies of
local and state and federal governments, as now or hereafter amended including, but not limited to:
Washington State Laws and Regulations
Affirmative action, RCW 41.06.020 (11).
Boards of directors or officers of non-profit corporations — Liability - Limitations, RCW 4 24,264.
Disclosure -campaign finances -lobbying, Chapter 42.17 RCW.
Discrimination -human rights commission, Chapter 49.60 RCW.
Ethics in public service, Chapter 42.52 RCW.
Housing assistance program, Chapter 43.185 RCW
Interlocal cooperation act, Chapter 39.34 RCW.
Noise control, Chapter 70.107 RCW.
Office of minority and women's business enterprises, Chapter 39.19 RCW and Chapter 326-02
WAC.
Open public meetings act, Chapter 42.30 RCW.
Prevailing wages on public works, Chapter 39.12 RCW.
Public records act, Chapter 42.56 RCW.
Relocation assistance - real property acquisition policy, Chapter 8.26 RCW.
Shoreline management act of 1971, Chapter 90.58 RCW.
State budgeting, accounting, and reporting system, Chapter 43.88 RCW.
State building code, Chapter 19.27 RCW and Energy -related building standards, Chapter 19.27A
RCW, and Provisions in buildings for aged and handicapped persons, Chapter 70.92 RCW,
State Coastal Zone Management Program, Publication 01-06-003, Shorelands and
Environmental Assistance Program, Washington State Department of Ecology.
State environmental policy, Chapter 43.21C RCW.
State Executive Order 05-05 Archeological and Cultural Resources.
2.23. LICENSING, ACCREDITATION AND REGISTRATION
The Contractor shall comply with all applicable local, state, and federal licensing, accreditation and
registration requirements or standards necessary for the performance of this Contract
2.24. LIMITATION OF AUTHORITY
Only the Authorized Representative or Authorized Representative's designee by writing
(designation to be made prior to action) shall have the express, implied, or apparent authority to
alter, amend, modify, or waive any clause or condition of this Contract.
2.25. LOCAL PUBLIC TRANSPORTATION COORDINATION
Where applicable, Contractor shall participate in local public transportation forums and implement
strategies designed to ensure access to services.
City of Renton Page 15 Contract Terms and Conditions
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
2.26. NONCOMPLIANCE WITH NONDISCRIMINATION LAWS
During the performance of this Contract, the Contractor shall comply with all federal, state, and
local nondiscrimination laws, regulations and policies. In the event of the Contractor's non-
compliance or refusal to comply with any nondiscrimination law, regulation or policy, this contract
may be rescinded, canceled or terminated in whole or in part, and the Contractor may be declared
ineligible for further contracts with the Board. The Contractor shall, however, be given a reasonable
time in which to cure this noncompliance. Any dispute may be resolved in accordance with the
"Disputes" procedure set forth herein.
2.27. POLITICAL ACTIVITIES
Political activity of Contractor employees and officers are limited by the State Campaign Finances
and Lobbying provisions of Chapter 42.17 RCW and the Federal Hatch Act, 5 USC 1501 - 1508.
No funds may be used for working for or against ballot measures or for or against the candidacy of
any person for public office.
2.28. PREVAILING WAGE LAW
The Contractor certifies that all contractors and subcontractors performing work on the Project shall
comply with state Prevailing Wages on Public Works, Chapter 39.12 RCW, as applicable to the
Project funded by this contract, including but not limited to the filing of the "Statement of Intent to
Pay Prevailing Wages" and "Affidavit of Wages Paid" as required by RCW 39.12.040. The
Contractor shall maintain records sufficient to evidence compliance with Chapter 39.12 RCW, and
shall make such records available for the Board's review upon request.
2.29. PROHIBITION AGAINST PAYMENT OF BONUS OR COMMISSION
The funds provided under this Contract shall not be used in payment of any bonus or commission
for the purpose of obtaining approval of the application for such funds or any other approval or
concurrence under this Contract provided, however, that reasonable fees or bona fide technical
consultant, managerial, or other such services, other than actual solicitation, are not hereby
prohibited if otherwise eligible as project costs.
2.30. PUBLICITY
The Contractor agrees not to publish or use any advertising or publicity materials in which the state
of Washington or the Board's name is mentioned, or language used from which the connection with
the state of Washington's or the Board's name may reasonably be inferred or implied, without the
prior written consent of the Board.
2.31. RECAPTURE
In the event that the Contractor fails to perform this contract in accordance with state laws, federal
laws, and/or the provisions of this contract, the Board reserves the right to recapture funds in an
amount to compensate the Board for the noncompliance in addition to any other remedies available
at law or in equity.
Repayment by the Contractor of funds under this recapture provision shall occur within the time
period specified by the Board. In the alternative, the Board may recapture such funds from
payments due under this contract.
2.32. RECORDS MAINTENANCE
The Contractor shall maintain all books, records, documents, data and other evidence relating to
this Contract and performance of the services described herein, including but not limited to
accounting procedures and practices which sufficiently and properly reflect all direct and indirect
City of Renton Page 16 Contract Terms and Conditions
LG09-951-121 1212112009 2009-2011 Direct -Appropriation Contract
costs of any nature expended in the performance of this Contract. Contractor shall retain such
records for a period of six years following the date of final payment.
If any litigation, claim or audit is started before the expiration of the six (6) year period, the records
shall be retained until all litigation, claims, or audit findings involving the records have been finally
resolved.
2.33. REGISTRATION WITH DEPARTMENT OF REVENUE
If required by law, the Contractor shall complete registration with the Washington State Department
of Revenue.
2.34. RIGHT OF INSPECTION
At no additional cost to the Board, all records relating to the Contractor's performance under this
Contract shall be subject at all reasonable times to inspection, review, and audit by the Board, the
Office of the State Auditor, and federal and state officials so authorized by law, in order to monitor
and evaluate performance, compliance, and quality assurance under this Contract. The Contractor
shall provide access to its facilities for this purpose.
2.35. SAVINGS
In the event funding from state, federal, or other sources is withdrawn, reduced, or limited in any
way after the effective date of this Contract and prior to normal completion, the Board may
terminate the Contract under the "Termination for Convenience" clause, without the ten business
day notice requirement. In lieu of termination, the Contract may be amended to reflect the new
funding limitations and conditions.
2.36. SEVERABILITY
If any provision of this Contract or any provision of any document incorporated by reference shall
be held invalid, such invalidity shall not affect the other provisions of this Contract that can be given
effect without the invalid provision, if such remainder conforms to the requirements of law and the
fundamental purpose of this Contract and to this end the provisions of this Contract are declared to
be severable.
2.37. SUBCONTRACTING
The Contractor may only subcontract work contemplated under this Contract if it obtains the prior
written approval of the Board.
If the Board approves subcontracting, the Contractor shall maintain written procedures related to
subcontracting, as well as copies of all subcontracts and records related to subcontracts. For
cause, the Board in writing may: (a) require the Contractor to amend its subcontracting procedures
as they relate to this Contract; (b) prohibit the Contractor from subcontracting with a particular
person or entity; or (c) require the Contractor to rescind or amend a subcontract.
Every subcontract shall bind the Subcontractor to follow all applicable terms of this Contract. The
Contractor is responsible to the Board if the Subcontractor fails to comply with any applicable term
or condition of this Contract. The Contractor shall appropriately monitor the activities of the
Subcontractor to assure fiscal conditions of this Contract. In no event shall the existence of a
subcontract operate to release or reduce the liability of the Contractor to the Board for any breach
in the performance of the Contractor's duties.
Every subcontract shall include a term that the Board and the State of Washington are not liable for
claims or damages arising from a Subcontractor's performance of the subcontract.
City of Renton Page 17 Contract Terms and Conditions
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
2.38. SURVIVAL
The terms, conditions, and warranties contained in this Contract that by their sense and context are
intended to survive the completion of the performance, cancellation or termination of this Contract
shall so survive.
2.39. TAXES
All payments accrued on account of payroll taxes, unemployment contributions, the Contractor's
income or gross receipts, any other taxes, insurance or expenses for the Contractor or its staff shall
be the sole responsibility of the Contractor.
2.40. TERMINATION FOR CAUSE / SUSPENSION
In event the Board determines that the Contractor failed to comply with any term or condition of this
Contract, the Board may terminate the Contract in whole or in part upon written notice to the
Contractor. Such termination shall be deemed "for cause." Termination shall take effect on the
date specified in the notice.
In the alternative, the Board upon written notice may allow the Contractor a specific period of time
in which to correct the non-compliance. During the corrective -action time period, the Board may
suspend further payment to the Contractor in whole or in part, or may restrict the Contractor's right
to perform duties under this Contract. Failure by the Contractor to take timely corrective action
shall allow the Board to terminate the Contract upon written notice to the Contractor.
"Termination for Cause" shall be deemed a "Termination for Convenience" when the Board
determines that the Contractor did not fail to comply with the terms of the Contract or when the
Board determines the failure was not caused by the Contractor's actions or negligence.
If the Contract is terminated for cause, the Contractor shall be liable for damages as authorized by
law, including, but not limited to, any cost difference between the original contract and the
replacement contract, as well as all costs associated with entering into the replacement. contract
(i.e., competitive bidding, mailing, advertising, and staff time).
2.41. TERMINATION FOR CONVENIENCE
Except as otherwise provided in this Contract the Board may, by ten (10) business days written
notice, beginning on the second day after the mailing, terminate this Contract, in whole or in part. If
this Contract is so terminated, the Board shall be liable only for payment required under the terms
of this Contract for services rendered or goods delivered prior to the effective date of termination.
2.42. TERMINATION PROCEDURES
After receipt of a notice of termination, except as otherwise directed by the Board, the Contractor
shall:
A. Stop work under the Contract on the date, and to the extent specified, in the notice;
B. Place no further orders or subcontracts for materials, services, or facilities related to the
Contract;
C. Assign to the State all of the rights, title, and interest of the Contractor under the orders and
subcontracts so terminated, in which case the Board has the right, at its discretion, to settle or
pay any or all claims arising out of the termination of such orders and subcontracts. Any
attempt by the Contractor to settle such claims must have the prior written approval of the
Board; and
D. Preserve and transfer any materials, contract deliverables and/or the Board property in the
Contractor's possession as directed by the Board.
City of Renton Page 18 Contract Terms and Conditions
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
Upon termination of the Contract, the Board shall pay the Contractor for any service provided by the
Contractor under the Contract prior to the date of termination. The Board may withhold any amount
due as the Board reasonably determines is necessary to protect the Board against potential loss or
liability resulting from the termination. The Board shall pay any withheld amount to the Contractor if
the Board later determines that loss or liability will not occur.
The rights and remedies of the Board under this section are in addition to any other rights and
remedies provided under this Contract or otherwise provided under law.
2.43. WAIVER
Waiver of any default or breach shall not be deemed to be a waiver of any subsequent default or
breach. Any waiver shall not be construed to be a modification of the terms of this Contract unless
stated to be such in writing and signed by Authorized Representative of the Board.
City of Renton Page 19 Contract Terms and Conditions
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
ATTACHMENT I:
PROJECT SCOPE OF WORK
PUBLIC WORKS BOARD
2009-2011 GRANT PROGRAMS —DIRECT -APPROPRIATION PROJECTS
Contractor: City of Renton
Contract Number: LG09-951-121
Project Title: Renton Hawk's Landing
The project's scope of work is comprised of the following activities:
Storm Drainage System:
The purpose of the public storm drainage system upgrade along Lake Washington Blvd.
near the NE 44th Street Exit 7 on Interstate-405 is to improve surface water facilities
improvements along public portions of Lake Washington Blvd. fronting the first phase of
the Hawk's Landing project that discharges into May Creek, a Class 1 salmon bearing
stream. The storm and sidewalk system proposed shall include design and construction
of approximately 240 feet of porous concrete sidewalk, curbing and catch basins south of
the first phase of the Hawk's Landing project. In addition, approximately 1,000 feet of
storm trunk -main, relocation of overhead power, installation of a water quality treatment
facility for treating public runoff would be constructed, as well as the Hawk's Landing
frontage catch basins. Anticipated project tasks include surveying, geo-technical
investigations, a wetlands and habitat analysis, utility potholing, hydrologic and hydraulic
analysis, permitting, preliminary design, final design plans, specifications, preparation of
contract documents, bidding, construction and construction inspections. The following is
the expected schedule:
• Submit consultant scope of work for Council approval by end of October 2009.
• Produce plans, specifications, and bid documents with permits by end of March 2010.
• Award bid by end of April 2010.
• Start construction by early June 2010.
• Complete construction by end of October 2010.
The storm drainage system will be designed and constructed in conjunction with the
proposed waterline design and construction.
Water Line Extension:
The purpose of the extension of about 1,250 feet of 12-inch diameter City -owned water line
is to provide sufficient water capacity for fire protection to properties in the vicinity of the
Exit 7 Area, including the Hawk's Landing project. There is currently no water line within
this portion of Lake Washington Blvd. The new water line will connect to an existing 12-
inch City water line, which ends south of the May Creek bridge and about 620 feet south of
the Hawk's Landing project. Anticipated project tasks include permitting, surveying,
preliminary design, final design, preparation of contract documents, permitting, bidding,
construction, construction inspection and coordination with other public, franchise, and
private utilities for relocation. The expected schedule for the design and construction of
the water line is the same as the schedule for the storm drainage improvement project and
is as follows:
• Submit consultant scope of work for Council approval by end of October 2009.
• Produce plans, specifications, and bid documents with permits by end of March 2010.
• Award bid by end of April 2010.
• Start construction by early June 2010.
• Complete construction by end of October 2010.
City of Renton
LG09-951-121
Page 20 Attachment I Project Scope of Work
12/21/2009 2009-2011 Direct -Appropriation Contract
May Creek Trail Connector:
Property acquisition to include title reports, appraisals, environmental assessment(s),
cultural and historical resources review, survey, lot line adjustment, legal and recording
fees. Construction to include design, environmental processes, mitigation and permitting.
The estimated start date is August 8, 2009 and the estimated completion date is August
2010.
If the above scope of work includes engineering, planning, or design activities, the Contractor shall make
all plans and documents funded in whole or in part by this Contract available for the Board's review upon
reasonable request.
The project will be considered complete when all the activities identified in the above scope of work are
complete. Additionally, the project performance measures listed below must be accomplished by October
2010.
Linear feet of pipe installed (anticipated approximately 1,250 feet): Compared to current
data, the improvements to the public storm drainage system along Lake Washington Blvd
North will reduce flooding and improve storm drainage capacity for the existing roadway
by 15% and improve storm water quality treatment on Lake Washington Blvd. North
project area, which discharges directly into May Creek, by 80%. Estimated completion
date: October 2010.
Linear feet of water line pipe installed: The installation of approximately 1,450 linear feet of
12-inch water line along Lake Washington Blvd. will provide adequate and neded water
capacity for fire protection of public and private properties along the Exit 7 corridor. The
new water line will also increase the reliability and redundancy of the City's water supply
since it will provide a looped system and eliminates an dead-end system.
Performance measures for the installation and completion of the water line extension are:
1. The fire flow capacity of the City's water system will increase from the current 2,800
gallon per minute to 5,600 gallons per minute after completion of the water line extension.
2. The reliability and the redundancy of the water supply to the Exit 7 area will double, a
100% increase, since the system will then have a two-way feed instead of the current a
single feed. Estimated completion date: October 2010.
Linear feet of trail developed for May Creek Trail connection (estimated approximately
1,000 feet). Estimated completion date: October 2010.
The Contractor, by its signature below, certifies that the project's scope of work and performance
measures set forth above have been reviewed and approved by the Contractor's governing body as of
the date and year written below.
SIGNATURE
NAME
TITLE
DATE
City of Renton
LG09-951-121
Page 21 Attachment I: Project Scope of Work
12/21/2009 2009-2011 Direct -Appropriation Contract
ATTACHMENT II:
CERTIFICATION OF THE AVAILABILITY OF FUNDS TO
COMPLETE THE PROJECT
PUBLIC WORKS BOARD
2009-2011 GRANT PROGRAMS —DIRECT -APPROPRIATION PROJECTS
Contractor: City of Renton
Contract Number: LG09-951-121
ype of Funding
Funding Source
Amoun
This Direct -Appropriation
Grant
Grants - - '-
Grant #1
Washington State Public Works Board
$1,700,000.00
$0.00
Grant #2
$0 00
Grant #3
$0.00
Total Grants
Loan :I
Loan #1
_
$0.00
$0.00
Loan #2
$0.00
Loan #3
$0 00
Total Loans
$0.00
Local Revenue
Local Revenue #1
City of Renton Surface Water Utility
$100,000.00
Local Revenue #2
$0 00
Local Revenue #3
$0 00
Total Local Revenue
Other Funds
$100,000.00
Other Funds #1
$0.00
Other Funds #2
$0.00
Total Other Funds
$0.00
TOTAL PROJECT FUNDING
$1,800,000.00
The Contractor, by its signature below, certifies that project funding from sources other than those
provided by this Contract and identified above has been reviewed and approved by the Contractor's
governing body or board of directors, as applicable, and has either been expended for eligible project
expenses, or is committed in writing and available and will remain committed and available solely and
specifically for carrying out the activities described in ATTACHMENT I: PROJECT SCOPE OF WORK, as
of the date and year written below. The Contractor shall maintain records sufficient to evidence that It has
City of Renton Page 22 Attachment II: Availability of Funds Certification
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
expended or has access to the funds needed to complete the activities described in ATTACHMENT I
PROJECT SCOPE OF WORK, and shall make such records available for the Board's review upon
reasonable request.
SIGNATURE
NAME
TITLE
DATE
City of Renton Page 23 Attachment It: Availability of Funds Certification
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
ATTACHMENT III:
ESTIMATED PROJECT COSTS
PUBLIC WORKS BOARD
2009-2011 GRANT PROGRAMS —DIRECT -APPROPRIATION PROJECTS
Contractor: City of Renton
Contract Number: LG09-951-121
Cost Category :__.,..
Engineering Report
mount.
$0.00
Cultural & Historical Resources Review (Section 106 or EO 05-05)
$6,000.00
Environmental Review
$5,000.00
Land/Right-of-Way Acquisition
$250,000.00
I Permits
$0.00
Public Involvement/Information
$0.00
Bid Documents
$0 00
Construction
$1,200,000.00
Other: Survey
$10,000.00
Other: Legal & Real Estate Fees, Title Reports, Appraisals
$29,000.00
Other: Stormwater - design plans, specification, permit costs
$240,000.00
Other: Water Line - design engineering, plans, specifications
$60,000,00
Other:
$0 00
Other:
$0.00
TOTAL ESTIMATED PROJECT COSTS
$1,800,000,00
The Contractor, by its signature below, certifies that the Estimated Project Costs set forth above have
been reviewed and approved by the Contractor's governing body or board of directors, as applicable, as
of the date and year written below.
SIGNATURE
NAME
TITLE
DATE
City of Renton Page 24 Attachment III: Estimated Project Costs
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
ATTACHMENT IV:
CERTIFICATION OF THE PAYMENT AND REPORTING OF
PREVAILING WAGES
PUBLIC WORKS BOARD
2009-2011 GRANT PROGRAMS —DIRECT -APPROPRIATION PROJECTS
Contractor: City of Renton
Contract Number: LG09-951-121
The Contractor, by its signature below, certifies that all contractors and subcontractors performing work
on the project as described in ATTACHMENT I: PROJECT SCOPE OF WORK shall comply with
prevailing wage laws set forth in Chapter 39.12 RCW, as applicable to the project funded by this Contract,
including but not limited to the filing of the "Statement of Intent to Pay Prevailing Wages" and "Affidavit of
Wages Paid" as required by RCW 39.12.040. The Contractor shall maintain records sufficient to
evidence compliance with Chapter 39.12 RCW, and shall make such records available for the Board's
review upon request.
If any state funds are used by the Contractor for the purpose of construction, applicable State Prevailing
Wages must be paid.
The Contractor, by its signature below, certifies that the declaration set forth above has been reviewed
and approved by the Contractor's governing body as of the date and year written below.
SIGNATURE
NAME
TITLE
DATE
City of Renton
LG09-951-121
Page 25
12/21/2009
Attachment IV: Prevailing Wages Certification
2009-2011 Direct -Appropriation Contract
ATTACHMENT V:
CERTIFICATION OF THE INTENT TO ENTER THE LEADERSHIP IN
ENERGY AND ENVIRONMENTAL DESIGN (LEED)
CERTIFICATION PROCESS
PUBLIC WORKS BOARD
2009-2011 GRANT PROGRAMS —DIRECT -APPROPRIATION PROJECTS
Contractor: City of Renton
Contract Number: LG09-951-121
The Contractor, by its signature below, certifies that it will enter into the Leadership in Energy and
Environmental Design (LEED) certification process, as stipulated in RCW 39.35D, as applicable to the
project described in ATTACHMENT L PROJECT SCOPE OF WORK funded by this Contract. The
Contractor shall, upon receipt of LEED certification by the United States Green Building Council, provide
documentation of such certification to the Board.
The Contractor, by its signature below, certifies that the declaration set forth above has been reviewed
and approved by the Contractor's governing body or board of directors, as applicable, as of the date and
year written below.
SIGNATURE
NOT APPLICABLE
E. �6EEQ.exempt project)
TITLE
DATE
City of Renton Page 26 Attachment V LEED Certification
LG09-951-121 12/21/2009 2009-2011 Direct -Appropriation Contract
PUBLIC WORKS DEPARTMENT
g
cr L��
�emon
M E M O R A N D U M
DATE:
December 30, 2009
TO:
Peter Hahn, PW Deputy Administrator - Transportation
Neil Watts, Development Services Director
Suzanne Dale-Estey, Economic Development Director
Michael Stenhouse, Maintenance Services Director
David Christensen, Wastewater Utility Supervisor
Abdoul Gafour, Water Utility Supervisor
Jennifer Henning, CED Current Planning Manager
FROM:
Ron Straka, Surface Water Utility Supervisor (ext. 7248)
STAFF CONTACT:
Steve Lee, Surface Water Engineer (ext. 7205) 4Z-
SUBJECT:
Project Proposal — Lake Washington Boulevard North Storm
and Water System Improvement Project, SWP-27-3531
Attached for your review is the Surface Water Utility's project proposal for the Lake
Washington Boulevard North Storm and Water Improvement Project near Hawk's
Landing. Please complete and return the Management Acceptance page to Steve Lee by
January 13, 2010.
Thank you for your help. If you have any questions, please contact Steve.
Attachment
cc: Lys Hornsby, Utility Systems Director
h:\file sys\swp - surface water projects\swp-27 - surface water projects (cip)\27-3531 lake washington blvd-hawks
landing\1000 corres city\091210 Iwb project memo.doc\STLtp
Lake Washington Boulevard North
Storm and Water System Improvement Project
SWP-27-3531
r�•�rl�•iil �J�'>ti��
The purpose of the project is to install curb/gutter and portions of a sidewalk, a new storm
system, and a waterline extension within Lake Washington Boulevard North to meet the
infrastructure needs for future development in the vicinity of 1-405 Exit 7 area, including the
Hawk's Landing development. These improvements will be constructed in coordination with
frontage improvements that will be constructed on the Hawk's Landing Hotel site frontage.
PROJECT BACKGROUND
The Lake Washington Boulevard at Hawk's Landing Storm and Water System Improvement
Project is located west of 1-405 and south of NE 441h Street-Seahawks Way and west of the
frontage along the former site of Pan Abode Cedar Homes manufacturing location (see Figure
1). To the northwest is the VMAC, the home of the Seahawk's Headquarters and Training
facility, to the west are Barbee Mill and Quendall Terminals. To the south is May Creek.
The purpose of the Lake Washington Boulevard Storm and Water System Improvement Project
is to install a new storm system, waterline extension, curb, gutter, and approximately 320 feet
of sidewalk along Lake Washington Boulevard North to meet the infrastructure needs for
future development in the vicinity of the 1-405 Exit 7 area. Installation of this project is
intended to spur development activities in this area that has for decades been used as
industrial land and warehouse space. Most recently it has been the site of Pan Abode Cedar
Homes and is presently vacant with interest by the Alpert International, LLC to convert the 7.8
acre site into a hotel, office and retail shops development.
This project is funded from state investments through the Washington State Public Works
Board 2009 to 2011 Grant Programs Direct Appropriation Projects. This investment would
fund the water and stormwater related infrastructure improvements as well as a regional trail
connection that will act as a critical catalyst to make this development more attractive as a
major office and mixed use relocation area for the City's northern gateway area. In addition, it
is hoped that the Hawk's Landing development will help stimulate the cleanup and
redevelopment of the large Quendall Terminals waterfront property by enticing future
developers to a more vibrant area.
PROJECT DESCRIPTION
The proposed curb and gutter improvements will extend on the east side of Lake Washington
Boulevard North from 600 feet south of the intersection with Seahawks Way and continue
south to the existing May Creek Bridge sidewalk. The Hawk's Landing development will be
constructing the curbing and sidewalk north of the southern intersection and the City will be
constructing the curbing and sidewalk south of the southern intersection. The two new
entrances will be laid with asphalt and no decorative crosswalks. This project does not include
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 2 of 6
any City work for installing landscaping along the entire frontage and will be the developers
responsibility.
The stormwater system improvements include collecting Lake Washington Boulevard North
roadway and sidewalk runoff and treating the stormwater prior to discharging into a new
stormwater trunk pipe that will also convey upstream flows from existing WSDOT areas and
the Hawk's Landing development. The stormwater trunk line will connect from the existing
WSDOT manhole and extend south to the existing culvert north of the May Creek Bridge. The
storm system improvements will include providing water quality treatment for Lake
Washington Boulevard North's project area prior to discharging into May Creek.
The waterline extension includes the installation of approximately 1400 feet of 12-inch
waterline on Lake Washington Boulevard North from North 401h Street to NE 44th Street. A
portion of the waterline will be installed inside an existing 18-inch steel casing under
May Creek Bridge. The water system improvements will be designed to serve existing and
future development in the area and will improve fire flow and water system redundancy.
Other dry, franchise utilities present in the area include gas, telephone, power and fiber optic
lines that may conflict with the new stormwater, water, curb/gutter and sidewalk
improvements. Two high voltage power poles will need to be relocated by PSE as a result of
the gutter line relocation. During the design process, the franchise utilities will be potholed
and surveyed to identify their location and elevation. The Surface Water Utility, Water Utility
and the Engineering Consultant will work with the franchise utility owners to resolve any
conflicts.
Construction will be partially in the City right-of-way and in easements on private property.
After construction is completed, the public and private property will need to be restored.
Restoration will include patching the asphalt road, fixing any concrete curb and gutter, and any
other items that may be affected by construction.
The project will include the following elements:
• Easements: New permanent utility easements will be needed for the stormwater trunk -
line on the Hawk's Landing property, and temporary construction easements need to be
obtained from the private property owners to cover the entire area where the new storm
and water quality system will be located and constructed.
The property owners expected to be involved are Alpert International, LLP and the Port
Quendall Company (or whoever owns the land). Alpert International shall obtain the
release of the WSDOT easement for the existing upstream storm pipe that discharges into
the Lake Washington Boulevard North drainage system.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LWB Project Proposal.doc\STLtp
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 3 of 6
• Surveying: The contract with the Engineering Consultant will include surveying for a base
map survey of the existing drainage system, the existing water main, various dry utilities,
topography, and other miscellaneous structures.
Design: The Surface Water Utility (SWU) and Water Utility (WU) will have an Engineering
Consultant design the new stormwater system and water main extension. The work will
include surveying, geo-technical investigation (boring and soil samples), hydraulic analysis,
private utility investigation, final plans, construction plans and specifications, and
construction assistance and observation.
• Environmental Review and Permits: The SWU, with assistance from the consultant, will
prepare the SEPA checklist for the project and submit it to Development Services for
review.
A Hydraulic Permit (HPA) from the State may be required since the project connects to an
open ditch/channel/culvert with potential wetlands in the channel. Work to remove
wetlands, depending on the size of the wetland, may trigger the need for an HPA. The
consultant shall determine if a HPA is required. A Shoreline Permit shall be needed.
• Construction: The City will advertise the project for bids. The bid will be awarded by the
City Council to the lowest responsible bidder. Construction inspection will be by City
inspectors with specialty inspection assistance provided by the consultant.
CONSTRUCTION DATES:
Construction is planned to occur between early June 2010 to October 2010, provided that all
easements, franchise utilities relocations, and permits can be obtained in time to allow
construction during this time period.
TRANSPORTATION ROUTES/HAULING:
The contractor will probably negotiate and establish an equipment staging and material
storage area in the Hawk's Landing parcel. Construction hauling will probably use either Lake
Washington Boulevard North from the south or from the north via Exit 7 — from 1-405.
The contractor will need to post construction signs and may need flaggers to direct traffic
around the construction area. It is anticipated that Lake Washington Boulevard North will
need to remain open at all times during construction.
Typical construction hours are expected to be 7:00 a.m. to 5:00 p.m., Monday through Friday.
Lake Washington Boulevard North is a collector arterial. Truck traffic will be limited from the
south during the early morning hours or during weekends. Work on weekends will only occur
with approval from the City.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LWB Project Proposal.doc\STLtp
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 4 of 6
The contractor will be required to file a Traffic Control Plan with the City to identify hauling
routes and traffic control measures for the construction area.
Erosion control measures such as storm drain inlet protection, ditch rock berms, and filter
fabric fences, per the King County Surface Water Manual will be used. Any soil stockpiles not in
use will be covered with plastic sheets during rainy periods. Dust control will also be required
of the contractor. All construction equipment will be required to have muffler and exhaust
systems in good working order.
PRELIMINARY COST ESTIMATE
Construction Cost: $1,000,000 - $1,200,000
FUNDING SOURCE
The project will be funded through the Surface Water Utility Capital Improvement Program
(427) Budget with $100,000 and with $1,200,000 from the State of Washington Public Works
Board 2009-2011 Grant Programs Direct Appropriations Projects budget.
PROJECT SCHEDULE
Consultant Contract Executed in December 2009
Surveying Base Survey in late December 2009 to early January
2010
Easements Complete by April 2010
Environmental Review Submit by early February 2010 (if final Hawk's Landing
site plan is provided to City Project Manager by January
5, 2010)
Final Design March — April 2010
Bid Project May -June 2010
Begin Construction July 2010
End Construction October 2006
INVOLVEMENT AND PARTICIPATION
Community and WSDOT: The affected property owners will be contacted to obtain temporary
and permanent easements for the project. The Surface Water Utility and Water Utility have
already met with the property owners to discuss the project and their need to grant easements
for the project. The property owners in the project vicinity will be notified during the
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LWB Project Proposal.doc\STLtp
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 5 of 6
Environmental Review phase about the design and construction schedule. Property owners
will also be notified of upcoming construction after the bid is awarded. The Hawk's Landing
developer has already been notified to obtain the release of WSDOT easement from their
property.
Other Agencies: Other agencies will be notified about the project during the design and prior
to the start of construction.
Franchise Utilities: Franchise utilities will be notified prior to the design phase. The consultant
will coordinate with City staff and the Franchise Utilities to ensure their utilities are relocated
and coordinated with our construction. The contractor will be responsible to contact One -Call
Locates prior to beginning construction.
STAFFING
Project Management: The Project Manager is Steve Lee, Surface Water Utility.
Mapping: Surveying for base map and existing utilities will be performed by the Engineering
Consultant.
Geotechnical Investigations and Habitat/Wetland Investigations: Will be included as part of
the Engineering Consultant contract.
Design: The hydraulic analysis, design of the new storm system, design of the new water
system and construction plans and specifications will be part of the Engineering Consultant
contract.
In -House Reviews: Coordination with other City departments will be done during the design
phase of the project. There will be at least one meeting to review the proposed design with
other City departments. A design team will be formed if a sufficient number of other City
departments indicate the need for one.
Please complete the attached response form and return it to Steve Lee by January 13, 2010.
If you have any projects that may affect this proposal, please provide a scope of work, location
figure, and description of how they may be related.
If you have any questions, please contact Steve Lee at ext. 7205.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LWB Project Proposal.doc\STLtp
J
Lk WA Blvd Storm and Water System Project Proposal
December 30, 2009
Page 6 of 6
Management Acceptance and Commitment For The
LAKE WASHINGTON BOULEVARD NORTH STORM & WATER SYSTEM IMPROVEMENT PROJECT
at HAWK'S LANDING
❑ We concur with the project scope and schedule as outlined in this project proposal. We
are assigning (Ext. ) as our representative on
the design team.
❑ We concur with the project scope and schedule as outlined in this project proposal. We
are not assigning a representative to participate on the design team, but reserve our
right to participate in the standard review processes.
❑ We feel that the following item(s) are of concern or interest in relationship to this
project and would like to bring them to you attention:
(Signed)
(Name, Section or Division)
(Date)
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3531 Lake Washington Blvd -Hawks Landing\1000 Corres
City\091210 LWB Project Proposal.doc\STLtp
SE:79TX!EI
4
Fes. vl v@'. ..ice � •v � } �""4, +� _. • � ..�-�a� . i 1' .�.�
=- LIMITS OF
p PROJECT . «N-43RD5T'..w1' ;
llp
LIL
y_.a" -i ,y� r �.-' r .r�`•.;"i. �w �$..� win �� �r xaF..�.�:
in
,r to - 7� ✓
t s+-. i+" •. a°�A' t7A ! �*� a^TN sT e
16
t
c x +
N38TH
�., .� ` -- ♦ a•'" ,. - h , tic.
- T' I">- n-._ tea. �-R'fY' • i
F�k GvQE 1.. i 1 F
N
0 500
F t
s i
nsr
rEa
rA
CITY OF RENTON
LAKE WASHINGTON BOULEVARD
STORM & WATER IMPROVEMENTS
GXvLy 8c OabaY ne, Imo.
CONSULTING ENGINEERS
ee r
r
Public Works Board
906 Columbia St SW
PO Box 48319
Olympia, WA 98504-8319
PROJECT PROGRESS REPORT UPDATE FORM
Quarterly
Legal Name:
City of Renton
Grant/Loan Number:
LG09-951-121
Grant/Loan Amount:
$1,700,000.00
Project Title:
Renton Hawk's
Landing
Contact Person:
J.D. Wilson
425 430-7295
Staff Assigned
Denise Fr
(360) 725-2741
State Fiscal Year*: 2012
State Fiscal Quarter**: Q1
* State fiscal years start on July 1 and end on June 30 the following year, e.g., Fiscal Year 2009 starts on July
1, 2008, and ends on June 30, 2009.
** State fiscal year quarters are Q1=Jul, Aug, Sep, Q2=Oct, Nov, Dec; Q3=Jan, Feb, Mar; and Q4=Apr, May,
Jun
Activity
Expected Completion Date
MM/YY :
Percent Complete
(e.g., 20% :
Engineering Design/Report
12/1/2010
100.00
Cultural and Historical Resources
Review
1/1/2010
100.00
_
Environmental Review
3/1/2011
10/1 /2010
4/ 1 /2011
6/1 /2010
12/1 /2010
5/1/2011
8/1/2011
9/1/2011
8/1/2012
90.00
100.00
100.00
90.00
100.00
100.00
0.00
j 0.00
100.00
100.00 _
10.00
0.00
0.00
0.00
0.00
0.00
Land/Right-of-Way Acquisition
Permits
Public Involvement/information
Bid Documents
_
Award Construction Contract
_Start Construction _
Project In Use
_
Other: Trail Purchase & Sales
Agreement
Other: Trail Acquisition
Other: Complete Construction - Trail
Other:
Other:
Other:
Other:
Other:
Department of Health Application Number (if applicable)
Jobs reporting (if required): 0 Job hours, Percent FTE 0.00
LG09-951-121
Page 1
11/3/11
ti
Project Completion Date
Deadline for Contract project completion is: 2/2/2012
Deadline for Contract project completion is
Overall Project Completion Percent: 0
Issue or Difficulty identified THIS QUARTER
**MISSING FIELD VALUE**
Project Activity Status THIS QUARTER
Please describe the project progress over the last three months:
On the water/storm infrastructure portion of the project, project construction is 80% complete.
The storm system improvements have been completed in the last quarter. The water system
has been installed and tested and will be operational in October 2011 following the passing of
the water purity test. All construction work is scheduled for completion by the middle of
November 2011. Project close-out and final pay estimates are anticipated to be completed after
as -built plans are completed by the contractor following completion of construction.
On the trail portion of the project, the propoerty has been acquired and the City has nearly
finalized the consultant Scope of Services. The scope develops a project that can be bid
(contract document package) and includes the required environmental analysis. The estimated
timeframe to complete the environmental work and a biddable contract document package is six
months, with construction to follow.
Describe encountered issues or difficulties (if any) that may cause project delays:
Does the project scope of work need to be revised?
False
Please contact your Contracts Administration Unit (CAU) regional project manager as soon as
possible if the above Contract project completion date cannot be met or if your project is
complete
Does the Contract Notice to Proceed need to be extended?False
Does the Contract Completion Date need to be extended?True
Does this project need or are you requesting Technical Assistance?
False
None
LG09-951-121 Page 2 11/3/2011
Public Works Board
O _ 906 Columbia St SW
PO Box 48319
Olympia, WA 98504-8319
Disadvantaged Business Enterprise Information (DBEs)(Drinking Water Private and
ARRA Loans Only)
Did you award any contracts this Quarter? Select One
Total contracted out this Quarter or Reporting Period: 0.00
Type
Contract
Award
Type of
Contractor Name
Contractor
Business
Total
Date
Service
Address
Minority Owned
0.00
Construction
Women Owner
0.00
Construction
Small Business
0.00
Construction
SBE
0.00
Construction
Historically
0.00
Construction
Underutilized
Business HU B
Labor Surplus
0.00
Construction
Area Firm
LSAF
Other Entities
0.00
Construction
meeting EPA's
DBE
Re uirmenta
Dedicated Repayment Account and Fiscal Expenditures (Drinking Water Private SRF
Loans Only)
Please enter the current account balance for the repayment account: $0.00
During the fiscal year, how much has your system expended using federal funds? 0.00
(Fiscal year is your fiscal year as determined by your organization)
Jurisdiction fiscal year break down:
LG09-951-121
Page 3
1113/11
Contractor and Subcontractor Information (Drinking Water Private ARRA Loans Only)
Contractor/Subcontractor
Tax Identification Number
Amount Paid this Quarter
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
Total Paid out
0.00
Jurisdiction overhead/administrative cost this quarter/reporting period. 0.00
LG09-951-121 Page 4 11/3/2011