Loading...
HomeMy WebLinkAboutTrans 2014-07-28 COMPLETE AGENDA PACKETCity of Tukwila Transportation Committee • Allan Ekberg, Chair • Dennis Robertson ❖ Kate Kruller Distribution: A. Ekberg D. Robertson K. Kruller D. Quinn Mayor Haggerton D. Cline L. Humphrey B. Giberson F. Iriarte R. Tischmak G. Labanara P. Brodin S. Kerslake M. Hart Clerk File Copy 2 Extra Place pkt pdf on Z: \TC -UC Agendas e -mail cover to: A. Le, C. O'Flaherty, D. Almberg, B. Saxton, S. Norris, M. Hart, L. Humphrey AGENDA MONDAY, JULY 28, 2014 — 5:15 PM FOSTER CONFERENCE Room — 6300 BUILDING (formerly known as Conference Room #1) Next Scheduled Meeting: Monday, August 11, 2014 15 The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206- 433 -0179 for assistance. Item Recommended Action Page 1. PRESENTATION(S) 2. BUSINESS AGENDA a) I -5 /Klickitat Dr — Unstable Slope /Elevated Walkway a) Information only Pg. 1 WSDOT's Local Agency Participating Agreement b) 42nd Ave S Phase III (Southcenter Blvd — S 160th St) b) Information only Pg. 23 Stormwater Detention Pond on City -owned Property 3. SCATBd SCATBd's August 19, 2014 Meeting has been cancelled 4. MISCELLANEOUS 5. ANNOUNCEMENTS Future Agendas: • Automated Traffic Enforcement Next Scheduled Meeting: Monday, August 11, 2014 15 The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206- 433 -0179 for assistance. un ' 1908 TO: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Transportation Committee p FROM: Bob Giberson, Public Works Director/ebb BY: Grant Griffin, Senior Program Manager DATE: July 25, 2014 SUBJECT: I -5 /Klickitat Dr — Unstable Slope /Elevated Walkway Project No. 91410406 WSDOT Local Agency Participating Agreement ISSUE Execute GCB -1876 with the Washington State Department of Transportation (WSDOT) for the I -5 /Klickitat Dr — Unstable Slope /Elevated Walkway Project. BACKGROUND The slope above the Klickitat Drive retaining wall, located in WSDOT right -of -way, became unstable and started to slide in late March 2014 after record rainfall. The landslide damaged the foundation of the Tukwila -owned elevated timber walkway and caused nearby trees to fall, which caused further damage to the structure. Federal Emergency Relief (ER) funds were approved in early May 2014 after Governor Inslee declared an emergency in 5 counties. City Council approved the Emergency Resolution No. 1830 for the I -5 /Klickitat Dr — Unstable Slope /Elevated Walkway Project on June 2, 2014. DISCUSSION It has been deemed to be in the public's best interest for WSDOT to include the elevated walkway work in the construction contract for the stabilization and permanent restoration of the landslide. Pursuant to Title 47 RCW, GCB 1876 sets the terms, conditions, and performances for the construction of the WSDOT/Tukwila jointly prepared Klickitat Drive hillside stabilization and elevated walkway repair. Tukwila is responsible for the walkway repair cost detailed in the contract. FISCAL IMPACT The City's portion of the WSDOT construction contract is $213,376.00 to perform the repair of the walkway. Emergency relief funds have been authorized by WSDOT Highways & Local Programs and the Federal Emergency Relief Program with the requirement of a 13.5% local match. The Annual Bridge Program funds will supply the portion of the City's match which is estimated to be $37,713.00 for design and construction of the walkway repair. Contract Estimates Federal Portion City Match Walkway Repair Design $ 65,974.00 $ 57,067.00 $ 8,907.00 Walkway Repair Construction 213.376.00 184,570.00 28,806.00 Total $279,350.00 $241,637.00 $37,713.00 RECOMMENDATION Information only. Due to the State Emergency Proclamation and City Emergency Resolution No. 1830, only the Mayor's approval is needed for the Local Agency Participating Agreement GCB -1876 with WSDOT as part of the I -5 /Klickitat Dr — Unstable Slope /Elevated Walkway Project. attachments: Resolution No. 1830, declaring an Emergency WSDOT GCB 1876 W:1PW Eng1PROJECTSW RW 8 RS Projects1Klickilat Dr Elevated Walkway Repair (91410406)1PE1Construction LAA Supplementllnfo Memo TC WSDOT GCB -1876 LA Participating Ag gl.doc 1 City of Tukwila Washington Resolution No. %g,30 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, DECLARING AN EMERGENCY IN RESPONSE TO DAMAGES TO PUBLIC PROPERTY DUE TO A LANDSLIDE ABOVE KLICKITAT DRIVE. WHEREAS, a series of severe storms occurred in March 2014, triggering landslides in five Washington counties and causing the Governor of the State of Washington to declare a state of emergency; and WHEREAS, it has been determined that the unusually heavy rains reactivated a large dormant landslide on the Washington State Department of Transportation (WSDOT) right -of -way above the Klickitat Drive concrete retaining wall, causing a new slide; and WHEREAS, continued sliding of the unstable slope would overtop the retaining wall and spill soil and toppled trees onto the roadway; and WHEREAS, the renewed sliding has damaged the City of Tukwila -owned elevated walkway within the slide zone; and WHEREAS, the repairs to slope and the walkway are required immediately in the interest of public safety and welfare; and WHEREAS, it is in the City of Tukwila's interest for the elevated walkway repair to be included in a joint contract with the WSDOT slope stabilization project; and WHEREAS, RCW 39.04.280 provides for emergency declarations and competitive bidding exemptions; and WHEREAS, the Mayor of Tukwila declared an emergency on April 2, 2014, in order to allow accelerated contracting and administration of City and federal funds to restore damages and prevent further impacts to public and private property; and WHEREAS, the City Council wishes to provide their support and endorsement of the Mayor in his action to declare an emergency and for the City's efforts to respond to the emergency; W: \Word Processing \Resolutions \Emergency- Klickitat Dr elevated walkway 5 -20 -14 GL:bjs Page 1 of 2 2 NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: The City Council supports the Mayor in his declaration of emergency and authorizes the execution of contracts or agreements due to damages and the need for protective actions brought about by the Klickitat landslide, and hereby authorizes City forces to respond in the most effective and expedient manner, without regard for the procedures and formalities that would otherwise govern the assignment of duties, procurement of materials, and contracting of services. This situation is an emergency as defined in RCW 39.04.280(3). PASSED BY THE CITY COUNCIL F THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this ��d day of "j i.w,v Q , 2014. ATTEST /AUTHENTICATED: i Christy O'Flah - , MMC, City Clerk/ APPROVED AS TO FORM BY: wShelley M. Kerslake, City Attorney De'Sean Quinn, Council President Filed with the City Clerk: Passed by the City Council: Resolution Number: W: \Word Processing\Resolutions \Emergency - Klickitat Dr elevated walkway 5 -20 -14 GL:bjs Page 2 of 2 3 LOCAL AGENCY PARTICIPATING AGREEMENT WORK BY STATE — ACTUAL COST GCB 1876 THIS AGREEMENT is made and entered into between the Washington State Department of Transportation, herein after the "STATE," and the City of Tukwila, 6200 Southcenter Boulevard, Tukwila, WA 98188, a governmental entity, herein after the "LOCAL AGENCY." WHEREAS, in March of 2014, heavy rainfall saturated the hillside above Klickitat Drive and initiated a landslide (the "Landslide "), which required the STATE to remove fallen trees disturbed by the Landslide in order to maintain access to the Southbound on ramp to Interstate 5, through Klickitat Drive; and WHEREAS, the toe of the Landslide also displaced and partially destroyed the underlying foundation and substructure of the LOCAL AGENCY owned and maintained, elevated wood - boardwalk structure (the "Walkway ") that facilitates pedestrian connectivity parallel to Klickitat Drive; and WHEREAS, in order to repair damage caused by the Landslide, the STATE proposes to remove the damaged Walkway and the mobilized landslide debris immediately above the cylinder pile wall; and construct a quarry spall shear -key buttress and quarry spall blanket on the lower portion of the hillside; and WHEREAS, the LOCAL AGENCY proposes to prepare the plans, specifications and cost estimates (PS &E) for the repair and replacement of the Walkway; and WHEREAS, the LOCAL AGENCY has requested the STATE to incorporate its Walkway PS &E into the STATE's construction project, and as part of the STATE's construction project to perform the construction of the Walkway, herein the Work, as described in Exhibit B; and WHEREAS, it is deemed to be in the public's best interest for the STATE to include the requested Work in the STATE's construction contract for the stabilization and permanent restoration of the Landslide, NOW, THEREFORE, pursuant to chapter 39.34 RCW, the above recitals that are incorporated herein as if fully set forth below, and in consideration of the terms, conditions, and performances contained herein, and the attached Exhibits A and B which are incorporated and made a part hereof, IT IS MUTUALLY AGREED AS FOLLOWS: A. Due to the emergency nature of the Project and Work identified herein, the below timelines may be modified as the Parties agree after the execution of this Agreement. Page 1 GCB 1876 4 1.1 1. PLANS, SPECIFICATIONS, AND COST ESTIMATES The STATE, on behalf of the LOCAL AGENCY, agrees to perform the Work, as further provided herein and pursuant to the attached exhibits. Exhibit A is the Cost Estimate and Exhibit B further defines the Work to be constructed for the LOCAL AGENCY. The combination of the LOCAL AGENCY's Work and the STATE's improvements hereinafter constitute the Project. 1.2 The LOCAL AGENCY shall provide the STATE with PS &E for the Work by June 25, 2014. 1.2.1 The PS &E shall be in accordance with the state of Washington Standard Specifications for Road, Bridge and Municipal Construction, and its amendments thereto (Standard Specifications), current at the time of Project advertisement, mutually acceptable design standards, or the LOCAL AGENCY's standards, if applicable and specified by the LOCAL AGENCY. Backup calculations for quantities and breakdowns for lump sum items shall be included with the PS &E for the Work. 1.2.2 If the PS &E for the Work, with backup calculations and breakdowns, is not delivered by the above PS &E due date, the STATE, at its sole discretion, may proceed without the LOCAL AGENCY Work included with the STATE's improvements. The LOCAL AGENCY agrees to reimburse all STATE costs incurred up to and as a result of the LOCAL AGENCY's failure to timely provide the PS &E. This Agreement shall terminate upon receipt of all reimbursement payments in accordance with Section 6. 1.3 The STATE will incorporate the LOCAL AGENCY's Work or Work PS &E into the STATE's PS &E for the STATE's improvements to produce a combined advertisement (Ad) ready PS &E for the Project. The STATE will document STATE - performed engineering design work required to incorporate the Work or Work PS &E into the STATE's PS &E (Design Documentation). The STATE shall provide up to two intermediate review sets of the PS &E and Design Documentation at mutually agreeable milestones. The STATE will provide the LOCAL AGENCY with one (1) reproducible copy of the stamped final Design Documentation prior to the proposed Ad date. 1.4 The STATE will provide the LOCAL AGENCY with one (1) reproducible copy of the PS &E for the Project a minimum of twenty (20) working days prior to the proposed Ad date. The LOCAL AGENCY will have ten (10) working days to review the PS &E for the Project, resolve any concerns, and provide the STATE with written approval, conditional approval, or rejection of the PS &E for the Work portion of the Project. In the event the Work portion of the PS &E is conditionally approved or rejected, the LOCAL AGENCY shall include the reasons for conditional approval or rejection. The LOCAL AGENCY may request an extension of time in writing, provided that the STATE receives the written request not later than ten (10) working days after the LOCAL AGENCY has received the PS &E. The STATE shall provide a written response, indicating the number of working days extended, if any. Page 2 GCB 1876 5 1.5 If the STATE does not receive the LOCAL AGENCY's written approval, conditional approval or rejection of the Work portion of the PS &E within ten (10) working days and any approved extension of time pursuant to Section 1.4, or if the STATE cannot accept the LOCAL AGENCY's condition(s) of approval, or if the LOCAL AGENCY has not acquired all right of way and permits required to construct, maintain, and operate the Work, the STATE may, at its sole discretion, delete the Work from the Project and advertise the STATE's improvements. The LOCAL AGENCY agrees to reimburse the STATE for engineering costs and actual direct and related indirect costs incurred by the STATE associated with either the STATE or LOCAL AGENCY deleting the Work from the Project. This Agreement shall then terminate upon receipt of all reimbursement payments in accordance with Section 6. 2. BID, AWARD, AND COST ADJUSTMENTS 2.1 The STATE will advertise the Project for bids. The STATE will be the LOCAL AGENCY's representative during the Ad and Project contract award period. When requested by the STATE, the LOCAL AGENCY shall timely assist the STATE in answering bid questions and resolving any design issues that may arise that are associated with the Work. All comments and clarifications must go through the STATE. 2.2 The LOCAL AGENCY is responsible for preparing the Work PS &E, the LOCAL AGENCY agrees to provide the STATE with any addenda required for the Work during the Ad period, to the Parties' mutual satisfaction. 2.3 The STATE shall provide the LOCAL AGENCY with written notification of the bid price for the Work. The LOCAL AGENCY shall have three (3) working days from the date of written notification to provide the STATE written approval of the bid price for the Work and authorize award, or request the Work be deleted from the Project. The LOCAL AGENCY may request an extension of time in writing, provided that the STATE receives the written request not later than three (3) working days after the LOCAL AGENCY has received the written notification. The STATE shall provide a written response indicating the number of working days extended, if any. 2.4 The LOCAL AGENCY acknowledges that if it fails to provide the STATE with written approval of the bid price for the Work or request that the Work be deleted from the Project within three (3) working days and any approved extension of time pursuant to Section 2.3, the STATE shall delete the Work from the Project. In this event, the LOCAL AGENCY agrees to reimburse the STATE for engineering costs and actual direct and related indirect costs incurred by the STATE associated with deleting the Work from the Project. The LOCAL AGENCY understands that deleting the Work from the Project may require an equitable adjustment to the Project contract and agrees to reimburse the STATE for costs associated with the equitable adjustment. This Agreement shall then terminate upon receipt of all reimbursement and equitable adjustment payments in accordance with Section 6. Page 3 GCB 1876 6 2.5 Upon LOCAL AGENCY written approval of the bid price for the Work, the STATE may award and execute the Project contract. 2.6 If the LOCAL AGENCY approves the bid price for the Work and the STATE does not award or execute the Project contract, but thereafter re- advertises the Project for bids, the STATE agrees to pay all STATE costs to re- advertise the Project. The LOCAL AGENCY agrees that the STATE is not responsible for increased bid prices or delay to the Work or other impacts to the LOCAL AGENCY resulting from re- advertising the Project. 2.7 If the LOCAL AGENCY approves the bid price for the Work and the STATE does not award or execute the Project contract and does not re- advertise the Project for bids, this Agreement shall terminate upon receipt of all reimbursement payments in accordance with Section 6. The LOCAL AGENCY agrees that the STATE is not responsible for potential increased costs for the Work, delay to the Work or other impacts to the LOCAL AGENCY resulting from not awarding the Project. 3. CONSTRUCTION 3.1 The STATE will be the LOCAL AGENCY's representative during construction and will act as owner in the administration of the contract for the Work. The STATE will designate a STATE Project Engineer to provide all services and tools, including but not limited to construction administration, inspection, materials testing, and representation, necessary to administer and manage the contract to ensure that the Work is constructed in accordance with the contract. 3.2 The LOCAL AGENCY may consult with and inquire of the STATE Project Engineer, attend all meetings, and have access to all documentation concerning the Work. The LOCAL AGENCY shall not provide direction, directly or indirectly, to the STATE's contractor. All formal contacts between the LOCAL AGENCY and the contractor shall be through the STATE's representative. 3.3 When it becomes known that quantities for a unit bid item will exceed plan quantity for the Work by ten (10) percent or result in a cost increase for the Work exceeding the total amount by the percentage listed under Section 6.4, the STATE shall consult with the LOCAL AGENCY on possible courses of action within three (3) working days in accordance with Section 4. 3.4 The LOCAL AGENCY may inspect the Work. Any costs for such inspection shall be borne solely by the LOCAL AGENCY. All contact between said inspector and the contractor shall be only through the STATE's inspector or the STATE's representative. 3.5 The STATE will prepare the final construction documentation in general conformance with the STATE's Construction Manual. The STATE will maintain one set of plans as the official "as- built" set, then make notations in red ink of all plan revisions typically recorded per standard STATE practices, as directed by the STATE's Construction Page 4 GCB 1876 Manual. Once the LOCAL AGENCY has accepted the Work per Section 5, the STATE will provide one reproducible set of as -built plans to the LOCAL AGENCY within sixty (60) working days. 4. CONTRACT CHANGES 4.1 Changes to the Project contract will be documented by change order in accordance with the Standard Specifications. The STATE shall process change orders for all changes affecting the Work in the manner set forth in subsection 1 -2.4C (3), Approval of Changes /Checklist, STATE Construction Manual, current edition. 4.2 Required changes involve such changes in quantities or alterations to the Work as are necessary to satisfactorily complete the Project. All other changes affecting the Work shall be considered elective changes. 4.3 The LOCAL AGENCY agrees to pay for the increases in cost, if any, for the required changes affecting the Work in accordance with Section 6; provided that, the LOCAL AGENCY has authorized the change(s). If the LOCAL AGENCY does not authorize a required change, the LOCAL AGENCY agrees that the STATE will not perform or include the required changes in the Work, which may trigger the provisions of Section 4.8. The STATE shall not be liable for or responsible for the costs of completing the Work. 4.4 Subject to the terms of Section 4.3, the STATE will advise the LOCAL AGENCY of any proposed required changes affecting the Work as soon as possible and provide it with an opportunity to review the change before implementation. The STATE will determine the length of the review time based upon the need to expedite the change to avoid delay to the contractor. 4.5 The LOCAL AGENCY may request additions to the Work through the STATE in writing. The STATE will implement the requested changes as elective changes, provided that a change does not negatively impact the STATE's transportation system and complies with the Standard Specifications, Project permits, state and /or federal law, applicable rules and/or regulations, and /or STATE design policies, and does not unreasonably delay critically scheduled Project contract activities. 4.6 All elective changes to the Work shall be approved in writing by the LOCAL AGENCY before the STATE directs the contractor to implement the changes, even if an executed change order is not required by the Project contract. The LOCAL AGENCY agrees to pay for the increases in cost, if any, for such elective changes in accordance with Section 6. 4.7 The STATE will make available to the LOCAL AGENCY all change order documentation related to the Work. Page 5 GCB 1876 8 4.8 In the event it is determined that the LOCAL AGENCY does not have sufficient funds to complete the Work, the STATE and the LOCAL AGENCY shall negotiate to determine the future of the Work. If it is determined that the Work cannot proceed, the Work shall be brought to a level that is safe for public use and the STATE will terminate the remainder of the Work from the Project contract. In the event the Work is terminated, Section 5 shall apply for that portion of the Work completed up to the time of termination. The LOCAL AGENCY agrees to pay all costs associated with termination, including contractor claims, in accordance with Section 6. 5. ACCEPTANCE 5.1 Prior to Work acceptance, the STATE and LOCAL AGENCY will perform a joint final inspection. The LOCAL AGENCY agrees, upon satisfactory completion of the Work and receipt of a Notice of Physical Completion of the Work, as determined by the STATE, to deliver a letter of acceptance to the STATE which shall include a release of the STATE from all future claims or demands of any nature resulting from the performance of the Work and STATE administration thereof, outside STATE right of way, subject to any contractor claims (Section 8) caused by the negligent acts or omissions of the STATE in administering the Work. 5.2 If a letter of acceptance is not received by the STATE within ninety (90) days following delivery of a Notice of Physical Completion of the Work to the LOCAL AGENCY, the Work and STATE administration thereof shall be considered accepted by the LOCAL AGENCY, and the STATE shall be released from all future claims and demands of any nature resulting from the performance of the Work and the STATE's administration thereof, outside STATE right of way, subject to any contractor claims (Section 8) caused by the negligent acts or omissions of the STATE in administering the Work. 5.3 The LOCAL AGENCY may withhold its acceptance of the Work by submitting written notification to the STATE within thirty (30) working days following delivery of a Notice of Physical Completion of the Work. This notification shall include the reason(s) for withholding acceptance. 6. PAYMENT 6.1 The LOCAL AGENCY, in consideration of the faithful performance of the Work performed by the STATE and its contractor, agrees to reimburse the STATE for the actual direct and related indirect costs of the Work, as estimated in Exhibit A. 6.2 The STATE shall provide detailed invoices to the LOCAL AGENCY for the Work performed by the STATE and its contractor or for costs incurred as provided in Sections 1.2.2, 1.5, 2.4, 4.8 or 8.1.4, and the LOCAL AGENCY agrees to make payment within thirty (30) days from receipt of an invoice. A payment will not constitute agreement as to the appropriateness of any item. At the time of the final invoice, the Parties will resolve any discrepancies. Page 6 GCB 1876 9 6.3 The LOCAL AGENCY agrees that if it does not make payment within ninety (90) days after receipt of an invoice, the STATE may deduct and expend any monies to which the LOCAL AGENCY is entitled to receive from the Motor Vehicle Fund. 6.4 Increase in Cost: In the event unforeseen conditions require an increase in the cost of the Work above the cost estimate (including sales tax, engineering, and contingencies) by more than twenty five (25 %) percent, the Parties agree to modify this Agreement by executing a written amendment to address the increase pursuant to Section 10.1, or implement Section 4.8. 7. RIGHT OF ENTRY 7.1 The LOCAL AGENCY hereby grants to the STATE and its authorized agents, contractors, subcontractors, and employees, a right of entry upon all land in which the LOCAL AGENCY has an interest for the purpose of constructing the Project, to include, but not be limited to, the use of the LOCAL AGENCY streets and other LOCAL AGENCY rights of way for staging and placing equipment and materials. 7.2 The LOCAL AGENCY hereby grants to the STATE and its authorized agents, contractors, subcontractors, and employees, a right of entry to construct, operate, maintain, and remove; and at the end of the Project, restore to its original condition or better, at the STATE's sole cost and expense, a temporary access road within the LOCAL AGENCY's right of way which is needed to construct the STATE's improvements. The terms of this Section 7.2 shall survive the termination of this Agreement. 7.3 The LOCAL AGENCY and the STATE shall conduct a joint inspection of the condition of all LOCAL AGENCY streets and rights of way to be used to construct the STATE's improvements prior to beginning the STATE's improvements and after the STATE's improvements are complete. Any and all costs to repair damage to the LOCAL AGENCY street and rights of way resulting from the STATE's improvements shall be borne by the STATE. 8. CLAIMS 8.1 Claims for Additional Payment 8.1.1 In the event the contractor makes claims for additional payment associated with the Work, the STATE will immediately notify the LOCAL AGENCY of such claims. Such claims shall be made in the manner and form as provided for in the Standard Specifications. 8.1.2 The LOCAL AGENCY shall not be obligated to pay such claims or their cost of defense to the extent that the claims are caused by the negligent acts or omissions of the STATE in administering the Work. Page 7 GCB 1876 10 8.1.3 The LOCAL AGENCY shall have the right to review and comment on any settlement for claims associated with the Work. However, the STATE shall have the ultimate right to settle such claims. In the event the LOCAL AGENCY does not agree with the claim settlement as negotiated by the STATE, the LOCAL AGENCY shall reserve the right to not financially participate in the negotiated claim settlement. If agreement cannot be reached between the LOCAL AGENCY and the STATE on a claim settlement, the Parties agree to follow the dispute resolution procedure in Section 10.7. 8.1.4 If the STATE agrees, the LOCAL AGENCY may defend contractor claims associated with the Work at its own cost, and in doing so, the LOCAL AGENCY agrees to pay any resulting settlement, court judgment or arbitration award. The STATE will cooperate with the LOCAL AGENCY in the LOCAL AGENCY's defense of the claims. The LOCAL AGENCY agrees to reimburse any STATE costs, including attorneys fees, incurred in providing such assistance in accordance with Section 6. 8.2 Claims for Damages: After Work acceptance, in the event of claims for damages or loss attributable to bodily injury, sickness, death, or injury to or destruction of property that occurs within the limits of the Work located on the LOCAL AGENCY's right of way, the LOCAL AGENCY shall defend such claims and hold harmless the STATE therefrom, and the STATE shall not be obligated to pay any claim, judgment or cost of defense. Nothing in this Section, however, shall remove from the STATE any responsibility defined by the current laws of the state of Washington or from any liability for damages caused by the STATE's own negligent acts or omissions independent of the Work performed pursuant to this Agreement. 9. OWNERSHIP, OPERATION, AND MAINTENANCE 9.1 Upon acceptance of the Work as provided in Section 5, the LOCAL AGENCY shall be the sole owner of that portion of the Work located within the LOCAL AGENCY's right of way, and the LOCAL AGENCY shall be solely responsible for ownership and all future operation and maintenance of the Work at its sole cost, without expense, cost, or liability to the STATE. 10. GENERAL PROVISIONS 10.1 Amendment: This Agreement may be amended or modified only by the mutual agreement of the Parties. Such amendments or modifications shall not be binding unless they are in writing and signed by persons authorized to bind each of the Parties. 10.2 Termination: Neither the STATE nor the LOCAL AGENCY may terminate this Agreement without the written concurrence of the other Party, except as otherwise provided under Sections 1.2.2, 1.5, 2.4, and 2.7. 10.2.1 If this Agreement is terminated prior to the fulfillment of the terms stated herein, the LOCAL AGENCY agrees to reimburse the STATE for the actual direct and related Page 8 GCB 1876 11 indirect expenses and costs it has incurred for the Work up to the date of termination, as well as the costs of non - cancelable obligations. 10.2.2 Any termination of this Agreement shall not prejudice any rights or obligations accrued to the Parties prior to termination. 10.3 Independent contractor: The STATE shall be deemed an independent contractor for all purposes, and the employees of the STATE or any of its contractors, subcontractors, consultants, and the employees thereof, shall not in any manner be deemed to be employees of the LOCAL AGENCY. 10.4 Indemnification: The Parties shall protect, defend, indemnify, and hold harmless each other and their employees, authorized agents, and/or contractors, while acting within the scope of their employment as such, from any and all costs, claims, judgments, and/or awards of damages (both to persons and/or property), arising out of, or in any way resulting from, each Party's obligations to be performed pursuant to the provisions of this Agreement. The Parties shall not be required to indemnify, defend, or hold harmless the other Party if the claim, suit, or action for injuries, death, or damages (both to persons and/or property) is caused by the negligence of the other Party; provided that, if such claims, suits, or actions result from the concurrent negligence of (a) the STATE, its employees, authorized agents, or contractors and (b) the LOCAL AGENCY, its employees or authorized agents, or involves those actions covered by RCW 4.24.115, the indemnity provisions provided herein shall be valid and enforceable only to the extent of the negligence of each Party, its employees, authorized agents, and/or contractors. This indemnification shall survive termination of this Agreement. 10.5 Acceptance of Liability: The LOCAL AGENCY agrees and accepts full liability for (1) the PS &E provided for the Work to the STATE, if any; and (2) for any Work the LOCAL AGENCY has provided direction to the STATE to design and/or construct outside the STATE's right of way and /or STATE's jurisdiction that does not meet STATE standards. 10.6 Survivability: Sections 10.4 and 10.5 shall survive the termination of this Agreement. 10.7 Disputes: In the event that a dispute arises under this Agreement, it shall be resolved as follows: The STATE and the LOCAL AGENCY shall each appoint a member to a disputes board, these two members shall select a third board member not affiliated with either Party. The three- member board shall conduct a dispute resolution hearing that shall be informal and unrecorded. An attempt at such dispute resolution in compliance with aforesaid process shall be a prerequisite to the filing of any litigation concerning the dispute. The Parties shall equally share in the cost of the third disputes board member; however, each Party shall be responsible for its own costs and fees. 10.8 Venue: In the event that either Party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this Agreement, the Parties agree that any such action or proceedings shall be brought in Thurston County Superior Court. Page 9 GCB 1876 12 Further, the Parties agree that each will be solely responsible for payment of its own attomeys fees, witness fees, and costs. 10.9 Audits/Records: All Project records for the Work in support of all costs incurred shall be maintained by the STATE for a period of three (3) years. The LOCAL AGENCY shall have full access to and right to examine said records, during normal business hours and as often as it deems necessary. Should the LOCAL AGENCY require copies of any records, it agrees to pay the costs thereof. The Parties agree that the Work performed herein is subject to audit by either or both Parties and /or their designated representatives, and/or state of Washington and /or the federal government. 10.10 Term of Agreement: Unless otherwise provided herein, the term of this Agreement shall commence as of the date this Agreement is fully executed and shall continue until the Work is accepted by the LOCAL AGENCY pursuant to Section 5, or as otherwise provided herein, and all obligations for payment have been met. 10.11 Working Days: Working days for this Agreement are defined as Monday through Friday, excluding Washington State holidays per RCW 1.16.050. TN WITNESS WHEREOF, the Parties hereto have executed this Agreement as of the Party's date signed last below. STATE OF WASHINGTON CITY OF TUKWILA DEPARTMENT OF TRANSPORTATION Date Michael often, P.E. WSDO Assistant Regional Administrator King and Snohomish Counties / -22• itf Date APPROVED AS TO FORM: APPROVED AS TO FORM: City Attorney Ann E Salay, Assistant Attorney Date 7-/6, Date / zi Page 10 GCB 1876 13 PS&E JOB NO: 14A018 CONTRACT NO: 000000 WORK ORDER #: X-4661 WASHINGTON STATE DEP TMENT OF T SPORTATION ESTI TES D BIDS ANALYSIS SYSTEM * ** PRELIMIN Y ESTI TE — BY GROUP * ** GROUP NO : 2 CITY OF TUKWILA PROG ITEM N 'l =ER : 1005 T CONSTR. TYPE CODE : Y00 PROG CODE : P3 STATE ROUTE(S) 005 COUNTY : KIN CONTROL SECTION /SALES T : 172x04 '9a5 % SAFETY CLASS CODE FUND NO: 1 0 P TICIP T: CITY OF TUKWILA ITEM STD. NO. NO. ITEM DESCRIPTION 1 0001 MOBILIZATION 2 0060 REMOVING PORTION OF EXISTING STRUCTURE — PEDESTRIAN PATH 6 4006 STRUCTURE EXCAVATION CLASS A INCL. HAUL 7 4013 SHORING OR EXTRA EXCAVATION CL. A TRANSITION WALL 8 4151 ST. REINF. BAR 9 4202 CONC. CLASS 4000 FOR PEDESTRIAN PATH 10 4202 CONC. CLASS 4000 FOR TRANSITION WALL 11 TEMPORARY DEWATERING SYSTEM 12 5040 PERMEABLE BALLAST 13 5100 CRUSHED SURFACING BASE COURSE 14 6403 ESC LEAD 19 6490 EROSION /WATER POLLUTION CONTROL 35 6971 PROJECT TEMPORARY TRAFFIC CONTROL 36 6869 PEDESTRIAN TRAFFIC CONTROL 38 7037 STRUCTURE SURVEYING 40 7083 CHAIN LINK FENCE TYPE 3 45 7736 SPCC PLAN 46 7530 CONSTRUCTION GEOTEXTILE FOR SEPARATION 50 TIMBER RAILING KLICKITP DR — DES '°A 1.E SLOPE 14A018 UNIT AS .S. L.S. C.Y. L.S. LB. C.Y. C.Y. L.S. TON TON DAY EST. L.S. L.S. L.S. L.F. L.S. S.Y. L.F. DATE:07 /18/2014 PAGE: 3 TIME: 14:58 VER: 3 DOT_RGG300 P `:TICIPATION PERCENT:100.00% MAX AMOUNT: UNIT PRICE 1.2700 820.0000 8 '5.000 33.6300 80.0000 106.0000 QU TITY AMOUNT 38. 18.7500 170.00 3.0000 400.00 25.0000 170.00 12,260. 660.00 5,495=00 2,354=10 19, 14,250 =00 2,50n.00 300.00 GROUP 2 BASE SUBTOTAL : 143,79,60 * 14 PS&E JOB NO: 14A018 CONTRACT NO :000000 WORK ORDER #: XL9661 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION ESTIMATES AND BIDS ANALYSIS SYSTEM * ** PRELIMINARY ESTIMATE - BY GROUP * ** GROUP NO : 2 WASHINGTON STATE SALES TAX 9.50% OF $ 143,799.60 WSP AGREEMENT T5080 -MU GROUP 2 SUBTOTAL ENGINEERING 13.00% GROUP 2 TOTAL 1-5 KLICKITAT DR - UNSTABLE- SLOPE 14AO18 DATE: -a8 TIME 14:58 DOT_RGG300 8,000.00 PAGE: 4 VER: 3 165,460.56 ** 21,509.87 186,970.43 * ** 15 PS&E JOB NO: 14A018 CONTRACT NO: 000000 WORK ORDER NO: XL4661 BASE CONTRACT TOTAL WASHINGTON STATE SALES TAX 9.50% OF $143,804.60 701 - WSP AGREEMENT T5080 -MU BASE PROJECT SUBTOTAL ENGINEERING 13.00% CONTINGENCIES 4.00% BASE PROJECT TOTAL THIRD PARTY DAMAGES (1) SEE GROUPS 2 (2) SEE GROUPS 1, 3 1 -5 KLICKITAT 14A018 - UNSTABLE SLOPE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION ESTIMATES AND BIDS ANALYSIS SYSTEM * * * PRELIMINARY ESTIMATE - FUND REPORT * * * Fund 10 Fund 15 CITY OF TUKWILA STATE TOTAL (1) 100.00% (2) 100.00% DATE: 07 /18/2014 PAGE: 2 TIME 14:58 VER: 3 DOT_RGG500 143,799.60 5.00 13,660.96 0.48 143,804.60 13,661.44 8,000.00 165,460.56 21,509.87 6,618.42 193,588.85 5.48 165,466.04 0.71 21,510.58 0.22 6,618.64 6.=11 193,595.26 16 INDEX SHEET NO. • PLAN REFERENCE NO. TITLE 1 WW1 INDEX / VICINITY NAP 2 - 3 SCH - SQ2 SUMMARY OF QUANTITIES 4 ALT ALIGNMENT PLAN 5 ECP1 ENVIRONMENTAL COMPLIANCE PLAN 6 CITSP1 QUANTITY TABULATION - SITE PREP & TESC 7 Sp1 SITE PREP & TESC PLAN 8 LS1 LANDSCAPE PLAN 9 LO1 LANDSCAPE DETAILS 10 PRI ACCESS ROAD PROFILE & SECTION 11 BORT WALL & BUTTRESS PLAN 12 W : WALL & BUTTRESS SECTIONS 13 GWI GRAV3TY BLOCK WALL DETAILS 14 PDP1 PLAN & ELEVATION 15 P001 PET). PATH TYPICAL SECTION 16 P1001 PATH CONNECTION TO PEI BRIDGE 17 P0D2 RAIL CONNECTION DETAILS 18 P003 BARUST 13 - 21 TC1 - TC3 TRAFFIC CONTROL PLAN oe NOTE: ALL SHEET REFERENCES, FIRST NOS. OF STRUCTURE CODE DESIGNATIONS AND MATCH UNE SHEET REFERENCES, ETC., THROUGHOUT THE PLANS, REFER TO THE ENTRY W THE PLAN REFERENCE NUMBER BOX. T.23N. R.4E. W.M. END F.A. NO. ER-WA-1403(005) END PROJECT 1-5 MP 154.25 BEGIN F.A. NO. ER-WA-1403(00 BEGIN PROJECT 1-5 MP 154.14 BRIDGES NOT INCLUDED IN I PROJECT NOTE BRIDGE NUMBER 5f520E S/5201-10V 5192DES 0 1000 2000 SCIEE IN FEET GRES WAY FILE NAME Y141235011(1.46611CADIContraetPIonsIXL4661 PS VILdr TINIE 84E48 AM DATE 612112014 PLOTTED BY DougheE DESIGNED ay E. DOUGHERTY ENTERED BY E. DOUGHERTY CHECKED BY S. CHI E00& G.I— MCKEE REGIONAL ADM L ENG REVISION DATE BY REOVN NO. ViAIS 10 WASH 14A018 FED.AID PROJ.NO. ER-WA-1403(005) P.V STAPP NOS PEST*, 110.‘ Washington State Department of Transportation 1-5 KLICKITAT DR - UNSTABLE SLOPE 1 Plot 4 INVM1 INDEX / VICINITY MAP 21 PPP^ !rf 09/06/2.• 03:38.39 9R PL0114 .,4A0Ort. r 405Y5R 5 Irter ch. Vic \2969!0007 -26 00!.0.0144 CURVE 065A T 0 DELTA L TAnCEXT ® - L+ 2550+61.32 TO SEATAC _ �/ DRAINAGE EASEMENT i6. _ T.23N. RO4E. W.M. V 05 5 14.46'16" N 5 14.46'16" W Le 2530. 1556.95' 00..1 77 S2i512 1'0T7 34.54. 4 .i TT PEDESTRIAN TRAIL NW 1/4 NW 1/4 SEC. 26 ,. 4 � ©C W U © [ U M V U U L A sw 1/4 SW 1/4 SEC. 23 X T 0' ATER MAIN L. 2535.3.44 P.O.G. .a -, I TA% ti— , . EXISTING 30' I I WATER RAIN EASEMENT . ,. LM 2536+73.00 P. .C. PARCEL N0. NAME TOTAL ARE R/44 LT. REMAINDER RT. EASM'T TOTAL RECOR05RUN.ESSF OTHERWISESNOTED. OWNERSHIPS SOUARE LEGEND 000055 TO BE PROHIBITED SWOON IND5 PROPERTY OWWER5100 NUMBERS PROPERTY LINES 0 SO 100 SCALE IN FEET / / //////// (1- Reference 10;w 000* :ti..a..•.... Vii0A Co.an onet. n2 De THE BASIS OF BEARINGS AND DISTANCES ARE DETERMINED FROM WASHINGTON STATE PLANE COORDINATE SYSTEM. 000114 ITNE INAD 039911. THE DISTANCES SHOWN ARE OROUMD DISTANCES. FUR SURVEY INFORMATION SEE RECORD OF 50NYET FOR WASHINGTON STATE DEPARTMENT OF TRANSPORTATION. AFM 20050721900039 RECORDED JULY 21. 2005. THIS PLAN SUPERSEDES SHEETS 4 THROUGH E OF 12 SHEETS OF 5R 5. SOUTH 17810 5T. TO 5011TH 12610 S1.. APPROVED JANUARY 30. 1962. OWNERSHIP 5000X0,0 BE VERIFIED. PROPERTY RIGHTS SHOO WAY NOT HAVE BEEN ACOUIRED BY W5001. ACCESS MOTET PEDESTRIAN TRAFFIC WILL BE PEROTTEO ACCESS AND 115E OF THE TRAIL DESIGNATED BETWEEN 5TA.Lw 2528.55 ON TAE RT. AMP STA. Le 2556.28 ON THE LT. ACCESS TO THE TRAIL 8411 DE PERMITTED ONLY AT, 51A. Le 2521145Si 0450' RT.! NO STA. L0 2536.280, 0306' LT.0 SR 405 SR 5 INTERCHANGE VIC. PING COUNTY RIGHT OF WAY AND LIMITED ACCESS PLAN FULL CONTROL 5R 5 !B' 154.11 TO 5R 5 NP 154.30 STATION Lw 2531 +00 TO STATION Lw 2541 +00 0058100001 5411E DEPARTMENT OF TRANSPORTATION OLYMPIA. WASHINGTON AyPROVEO CO T5EPTEN�R IE, 2005 A D AOOP RIG OF WI.T FLANS 080/0810 SHEET 19 OF 06 SHEETS R/W 0 -1 SR 405/426 26, . -_�~-_- _ ~-' -- -- ~' ' � - _ -- KING COUNTY r ^ -" _�------ ._---_--= _ -'�_ -�-__-____- ____ -�______ __ � ____- S - ---_-- _ ___ _--�__--� .--_ _ `�~ ` - ' '____ E=vnsa���ysm� �� _.- - -__/-____ _____ - -= _- .. ---_ ----`' ` _-' -__ ---- �- ~ ''- ' '� ~_ -_ —''/' ____--__� -_ ----''���s�2 r - :---- '���_'----� - � � ' ~~~_'-�--------- --- -- = ~- -- _ -~- ---- -----_ --_ ---- .~--~--.- 3 ~--�-�--��-----� � - -''-~-~ _ - _~-- .''--- -------�'-~ -'- '-- ~-_ -- .''----~' -----_~ OF PROPOSED GRADE ELEDESTRAN PAM 114 ---' 113 112 - °= '__ --~ ~=`.` _��~-'-= _--��'-'_ w �',.^ ----- -_-_~--- `,°~ �-~_—_' , -____-_-��---__ ~-_�__- -- - _ - --- 'EXETER/ _-_- ~' ----- - _---_- =°=� -�'- _-_ -, ---- `-_ _-- - --�---' 463 -- '-'7PROP PEDESTIV-A131- PATH 2-444 2 --'�� - PROP IEED-E5ilklAN PATH --'__��__��-``'�����_� __ �"' --- ���-~----- --~~_ ~- - ' ~��' _'---~---- PEDESTRIAN PATH PLAN 167M EMIRS OF PEDESTRIAN PATH/ ^ P LINE PROFILE INA VD) ES CE , AT GRADE CASIAMPLACE PEDESTRIAN PATH Mg. 1111.1111111111 trill1111111111111 ---------------------- ---------------------- _-__ --- __ . "="°"=", PEDESTRIAN PATH ELEVATION GRADE ELEVATION �����������|��{�����="=� �� ° (TO REMAIN) 1. ABUTMENTS ARE RADIAL TO THE PROPOSED PEDESTRIAN PAIN AUGMENT. ^ RAILINGS, CONNECTIONS, SLAB ILEINFORCEIG AND ABUTMENTS HAVE MEN DESIGNED El ACCORDANCE WITH 1115 AAMITO MED BRAME DESIGN SPECIFICATIONS FM EDITION WM AND TILE SMOOT BRIDGE DESIGN MANUAL MA. 1. ALL LATERALS AND WORKMANSHIP SHALL BE IN ACCORDANCE AWN THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION °STANDARD SPECIFICATIONS FOR ROADS, BRIDGES AND MUNICIPAL CONSTRUCTION", ENGLISH UNREDATED MA AND THE SPECLAL PROVISIONS FILE NAME PATITt/KA0000001 ^DE°Pat=Ag" DATE 6123531514 PLOTTED/ BY � �=� � mnEW/°ER ENTERED= II TELLERS ' CHECKED BY =�°sm�m =��= G.L FA=EE REGIONAL ADM. ° NAM 10 WASH 14A018 AOCAMNI WO. PAWN, DOA "1' Washington State Department of Transportation DAvlo EVAN. m KLICKITArDR'UNSTABLE SLOPE PLAN AND ELEVATION 242 FHWS x 3" ILOT O.G. 2 x 8 CAP 2 x 4 RAIL TOT 6 x 4 POST }T W SO.C. AX. ja* m PEDESTRIAN PATH PER PATH 8 P UNE PROPILE GRADE AND PNOT POINT 1) TYPE 3 STEEL POST {a SO.C.MAX) tattirtriteksbWARitiOffieteaitiiiir iltirtmor lwapp "'Nig "0111111M CONSTRUCTION GEOI EXILE FOR SEPARATION (WRAP AROUND C50C) CONC. CLASS 4000 F PEDESTRIAN PATH CRUSHED SURFACING BASE COURSE ICSBG) PERMEABLE BAU.AST PEDESTRIAN PATH TYPICAL SECTION GRADE ELEVATION SHOWN RAIILING NOT OWN FOR CLARITY) P EBTRIAN PATH AT CL QUARRY SPALLS 11 %. CLR (TYP.) 1109)04 SPACED PEDESTRIAN PATH REINFORCEMENT END SECTION PED. PATH Ta" N II V 110713/ I 611081 2{106] 34 OYP.) CONNECTION, SEE POST CONBCTION O RAIL POST CONNECTION 84 TOP AND DOT. SPACED W/ EACH POST CHAIN LINK FENCE DETAIL 8 TIMBER 3" DETAIL a 1,4 112^= 5'4" PEDESTRIAN PATH REINFORCEMENT TYPICAL SECTION JNOTFS^ 1. SUPERELEVATION BASED UPON AB.BUILT DRAWINGS AND INFORMATION OBTAINED BY THE ENGINEER FINISHED GRADE ELEVATIONS AND SUPERELEVATIONS ON THE PEDESTRIAN PATH TO MATCH E33311110 ON BOTH ENDS OF PATH. SUPERELEVATION SHALL TRANSITION OVER A 0NIMUA4 OF 24', CONTRACTOR TO VEREY ALL DIMENSIONS N THE FIELD PRIOR TO BEGINNING OF CONSTRUCTION. 2. REINFORCING BARS SHALL CONFORM TO AASHTO 031 GRADE SO OR AST0 A706 UNLESS NOTED OTHERWISE 3. ALL EDGES NOT CAST AGAINST EARTH SHALL BE CHAMFERED 177'. FR.E NAME PSTTUKA0000001210400CADISHEET SGR4661 DE_ST_P0dP2ehAgn 12:30:37 AM DATE 6126/2014 PLO IIEU BY Dr1e REPOR DESIGNED BY M. FRYMOYER ENTERED BY O. TELLERS 10 WASH 14A018 FEDAID PROJ.NO. CHECKED BY P. MONTE MERLO ODPILKT F'ROJ. ENOR. G.L MCKEE DV LOCKft. 103. Washington State Department of Transportation UMW EYAMO .r ARBDCIATII no. 1 -5 KUCKITAT DR - UNSTABLE SLOPE P1012 PDS1 PED. PATH TYPICAL SECTION EXPANSION COVER PATE FASTENER ON PED.ATH EDGE OF METAL DECKING EXPANSION JOINT COVER PLATE (SEE NOTE 1) EXISTING METAL DECKING 1/2" X 6'-0' UNREINFORCED ELASTOdERIC PA CONC.CLASS 4000 FOR TRANSMON WALL 4'-6' 4208 ELEVATION FENCE. RAIL AND REINFORCEMENT NOT SHOWN FOR CLARITY FOR REINFORCEMENT DETAILS 10 SLAB SEE PEDESTRIAN PATH REINFORCEMENT ENO SECTION 18' AU [1021!061 r DIAM DRAINS 66RR TNAX.CENTERS AND 6" FRONT FNAU E5U57NG GROUND LINE AT FRONT FACE OF WALL CLR. OPTIONAL CONSTRUCTION JOINT W( ROUGHENED SURFACE c [100106 — U 26 SPA-0) TOP 6. SOT. SECTION /Ci FINISHED GRADE CAST PILE FINAU EXISNNG GROUND UNE & DOT. A 1100146 SPA.M 1'41' SPA.® TRANSITION WALL PLAN (WALL 1 SHOWN. WALL 2 SIMILAR) .0 NOTFS. 1. EXPANSION JOINT COVER PLATE SHALL BE A WATSON BOWMAN SAFETY FLEX SFP -600 EXPANSION JOINT, 000160M RCP-60D FLOOR- TO-FLOOR HEAVY DUTY SURFACE MOUNT EXPANSION JOINT SYSTEM. NM SYSTEMS RSCS -860 EXPANSION JOINT COVER OR APPROVED EQUAL JOINT SHALL BE 6'-0' IN LENGTH AND INSTALLED PER THE MANUFACTURER'S RECOMMENDATIONS. L REINFORCING BARS SHALL CONFORM TO AASHTO 0131 GRADE 60 OR 405111 4706 UNLESS OTHERWISE 001E13. 3. ALL EWES, NOT CAST AGAINST EARTH, TO DE CHAMFERED 141'. 4. THE LOCATION OF ALL 40451105 U7171.1110 WITHIN THE VICINITY OF THE 01RUCTURE SHALL BE VERIFIED PRIOR TO EXCAVATION. 5. WALL SHALL BE FOUNDED ON AND 06000/40 WITH QUARRY SPALLS IN ACCORDANCE WITH THE GEOTECHNICAL MEMORANDUM SECTION TRANSITION WALL ELEVATIONS NOTE ELEVATIONS ARE PER VERTICAL PROFILE PROPOED AND -256 SUPERELEVATIONS. GONDnONS MAY VARY DEPENDENT UPON A6 -RNLI CONDITIONS. CONTRACTOR SHALL VERIFY ELEVATIONS PRIOR TO CONSTRUCTION TO ENSURE PROPER Fn. 01 SECTION O FILE NAME P: R1TUKA0000001210400CADISNEETS1 XL4661 DE ST PedPnth.d2P TIME 11:32:02 AM DATE 6/2062014 PLOTTED BY Drte FEDAID PRO.1.00. 10 DESIGNED BY M. FRYMOYER ENTERED BY O. TELLERS WASH 14A018 CHECKED BY P. MONTEMERLO PROJ. ENGR. G.L. MCKEE IlATV CanIVAT MO. Washington State Department of Transportation V DAVID EVANS .sA080CIATEB.a 1-5 KLICKITAT DR - UNSTABLE SLOPE Plot 3 PDD1 PATH CONNECTION TO PED. BRIDGE Fl TO: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Transportation Committee FROM: Bob Giberson, Public Works Director458 BY: Cyndy Knighton, Senior Program Manager DATE: July 25, 2014 SUBJECT: 42nd Avenue S Phase III (Southcenter Boulevard to S 160th Street) Project No. 99410303 Stormwater Detention ISSUE Storm water detention design for the 42nd Avenue S Phase III Project. BACKGROUND Since 2012, staff and the design firm of CH2M Hill have been working on the 42nd Ave S Phase III and Gilliam Creek Culvert Replacement as a joint project. As part of the project, the stormwater runoff from new impervious surfaces must be treated and detained before being discharged into Gilliam Creek. Initial design concepts include an underground detention vault and an open pond. While working through the design process and coordinating with the utility providers, it was found that there are utility conflicts which complicate the installation of an underground detention vault. While it is not impossible to include an underground detention vault under the roadway, there is a possibility of utilizing a City owned parcel (15421 42nd Avenue S) for an open detention pond. The parcel in question was purchased by Tukwila in 1991 and the home is currently used by the Way Back Inn. A Design Report on Gilliam Creek Detention and Water Quality Enhancements was completed in 1994 and brought to Council for concurrence and direction in 1995. At that time, Council directed staff to proceed with the design of "Alternate 3 ", which included concrete weir and dam structures, a pond, a bio- filtration swale and an access road on the property in question, yet that project never proceeded to final design and construction. DISCUSSION The utility conflict for the underground vault option is a 12 -inch high pressure regional distribution gas line owned by Puget Sound Energy (PSE) which runs under the existing roadway on the east side of 42nd Ave S. This PSE gas main is one of only two main feeds into Seattle. Staff has been coordinating closely with PSE on this project and has studied options to minimize the impacts to this high pressure gas line. While it will be impacted with the culvert replacement, it will be left in place during the construction as it cannot be shut off or relocated easily. PSE would strongly prefer to not have to relocate the main to accommodate underground detention and the City cannot place the detention vault in any other location in the roadway due to the many other utility conflicts. The open pond detention was explored and is now preferred from an ongoing maintenance perspective as well as meeting PSE's preference. The impacts to the City owned parcel would be eliminating much of the area between the house and Gilliam Creek. An open pond could be constructed on the property while minimizing concerns for any residents of the house and Public Works staff will work closely with Way Back Inn. The attachments show the location for the underground vault, a conceptual level design of the potential open detention pond, and information on the parcel in question. FINANCIAL IMPACT The cost to construct the detention pond is approximately 60% of the costs of building an underground vault. A preliminary estimate for the underground vault construction is $162,000 and the detention pond estimate is $97,000. Ongoing maintenance costs would also be less for the open pond option. RECOMMENDATION Information only. Attachments: Detention options graphic and aerial photo of property Council Agenda Synopsis (with attachments), April 10, 1995 Council Minutes 23 W:1PW Eng1PROJECTS'A• RW & RS Projects142nd Ave S Phase 111 (99410303 94- RS03)1Desgn \INFORMATION MEMO - Stormwater Detention Pond does ht MV Eft DE LTION PO ANT LAA 'RELOCATE I A1LBOX O PC CRA EL o 0 a 24 � - A aetent N ELI ? I AT® PLANTER AT CLP VcRT ILLATION c OPTION 1 STORMWATER DETENTION ICJ 2002 Kmg CovatY4, �� c` f � .} The information irxltuded on this map has been compiled by King County staff from a vanety of sources and is subject to change without notice, King County makes no repre;erIA' i s r oi warranties, express or implied, as to accuracy, completeness, timeliness, or nghts to the use of such information. This document is not intended for use as a survey - product. King County shall not be liable for any general, special, indirect, incidental, or consequential damages including, but not limited to. Iost revenues or Iost profits resulting from the use or misuse of the 3 information contained on this map. Any sale of this map or information on this map is prohibited except by wntten permission of King County. King County Date: 7/1/2014 Source: King County iMAP - Property Information (http:/ /www.metrokc.gov /GIS/iMAP) Ifildpa tom April 10, 1995 7:00 p.m. TUKWILA CITY COUNCIL COMMITTEE OF THE WHOLE MEETING MINUTES Tukwila City Hall Council Chambers CALL TO ORDER Council President Joyce Craft called the Committee of The Whole Meeting to order and led the audience in the Pledge of Allegiance. ROLL CALL OFFICIALS SPECIAL PRESENTATION (Gilliam Creek Drainage) CITIZEN'S COMMENTS JOE DUFFIE; JOAN HERNANDEZ; JOYCE CRAFT, Council President; DENNIS ROBERTSON; ALLAN EKBERG; STEVE MULLET; PAM CARTER. JOHN MCFARLAND, City Administrator; LINDA COHEN, City Attorney; LUCY LAUTERBACH, Council Analyst; ROSS EARNST, Public Works Director; RON CAMERON, City Engineer; DOUG MICHEAU; Public Works Coordinator; DON WILLIAMS, Parks & Recreation Director; STEVE LANCASTER, DCD Director; GARY SCHULZ, Urban Environmentalist. Ron Cameron, Public Works, gave a brief introduction of Mr. Perteet of Perteet Engineers. Mr. Perteet gave an informational overview of the Gilliam Creek Drainage. Cameron recommended that the detention /water quality treatment design for the creek portion, which is above 42nd Avenue South, be approved. He said this project was budgeted for in 1994 to carry out the final PS & E. Nancy Lamb, 4251 South 139th Street, commented that as a school project, her son was asked to focus on an American artist, he chose Alfredo Arreguin. While working on this project with her son, Lamb learned that one of Arreguin's art pieces was purchased by the Smithsonian Institute, and last year they proclaimed it one of the seven most significant acquisitions that they had made. She offered this information so that the Council would be aware that the City has in its possession a treasure in the two large, Blue Heron Oil Paintings that's mounted behind the dais. The artist is Alfredo Arreguin. She said the Council might want to consider increasing the insurance valuation on the paintings since the artist is recognized both internationally and nationally. Carleigh Barnes, Community Affairs liaison, Tukwila Chamber of Commerce, 16400 Southcenter Parkway, extended an invitation to the Council and the Administration to attend the Annual Meeting 26 u COL ICIL AGENDA S Y OPSIS Initials Meeting Date Prepared y Mayor's review Council review 4/10/95 VRF 'EM INFORMATIO ITEM No. CAS Number: Original Agenda Date: Agenda Item Title: Gilliam Creek Drainage Design Presentation Original Sponsor: Council Admin. Public Works Timeline: Sponsor's Summary: Gilliam Creek Drainage Report. Alternative 3 identifies the detention/water quality treatment design for the creek portion "above" 42nd Avenue South. Utilities Committee has approved Alternate 3 which is shown on the attached drawing. Recommendations: Sponsor: Presentation of selected design as information. Committee: Utilities Committee requested Council presentation at 4/4/95 Utilities Committee meeting. Administration: Same as sponsor. Cost Impact (if known): none Fund Source (if known): none Meeting Date 4/10/95 AP ENDIC; Meeting Date Attachments 4/10/95 Memorandum (dated 2/23/95) 4/10/95 Alternative 3 drawings 4/10/95 Utilities Committee meeting minutes (dated 4/4/95) TO: FROM: DATE: SUBJECT: ISSUE: I N F O R M A T I O N M E M O Mayor Rants Public Works Director February 23, 1995 Consultant Contract for Gilliam Creek PS &E Project No. 93 -DR08 City Budget Line Item No. 412/02.594.381.41.20 Approving the consultant contract for Gilliam Creek Detention Ponds PS &E BACKGROUND: The City's consultant presented the Gilliam Creek Design Report at the October 25, 1994 Utilities Committee. Modifications to Alternate 3 requested by the Utilities Committee were made. The Committee accepted the report at their November 15, 1994 meeting. This project was budgeted in '94 to carry out the final PS &E. The attached contract was negotiated with Perteet Engineers, Inc. to carry out the final PS &E for this work for $25,000. ALTERNATIVES: 1) Proceed with the PS &E (for use with the 42 Ave S project) RECOMMENDATION: Information only on contract negotiation. RAE:PRF:cd Attachment: Consultant Contract cf: file: 93- DR08.2 gilliam.con 28 CONTRIBUTING Fr'EA TO NORTH FORK A S 130th ST CITY of TUKWILA S 144th ST : /48th 1.50771: rn S 152nd ST --, 5 154th ST CONTRIBUTING AREA TO SOUTH FORK PERTEET ENGIl• : EERING, INC. Civil and Transportation Consultants Gilliam Creek Vicinity Map Figure 29 GRAVEL PARKING LOT SCALE: 1" • 60' R/W AC (0.16 Ac.) DAM W /CON 35" CHUTE I.E. 206.76 R/W (0.16 Ac.) 36" CUP CONC. WALL I.E. 240.54 1RIN1 PATH 24" CONC. I.E. 235.27 '.a I.E. 242.34 1 ......+++�`�..i �-- _.,.:rte--- '- "+' -J.," ate-. n 'ter. ` \� - ,ce - i� }-- 4a r6" CMP LE. aa4.50 VIIIIIL 111111.1111amminuL 1::=ITIe 1a" CUP I.E. 233.67 lift RIPRAP SLOPE CONC. RETANINC WALL 60" Cab' I.E. 233.53 12" CUP I.E, 223.30 /, PERTEET ENGINEERING INCORPORATED Civil end Transportation Consultants 21320 Co0y Avenue • Su. 410. E.eeell. NA 50201 •12011 2527233 .. 4, er GILLIAM CREEK POND CONSTRUCTION ALTERNATIVE 3 Figure 6 Utilities Committee April 4, 1995 Present: Dennis Robertson, Chair; Steve Mullet, Pam Carter Ron Cameron, Phil Fraser, Ted Freemire, Pat Brodin, Doug Micheau, Lucy Lauterbach; citizens Mel Peirano, Thomas Loftus, Lanny Vickers— Allentown; MCIM reps Mark Hegred, Robert Taylor Agenda items: 1. Business Recycling Consultant Contract The firm that did the business recycling consulting in 1994, Cascadia Consulting, is being considered for the 1995 contract. Rebecca said she thought they did a good job, and she has worked a similar scope of work for their 1995 work, which is again being funded by King County grants. Recommend contract to consent agenda of a Regular Meeting. 2. MCIM Franchise MCIM is a wholly owned subsidiary of MCI, and they want to put in more fiber optic connections to be able to get into the telecommunications field. Since they are able to use MCI's already existing conduit and want to add more wire at three specific crossings, there should not be major disruptions to City streets. The committee spent some time talking about how Tong the franchise agreement should be. The last franchise, Electric Lightwave Inc., got a three year franchise. MCIM wants a 15 year franchise, with an automatic 5 year extension if both sides agree. The main reason not to give a long term franchise is because the telecommunications field is changing so rapidly that future rules, competition and technology can't be predicted now, so it pays to be cautious until some of these things become clear. MCIM argued that other cities haven't objected to long term contracts, and their conduit doesn't hurt the City. Dennis proposed 3 years with an automatic extension if it works out; Steve countered with 5 years and 5 year extension. The issue will be referred to the Council with options. Recommend franchise agreement to Council . 3. Gilliam Creek Contract PS & E Last year the committee had heard from Perteet consultants what three options were for dealing with the water in and to Gilliam Creek near S. 154th. They had made some changes to the third alternative and recommended it; and they accepted the design report as complete. Though the PS &E were budgeted to be done in 1994, staff are just getting to it now. The committee approved Perteet for the $25,000 job; no Council approval is needed.Information only. 4. Val Vue Sewer Plans Public Works has been having discussions with Val Vue since we're going to do some work on the 51st street bridge over S. 154th. Val Vue is interested in taking over some unsewered areas for service in Tukwila and putting sewers in those areas. Presumably they would LID the sewers, as they did on 42nd recently. Ron said the City wanted to keep those areas in the City. Discussion only; schedule meeting with Val Vue. 31