HomeMy WebLinkAboutTrans 2014-07-28 Item 2A - Agreement - Unstable Slope / Elevated Walkway (I-5 / Klickitat Drive)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
1
W: \PW Eng \PROJECTSW RW 8 RS Projects1Klickilat Dr Elevated Walkway Repair (91410406) \PE1Construction LAA Supplement\lnfo Memo TC WSDOT GCB -1876 LA Participating Ag gl.doc
City of Tukwila
Washington
Resolution No. %gj0
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 Q , 2014.
ATTEST /AUTHENTICATED:
i
Christy O'Flah - , MMC, City Clerk/
APPROVED AS TO FORM BY:
n,/Shelley 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
Date
APPROVED AS TO FORM: APPROVED AS TO FORM:
City Attorney Ann E Salay, Assistant Attorney
7 — /e, /f
Date Date
Page 10 GCB 1876
13
PS&E JOB NO: 14A018 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION DATE:07 /18/2014 PAGE: 3
CONTRACT NO: 000000 ESTIMATES AND BIDS ANALYSIS SYSTEM TIME: 14:58 VER: 3
WORK ORDER #:XL4661 * ** PRELIMINARY ESTIMATE - BY GROUP * ** DOT_RGG300
GROUP NO : 2
PROGRAM ITEM NUMBER : 100509T CITY OF TUKWILA
CONSTR. TYPE CODE : Y009
PROGRAM CODE : P3
STATE ROUTE(S) 005
COUNTY : KING
CONTROL SECTION /SALES TAX : 172704/9.50%
SAFETY CLASS CODE
FUND NO: 1 +U PARTICIPANT: CITY OF TUKWILA PARTICIPATION PERCENT:100.00% MAX AMOUNT:
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
1 -5
KLICKITAT DR - UNSTABLE SLOPE
14A018
UNIT
MEAS
T.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.
UNIT PRICE
30.0000
1.2700
820.0000
785.0000
33.6300
80.0000
106.0000
QUANTITY AMOUNT
22.00
3,900.00
38.00
7.00
70.00
40.00
5.00
18.7500 170.00
3.0000 400.00
25.0000 170.00
12,260.00
30,000.00
660.00
2,400.00
4,953.00
31, 160.00
5,495.00
4,900.00
2,354.10
3,200.00
530.00
19,700.00
14,250.00
2,500.00
500.00
3,187.50
300.00
1,200.00
4,250.00
GROUP 2 BASE SUBTOTAL : 143,799.60*
14
PS&E JOB NO: 14A018
CONTRACT NO: 000000
WORK ORDER #: XL4661
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
I -5
KLICKITAT DR - UNSTABLE SLOPE
14A018
DATE:07 /18/2014 PAGE: 4
TIME: 14:58 VER: 3
DOT_RGG300
13,660.96
8,000.00
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
I -5
KLICKITAT DR - UNSTABLE SLOPE
14A018
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
13,660.96
8,000.00
5.00
0.48
143,804.60
13,661.44
8,000.00
165,460.56
21,509.87
6,618.42
5.48
0.71
0.22
165,466.04
21,510.58
6,618.64
193,588.85
6.41 193,595.26
16
INDEX
SHEET
NO.
• PLAN
REFERENCE
NO.
TITLE
1
INVM1
INDEX / VICINITY MAP
2 - 3
SQ1 - SQ2
SUMMARY OF QUANTITIES
4
AL1
ALIGNMENT PLAN
5
ECP1
ENVIRONMENTAL COMPLIANCE PLAN
6
QTSPI
QUANTITY TABULATION - SITE PREP & TESC
7
SP1
SITE PREP & TESC PLAN
8
LSI
LANDSCAPE PLAN
9
LD1
LANDSCAPE DETAILS
10
PRI
ACCESS ROAD PROFILE & SECTION
11
BDP1
WALL & BUTTRESS PLAN
12
WBa:
WALL & BUTTRESS SECTIONS
13
GWI
GRAVITY BLOCK WALL DETAILS
14
PDPI
PLAN & ELEVATION
15
PD51
PED. PATH TYPICAL SECTION
16
P1301
PATH CONNECTION TO PED. BRIDGE
17
PDD2
RAIL CONNECTION DETAILS
18
P003
BARUST
19 - 21
TCI - TC3
TRAFFIC CONTROL PLAN
RAN
REFERENCE
RO.
SI EET
OF
SHEETS
NOTE: ALL SHEET REFERENCES, FIRST NOS. OF STRUCTURE CODE DESIGNATIONS
AND MATCH LINE SHEET REFERENCES, ETC., THROUGHOUT THE PLANS,
REFER TO THE ENTRY IN THE PLAN REFERENCE NUMBER BOX.
FILE NAME T:14123501XL46611 CAD %CoritraetPlans%XL4661_PS_VM.dgn
TIME
8:46:48 AM
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(005)
BEGIN PROJECT
1 -5 MP 154.14
BRIDGES NOT INCLUDED IN
PROJECT
NOTE BRIDGE NUMBER
0
5/520E
DATE 612712014
PLOTTED BY DougheE
DESIGNED BY E.-DOUGHERTY
REGION
NO.
STATE
10
WASH
ENTERED BY E. DOUGHERTY
JDB KAMER
14A018
FEDAID PROJ.NO.
ER- WA- 1403(005)
CHECKED BY S. CHI
PROJ. ENGR. G.L MCKEE
REGIONAL ADM. L ENG
REVISION
DATE
BY
CONTRACT Ea
LOCATION Na
PE STAN. DOS
DATE
P.E. STAMP SOX
DATE
5/520E -S
Washington State
Department of Transportation
I I I
0 1000 2000
SCALE IN FEET
1 -5
KLICKITAT DR - UNSTABLE SLOPE
1
Plot 4
PLAY REF YO
INVMI
INDEX / VICINITY MAP
SHEET
1
of
21
shuler? 109/06/2005103:38:39 PM IPLOTI4IC : \AAWork \Sr 405 \SR 5 lrterchange V1c \2969rw07.26.001_A.agn
CURVE DATA
P.I. STATION
DELTA
RADIUS
Lw 2530 +61.32
35'24'41" LT.
5729.58'
TANGENT 1 LENGTH
11129.16'I3541-13'
! - _ DRAINAGE EASEMENT
i �`- x.14'1 - �, ..........
N - ti _�� 6j. ▪ a \ f
! 5 14'46'16" W r
S 14.46'16" W ''-.. �\` if
`�' /�r6` a%
\
i i
s
Lr 253 +.28 \ \10 1
(556.95' - -LT. I �` .0 �.�N 1, 1
4r 5 4 +54.18 \ 1 1
s'agf6 »,,T1 �r,,,,��� r 2534+5421,1 LT. 1% 1, pW T,
�f nj IS 1.10 L.1 \` S -T I •
1 \ \ 1` • 5 .a60.68 1
1
T023N. Ro4E4: W0M.
L .1
O
z
1-
W . - - i _ — _ _ _ _ -
S _ -__
N -
/�
W,,•,
PEDESTRIAN TRAIL
NW 1/4 NW 1/4
SEC. 26
( (_;(^ iCy� N
JLOC,
- - -- - 5 i1 -1 L
`r0
62'- 10,'14"
S
\.P'.
•
•
v-
15
/
TO S£ATAC
8
+
M
N
SR
5
Lw 25
N
N
N
al
`'Q f-or._
"0"• I 1J 1
r a I
Y1___ ''may
w
crtn? OF
L V IX 1Jl! U L A
SW 1/4 SW 1/4
SEC. 23
EXISTING 60"
WATER MAIN
1 1
II
1t1I
- - -I' L
77717 { } jTt ` 7?7Tl/Tf%l20/ " )j%7' i
r --- .- � � 1 n1�r� Ir1E1�/� fI��/�
1 1 — -i'`,� % W
1 I \ 5 _. -t-L. /
1 I / 5 \. \` - 0
pi °.- , . -
-_ , \ �_
1 Ti 1 \ n EXISTING 30' ` `\ MATER MAIN EASEMENT \ \
( I 4 \\ 4 \
/
O
Z
1-
W
2/
to
---- .A L _NF,`
L._T535.3U.2A P.D.0
2535 )
L N
)
2540
H 1.
Lw 2536 +73.00 P.O.C.
3ARCEL NO. NAME TOTAL AREA, R/W
LT. REMAINDER RT.
EASII T
TOTAL RECORDSRUNLESS OTHERWISESNOTED. NERSH I PS
ALL AREAS ARE SHOWN IN SQUARE
FEET UNLESS OTHERWISE NOTED.
LEGEND
ACCESS TO BE PROHIBITED SHOWN THUS
PROPERTY OWNERSHIP NUMBERS
PROPERTY LINES
0 50 100
SCALE IN FEET
/ / // / / / ///
G )
Reference IApprovo :l Revision Descrip'lon
f
-J
THE BASIS OF BEARINGS AND DISTANCES ARE DETERMINED FROM
WASHINGTON STATE PLANE COORDINATE SYSTEM. NORTH ZONE
tNAO 83/91).
THE DISTANCES SHOWN ARE GROUND DISTANCES. FOR SURVEY
INFORMATION SEE RECORD OF SURVEY FOR WASHINGTON STATE
DEPARTMENT OF TRANSPORTATION. AFN 20050728900039
RECORDED JULY 28. 2005.
THIS PLAN SUPERSEDES SHEETS 4 THROUGH 7 OF 12 SHEETS OF
SR 5. SOUTH 178711 ST. TO SOUTH 126TH ST.. APPROVED
JANUARY 30, 1962.
OWNERSHIP SHOULD BE VERIFIED. PROPERTY RIGHTS SHOWN MAY
NOT HAVE BEEN ACOUIRED 8Y WSOOT.
ACCESS NOTE:
PEDESTRIAN TRAFFIC WILL BE PERMITTED ACCESS AND USE OF
THE TRAIL DESIGNATED BETWEEN STA.Lw 2528.55 ON ThE 97.
AND STA. Lw 2536.28 ON THE LT.
ACCESS TO THE TRAIL WILL BE PERMITTED ONLY AT/ STA.
Lw 2528+551 (450' RT.) AND STA. Lw 2536 +281 1306' LT.)
ALL PLANS ARE SUBJECT TO CHANGE.
PARTIES SEEKING PRECISE, CURRENT
INFORMATION SHOULD CONSULT THE
OFFICIAL PIJU! ON FILE IN THE DEPT.
OF TRANSPORTATION IN OLYMPIA.
ilraw Pr JAQA Cor: nr•nrr• nZ
SR 405
SR 5 INTERCHANGE VIC.
KING COUNTY
RIGHT OF WAY AND LIMITED ACCESS PLAN
FULL CONTROL
SR 5 14' 154.11 TO SR 5 MP 154.30
STATION Lw 2531+00 TO STATION Lw 2541 +00
WASHINGTON. 5'ATE DEPARTMENT OF TRANSPORTATION
OLYMPIA. WASHINGTON
Fran
R/W
APPROVED
AND ADO TEO SEPTEMBER LE, 2005
RIG OF MAY 'CANS GINEER
SKEET 19 OF 26 5HTS
Es, marl. Dy Ccma.,c-1 R,sa&' or ■2+2. F.:. N, %L
D -I
SR 405/426
SEC. 26, T. 23 N., R 4 E., W.M.
122
121
-------------------------------------- 123
123 KING COUNTY
--'
i i' - -------
___ - -- MRS SLOPE BY OTHERS
_ _ i2`� _ _ - _ ---------------
- - - - - ` _ - ----------------------------- PRO- POSED BUTTRESS
-- -- - - - - -- r • i ;K �, .it, rYV4*'!1 ,:/,'• ,.i�c.;•'S ^a �C •y5i=:�i�� ,.r.�.,;� Y.y;".y... ��f a ..... ,r ;0_ -.
1 I'� lY�r .i (1.:s.-9,-_.(7c Y ,i:x ` x i (ti Yi: t ::( 1 r QCr'::t� (,.
124 --t±t - - - - - ---
\\ `�\ ` - -- -- - -- - - - - -- - - --
TA -'°%. ."%L:=
242 FHWS x 3"
•'-0" O.C.
2 x 8 CAP
2 x 4 RAIL
6 x 4 POST
(@ 5' O.C. MAX.)
T-0"
e.
m
aJ
12
z
J
re
m
1-
F
Fn
PEDESTRIAN PATH
I
i
z0
cc 1
0
5
a.
5 I
V
W
a.
m
W
W
m
4
PED. PATH &
P LINE
11- -0.07IFT.
(SEE NOTE 1)
PROFILE GRADE
AND PIVOT POINT
•
ti
6'•0"
_ f�ya le a-c
41,40 40 Alb ma*
_7- 1"w
gef.
1'-0"
TYPE 3
STEEL POST
(@ 5' O.C. MAX.)
QUARRY
SPALLS
CONSTRUCTION GEOTE MLE
FOR SEPARATION
(WRAP AROUND CSBC)
CONC. CLASS 4000 FOR
PEDESTRIAN PATH
CRUSHED SURFACING
BASE COURSE (CSBC)
PERMEABLE BALLAST
PEDESTRIAN PATH TYPICAL SECTION
GRADE ELEVATION SHOWN ARE FINISHED GRADE AT TOP OF PEDESTRIAN PATH AT CL
(TIMBER RAIUNG NOT SHOWN FOR CLARITY)
11/2" CLR.
(TYP.)
11073 84 TOP AND BOT. IS 1' -6" MAX.
[1081 #4
/-- 1113S184 SPACED
iMCH
PEDESTRIAN PATH REINFORCEMENT END SECTION
PI
U
PED. PATH
[1071 #4
)l�
2 -(106] #4 (TYP.) SPACED W! EACH POST
CONNECTION, SEE CHAIN LINK FENCE
- POST CONECTION DETAIL & TIMBER
U RAIL POST CONNECTION DETAIL
54108184 TOP AND BOT. @ 1'4 112"= 5'.6" 3
PEDESTRIAN PATH REINFORCEMENT TYPICAL SECTION
NOTES;
1. SUPERELEVATION BASED UPON AS -BUILT DRAWINGS AND INFORMATION OBTAINED BY THE ENGINEER. FNISIED
GRADE ELEVATIONS AND SUPERELEVATIONS ON THE PEDESTRIAN PATH TO MATCH EXISTING ON BOTH ENDS
OF PATH. SUPERELEVATION SHALL TRANSITION OVER A MINIMUM OF 24'. CONTRACTOR TO VERFY ALL
DIMENSIONS M THE FELD PRIOR TO BEGINNING OF CONSTRUCTION.
2. REINFORCING BARS SHALL CONFORM TO AASHTO M31 GRADE 60 OR ASTM A706 UNLESS NOTED OTHERWISE.
3. ALL EDGES NOT CAST AGAINST EARTH SHALL BE CHAMFERED isr.
FILE NAME P: ITITUKA00000012W400CAD1SHEETSSXL4661 _DE_ST PedPath.dgn
TIME 12:36:37 AM
DATE 62642014
PLOTTED BY Drte
DESIGNED BY M. FRYMOYER
ENTERED BY D. TELLERS
CHECKED BY P. MONTEMERLO
PROJ. ENGR. G.L MCKEE
REGION STATE
10 WASH
XS NUMBER
14A018
FED.AID PROJ.NO.
f1ATF
AV
CONTRACT NO.
LOCATION NO.
PE STAMP BOX
TAIL
PENT/VIP BOX
OATS
Washington State
Department of Transportation
DAVID EVANS
...ASSOCIATES ENO.
1 -5
KLICKITAT DR - UNSTABLE SLOPE
PED. PATH TYPICAL SECTION
Plot 2
PLAN NW NO
PDS1
sleEr
i5
,�z0
EXPANSION JOINT COVER PLATE
FASTENER ON PED. PATH
PEDESTRIAN PATH
EDGE OF METAL DECKING
EXPANSION JOINT COVER PLATE
(SEE NOTE 1)
EXISTING METAL DECKING
4
1/2" x 6'-0" UNREINFORCED ELASTOMERIC PAD —
3" MIN.
6" MAX.
CONC.CLASS 4000 FOR
TRANSITION WALL
1 1`7-L -' Y r
`� N\I.I\`:l \ \�\
2
0
4.-6"
ELEVATION
EXISTING 4 x 12 JOIST
EXISTING 6 x 6 PILE FINISHED GRADE
EXISTING 18" AUGER CAST PILE
FENCE. RAIL AND REINFORCEMENT NOT SHOWN FOR CLARITY
FOR REINFORCEMENT DETAILS IN
SLAB SEE PEDESTRIAN PATH
REINFORCEMENT END SECTION
[102) 81
3' DIAM DRAINS eat 4' MAX. CENTERS AND
6" ABOVE FINAU EXISTTG GROUND LINE
AT FRONT FACE OF WALL
1%"
CLR.
0
OPTIONAL CONSTRUCTION
JOINT WI ROUGHENED
SURFACE
•
2 5/8"
([YP.)
* 0
h
S FINAU EXISTING
• GROUND UNE
M1
ELEV.
1 -[105106 TOP & BOT.
4- [105] #6 SPA. @I 1' -0"
TOP & BOT.
ELEV. A
4.-6"
a
to
nom.
0
0
(104184
[103]#6
0
— •- -- •- ----- J-c PED. PATH
ID
ELEV. B
441021#6
SPA. 86 1'-0"
9"
8'•0"
4-[101)#6
SPA. ® 1' -0"
TRANSITION WALL PLAN
(WALL 1 SHOWN, WALL 2 SIMILAR)
ELEV. C
NOTES;
1. EXPANSION JOINT COVER PLATE SHALL BE A WATSON
BOWMAN SAFETY FLEX SFP -600 EXPANSION JOINT,
NYSTROM RCP -600 FLOOR -TO -FLOOR HEAVY DUTY
SURFACE MOUNT EXPANSION JOINT SYSTEM, MM SYSTEMS
RSC-C-850 EXPANSION JOINT COVER OR APPROVED
EQUAL JOINT SHALL BE 6'-0" IN LENGTH AND INSTALLED
PER THE MANUFACTURER'S RECOMMENDATIONS.
2. REINFORCING BARS SHALL CONFORM TO AASHTO M31
GRADE 60 OR ASTM A706 UNLESS OTHERWISE NOTED.
3. ALL EDGES, NOT CAST AGAINST EARTH, TO BE
CHAMFERED 1 /Y.
4. THE LOCATION OF ALL EXISTING UTITUTIES WITHIN THE
VICINITY OF THE STRUCTURE SHALL BE VERIFIED PRIOR
TO EXCAVATION.
5. WALL SHALL BE FOUNDED ON AND BACKEILLED WITH
QUARRY SPALLS IN ACCORDANCE WITH THE
GEOTECHNICAL MEMORANDUM.
a
to
[102] #6
OPTIONAL CONSTRUCTION
JOINT W1 ROUGHENED
SURFACE
c
94100] #6 SPA. @ 1'-0" TOP & BOT.
SECTION OC SECTION O
FILE NAME P: ITITUKA0000001210400CAD1SHEETSlXL4661 _DE_ST_PedPatli.dgn
TIME 12:32:02 AM
DATE 6/26/2014
PLOTTED BY Drte
BLOWN
STATE
10
DESIGNED BY M. FRYMOYER
ENTERED BY D. TELLERS
WASH
ABB NUMBER
14A018
FED.AID PROJ.NO.
CHECKED BY P. MONTEMERLO
PROJ. ENGR. G.L. MCKEE
r1ATF
FIV
CONTRACT NO.
LOCATION NO.
PE STAMP BOX
DATE
PE STAMP BOX
DATC
Washington State
Department of Transportation
DAVID EVANS
AMP ASSOCIATES ono.
TRANSITION WALL
ELEVATIONS
WALL 1
WALL 2
ELEV. A
108.75
109.97
ELEV. E
108.63
109.85
ELEV. C
108.66
109.82
ELEV. D
103.00
104.50
NOTE
ELEVATIONS ARE PER VERTICAL PROFILE
PROVDED AND -2% SUPERELEVATIONS.
CONDITIONS MAY VARY DEPENDENT UPON
AS -BUILT CONDITIONS. CONTRACTOR
SHALL VERIFY ELEVATIONS PRIOR TO
CONSTRUCTION TO ENSURE PROPER FIT.
SECTION Og
1 -5
KLICKITAT DR - UNSTABLE SLOPE
Plot 3
PLAN REF NO
PDD1
PATH CONNECTION TO PED. BRIDGE
SNEET
IL
�1