HomeMy WebLinkAbout14-104 - WA State Department of Transportation - Local Agency Participating Agreement (I-5/Klickitat Unstable Slope and Elevated Walkway)14- 104(a)
Approval by Res. 1830
LOCAL AGENCY PARTICIPATING AGREEMENT
WORK BY STATE - ACTUAL COST
AGREEMENT GCB 1876 AMENDMENT #1
THIS AMENDMENT 1 between the WASHINGTON STATE, DEPARTMENT OF
TRANSPORTATION, hereinafter "STATE," and the City of Tukwila, hereinafter the "LOCAL
AGENCY" collectively referred to as the "PARTIES" and individually referred to as the "PARTY ".
WHEREAS, the PARTIES entered into the original AGREEMENT, GCB 1876, on July 29, 2014,
whereby LOCAL AGENCY 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, and
WHEREAS, the STATE conducted an advertisement for the construction contract, which the LOCAL
AGENCY has reviewed and accepted the bid that was higher that the engineers estimate, and
WHEREAS, the PARTIES desire to amend Agreement GCB 1879 to include the additional funds
needed from the LOCAL AGENCY to complete the construction project.
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,
IT IS MUTUALLY AGREED AS FOLLOWS:
Pursuant to Section 6.4— Increase in Cost: the PARTIES wish to amend the Agreement by changing the
PROJECT TOTAL amount owed as shown in Exhibit A to Two Hundred Forty -Four Thousand Nine
Hundred Twenty Six Dollars and Forty Cents ($244,926.40).
All other terms and conditions of the original AGREEMENT shall remain in full force and effect except
as modified by this AMENDMENT 1.
IN WITNESS WHEREOF, the PARTIES hereto have executed this AMENDMENT No. 1 as of the
latest date written below.
City of Tukwila WASHINGTON STATE DEPARTMENT
OF TRANSPORTATION
fultyy-
By
Name Name
Title Title
ace ,i14-
Date
GCB 1876 Amendment #1
•
Date
Page 1of1
PS&E JOB NO: 14A018
CONTRACT NO: 008658
WORK ORDER NO: XL4661
BASE
CONTRACT TOTAL
WASHINGTON STATE SALES TAX 9.50%
OF $185,004.55
701 - WSP AGREEMENT T5080 -MU
BASE
PROJECT SUBTOTAL
ENGINEERING 13.00% 12.3134%
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 DATE: 07 /21/2014
ESTIMATES AND BIDS ANALYSIS SYSTEM TIME 12:15
* * * PRELIMINARY ESTIMATE - FUND REPORT * * * DOT_RGG500
Fund 10 Fund 15
CITY OF TUKWILA STATE
(1) 100.00% (2)
100.00%
TOTAL
184,999.55
17,574.96
8,000.00
5.00
0.48
185,004.55
17,575.44
8,000.00
210,574.51
27, 374.63 $25,928.91
8,422.98
5.48
0.71
0.22
210,579.99
27,375.40
8,423.20
24b, 3 iz. lis $244,926.40
6.41 246,378.59
CE (Construction Engineering) is kept at
CCFA(Construction Contract Funds
Authorization) level, regardless of the high or
low bids (HQ Policy). In this case CE for group
2 is $25,928.91 or 12.31% not 13% as in
EBASE.
PAGE : 2
VER: 99
PS &E JOB NO: 14A018
CONTRACT NO: 008658
WORK ORDER #: XL4661
WASHINGTON STATE DEPARTMENT OF TRANSPORTATION
ESTIMATES AND BIDS ANALYSIS SYSTEM
* ** PRELIMINARY ESTIMATE - BY GROUP * **
GROUP NO : 2
PROGRAM ITEM NUMBER : 100509T
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: 10 PARTICIPANT: 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
I -5
KLICKITAT DR - UNSTABLE SLOPE
14A018
CITY OF TUKWILA
UNIT
MEAS
L.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: 07/21/2014 PAGE: 3
TIME: 12:15 VER: 99
DOT_RGG300
PARTICIPATION PERCENT: 100.00% MAX AMOUNT:
UNIT PRICE
44.0000
2.0000
750.0000
850.0000
38.0000
36.0000
120.0000
78.0000
4.0000
120.0000
QUANTITY AMOUNT
22.00
3,900.00
38.00
7.00
70.00
40.00
5.00
170.00
400.00
170.00
14,021.00
24,501.00
968.00
12,000.00
7,800.00
28,500.00
5,950.00
11,025.00
2,660.00
1,440.00
600.00
19,700.00
14,999.55
3,750.00
1,375.00
13,260.00
450.00
1,600.00
20,400.00
GROUP 2 BASE SUBTOTAL : 184,999.55 *
PS &E JOB NO: 14A018
CONTRACT NO: 008658
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 $ 184,999.55
WSP AGREEMENT T5080 -MU
GROUP 2 SUBTOTAL
ENGINEERING "V V I Z i j ( / Gr f} L l i C s e - -H ?V i )
DATE: 07/21/2014 PAGE: 4
TIME: 12:15 VER: 99
DOT_RGG300
17,574.96
8,000.00
210,574.51 **
g, 4-22. qg
27,374.G 2S,g2P.�tl
GROUP 2 TOTAL 3_. -93= -� ® * * *
I 244-) x(26. 4a
I -5
KLICKITAT DR - UNSTABLE SLOPE
14A018
14- 104(a)
Approval by Res. 1830
LOCAL AGENCY PARTICIPATING AGREEMENT
WORK BY STATE - ACTUAL COST
AGREEMENT GCB 1876 AMENDMENT #1
THIS AMENDMENT 1 between the WASHINGTON STATE, DEPARTMENT OF
TRANSPORTATION, hereinafter "STATE," and the City of Tukwila, hereinafter the "LOCAL
AGENCY" collectively referred to as the "PARTIES" and individually referred to as the "PARTY ".
WHEREAS, the PARTIES entered into the original AGREEMENT, GCB 1876, on July 29, 2014,
whereby LOCAL AGENCY 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, and
WHEREAS, the STATE conducted an advertisement for the construction contract, which the LOCAL
AGENCY has reviewed and accepted the bid that was higher that the engineers estimate, and
WHEREAS, the PARTIES desire to amend Agreement GCB 1879 to include the additional funds
needed from the LOCAL AGENCY to complete the construction project.
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,
IT IS MUTUALLY AGREED AS FOLLOWS:
Pursuant to Section 6.4— Increase in Cost: the PARTIES wish to amend the Agreement by changing the
PROJECT TOTAL amount owed as shown in Exhibit A to Two Hundred Forty -Four Thousand Nine
Hundred Twenty Six Dollars and Forty Cents ($244,926.40).
All other terms and conditions of the original AGREEMENT shall remain in full force and effect except
as modified by this AMENDMENT 1. ,
IN WITNESS WHEREOF, the PARTIES hereto have executed this AMENDMENT No. 1 as of the
latest date written below.
City of Tukwila WASHINGTON STATE DEPARTMENT
OF TRANSPORTATION
Neurr
By
Name Name
Title Title
AAA
Date
GCB 1876 Amendment #1
Date
Page 1 of 1
DATE: 07 /21/2014
z
0
H k
H #
Cd
E
a c
ca o„'
y
H H P�0
rn
O I
H Q y
0 FC H
a °° rn H
°0
w
En 4E4 H
H
0 El
Z r4
cn
PS&E JOB NO: 14A018
CONTRACT NO: 008658
WORK ORDER #: XL4661
GROUP NO : 2
CITY OF TUKWILA
H
01
O
L1) 01 C7
0 0 Li) z
o o M O H
(1, o D4
a
CO
a 0 a vi 0
CODE
CONTROL SECTION /SALES TAX : 172704/9.50%
PARTICIPATION PERCENT: 100.00%
PARTICIPANT:CITY OF TUKWILA
0
CD
H
N
O
-I
24,501.00
12,000.00
0 0 0 0 CD 0 0
0 0 0 0 0 0 0
0 0 0 N 0 0 0
O O In N l0 ,/' 0
CO IC) 01 O l0 •7' L.0
N O to H N 1-1
2
1
19,700.00
cc) O o
o O
13,260.00
O o o u)
0 0 O L.r)
o O o 01
LID O O al
LU ct d>
1-4 O V'
N CO
>4 o O o 0 0 0 0 0 0 0
El o O o 0 0 0 0 O o 0
H
El N O CO N O O U) O O O
Lc
N 0 M N d' N O N
rn v' r-1 H
01 CO El El
N
w
N
g
N
w o 0 0 0 0 o O o o_ a
0 o 0 0 0 0 0 0 0 0 0 D
H 0 O O O O O O 0 0 O 0
p; 0 O O O 0 0 O O O O 0
p' N o o CO Lo o CO sr, o 0
El sr. U) U) M U N N
7
8
1
12
H IH v) U ) H U) a• >• H v) O ZO v) W }� W
a s 0 a a U U a F H 0 W a a a a a U7
ITEM DESCRIPTION
z
0
H
H
U)
H
PEDESTRIAN PATH
H H H H z
zA a oa • z
x 4 H o
to Z a a U) U) 3 v) 0
N 0
■-I O LU CO r1 N N CD CD M CD r-1 01 N. CO l0 O
'� O LU O r-I U) O O ct' O O 0) N 1/4.0 01 CO M M
U G
0 El Z O O O O H N N O .-1 ' '' a 00 O O N U)
CD O Q' C' d' d' a' U) Lf) l0 L0 LU LO N N N N
H z
w
0
z
to W
CLASS 4000
E
T
SITION WALL
H
CLASS 4000 FOR
H
U)
U)
U]
TEMPORARY DEWATERING
PERMEABLE BALLAST
SURFACING BASE COURSE
CRUSHED
ESC LEAD
EROSION /WATER POLLUTION CONTROL
PROJECT TEMPORARY TRAFFIC CONTROL
PEDESTRIAN TRAFFIC CONTROL
SURVEYING
STRUCTURE
CHAIN LINK FENCE TYPE 3
SPCC PLAN
CONSTRUCTION GEOTEXTILE FOR SEPARATION
TIMBER RAILING
.-I N l0 N 00 01 O r-1 N M '4' 01 U) l0 CO O U) L0 O
1-1 .--i f7 U) 01 U)
a
H
U)
z
0
C4
H
H
H W
0 o
U) H
is
H Y .-1
10
N 10
w a
a
DATE: 07 /21/2014
TIME: 12:15
z +
O
H
E # O
O W • El H • cc
al 01 o
al
W �
0\c. H H q o
• �v0 o
O 04j W o
i�' o
EA I
is 0Ira
to g .• �-4 H r4
W
a4 • Ei Vl W to • CV
O W
W N
u3
1:4 14
rn • E H �o
z • H H o
O H rl Y o
x W W H O
a.
H PG
x * ° 0
3
it
>•I
* W U
co co
If)
O w
CO
C CD
.-I O
0
z
E-1
O
PS&E JOB NO:
WORK ORDER NO: XL4661
185,004.55
o CT) o o m
In
In O 10 I!) M co
N O N N N N
In O If) co V' 10
I- a0 O N W to
.-1 .-1 N C'
(N N
O co
O d'
In
CD
CO l N
In O O
rn
Co
N
O
II)
10 to O .-i 10
In 10 O In 10
10 .' CD d' N
10 I- O N N .
10 In O In C'
a' r r ▪ O co
CO r-1
.--1 N
SALES TAX 9.50%
WASHINGTON
OF $185,004.55
701 - WSP AGREEMENT T5080 -MU
J
C7
CO
N
ENGINEERING
CONTINGENCIES 4.00%
V'
10
0
co
N
O
V
N
THIRD PARTY DAMAGES
M
N
CO W
Q_ d
O 0
CC CC
O 0
W W
N
Q
0 2
L
�_ C
(a 1E p N
a) CO - W (a
Y-O,�Vo
7 O r
N e,
C7 U LL al U C
a) O m c)
N
w c >.
C > '� O
g 2 —CL
O
C " 2 N
in � �0)
O U C •p N W
w 0 ' c0
0 O < . N W
14 -104
Approval by Res.1830
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.
5/ ai6i.4965-
Page 1 GCB 1876
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
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
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
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
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
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
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
Further, the Parties agree that each will be solely responsible for payment of its own
attorneys 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.
IN WITNESS WHEREOF, the Parties hereto have executed this Agreement as of the Party's
date signed last below.
CITY OF TUKWILA
()49'
Date
APPROVED AS TO FORM:
City Attorney
n-YR-)9
STATE OF WASHINGTON
DEPARTMENT OF TRANSPORTATION
Michael often, P.E.
WSDO Assistant Regional Administrator
King and Snohomish Counties
itf
Date
APPROVED AS TO FORM:
Ann E Salay, Assistant Attorney
7 - /43,-/q
Date Date
Page 10 GCB 1876
w a
a
DATE: 07/18/2014
TIME: 14:58
DOT_RGG300
z
0
H •,
H
4
H 2
0 w 0
a E'
co
Crj a0
H H
co
W
0 H I
WH W
E cn g
it 0 4 H w
a P° w
43 Q
m
w
U) og H
ryk- M H H a
U' y
Z W
H 9
x
U3
3
CO O
H O
O O
rr
d' O
H O
0
z
H
0
U
PS &E JOB NO:
r
WORK ORDER # :XL4661
GROUP NO : 2
CITY OF TUKWILA
H
Ol
O
0) 1-y
O O U) 2
O O M O H
a O x
� w w
H O
H H U
L CD H z
a v a ai CJ
CODE
CONTROL SECTION /SALES TAX : 172704/9.500
O O O O O O O O O O O O O O O O O O O O
O O O O O O O O H 0 0 0 0 0 0 U) O O O l0
. . . . . . . . . . . . . . . . . . . .
O O O O co in O •r O O O O O O N 0 0 0 0)
l0 O l0 O U) l0 01 O III O M O U) O O CO O O U) 0)
N O 10 d' O1 H d' 0) M N U) N N U) U) ,-I CO N N N
. . . . . . . . . . . . . . . .
El H N O N d' H 10 d' N CO Ol d' N CO H d' CO
Z H CO M H H d'
H
0 0
PARTICIPATION PERCENT: 100.00%
PARTICIPANT:CITY OF TUKWILA
FUND NO: 10
6
ITEM STD.
.71 O O O O O O O O O O
El O O O O O O O O O O ••
H
EA N O CO N O O U) O O O
ICC
N O CO N d' N O N
0 H d' H 0
Oa co DI
0
w
UNIT PRICE
z
0
H
H
a
H
U
U)
w
A
z
W'
H
H
0z
z0
w
U)
R1
N
O O O O O O O O O O
O. 0 0 0 0 0 0 O O O
O N O O CO O O U) O O
O N O O l0 O O N O O O 0
o ,--H o cn M o to m M In 0
co N CO CO N O H N
8
7
1
cn cn H m a• ? y u? O O CO H cn m cn
cr w ? w
a s U a a U v a H H ra w • a m a
MOBILIZATION
w
Cfl2
H
U
5
H
O
z z
H cn 0
H to H
CO r H
H r7
X U
w FC
U
w O >C
O H W
A TRANSITION
0x
H H
H g
as
0
az a
�C w 0 w
H x z
Z fY 5 C7 H
H H H z w
0w 2 as a
bra (0 0a
L4 [4
(24 a cn cn 3 cn
H O l0 CO H N N
O l0 O H U) O O
O O O O H N N
O O d' d'
E
FOR PEDESTRIAN PATH
O
O
H O O
w 0
CONC. CLASS
CONC. CLASS 4000 FOR TRANSITION WALL
TEMPORARY DEWATERING SYSTEM
PERMEABLE BALLAST
CRUSHED SURFACING BASE COURSE
ESC LEAD
EROSION /WATER POLLUTION CONTROL
PROJECT TEMPORARY TRAFFIC CONTROL
PEDESTRIAN TRAFFIC CONTROL
STRUCTURE SURVEYING
CHAIN LINK FENCE TYPE 3
CONSTRUCTION GEOTEXTILE FOR SEPARATION
O O CO O H 0l N 0) l0 O
d' O O 0) N l0 CO O 00 CO
O H d' d' 0) CO O O N U)
U) U) l0 l0 ■0 (0 f N N N
TIMBER RAILING
H N l0 f N Ol O H N CO d' Ol U) l0 CO O U) l0 O
CO M M V' d' d' U)
DATE: 07 /18/2014
WASHINGTON STATE DEPARTMENT OF TRANSPORTATION
PS &E JOB NO: 14A018
TIME 14:58
CONTRACT NO: 000000
DOT_RGG300
WORK ORDER #: XL4661
csi
O
az
L.0 O l0 N
of O in CO
O O 0 01
o O ■n O
lO 0 Tr LO
M CO In
l0
H
O
rn
rn
N
C)
w
0
0
rn
X
E.
F
U)
W
U)
w
H
H
U)
0
H
cw
z
m
WSP AGREEMENT T5080 -MU
GROUP 2 SUBTOTAL
ENGINEERING 13.00%
186,970.43 * **
GROUP 2 TOTAL
w
a
0
a
U)
W
0
H
z
0
rx
0
H
H
H CO
x
U O
H
a
Hx
DATE: 07/18/2014
U)
U)
E
DOT_RGG500
z *
0
H *
4 * H
O
W • a E
E
a. cn
ra • °,
� 'J
E H AAAAA
N
O Q W
�z] 3 '
Z y E '-I
H
g 41
a 14 H N
A A W W V1
W >4
E rn
• W
El
H
rn Z X H H
H
E0„ 1 E a S4
Er; w ° a El
H x * ° o
m
% 4, G H
* 0 H
W U
PS&E JOB NO:
z
W
E A
a 0
E g
O 0
• $
op
O
O
0
0
N
a0
0
0
0
o •q' OD
O O I 1.0
• ,- o Lo O co
O 4 O to 1-4
ao k.o- o Cr. LID U)
M M W L O
C r-1 U9 N
O CO
O C
U) O
CO .--I N
C h N
N O O
193,595.26
U)
O 19 O l0 r N 01
19 OD O U N C CO
OD O O O OD CO W
OD l0 O l0 O r-I W
r ■.o o C 1 ko In
M M co � • � M
C rl 19 N OD
w
C
CONTRACT TOTAL
040
rip
0
rn
H
W o
a 1
FC •
0
co
M
C
v}
0
WASHINGTON STATE
701 - WSP AGREEMENT T5080 -MU
J
0
O
M
ENGINEERING
CONTINGENCIES 4.00%
W
a
w
PROJECT TOTAL
THIRD PARTY DAMAGES
(1) SEE GROUPS 2
(2) SEE GROUPS 1, 3
KLICKITAT DR - UNSTABLE SLOPE
INDEX
SHEET
NO.
PLAN
REFERENCE
NO.
TITLE
O
5/520E
®
1
INVM1
INDEX 1 VICINITY MAP
O
51520E -S
2 - 3
SDI - SQ2
SUMMARY OF QUANTITIES
4
AL1
AUGNMENT PLAN
5
ECP1
ENVIRONMENTAL COMPLIANCE PLAN
6
QTSP1
QUANTITY TABULATION - SITE PREP & TESC
7
SP1
SITE PREP & TESC PLAN
8
LS1
LANDSCAPE PLAN
9
WI
LANDSCAPE DETAILS
10
PR1
ACCESS ROAD PROFILE & SECTION
11
BOP1
WALL & BUTTRESS PLAN
12
WB31
WALL & BUTTRESS SECTIONS
13
GW2
GRAVITY BLOCK WALL DETAILS
14
PDP1
PLAN & ELEVATION
15
PD51
PED. PATH TYPICAL SECTION
16
PDD1
PATH CONNECTION TO PED. BRIDGE
17
PDD2
RAIL CONNECTION DETAILS
18
PDD3
BARUST
19 - 21
TC1 - TC3
TRAFFIC CONTROL PLAN
PLAN
REFERENCE
SHEET
OF
NMN!STS
NOTE: ALL SHEET REFERENCES, FIRST NOS. OF STRUCTURE CODE DESIGNATIONS
AND MATCH UNE SHEET REFERENCES, ETC., THROUGHOUT THE PLANS,
REFER TO THE ENTRY IN THE PLAN REFERENCE NUMBER BOX_
FILE NAME T: W123501XL46611CADLCor rtractPtans1XL4661_PS_VM.dgn
T.23N. R.4E. W.M.
INTERURB
AVE S
PKWY
GAGRES WAY
2
END F.A. NO. ER- WA- 1403(005)
END PROJECT
1 -5 MP 154.25
W
SHO
SOU
THCENTBR
STRANDER
BLVD
to
i
BEGIN F.A. NO. ER -WA- 1403(005)
BEGIN PROJECT
1 -5 MP 154.14
W
z
w
U
I-
D
O
CO
a
Ply
0
0
z
s7-
S 180TH ST
S
ST
TIME
8:46:48 AM
DATE
PLOTTED BY
6/27/2014
DougheE
REGION
STATE
10
DESIGNED BY E. DOUGHERTY
ENTERED BY E. DOUGHERTY
WASH
JEST NUYRFR
14A018
FED.AID PROJ.NO.
ER- WA- 1403(005)
CHECKED BY S. CHI
PROJ. ENGR. G.L MCKEE
REGIONAL ADM. L ENG
REVISION
DATE
BY
CONTRACT N0.
LOCATION NO.
BRIDGES NOT INCLUDED IN
PROJECT
NOTE
BRIDGE NUMBER
O
5/520E
®
51520W
O
5/520HOV
O
51520E -S
I I I
0 1000 2000
SCALE IN FEET
P.E. STAMP ROT
OATS
,.E STAIN, BOX
DATE
—
ESTFIELD
PPINGTOWN
'-
Washington State
Department of Transportation
1 -5
KLICKITAT DR - UNSTABLE SLOPE
Plot 4
,JAN R6 WS
INVM1
INDEX / VICINITY MAP
SHEET
1
21
NRASST,
srYJIeri 109/06/2005103:38:39 PM IPLOTI4ICt \AAWOrS \Sr 405 \SR 5 Interchange Vic\2969re02-26.001_A.Ogn
CURVE DATA
P.I. STATION DELTA
Lw 2530+61.32 35•24'4I" LT.
RADIUS TANGENT LENGTH
5725.58'11829.16' 3541.13
TO SESEATAC
1 -
_ _ DRAINAGE EASEMENT
F —
- S
S ;14'16
T.23N. R.4E• W.M.
_ aa-
`_ 274.20. �N -- - _ - - ?p7 —r - - -- <¢ -g
- - - - -_— 2�6,•�,///� S 14.46'16 "' W
S 14'46'16" W i -- -; �\ .\\
\ 9,; •
`
�/! E
\\ 'Y ^s: \\
4. •
Lw 2531+� 28 \�`1 \90.•5
i356.33'-L T.')
• 4. 4. \ \
t .I L.) 5 \1 v`T
...,...,,,,,,,,#7,4„.„ f.r ;534 5.94 ` y\ • \
l�jl► :534.10 .I 11 t\i7�- 1
\i
ue 11�'c:l
1 \ 1
\
1 \
R *6TT'
Imo"
L .1
PEOF,STRIAN TRAIL
NW 1/4 NW 1/4
SEC. 26
•8o '.:l
�
.%%, „ •0���O;4
■ 5
01
CM OF
TUMWOILA
SW 1/4 SW 1/4
SEC. 23
ii
EXISTING SO- A/
NATEg MAIN
I !�
,--/
ter/
0
r-1
H
Lw 53T 10
LT.1
a-
-- - - -•—= LINE
SR 5
r 25 6.1 3 1 / \\\\
.1 i 1 t �iJV U �WCIfll �°, WOE
S
\\ \; \\ - - - - a
S \ _ _� `�
re
Ky1y711T =�"�' m1i�I'
VRIIICWOLA
I
r; 1
I
7
1
I I
I
. \ -
!�
-- 1 \ \
--- I - ---- . I —��T�S _
/ L I 5`,\ 5 I
Lw 2535.36.24 P.O.C. . � EXISTING 30' n 4- %S
1 1 MATER MAIN EASEMENT \ \ ■ 2540
2535 t' 1; i I , 4 \\ \4
MA
3ARCEL NO. NAME 'TOTAL AREA R/W
TOTAL AREA IS FROM ASSESSOR S
RECORDS UNLESS OTHERWISE NOTED. OWNERSH I PS
LT. RENA NDER RT. EASN'T
ALL AREAS ARE SHOWN IN SOUARE
FEET UNLESS OTHERWISE NOTED.
H L N
H E
N
Lw 2536 +73.00 P.O.C.
LEGEND
ACCESS TO BE PROHIBITED SHOWN THUS
PROPERTY OWNERSHIP NUMBERS
PROPERTY LINES
0 50 100
SCALE IN FEET
/ / / / / / / ///
G )
R+in -enre IA ?rpvai
0
c
J
THE BASIS OF BEARINGS AND DISTANCES ARE DETERMINED FROM
WASHINGTON STATE PLANE COORDINATE SYSTEM. NORTH IONE
(NAB 83/911.
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 S. SOUTH 1781H ST. TO SOUTH 126TH ST.. APPROVED
JANUARY 30, 1962.
OWNERSHIP SHOULD BE VERIFIED. PROPERTY RIGHTS SHOWN NAY
NOT NAVE BEEN ACQUIRED BY WSDOT.
ACCESS NOTE:
PEDESTRIAN TRAFFIC WILL BE PERMITTED ACCESS AND LSE OF
THE TRAIL DESIGNATED BETWEEN STA.Lw 2528 +55 ON THE RT.
AND STA. Lw 2536.28 ON THE LT.
ACCESS TO THE TRAIL WILL BE PERMITTED ONLY AT. STA.
Lw 2528.551 1450' RT.) AND STA. L. 2536 +284 1306' LT.)
ALL PLAMI ARE HUNJECT TO CHANGE.
PARTIES SEEKING PRECISE. CURRENT
INFORMATION SHOULD CONSULT THE
OFFICIAL PLAN ON FILE IN THE DEPT.
OF TRANSPORTATION N OLYMPIA.
Revision DescrIPtlon
Drawer V094 Sequence 03
011/08(05-
SR 405
SR 5 INTERCHANGE VIC.
KING COUNTY
RIGHT OF WAY AND LIMITED ACCESS PLAN
FULL CONTROL
SR 5 MP 154.11 TO SR 5 MP 154.30
STATION Lw 2531+00 TO STATION Lw 2541 +00
AASHINGTON STATE DEPARTMENT OF TRANSPORTATION
OLYAPIA. WASHINGTON
=/e/0U
ANDRADOPTED SEPTEMBER IE. 2005
RIG OF WAY PLANS GINE ER
SHEET 19 OF 26 SHEETS
UImR.n.• DY Co••lwbn R••0•••n eta. rye. i0, %:.
D_I SR 405/426
++ - 121
120
1
SEC. 26, T. 23 N.,
4E -9 W.M.
12T " �,; _ - -- - - --- - - - - -- 123 KING COUNTY
rr+
Nib
------ - PATS F SLOPE BY OTHERS -
- - - - - - - PROPOSED BUTTRESS LINTS-
---
122
124 -- - - - -el-. \ �"_ c� _� -e --
1
121 -
\ \
_•- Yr+'r�-``;a` 123 = -- --- _- _��. -_-
rr
♦r
_ems_ °re .61 '-0- - - - -- -- " --
t118 118 x�,i r -- - --- - - - - -- -
�� ��.r -• � - _ + 117 117 'nj r -� 1f5
rrr +.. �-� TS OF PROPOSED A GRADE PEDESTRIAN PATH - �.,1.♦�ry_ �'L1M'TS 1 `"' -- - - - - -+ -
` r 11b OF EXISTING TI TRUCTURE REMOVAL 116 STRU
------
- y
•. UC'S J ) ^•/ .A1 " /(TO - REMAIN} _ _` - -
r �r 113 T 5_�pINT- 115 -a_
P15+46.75 PI5 +71.62 _114 ,fir _ --EX PEDESTR- IAN PATHS 6 +33.00 -__~
' ++ 112 - �.. ,• 11314- PROFILE DGRPADE a 1lLR�• 113 6 +32.63'
-
- 111
- -EX PEDESTRIAN PATH € 4 +43.29- - - -
-( 3 RT)-+ 109 -
Oa /�'�K - -fir AA
�-- • = 104
PROP PEDESTRIAN PATH -4 +66.22-'
or
me
ifat,a- •'�9°'�' �1•Yit9.p l]►+�.i�s,►LT� _ _ rf�imwc..a+ufSTiaziuv.1.�c
si - � T' � 4'yr r.ass A7.- �riw
a t1e i
112 NOT
N 0°3449" E
- 40.12'1,71_ -
`_-
UMTS OF - -
- SSTRU7CTIAT -_ - --
rr-
EXIS T1I ISEDESTRMN PATH
• 'TRANSmoN WALL j,
46
TYPE 3 CHAIN LINK FENCE
-4
-PROP PEDESTRIAN PATH 6±28.89 - - -_ fo>3
— "— - o.i10 -- - - - — 107 _
TRANSITION WALL 2
'' — PT 13 +79.71 -
- RETANMNG �'• S
�,' WALL �_r
i
,/ !mil
i
i'
/ /5—
PEDESTRIAN PATH PLAN
N
m
J
W
eas
O
W
1653" (UNITS OF PEDESTRIAN PATH)
40.33%
0
•1•
P LINE PROFILE
(NA VD) 88
,mow. -•-. --- -.....:a:.,....�.._
ord>a.. ...m,rwgw :misim :.in= .. o --his .
ELEV. 100
TRANSITION WALL 1
- -- TRANSITION WALL 2
r— EXISTNG
FOUNDATION
(TO REMAIN)
PEDESTRIAN PATH ELEVATION
GRADE ELEVATION SHOWN ARE FINISHED GRADE AT TOP OF PEDESTRIAN PATH AT
(TIMBER RAIUNG NOT SHOWN FOR CLARITY)
NOTES_
1. ABUTMENTS ARE RADIAL TO THE
PROPOSED PEDESTRIAN PATH ALIGNMENT.
2. RAIUNGS, CONNECTIONS, SLAB REINFORCING
AND ABUTMENTS HAVE BEEN DESIGNED IN
ACCORDANCE WITH THE AASHTO LRFD
BRIDGE DESIGN SPECIFICATIONS 6TH EDITION
2012 AND THE WSDOT BRIDGE DESIGN
MANUAL 2014.
3. ALL MATERIALS AND WORKMANSHIP SHALL
BE IN ACCORDANCE WITH THE WASHINGTON
STATE DEPARTMENT OF TRANSPORTATION
"STANDARD SPECIFICATIONS FOR ROADS,
BRIDGES AND MUNICIPAL CONSTRUCTION",
ENGLISH UNITS, DATED 2014 AND THE
SPECIAL PROVISIONS
FILE NAME RITITUKA0 00 0 0 01 2104 00CADISHEETSIX4661_DE ST_PedPHthdgn
TIME 1236!35 AM
DATE 6/26/2014
PLOTTED BY Drte
,WAIF
DESIGNED BY M. FRYMOYER
ENTERED BY D. TELLERS
CHECKED BY P. MONTEMERLO
PROJ. ENGR. . G.L MCKEE
REGIONAL ADM.
REVISION
DATE
BY
10
WASH
ms mu=
14A018
CC•I1RACT BO.
FED.AID PROJ_NO_
LOCATION Ise.
PS. STAY BOX
OAl6
P.C. STAFF,' BOX
DATC
Washington State
Department of Transportation
DAVID EVANS
"ow ASSOCIATES ..o.
1-5
KLICKITAT DR - UNSTABLE SLOPE
Plot 1
PLAN R6 *O
PDP1
PLAN AND ELEVATION
sNEcT
?.i
*WETS
242FHWS x3"
2 x 8 CAP
2 x 4 RAIL
6 x 4 POST
(g S O.C. MAX.)
PEDESTRIAN PATH
8 112 "■ 2' -10"
4)4' 31/4"
3'-6" TIMBER RAILING
TYPE 3
STEEL POST
(g S O.C. MAX.)
PROFILE GRADE
in AND PIVOT POINT
-0.07/FT.
(SEE NOTE 1)
Affta rer eri OM A O lMin r gi.rag
\
CONSTRUCTION GEOTEXTTLE
FOR S AARAND CSBC r
(WRAP )
QUARRY
SPALLS
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 RAILNG NOT SHOWN FOR CLARITY)
1" CLR.
(TYP.)
11071 84 TOP AND BOT. g V-6" MAX.
/--- I'M #4 SPACED
[108] #4
PEDESTRIAN PATH REINFORCEMENT END SECTION
PED. PATH
3' -0"
tV
U
I
I
[107] f4
I
r
.
t:
1
_
;.,
5-[108]
2-(106] N (TYP.)
• CONNECTION, SEE
_-J POST CONECTK)N
O RAL POST CONNECTION
14 TOP AND BOT.
SPACED W/ EACH POST
CHAIN LINK FENCE
DETAIL 8 TNIBER
3"
DETAL
ei 1'-4 172"= 5'-6"
PEDESTRIAN PATH REINFORCEMENT TYPICAL SECTION
NOTES;
1. SUPERELEVATION BASED UPON AS -BUILT DRAWINGS AND INFORMATION OBTAINED BY THE ENGINEER. FINISHED
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 IN 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 112".
FILE NAME P: ITTUKA00000012W400CADISHEETS1 XL4661_DE_ST_PodPath.dgn
TWIE 12:36:37 AM
DATE 6/26/2014
PLOTTED BY Dnte
REGION
STATP
10
WASH
DESIGNED BY M. FRYMOYER
ENTERED BY D. TELLERS
1 4A01 8
FED.AID PROJ.NO.
CHECKED BY P. MONTEMERLO
PROJ. ENGR. G.L. MCKEE
REGIONAL ADM.
REVISION
DATE
BY
CONTRACT NO.
LOCATION S5.
P.E. STAMP BOX
DATE
PP STAMP BOX
5015
Washington State
Department of Transportation
DAVID EVANS
.NeA8BOCIATG8 LINO.
1-5
KLICKITAT DR - UNSTABLE SLOPE
Plot 2
PLAN REP NO
PDS1
PED. PATH TYPICAL SECTION
nter
J
CM-
MEETS
EXPANSION JOINT COVER PLATE
FASTENER ON PEG. PATH
PEDESTRIAN PATH
112" x 6' -0" UNREINFORCED ELASTOMERIC PAD
3" MIN.
EDGE OF METAL DECKING
EXPANSION JOINT COVER PLATE
(SEE NOTE 1)
EXISTING METAL DECKING
6" MAX.
CONC. CLASS 4000 FOR
TRANSITION WALL
0
EXISTING 4 x 12 JOIST
EXISTING 6 x 6 PLE r FINISHED GRADE
EXISTING 18" AUGER CAST PILE
ELEVATION
FENCE. RAIL AND REINFORCEMENT NOT SHOWN FOR CLARITY
FOR REINFORCEMENT DETAILS IN
SLAB SEE PEDESTRIAN PATH
REINFORCEMENT END SECTION
2 518"
I(TYP.)
J
3" DIAM DRAINS 4' MAX. CENTERS AND
6 ABOVE FINAL/ EXISTING GROUND LINE
AT FRONT FACE OF WALL
OPTIONAL CONSTRUCTION
JOINT W/ ROUGHENED
SURFACE
SECTION
a
Z
O
FINAU EXISTING
< GROUND LINE
a
8"
1- [105] #6 TOP & BOT.
ac
SPA. AS SHOWN
ELEV. A
1J
0)
[104]#4
r 1103] #6
ELEV. B
6"
— •— •—- -- -- -- "C PED. PATH
4- [102)66
SPA. @ 1' -0"
4•(101]#6
SPA. @ 1•-0"
TRANSITION WALL PLAN
(WALL 1 SHOWN, WALL 2 SIMILAR)
ELEV. C
9 -[100] #6 SPA. @ 1' -0" TOP & BOT.
SECTION
NOTFS;
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 1/2".
4. THE LOCATION OF ALL EXISTING UTITLITIES WITHIN THE
VICINITY OF THE STRUCTURE SHALL BE VERIFIED PRIOR
TO EXCAVATION.
5. WALL SHALL BE FOUNDED ON AND BACKFILLED WITH
QUARRY SPALLS IN ACCORDANCE WITH THE
GEOTECHNICAL MEMORANDUM.
TRANSITION WALL
ELEVATIONS
[102] #6
OPTIONAL CONSTRUCTION
JOINT W/ ROUGHENED
SURFACE
[105] #6
WALL 1
Mir
• .
9 -[100] #6 SPA. @ 1' -0" TOP & BOT.
SECTION
NOTFS;
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 1/2".
4. THE LOCATION OF ALL EXISTING UTITLITIES WITHIN THE
VICINITY OF THE STRUCTURE SHALL BE VERIFIED PRIOR
TO EXCAVATION.
5. WALL SHALL BE FOUNDED ON AND BACKFILLED WITH
QUARRY SPALLS IN ACCORDANCE WITH THE
GEOTECHNICAL MEMORANDUM.
TRANSITION WALL
ELEVATIONS
WALL 1
WALL 2
ELEV. A
108.75
109.97
ELEV. B
108.63
109.85
ELEV. C
108.66
109.82
ELEV. 0
103.00
104.50
NOTE
ELEVATIONS ARE PER VERTICAL PROFILE
PROVIDED AND -24 SUPERELEVATIONS.
CONDITIONS MAY VARY DEPENDENT UPON
AS -BUILT CONDITIONS. CONTRACTOR
SHALL VERIFY ELEVATIONS PRIOR TO
CONSTRUCTION TO ENSURE PROPER FIT.
[101] #6
0
O
m
SECTION
FILE NAME
TIME 12:32:02 AM
DATE 6126/2014
PLOTTED BY Drte
DESIGNED BY M. FRYMOYER
ENTERED BY D. TELLERS
CHECKED BY P. MONTEMERLO
PROJ. ENGR. G.L. MCKEE
P: ITITUKA0000001210400CAD ISHEETS/XL4661_DE_ST_PedPath.dgn
GFf]Ir1I11A1 ADM
REVISION
ELF
No
10
STATE
WASH
DATE
BY
JOE NJNEINR
14A018
CON-TACT NO.
FED.AID PROJ.NO.
LOCATION N(1.
PE. STAMP NW
near
v_ sTA r Et,
Washington State
Department of Transportation
DAVID EVANS
11 ANT ASSOCIATES N.c.
1 -5
KLICKITAT DR - UNSTABLE SLOPE
Plot 3
PDD1
PATH CONNECTION TO PED. BRIDGE
it,
st(Fr'L