Loading...
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