HomeMy WebLinkAboutReg 2014-11-17 Item 4D - Agreement - SR 181/West Valley Highway Design and Construction with WA State Department of Transportation for $98,511COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared by
11/17/14
BG
Mayor's review
,4411
Council review
ITEM INFORMATION
ITEM No.
4.D.
31
STAFF SPONSOR: BOB GIBERSON
ORIGINAL AGENDA DATE: 11/17/14
AGENDA Imm Trri,r 2014 Annual Overlay and Repair Program
Local Agency Participating Agreement with WSDOT
CA'I'IGORY fl D ircuss ion
Mtg Date
Motion
Date 11/17/14
EIResolution
Mtg Date
E Ordinance
Mtg Date
0 Bid Award
Mts Date
['Public Hearing
Mtg Date
111 Other
Mtg Date
Mts
SPONSOR Council l ayor E HR [] DCD Finance Fire IT [I] P&R Police
SPONSOR'S This Washington State Department of Transportation (WSDOT) Local Agency Participating
SUMMARY Agreement will provide design and construction services by WSDOT for the overlay of
South 158th St (Longacres Way) in conjunction with WSDOT's SR 181 (West Valley Hwy)
overlay project from S 180th St to Southcenter Blvd. Council is being asked to approve the
participating agreement with WSDOT in the amount of $98,511.00 for the City's right-of-
way. Sound Transit is also responsible for part of the overlay on Longacres Way.
REVIEWED BY
0 COW Mtg.
Ei CA&P Cmte El F&S Cmte III
Cmte Arts Comm. 0 Parks Comm.
COMMITTEE CHAIR: KATE
Transportation
Cmte
n Utilities
• Planning Comm.
DATE: 11/03/14
KRULLER
RECOMMENDATIONS:
SPoNsoR/ADmIN.
Comml'ITEE
Public Works Department
Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$98,511.00 $100,000.00 $0.00
Fund Source: 104 ARTERIAL STREETS
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
11/17/14
MTG. DATE
ATTACHMENTS
11/17/14
Informational Memorandum dated 10/31/14
Local Agency Participating Agreement, includes map
Page 15, 2014 CIP
Minutes from the Utilities Committee meeting of 11/03/14
31
32
TO:
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Utilities Committee
FROM: Bob Giberson, Public Works Director
BY: Robin Tischmak, City Engineer
DATE: October 31, 2014
SUBJECT: 2014 Overlay & Repair
Project No. 91410401
Local Agency Participating Agreement with WSDOT
ISSUE
Execute a Local Agency Participating Agreement with the Washington State Department of Transportation (WSDOT) to
provide design and construction services on S 158th St (Longacres Way) in conjunction with the WSDOT's SR 181 (West
Valley Hwy) from S 180th St to Southcenter Blvd Project.
BACKGROUND
WSDOT is currently designing a project that will construct a pavement overlay of SR 181 from S 180th St to Southcenter
Blvd in Tukwila. WSDOT contacted the City regarding pavement grade issues at the intersection of S 158th St (Longacres
Way) that continues to the east within City owned right-of-way. WSDOT inquired about the City's desire to repair the
pavement grade issues as part of the WSDOT project. City staff responded that it would be in the City's best interest to take
the opportunity to work with WSDOT's project to repair the pavement. Sound Transit was required to overlay a portion of this
roadway section as part of the Commuter Rail Station project.
DISCUSSION
WSDOT and City staff have worked together to prepare the attached agreement. WSDOT will design and construct the
pavement improvements along S 158th St (Longacres Way) for West Valley Hwy to Nelson PI as part of the State's Project to
overlay SR 181. The City will pay WSDOT for the costs of design and construction.
FINANCIAL IMPACT
The estimated cost for the City's portion of design and construction is $98,511.00. There is adequate funding in the 2014
Overlay Program to cover the amount of this agreement.
RECOMMENDATION
Council is being asked to authorize the Mayor to execute the Local Agency Participating Agreement with WSDOT in the
amount of $98,511.00 for the design and overlay construction of S 158th St (Longacres Way) and consider this item on the
Consent Agenda of the November 17, 2014 Regular Meeting.
Attachments: Local Agency Participating Agreement, includes map
2014 CIP, page 15
W:\PW Eng t PROJECTS1A- RW & RS ProjectslAnnual Overlay & Repair Programs12014 Overlay & Repair Program (91410401)1DesigMlnfo Memo WSDOT Agmt.docx
33
34
LOCAL AGENCY PARTICIPATING AGREEMENT
WORK BY THE STATE FOR THE CITY OF TUKWILA
SR 181 - S 180TH ST TO SOUTHCENTER BLVD — PAVING & ADA CCOMPLIANCE
GCB 1939
THIS AGREEMENT is made and entered into between the Washington State
Department of Transportation, hereinafter the (STATE) and the City of Tukwila, 6200
Southcenter Blvd, Tukwila, WA 98188, a municipal corporation, hereinafter the (CITY),
collectively "Parties" and individually "Party."
WHEREAS, the STATE is designing a roadway preservation project titled, "SR 181 -
South 180th Street to Southcenter Boulevard — Paving and ADA Compliance ", Mile Post
9.77 to Mile Post 11.37, hereinafter the "STATE PROJECT," which will require milling and
Hot Mix Asphalt (HMA) resurfacing and upgrading of ADA facilities within the corporate
limits of intersecting city street, Longacres Way, and
WHEREAS, the CITY has requested, and the STATE has agreed to design and
construct additional roadway improvements on Longacres Way, a CITY street, as part of
the STATE PROJECT, which will include, but not be limited to, milling and HMA
resurfacing, installation of a traffic curb, and pavement markings, hereinafter the "Work,"
and
WHEREAS, the CITY requested and the STATE agreed to begin the plans,
specifications and cost estimates (PS &E) portion of the Work on July 20, 2014, and
WHEREAS, the CITY has agreed to reimburse the STATE the lump sum amount of
Thirteen Thousand, One Hundred Forty Two Dollars ($13,142.00), inclusive of the
STATE's overhead rate currently set at 9.52 %, for the PS &E portion of the Work, and
WHEREAS, the CITY has agreed to reimburse the STATE all actual direct and related
indirect costs, and the STATE overhead rate currently set at 9.52 %, to construct the
Work, and
WHEREAS, the CITY needs to install a new storm sewer system prior to the Work being
constructed, and
WHEREAS, the CITY agrees to install a new storm sewer system as shown in Exhibit B
prior to June 30, 2015,
NOW, THEREFORE, pursuant to RCW 47.28.140, RCW 47.24.020, and RCW
47.08.070, 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:
1
35
1. GENERAL
1.1
The STATE, on behalf of the CITY, agrees to perform the Work, which includes,
but not be limited to, the PS &E and construction, including milling and HMA
resurfacing, installation of a traffic curb, and pavement markings on Longacres
Way as part of the STATE PROJECT, as provided for in Exhibits A and B. The
combination of the CITY's Work and the STATE's PROJECT hereinafter
constitute the "Project."
1.2 The STATE will provide the CITY with one (1) reproducible copy of the PS &E for
the Work a minimum of twenty (20) working days prior to the proposed Ad date.
The CITY will have ten (10) working days to review the PS &E for the Work,
resolve any concerns, and provide the STATE with written approval, conditional
approval, or rejection of the PS &E. In the event the PS &E is conditionally
approved or rejected, the CITY shall include the reasons for conditional approval
or rejection. The CITY 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 CITY has received the PS &E. The STATE shall provide a written response,
indicating the number of working days extended, if any.
1.3 If the STATE does not receive the CITY's written approval, conditional approval
or rejection of the PS &E within ten (10) working days and any approved
extension of time pursuant to Section 1.2, or if the STATE cannot accept the
CITY's condition(s) of approval, the STATE may, at its sole discretion, delete the
Work from the Project and advertise the STATE's PROJECT. The CITY agrees
to reimburse the STATE for engineering costs and actual direct and related
indirect costs, and STATE overhead currently set at 9.52 %, incurred by the
STATE associated with either the STATE or CITY 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 CITY's
representative during the Ad and Project contract award period.
2.2 The STATE shall provide the CITY with written notification of the bid price for the
Work. The CITY 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 CITY
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 CITY has received
the written notification. The STATE shall provide a written response indicating
the number of working days extended, if any.
2.3 The CITY 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 2.2, the STATE shall delete the Work from the Project. In this event, the
CITY agrees to reimburse the STATE for engineering costs and actual direct and
related indirect costs, as well as STATE overhead costs currently set at 9.52 %,
2
36
incurred by the STATE associated with deleting the Work from the Project. The
CITY 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.
2.4 Upon CITY written approval of the bid price for the Work, the STATE may award
and execute the Project contract.
2.5 If the CITY 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 CITY
agrees that the STATE is not responsible for increased bid prices or delay to the
Work or other impacts to the CITY resulting from re- advertising the Project.
2.6 If 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 CITY agrees that
the STATE is not responsible for potential increased costs for the Work, delay to
the Work or other impacts to the CITY resulting from not awarding the Project.
3. CONSTRUCTION
3.1 The STATE will be the CITY'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 CITY may consult with and inquire of the STATE Project Engineer, attend all
meetings, and have access to all documentation concerning the Work. The CITY
shall not provide direction, directly or indirectly, to the STATE's contractor. All
formal contacts between the CITY 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 6.8, the
STATE shall consult with the CITY on possible courses of action within three (3)
working days in accordance with Section 4.
3.4 The CITY may inspect the Work. Any costs for such inspection shall be borne
solely by the CITY. 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
3
37
the STATE's Construction Manual. Once the CITY has accepted the Work per
Section 5, the STATE will provide one reproducible set of as -built plans to the
CITY 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 STATE Standard Specifications for Road, Bridge, and
Municipal Construction, current edition ( "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 CITY authorizes the STATE to initiate all required changes affecting the
Work and to negotiate, document and execute the associated change orders.
The CITY agrees to pay for the increases in cost, if any, for the required changes
affecting the Work in accordance with Section 6.
4.4 The STATE will advise the CITY of any proposed required changes affecting the
Work as soon as possible and provide it with an opportunity, if time permits, 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 CITY 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 CITY before
the STATE directs the contractor to implement the changes, even if an executed
change order is not required by the Project contract. The CITY 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 CITY all change order documentation
related to the Work.
5. WORK ACCEPTANCE
5.1 Prior to Work acceptance, the STATE and CITY will perform a joint final
inspection of the Work performed by the STATE. The CITY 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
4
38
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) working
days following delivery of a Notice of Physical Completion of the Work to the
CITY, the Work and STATE administration thereof shall be considered accepted
by the CITY, 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 CITY 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. The Parties agree to work in good faith to
resolve any identified reasons for withholding Work acceptance.
6. PAYMENT
6.1 The CITY agrees to reimburse the STATE for the STATE's PS &E portion of the
Work in the amount of a lump sum payment of Thirteen Thousand, One Hundred
Forty Two Dollars ($13,142.00), inclusive of the STATE overhead rate currently
set at 9.52 %. This payment, made in accordance with Sections 6.3 and 6.4, shall
be in full compensation for the STATE's PS &E work requested by the CITY prior
to the execution of this Agreement.
6.2 The CITY, in consideration of the faithful performance of the Work performed by
the STATE and its contractor, agrees to reimburse the STATE for all actual direct
and related indirect costs, as well as the STATE's overhead rate, currently set at
9.52 %, associated with the Work and administration of the Work as provided in
Exhibits A and B.
6.3 The CITY agrees to make advance payment to the STATE the in the amount of
Ninety Eight Thousand, Five Hundred Eleven Dollars, ($98,511.00) within ten
(10) working days after receipt of Project contract award notification. The
advance payment represents one hundred percent (100 %) of the cost estimate
which includes the PS &E costs incurred by the STATE in accordance with
Section 6.1.
6.4 The STATE shall provide detailed progress report(s) to the CITY for the Work
performed by the STATE and its contractor or for costs incurred. The STATE
shall charge for the Work as detailed in the progress reports. The charges made
against the Advance 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, including a refund of unexpended funds to the CITY, if
any.
5
39
6.5 The STATE understands and agrees that the final progress report must be
delivered to the CITY no later than January 1, 2016. However, the Parties agree
that this date may be modified by the Parties should the CITY fail to perform the
storm sewer system work by June 30, 2015.
6.6 The CITY understands and agrees the Ninety Eight Thousand, Five Hundred
Eleven Dollars ($98,511.00) shown on Exhibit A is an estimated cost to perform
the Work and the PS &E. The CITY shall be solely responsible for all Work costs
in excess of the Advance Payment Amount.
6.7 If the CITY objects to all or any portion of the progress report, the CITY shall
notify the STATE within twenty (20) calendar days after receipt of the STATE
progress report. If only a portion of the progress report is disputed, the CITY
agrees that the STATE may charge the Advance Payment amount to cover the
undisputed portion of the progress report. The Parties shall immediately make
every effort to settle the disputed portion of the progress report.
6.8 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
10.2.
7. RIGHT OF ENTRY
7.1 The CITY hereby grants to the STATE and its authorized agents, contractors,
subcontractors, and employees, a right of entry upon all land in which the CITY
has an interest for the purpose of constructing the Project, to include, but not be
limited to, the use of the CITY streets and other CITY rights of way for staging
and placing equipment and materials.
8. CLAIMS
8.1 In the event the contractor makes claims for additional payment associated with
the Work, the STATE will immediately notify the CITY of such claims. Such
claims shall be made in the manner and form as provided for in the Standard
Specifications.
8.2 The CITY 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.
8.3 The CITY 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 CITY does not agree with the claim
settlement as negotiated by the STATE, the CITY shall reserve the right to not
financially participate in the negotiated claim settlement. If agreement cannot be
reached between the CITY and the STATE on a claim settlement, the Parties
agree to follow the dispute resolution procedure in Section 10.6.
6
40
8.4 If the STATE agrees, the CITY may defend contractor claims associated with the
Work at its own cost, and in doing so the CITY agrees to pay any resulting
settlement, court judgment or arbitration award. The STATE will cooperate with
the CITY in the CITY's defense of the claims. The CITY agrees to reimburse any
STATE costs, including attorneys fees, incurred in providing such assistance in
accordance with Section 6.
8.5 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 CITY's right of way, the CITY 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 CITY shall be the
sole owner of that portion of the Work located within the CITY's right of way, and
the CITY 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 Effectiveness and Duration: This AGREEMENT is effective as of July 20, 2014
and will remain in effect until terminated in accordance with Section 10.3.
10.2 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.
10.3 Termination: This Agreement shall terminate, except as otherwise provided
herein, when the Work is completed, the Work has been accepted by the STATE
and CITY, and payment is received by the STATE. Neither the STATE nor the
CITY may terminate this Agreement without the written concurrence of the other
Party, except as otherwise provided under Sections 1.3, 2.3.
10.4 Notice: All communication regarding this Agreement shall be sent to the Parties
at the addresses listed below, or at such other address as given pursuant to this
Section, and shall be effective three days after the date of the communication.
City of Tukwila
Attention:
Robin Tischmak
City Project Engineer
6200 Southcenter Blvd
7
41
Tukwila, WA, 98188
206.431.3653
Washington State Department of Transportation
Attention:
Hien Trinh, P.E.
Project Engineer
6431 Corson Avenue South
Seattle, WA 98108
206.768.5601
TRINHH(cwsdot.wa.gov
10.5 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 or 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 CITY, 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.
10.6 Disputes: In the event that a dispute arises under this Agreement, it shall be
resolved as follows: The STATE and the CITY 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.
10.7 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. Further, the Parties agree that each will be solely
responsible for payment of its own attorney fees, witness fees, and costs.
10.8 Audits /Records: All Project records for the Work in support of all costs incurred
shall be maintained by the STATE for a period of six (6) years. The CITY shall
have full access to and right to examine said records, during normal business
hours and as often as it deems necessary. Should the CITY require copies of
any records, it agrees to pay the costs thereof. The Parties agree that the Work
8
42
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.
10.9 Working Days: Working days for this Agreement are defined as Monday through
Friday, excluding Washington State holidays per RCW 1.16.050
11. AUTHORIZED SIGNATURES
11.1 By their signatures below, each Party represents that it has taken all necessary
steps and are fully authorized to sign for and on behalf of the named principal
above.
IN WITNESS WHEREOF, the Parties hereto have executed this Agreement as of the
Party's date signed last below.
STATE OF WASHINGTON
CITY OF TUKWILA DEPARTMENT OF TRANSPORTATION
John White, P.E.
WSDOT Assistant Regional Administrator
King and Snohomish Counties
Date Date
APPROVED AS TO FORM: APPROVED AS TO FORM:
City Attorney Ann E. Salay
Senior Counsel
Date Date
9
43
EXHIBIT A
LONGACRES WAY ESTIMATE (OUTSIDE WSDOT R!W)
SR: 181
Title: 8nl0/Sl80TB3TT0S0OTHCsNTfR BLVD -PAVING
WIN:
PIN:
Prepared By: SFIAWN NEIL WENDT
Date: 7/21/2014
Revised: 10/22/2814
Subtotal for Percentages
Construction Subtotal:
Mobilization
Subtotal:
Construction Engineering
and contingencies
Construction Total
Preliminary Engineering:
Total Engineering Cost :
Overhead Costs
Project Costs:
�,mumouvov:
9%
14.40%
4%
Est
9.52%
$60,398.53
$5,435.87
$65,834.40
$9,480.15
$2,633.38
$77,947.93
$12,000.00
$89,947.93
$8,563.04
$98,510.97
I. Unit cost based on unit costs established for the original SR 181 Paving Estimat
TOTAL
Work
Item #
Work item
pTna.cxeApdejursutendit
Unit
Qty
Cost
Preparation
0209
Removing Raised Pavement Marker
$10370
Hund
2.40
$263.28
Hot Mix Asphalt
5703
Crack Sealing
$1.00
Est
500
$500.00
5711
Planing Bituminous Pavement
$270
SY
1,533
$4,139.10
5717
HMA for Preleveling Cl. 1/2 IN. PG 64-22
$75.00
Ton
250
$18.750.00
5767
HMA Cl. 1/2 IN. PG 64-22
$85.00
Ton
160
$15.600.00
5830
Job Mix Compliance
$1.00
Ca|o.
3%
$971.00
5835
Compaction Price Adjustment
$1.80
Ca|c.
2%
$047.00
Erosion Control & Planting
6403
ESC Lead
$151.00
Day
1
*151.00
6471
Inlet Protection
$76.25
Each
3
$22875
8470
Street Cleaning
$135.70
Hr
12
$1.028.40
6430
Erosion/ Water Pollution Control
$1.00
Est
2,175
$2.175.00
Traffic
6706
Dual - Faced Cement Conc. Traffic Curb
$25.00
LF
111
$2.775.00
0807
Plastic Line
$1.50
LF
504
$906.00
8808
Profiled Plastic Line
$1.75
LF
36
$03.00
6833
Plastic Traffic Arrow
$162D0
EA
2
$324.00
6884
Raised Pavement Marker Type 2
$435D0
Hund
0.20
$87.00
6888
Temporary Pavement Marking - Short Duration
$0.15
LF
740
$111.00
6973
Other Temporary Traffic Control
$1.00
LS
4.600
$4.600.00
6982
Other Traffic Control Labor
$54.50
HR
32
$1.744.00
6974
Traffic Control Supervisor
$1.00
LS
2.600
$2.600.00
Other
7038
Roadway Surveying
$1.00
LS
500
$500.00
3080
Adjust Manhole
$1.085D0
Em
1
*1.085.00
6243
Adjust Valve Box
$525.00
Ea
2
$1.050.00
7480
Roadside Cleanup
$1.00
EST
1.000
$1.000.00
NS
Referencing Existing Pavement Markings
$1.00
LS
500
$500.00
Subtotal for Percentages
Construction Subtotal:
Mobilization
Subtotal:
Construction Engineering
and contingencies
Construction Total
Preliminary Engineering:
Total Engineering Cost :
Overhead Costs
Project Costs:
�,mumouvov:
9%
14.40%
4%
Est
9.52%
$60,398.53
$5,435.87
$65,834.40
$9,480.15
$2,633.38
$77,947.93
$12,000.00
$89,947.93
$8,563.04
$98,510.97
I. Unit cost based on unit costs established for the original SR 181 Paving Estimat
2. Mobiliz tion, Engineering and Continge q,y,n, tages based on origina SR /81 Paving Estimate.
3. Miscellaneous percentage based on original scoping estima e for the SR 181 Paving project.
Printed 10/29/2014 4:12 PM
Skta....eeft-SYS.Utie
END PLANING
BITUMINOUS PAVEMENT
LW 23.75.0
LW 22.40.0(24.5ST) TO LW 23+69.5t24.TRT1
ir WIDE owar-I-AcrocavENr
/ CONC. TRAFFIC CURB
SEE NOTE
PLANING BITUMINOUS
PAVEMENT LIMITS
ri'.-, l
,j.
STATION 1 OFFSET
1
LW 23475,0(3.7'LT)
2
LW 23+75.0(22.5RT)
3
LW
23.70 0(23.7RT)
4
LW
234590(21.7RT)
S
LW
23420.0(16.7R13
6
LW
23.70 0(9 81 .7)
7
LW
29,40.0(6.982)
8
LW
23460.0(51MT)
9
LW
23+70.0(3.4R1)
LEGEND
FILL
'I.
,,EXISTING— 1 t
:DRIVEWAY cifY.ITA_-----1, t
itv4vD r2+3o.ot2VAIIII /iislookorainm.:evst.eso
1
,
.
EXIS N )13=NEIvnIf`G ll, \ 1 III
I-W 22.40.0(24.0.RT) I tly 22.03,131.22.7'RT)
/ 1 / //1 AY / LW 21.00.0
A
L...__4/.. 1 I
3;
L
''.....
i
\ LONGACRES WAY
I \
LW LINE 20
7t. i
I ...
\ 1 'PEREEGLINEVHEL"INt
LW 21.60.0
C-
EXISTING SIDEWALK, CURB & GUTTER
EXISTING PAVEMENT MARKINGS
EXISTING WALL
EXISTING ROCK WALL
EXISTING SANITARY SEWER MANHOLE
EXISTING GAS VALVE
EXISTING WATER VALVE
EXISTING STORM SEWER MANHOLE
PLANING BITUMINOUS PAVEMENT
HMA FIZRPSREiruNG
NEW CEMENT CONC. CURB
NEW CATCH BASIN
NEW STORM SEWER PIPE
FILL UNE FOR NEW ASPHALT WEDGE
ADJUST MANHOLE3
Li
NEW STORM SEWE.R.._syArgm TO -
BE INSTALLED BY THE COY OF TUKWILA
PRIOR TO LONGACRES WAY PAVING
25 50
SCALE IN FEET
FOR OHIFOREAVDON OHLY
LONGACRES WAY PAVING - PHASEI
(ROADWAY SECTIONS A TO E)
EXHIDOT
■ ,
1‘
ADS/ST.. ' I
BOX
LI
ROADWAY
SSEHALT
/WEDGE AEU
GRADE
DUAL-FACED ttirft VITT:r OF.F.-22
ASPHALT WEDGE DETAIL
NOT TO SCALE
NOTES:
1. SEE STANDARD PLAN F-10:12-03 FOR ADDITIONAL DETAILS.
CURB SHALL BE PAINTED WHITE.
FILE NAME T.1412350IXL4537 50181 S 80111 to Southcenter Blyd1CACAPS&EILon91tres WaylL4S37_PS PV_LONGACRES.dgn
TIME 151:15 PM
DATE 90312014
PLOTTED BY wendts
DESIGNED BY S.W. WENDT
ENTERED BY S.N. WENDT
CHECKED BY M. HASAN
PROJ. ENGR. G.L McKEE
REGIONAL ADM. L. ENG
WASH
14A010
FED.AIO PROJ.NO.
REVISION
DATE
BY
CONIIMC 7 MI
LC:CATON NO.
00%
0, STAMP Bei
ANL
jarr
Washington State
Department of Transportation
SR 181
S 180TH ST TO SOUTHCENTER BLVD
PAVING & ADA COMPLIANCE
Plot 1
NW RV ,40
PV1
PAVING PLAN - LONGACRES WAY
POV7
I SI
DRIVEWAY
LW 224.30.0(20.1NT) W 22.10.0(2
LW 22•40.0(24.0'RT) , LW 22.03.13f22.7'RTI
,
END YLANING&PAVWQ
LW 23.80.0
LONGACRES WAY
\ I
BE INSTALLED BY THE CITY OF TUKWILA
PRIOR TO LONGACRES WAY PAVING
SAME AS SHOWN ON SHEET PV1
LEGEND
,s§
re,
EXISTING SIDEWALK, CURB & GUTTER
EXISTING PAVEMENT MARKINGS
EXISTING WALL
EXISTING ROCK WALL
EXISTING SANITARY SEWER MANHOLE
EXISTING GAS VALVE
EXISTING WATER VALVE
EXISTING STORM SEWER MANHOLE
/ / I
PLANING & PAVING LIMITS
NEW CATCH BASIN
NEW STORM SEWER PIPE
0 25 50
SCALE IN FEET
FOR ORFORNATOON OIL
LONGACRES WAY PAVING - PHASE2
(ROADWAY SECTIONS F TO K)
EEKRPOD7
LVV 201-45.0
e•
•
•
FILE NAME T1412350IXL4537 • SH181 S 180th to Soothcenter BledICADIPS851Lon0Cores Way11.4537 PS PV LONGACRES.dgn
TIME 1:54:03 PM
DATE 9/25/2014
PLOTTED BY wenclts
DESIGNED BY S.N. WENOT
ENTERED BY &N. WENDT
CHECKED RE M. HASAN ....
PROJ. ENGR. G.L. McKEE
REGIONAL ADM. L. ENG REVISION
10 WASH
14A010
FEO.AIO PROJ.NO.
DATE
BY
(17./41■
DAM
Wi
Washington State
Department of Transportation
SR 181
S 180TH ST TO SOUTHCENTER BLVD
PAVING & ADA COMPLIANCE
P1012
RV. HO
PV2
PAVING PLAN - LONGACRES WAY
WET
Crt
SWATS
II
T.23N., R.4E. W.M.
WEST VALLEY
DENTAL
P
CITY R/W
L`1
_ . _._ /_...,. ..__1_. _. _._.. _._ ._.
0
LW LINE 20
� � r
i
II
I
xl$oQT...R1110 _ I j4
I I'
■
I I ,
II
i1
LEGEND
EXISTING SIDEWALK, CURB & GUTTER
EXISTING PAVEMENT MARKINGS
EXISTING WALL
EXISTING ROCK WALL
EXISTING MONUMENT CASE 8 COVER
A 78+97.54 P.O.T. T
N 499433.759
E 1619333.346
II
Li
EMBASSY SUITES
HOTEL
I I I
0 25 50
SCALE IN FEET
FOR O FOG3Gn�XTOO I Oo nNLV
EKNOB117 E3
.EXISTLNG_.AMONU
N 499453.010
E 1619731.600
_. _ —20+0005-- O1
IEHT !I C:1019759.R5
, E11619]55.852
NOTES:
1. THE BASIS OF BEARINGS AND DISTANCES ARE
DETERMINED FROM WASHINGTON STATE PLANE
COORDINATE SYSTEM NORTH ZONE (NAD 83191).
2. THE DISTANCES SHOWN ARE GROUND DISTANCES.
FILE NAME T:I4127501XL4537 • SR181 S 180th to Soulecenler BIvdICADIPSBEILOn9acres Way1L4537_PS AL Lang.dgn
TIME 1 :52:33 PM
FED.AID PROJ.NO.
DATE 925/2014
P OTTED BY wendis
DESIGNED BY S.W. WENDT
ENTERED BY S,N. WENDT
CHECKED BY M. MASAN
PROJ. ENGR. G.L. MCKEE
REGIONAL ADM. L. ENG
ASH
REVISION
DATE BY
tOTTRACT
-Ii
Washington State
Department of Transportation
SR 181
S 180TH ST TO SOUTHCENTER BLVD
PAVING & ADA COMPLIANCE
Plol 1
LA1a
LONGACRES WAY ALIGNMENT PLAN
Tb
LW LINE
22 0'
21.6'
ATCH BNLB IND
/BOTTOM OF CURB FACE
VARIES 1.0%
TO 2.5 %-
-
,EXISTING. DEWA
�LK
1 4r',
EXISTING CURB 8 J'
SIDEWALK
LEGEND
' \VARIES
O'TO0.52�
PIVOT POIN, T
ROADWAY SECTION A
LW STA. 21.00.0 TO LW STA. 21+60.0
LW LINE
C MATCH EXISTING BOTTOM OF
CURB OR DRIVEWAY EDGE ELEVATION\
SEE NOTE 3 ,\
2. 0 ........................ ..__.._......- L.__...' " "' "'__ —. _.__..— _._,,.._
20,5' VAR TO 2IES5,0'
\VARIES 0
0' TO 1.0'
j jPIVOT POINT
VARIES 1.6%
TO
I
I \
\VARIES........ 3
0' TO 0.72' O
ROADWAY SECTION B
LW STA. 21+60.0 'TO LW STA. 22+40.0
Ot HMA CL.12 IN. PG 64-22
O PLANING BITUMINOUS PAVEMENT
0 HMA FOR PRELEVELING CL '''/ IN. PG 64.22
• DUAL - FACED CEMENT CONC. TRAFFIC CURB
\ \EXISTING_ CURB.
LW 21+00.0 TO
LW 21 *55.9
4-
- \EXISTING CURB
LW 22+03.8 TO
LW 22 *03.8
VARIES S'TO 2
2U.9'TO 36.3' 23.0'70 27.6'
PIVOT POINT j VARIES VARIES
6.9 TO 19.6
VARIES ., ._.
. 3 0' 0' TO TO 0 039'
LW rr LINE
EXISTING CURB & L
,i SIDEVOAIC._.___..__ I
220' vy.--
I
i I PIVOT POINT
I ASPHALT WEDGE
- � .•V 2,5% r,,., / SEE SHEET PV7 FOR DETAIL
`- --' -- ■
RIES VARIES._......0 D.._9:7i' 3
0'TO 07a' \J
ROADWAY SECTION C
LW STA. 22 *40,0 TO LW STA. 23+00.0
LW LINE
EXISTING CURE.,
GUTTER 8 SIDEWALK
FOR E °REFOO G n1A 'ION OO R7 +T
EWUJ JLJU1r LJ
.LW 23+20.0 TO LW 23 +70.0
SEE NOTE 3
ROADWAY SECTION D
LW STA, 23+00.0 TO LW STA. 23 +70.0
jI VARIES 2
0' TO 0.58'
ASPHALT WEDGE
SEE SHEET PV1-
FOR DETAIL
12" WIDE
NOTES:
t, ALL DEPTHS SHOWN ARE COMPACTED DEPTHS.
2. ROADWAY SECTIONS ARE NOT TO SCALE.
3. SEE SHEET PV1 FOR ADDITIONAL DETAILS.
FILE NAME _ T14123501XL4537 - SRIB1 5 160th to South+enter BIvdICADIPS&EILon5acres WayIL4537_PS_RS LONGACRES.dgn
TIME 1:43:30 PM
DATE 9/25/2014
PLOTTED BY wendls
DESIGNED BY S.N. WENDT
ENTERED BY S.N. WENDT
-CHECKED -- ......... ...__..
CHECKED BY M. HASASAN
PROJ. ENGR. G.L. McKEE
REGIONAL ADM. L. ENG
10
WASh
REVISION
DATE BY
14A010
CONTRACT NT
FED.AID PROJ.NO.
1,G OOR
PAM
Washington State
Department of Transportation
SR 181
S 180TH ST TO SOUTHCENTER BLVD
PAVING & ADA COMPLIANCE
PlOt 11
RS1
ROADWAY SECTIONS
j
EXISTING CURB, y'
GUTTER & SIDEWALK
LW LINE
22.0'
1
- -- -r-n
y
w
Eg14111NG DEWAL&_j
SIDEVIIALK
LW LINE
VARIES VARIES
20.9' TO 40.9'
3.0%
VARIES
21.6''70'24.3'
PIVOT POINT
MATCH EXISTING / MATCH EXISTING,_
EXISTINGjROADWAY
ROADWAY SECTION F
LW STA. 20 +45.0 TO LW STA. 21 +00.0
FOR R DNIFOO RNATEOO N OMn L'7
LEGEND
Ot HMA CI IO IN. PG 64-22
• PLANING BITUMINOUS PAVEMENT
O HMA FOR PRELEVEUNG CL 'A IN. PG 64 -22
'l
23.6' TO 25.4'
I
n
1 ` PIVOT POINT
*' LW 2NOTE 3 +70.0 3 TO LW 23 +75.0
SEE
ROADWAY SECTION E
LW STA. 23 +70.0 TO LW STA. 23 +75.0
�• E%ISTING CURB
22.0'
II II
LL
EXISTING CURB 6�V
SIDEWALK
• VARIES 2
22.0'
MATCH FXISTING
/BOTTOM OF CURB FACE
1 T� VARIES 1.0%
TO SEX
1 �
EXISTING' „C„U,RB.. B'y'e
IIDEWALK
LW UNE
21.6'
PIVOT POINT
/
MATCH EXISTING
0.15'
LW LINE EXISTING BOTTOM OF ROADWAY SECTION G
• £
CURB OR DRIVEWAY EDGE ELEVATION LW • STA. 21+00.0 TO LW STA. 21+60.0
I SEE NOTE l
ES
VARI
20.5'TO 55.0'
PNOT_PO,I,NT
VARIES 1.6% I,i
TO 3.8Y \ln
1
0.15' 1 2
ROADWAY SECTION H
LW STA. 21 +50.0 TO LW STA. 22+40.0
EXEl000 U Q
X
\ EXISTING CURB
LW 21+86,3 TO
LW 22+03.8
\EXISTING CURB
LW 21 +00.0 TO
LW 21 +55.9
NOTES:
1. ALL. DEPTHS SHOWN ARE COMPACTED DEPTHS.
2. ROADWAY SECTIONS ARE NOT TO SCALE.
3. SEE SHEET PV1 FOR ADDITIONAL DETAILS.
FILE NAME T *412350IXL4507 -SR161 S
TIME 9/25/2014
1:43:31 PM
. . . . . . . . . . .
DATE
PLOTTED BY wend9
DESIGNED BY S.N. WENDT
90111 to Sogth+enter 81vVICAOIPSBE1Longacres WaylL4537 —PS RS LONGACRESdgn
10 WASH
ENTERED BY S.N. WENDT
CHECKED BY M. HASAN
PROJ. ENGR. G.L McKEE
....._ ...............
REGIONAL AGM. L. EN ENG
REVISION
DATE B
14A010
FEO.AID PROJ.NO.
(SWAMI M.
PDX
or. STAPP Fr=
VAI
Washington State
Department of Transportation
SR 181
S 180TH ST TO SOUTHCENTER BLVD
PAVING & ADA COMPLIANCE
Plot 12
RAN PEP
RS2
ROADWAY SECTIONS
01
O
LW LINE
22 0'
IS
!
EXISTING CURB -5 V
SIDEWALK
1 PIVOT POINT
1.0%
\ 0.15' 2
24.8'
L
EXISTING DUAL • FACED
ROADWAY SECTION I
LW STA -22 +40.0 TO LW STA.23+00.0
TI
It.
EXISTING__ SIDE
GUTTER � S � SIDEWALK
LEGEND
HMA CL 112 IN. PG 64 -22
PLANING BITUMINOUS PAVEMENT
CEMENT CONC. TRAFFIC CURB
VARIES
20.9' TO 40.9'.
EXISTING 126-ALK
GUTTER 8 SIDEWALK
1.0 %*
VARIES
LW LINE
VARIES
20.9' TO 36.3'
.x....1,0%
23.0' TO 23.6'
PIVOT POINT i
\i
`i 2.5%
LW LINE
I
JIALO EOINT t
�i
VARIES
23.6'TO
0.15' i 2
*MATCH EXISTING CROSS SLOPE AT LW 23 +80.0
ROADWAY SECTION K
LW STA. 23 +70.0 TO LW STA. 23.80.0
FOE ONFORMQ I{ DON ONLY
LSWWD3D11
EXISTING DUAL - FACED •
CEMENT 0060. TRAFFIC CURB
ROADWAY SECTION J
LW STA. 23 +00.0 TO LW STA. 23+70.0
NOTES:
1. ALL DEPTHS SHOWN ARE COMPACTED DEPTHS.
2. ROADWAY SECTIONS ARE NOT TO SCALE.
3. SEE SHEET PV1 FOR ADDITIONAL DETAILS,
FILE NAME T:14123500(L4537 - 58581 S 180th to Southcenter BIvSICAD1PS &ELLangacres Way1L4517 PS_RS LONGACRES.dgn
TIME 1:43:33 PM
DATE 9/2312014
PLOTTED BY wendIs
10 {WASH
DESIGNED BY S.N. WENDT
ENTERED BY S.N. WENDT
_.._ED BY...--- ........ASAN....
CHECKED BY M. HASAN
PROJ.ENGR. G.L.McKEE
REGIONAL ADM. L. BAG
REVISION
DATE
BY
.toe BUin[1.1
14A010
[rATRACT to.
FEDAID PROJ.NO.
P.BEYMV SOX
taut
Washington State
Department of Transportation
SR 181
S 180TH ST TO SOUTHCENTER BLVD
PAVING & ADA COMPLIANCE
Plot 13
RS3�
ROADWAY SECTIONS
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2014 to 2018
PROJECT: Annual Overlay and Repair Program Project No. 91310401
DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets.
Preserve and maintain the street structure ina safe and useable state by resurfacing before failure which also
JUSTIFICATION:
� minimizes costs. Some individual sites may be coordinated with water sewer, and surface water projects.
STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay.
MAINT. IMPACT: Reduces annual maintenance.
COMMENT: Ongoing project. Only one year actuals shown in first column.
FINANCIAL Through Estimated
in $000's
2012 2013 2014
2015 2016 2017 2018 2019 BEYOND TOTAL
EXPENSES
Design
194
100
100
125
125
150
150
175
175
1.294
Land(R8W)
0
ConaLMgmL
165
175
175
175
200
200
225
225
1.540
Construction
869
1,225
1,250
1.200
1.300
1,320
1,325
1,325
9,974
TOTAL EXPENSES
1,328
100
1.500
1.550
1,560
1.650
1.670
1,725
1,725
12,808
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City OpecRevenue
1.828
100
1.500
1.550
1.560
1.650
1,670
1,725
1.725
1e.808
TOTAL SOURCES
1.328
100
1.500
1.550
1.560
1.650
1.670
1,725
1,725
12.008
Project Location
2014 - 2019 Capita Improvement Program
15
52
UTILITIES COMMITTEE
Meeting Minutes
Tuesday, November 3, 2014 — 5:15 p.m. — Foster Conference Room
City of Tukwila
Utilities Committee
PRESENT
Councilmembers: Kate Kruller, Chair; Allan Ekberg, Dennis Robertson (Absent: Kathy Hougardy)
Staff: David Cline, Bob Giberson, Frank Iriarte, Robin Tischmak, Ryan Larson, Gail
Labanara, Pat Brodin, Mike Cusick and Laurel Humphrey
CALL TO ORDER: Committee Chair Kruller called the meeting to order at 5:23 p.m.
I. PRESENTATIONS
No presentations.
II. BUSINESS AGENDA
A. Consultant Agreement: 2015 Annual Small Drainage Program
Staff is seeking Council approval of a consultant agreement with KPG, Inc. in the amount of
$78,856.85 for design of the 2015 Annual Small Drainage Program. The following six design
projects are proposed for possible construction in 2015:
1. Longacres Way, West Valley Highway
2. 14800 51st Avenue South
3. 14148 33rd Avenue South
4. Andover Park East and Tukwila Parkway at Gilliam Creek Trash Rack
5. Trail #11 at South 162nd Street and 47th Avenue South
6.1-5 and Southcenter Boulevard
KPG, Inc, David Evans and Associates, and CH2M Hill were short-listed for the design work on this
program. All were evaluated and KPG was selected as the firm that best met the requirements.
UNANIMOUS APPROVAL. FORWARD TO NOVEMBER 17, 2014 REGULAR CONSENT
AGENDA.
Consensus existed to consider item 2c as the next item of business.
B. WSDOT Local Agency Participating Agreement: 2014 Overlay & Repair
Staff is seeking Council approval of a Local Agency Participating Agreement with WSDOT in the
amount of $98,511.00 for design and construction on South 158th Street (Longacres Way) in
conjunction with WSDOT's SR 181 (West Valley Highway) from South 180th Street to Southcenter
Boulevard Project. The WSDOT project will construct a pavement overlay of the project area, and
there are roadway grade issues to correct within the City's right-of-way. The estimated cost of the
City's portion is $98,511.00, funding for which is available in the 2014 Overlay Program budget.
UNANIMOUS APPROVAL. FORWARD TO NOVEMBER 17, 2014 REGULAR CONSENT
AGENDA.
53