Loading...
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