Loading...
HomeMy WebLinkAbout14-189 - WA State Department of Transportation (WSDOT) - 2014 Overlay and Repair (SR 181- South 180th Street to Southcenter Boulevard Paving and ADA Compliance)14 -189 Council Approval 11/17 14 LOCAL AGENCY PARTICIPATING AGREEMENT WORK BY THE STATE FOR THE CITY OF TUKWILA SR 181 - S 180TH ST TO SOUTHCENTER BLVD — PAVING &ADA COMPLIANCE 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. GENERAL 1.1 The GTATE, on behalf of the CITY, agrees to perform the Work, which ino|udes, but not be limited to, the PS&E and constrUctiOn, including milling and HMA naaurfmcing, 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 VVmrk, resolve any concerns, and provide the STATE with written approval, conditional appnova|, 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 vvridng, 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 reaponoe, indicating the number of working days extended, if any. 1.3 If the STATE does not receive the CITY's written mpprova|, 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 9.5296. 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 avvmrd, or request the Work be deleted from the Project. The CITY may request an extension of time in vvriting, 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 P ject 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 coots, as well as STATE overhead costs currently set at 9.52%, 2 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 P ject controct, but thereafter re-advertises the P ject 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 bido, 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 eervicesandtoo|a. including but not limited to construction odnniniotnadon, inspection, materials testing, and repreoentodon, 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 nneetingo, 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 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 Conetruction, current edition ("Standard Specifications"). The STATE shall process change orders for all changes affecting the Work in the manner set forth in subsection 1-2.4{} (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 negctiate, document and execute the associated change orders. The CITY agrees to pay for the increases in ooat, 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 pennits, 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 uhangea, 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 po|icies, 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 chonges, even if an executed change order is not required by the Project contract. The CITY agrees to pay for the increases in coet, if ony, 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 VVO[h. as determined by the 877\TE, to deliver a letter of acceptance to the STATE which shall include a release of the STATE from all 4 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 Ietter 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 vvay, 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 000ta, 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 Thouaond, 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 /10096\ 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 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 3O.2O15, 6.6 The CITY understands and agrees the Ninety Eight Thousand, Five Hundred Eleven Dollars ($88.511.00) 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, engineehng, 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 7. RIGHT OFENTRY 7.1 The CITY hereby grants to the STATE and its authorized agents, oortnyutoro, eubcontractors, and employees, a right of entry upon all land in which the CITY has an interest for the purpose of constructing the Project, to ino|ude, 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 10.8. 6 8.4 If the STATE agrees, the CITY may defend contractor claims associated with the Work at its own coot, and in doing so the CITY agrees to pay any resulting sett|ement, 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 Ioss attributable to bodily injury, sickness, deEth. 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 thensfnznn, and the STATE shall not be obligated to pay any dainn, judgment or cost of defense. Nothing in this Gection, 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 expenae, 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 henninote, except as otherwise provided herein, when the Work is oonnp|eted, the Work has been accepted by the STATE and C|TY, and payment is received by the STATE. Neither the STATE nor the CITY may terminate this Agreement without the written concurrence of the other Porty, 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 Gection, and shall be effective three days after the date of the communication. City of Tukwila Attention: Robin Tischmak City Project Engineer 02OO8VuthCenterBlvd 7 Tukwila, WA, 98188 208.431.3653 Washington State Department of Transportation Attention: HkanThnh.F!E. Project Engineer 6431 Corson Avenue South Seattle, WA 98108 206768.5601 T0NHHwmdot.wm.qov 10.5 Indemnification: The Parties shall protect, defend, indemnify, and hold harmless each other and their employees, authorized ogonto, and/or oontnactora, while acting within the scope of their employment as such, from any and all ooats, c|ainna, judgments, and/or awards of damages (both to persons and/or propertv). 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 indennnifv, defend, or hold harmless the other Party if the u1airn, auit, or action for injuries, death, or damages (both to persons and/or property) is caused by the negligence of the other Party; provided thet, if such u|ainna, ouita, or actions result from the concurrent negligence of (a) the GT/g'E, its emp|oyeeo, authorized ogento, 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 Porty, its ennp|oyeeo, authorized ogento, 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 foliows: The STATE and the CITY shall each appoint a member to a disputes boand, 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. 107 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 necords, during normal business hours and as often as it deems necessary. Should the CITY require copies of any necorda, it agrees to pay the costs thereof. The Parties agree that the Work 8 performed herein is subject to audit by either or both Parties and/or their designated nepnesentativea, 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. CITY OF TUKWILA STATE OF WASHINGTON DEPARTMENT OF TRANSPORTATION ' //)(4L..) Date APPROVED AS TO FORM: v1 Y/ � � Date e, P.E. VVSD[/[/\sSiStaDt Regional Administrator King and Snohomish Counties li+ Date APPROVED AS TO FORM: Ann E. Salay Senior Counsel Date 9 /� /, T� /� �<� �^`~�� / � � ' EXHIBIT A - ADVANCE PAYMENT TO STATE LoNGACmoS WAY ESTIMATE (OUTSIDE vvouOTm/W) SR: 181 Title: SR\8|/3|80TnSTT0S0DTuCswTsn BLVD 'PAVING WIN: PIN: Prpared By: SHAWN NEIL WENDT Date: 7/21/2014 Revised: 10o2/2014 Subtotal for Percentages Construction Subtotal: Mobilization Subtotal: Construction Engineering and contingencies Construction Total Preliminary Engineering: Total Engineering Costs: Overhead Costs Project Costs - PAYMENT IN ADVANCE TO STATE • 9% 4% Est $60,398.53 $5,435.87 $65,834.40 $9,480.15 $z.O8».3H $77,947.93 85368.65 w/O %12.000.00 13142 wx3H $89,947.93 $8,563.04 $98,510.97 � . /. Unit cost based "" unit costs established for the original Jx/mPaving Estimate. TOTAL Work bomv� Item Work ' Phce�nWnh Unit � ' �n� ' Preparation 0209 Removing Raised Pavement Marker $109.70 Hund 2.40 $26328 Hot Mix Asphalt 5703 Crack Sealing $1.00 Est 500 $500.00 5711 Planing Bituminous Pavement $2.70 SY 1,533 *4.139.10 5717 HMA for Pm|evo|ing Cl. 1/2 IN. PGO4-22 $75.00 Ton 250 $18.750.00 5767 HMACi 1/2 IN. PG 64-22 $85.00 Ton 160 $13.600.00 5830 Job Mix Compliance $1.00 Ca|c 3% $971.00 5835 Compaction Price Adjustment $1.00 Ca |c 2% $047.00 Erosion Control & Planting 6403 ESC Lead $151.00 Day 1 $151.00 0471 Inlet Protection $76.25 Each 8 $228.75 6470 Street Cleaning $15570 Hr 12 $1.028.40 6490 Erosion/ Water Pollution Control $1.00 Est 2,175 $2.175.08 Traffic 6706 Dual Faced Cement Conc. Traffic Curb $25,00 LF 111 $2.775.00 6807 Plastic Line $1.50 LF 804 $900.00 6809 Profiled Plastic Line $1.75 LF 36 $63.00 6853 Plastic Traffic Arrow $102.00 EA 2 $324.00 6084 Raised Pavement Marker Type 2 $435.00 Hund 020 $87.00 0888 Temporary Pavement Marking Short Duration $0.15 LF 740 $111.00 0975 Other Temporary Traffic Control $1.00 LS 4.800 $4.50030 5982 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 $50000 3880 Adjust Manhole $1.085.00 Ea 1 $1.085.00 6243 Adjust Vaive 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 Costs: Overhead Costs Project Costs - PAYMENT IN ADVANCE TO STATE • 9% 4% Est $60,398.53 $5,435.87 $65,834.40 $9,480.15 $z.O8».3H $77,947.93 85368.65 w/O %12.000.00 13142 wx3H $89,947.93 $8,563.04 $98,510.97 � . /. Unit cost based "" unit costs established for the original Jx/mPaving Estimate. 1. Mobilization, Engineering and Contingency percentages based on original m/8/ Paving Estimate. J.Miscellaneous percentage bvsedovorigmv/xormgo*m/ute,fbrth~z8/v/ro C: \UsersAlawkiReAppData,tocaLMicrosoftWindows ''. Temporaly Internet Files \Coment.Outlook \GY17C41'1LL;CB 1939 ExIlibi( A Copy of L4357_LONGARCRES WAY Li LAIsx Primed 10;30/2014 8:55 AM LW 22 +40.0 ;24 S RTJ TO LW .23461.0:24(14 IT WIDE DUAL.FACED CEM CONC. TRAFFIC CURB SEE NOTE 1 END PRELEVELIN:, END) PLAN NG BIT10I12000 PAVEMENT LW 23,750 PLANING BITUMINOUS PAVEMENT LIMITS STATION i OFFSET LW 2377533.7LT N; 23775 .0(22.7 RT'' - -.I 7+30 (7323 CRT) LEGEND £x167(40_.. DRIVEWAY ENG PRf,L58 LiNCZ ENP PRE'LEVEUNG LYE 22 +30.0 {2g1RT1_ LW 22 +10.0121.6'57) CITY RA , Ott 22 +40.0(24.84611 LW 22.03.5122.7'R7r EXISTNG._ DRIVEIWAY BEGIN 14484 'FRELEVELING LW 21 +008 2 10 .1450141 907E PRELEVELING LW 21 +60.0 JUST AN8018': ADJUST VALVE BOX NEW STORM 0EWER SYSTEM. TQ BE INSTALLED BY TIDE CITY 09 TUKWILA PRDOR TO LONGACRES WAY PAVING WS00T RIW EXISTING SIDEWALK. CURB & GUTTER EXISTING PAVEMENT MARKINGS EXISTING WALL EXISTING ROCK SMALL EXISTING SANITARY SEWER MANHOLE EX4STDNG GAS VALVE EXISTING WATER VALVE 5049 :NG STORM SEWER MANHOLE PLANING BITUMINOUS PAVEMENT HMA FOR *551 "EUNG '31 IN. PG 64-22 NEW CEMENT CONC. CURB NEW CATCH BASIN NEW STORM SEWER PIPE EAT ((ME FOR NEW ASPHALT WEDG€ I SCALE <_N FEET LONGACRES WAY PAVING - PHASE1 (ROADWAY SECTIONS A TO E) �zvHOB ROADWAY 9_ 5_54 PHA GE TH G - EX #MASTIN GRADE C DUALFACED CEMENT.. �( = -_ j C0NC TRAFFIC CURE - HmA c ;s. aN 5 F t - I VARtES 6' T4 0 S ASPHALT WEDGE D NGT To SCALE Al NOTES E STANDARD I.+6 ?2 C.' �`:R Au 11041'. ETAAS, CURB S -ALL BE 145 #`r - S,Rt81 S 80013 to Sooinc0141+ 9ivv+'_'AC 55E`bo�0acres 1t3Y1I.4.2? P5_FV LD,Sv ^ACRESag aESiGNEO 8r S W WEND' ENTERED BY S. (4_ cHECHEO BF M. HASAN ION 1. ENG ! REVIS'DON j DATE Washington State ent of Transportation SR 181 LOTH ST TO SOUTHCENTER BLVD PAVING 8 ADA COMPLIANCE PAVING PLAN - LONGACRES WAY ,FX'STINTYE4VQ.- DRAY ND PLANING & PAVING W 22100(210''RT3 END PLANING & PAVING lYt j2r2U. @t24 i RTt LW TTE4A0o240'RT) €NU P #NING & PAV*NNA_ LA 23teo.E WSD CITY EXiST?NG GR VEWAY LONGACRES WAY UNE 28 NEW .STORM SEWED. SYSTEM TO BE INSTALED BY THE CITY OF TUKWILA PRIOR TO LONGACRES WAY PAVING SAME AS SHOWN ON SHEET PVT LEGEND EXfSTiNG SLOE VALK. CURB & GUTTER PLANING & PAVING OMITS EXISTING PAVEMENT MARKINGS EXISTING WALL EXISTING ROCK WALL EXISTING SANITARY SEWER MANHOLE EXISTING GAS VALVE EXISTING WATER VALVE EXISTING STORM SEWER MANHOLE NEW CATCH DAMN NEW STORM SEWER PIPE SCALE iN FEET LF (0) OH LP ORMAIr110 LONGACRES WAY PAVING - PHASE2 (ROADWAY SECTIONS F TO K) Li M3 0*r E 8ECtIN. PLANING _.$__AVING LW 20 +45.0 E4 AME T: F123501XL4 nt Gar TV LONG :54 03 PM PLOTTED BY __..._..._.... DESIGNED BY ENTERED SY - - -- cHFCK£C BY PRO, ENGR. REGI ^NAT. AOM 114-F1 , FED AID PROJNQ. IYJAS M. MASAN G.L. MEKEE L. ENG -. 4A010 I 1 Washington State Department of Transportation 5R 181 5 180TH ST TO SOUTHCENTER BLVD PAVING 8 ADA COMPLIANCE PAVING PLAN - LONGACRES WAY T.23N., R.4E. W.M. EST VALLEY DENTAL 57' ,1A8 1 CTY R218 -.. _.. 20 W50G7 B_W LEGEND EXISTING SIDEWALK, CURS & GUTTER EXISTING PAVEMENT MARKINGS 62357250 WALL EXISTING ROCK WALL EXISTENG MONUMENT CASE & COVER LW 24 +2300 PQ1._, A 78+97.54 P 4 499433.754 E 1629333.3400 EMBASSY SUITES HOTEL 25 5_ SCALE 214 PEEL 5: NEON 4 Ge - - - aw7 l ui� S� II 5 �tft I 1r '� `�T 62001274 N 49945 E 1519731.600 2 52 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. Fi16 Nn #E T T § 23 2'3%145'.7 - S8181 s 1 18072 t to S..utnce ter 18 321CAn:PS&E ' 'roac1 4 13- '37_PS_4 1 g tl3. t t P S _ P, 5318' 2 2 33 f4 s i ^ .. W s.� fE.P,.AtO PRJJ.N4. _ WAS I £ - 0Xi5T750 CURB SIOEW'A..F.. _.....h ?.P' 1A,08 0X757100 BOTTOM OF CURB FACE VARIE LW LINE PONT 000705 073-0 03?`- ROADWAY SECTION A LW STA. 21^00.0 TO LW STA. 21.60.0 MATCH EXISTING BOTTOM OF _... .0. _. CURB OR ORfVEWAY ED-3E ELEVATION SEE NOTE 3 VARIES___ 20.5'70 25.C` PP0OT POINT VARIES 1.65 TO EXiST)NG CURB LW 21 +000 70 LW 21 +55.9 £X1531!16 CURS S 5:OEiNALK LEGEND 5ARES 0 TO ROADWAY SECTION B G 54-22 PS LP UN STA. 21 +6.9.0 TO LW STA. 22.400 EXISTING CURB LW 2'.-86.3 TO LW 22 +03.S 020 00 E inA o 0 B EXISTING CURB 3 SI6EW2L1t _..... VARIES 0 TO 3-9' P3100 00,NT 2.515 38 000 YARI€ 0 3 4 ROADWAY SECTION C LW STA. 22.40 .0 TO LW STA. 23.00 .0 LW LINE VARIES _ ,� VARIES 09'TO 363' .._.. _.. _. _..03070 236'... ...... _. PIVOT FONT 4_. VARES VARIES; 34 TO 99 6.9'70 199' �.._1 0% 2.15 ....._ VARIES ' 03-0 5E3,, 3 . `L "W 23*20.0 TO 506 NOrE 3 Y*E , 0770 .39' LW 23 +70.0 ROADWAY SECTION D LW STA. 23+00.0 TO LW 5TA.23 +70.0 *509455 01006E 500 SHEET 203 0033 007076 450NALT 00060 SEE SHEET 201 FOR DETAIL 4532`0 O'T VARIES t 2 C53.58 NOTES 001 DEPTHS 0605- ARE COMPAC Th0 000T.55. 2OA0L1fAY SECTIONS ARE 130T TO SCALE 3 501 5P_ET PV1 FOR ADC! 0NA0 O'03AIL5 14123 :43:30 n za AD E, DE ENTERED BY $ N iVENDT CHECKED er M HASAN RR02.EN033 GI, MS,,KEE REGIONAL 4013 L. ENG _.. 0 'WAS3 14A010 FEDAID 00GJ.NU_ Washington State t Department of Transportation SR 181 S 180TH ST TO SOUTHCENTER BLVD PAVING & ADA COMPLIANCE ROADWAY SECTIONS EXISTING 0088 4 SIDEWALK VARIES 20.5' TO 4574' 1.0% LW LINE U-171 NG CUR$. 00OTTER B SIDEWALK LW LINE VARIES .6' TO 25.4' 2.551 =....,e.. T POINT PIVOT 80I16T 555/05 6TQ 24 MATCH EXISTING.— €X !STING JROADWAY ROADWAY SECTION F LW 55A.20 +45.0 TO TN 554.21.00.0 L O O u dRi H „-_ � ©L vl ONLY LEGEND P 21 PLANING 5535 TWA FOR PRELEMELING GL 'A IN, PG 54-22 * LW 25 +70.0 TO LW 23 +75 0 SEE NOTE 3 ROADWAY SECTION E LW 5TA, 25.50 .0 TO LW 5TA. 21+15.0 EXISTNG CURB 4 SiDE`N4LK- ING CHRIS 54/5TING CURB & SIDEWALK VARIES ...._0 TO 0:5 IN h4ATO/—' EXi5T440 _.. 003808 05 0080 FACE VATO R;ES ,0% --u 26`i4 21 6' PIVOT POINT MATCH EXIST /NG.� LW LINE _ ROADWAY SECTION G 4 MATCH EX'.S41NG 60TTOAi OF 055 QR ORNEWAY EDGE ELEVATION I LW STA. 21 +00.0 TO LW STA. 21 +67.0 i SEE NOTE 3 VARIES 220.5 TO 25.0' PIVOT POINT rf r VARIES 1.635 TO 4.S °+3 ..__015'K 1. ROADWAY SECTION H LW STA. 21+00.0 50 LW' 31A. 22+40.0 E } =SINi 507 2 TING CURB 21+86.3 TO 22E93 ,EXISTING 0000 LW 21+00,0 TO LW 21355 9 NOTES: 1 ALL DEBT -'.S $H„.` +VN 330 COMPACTED 02 77 LS 2 ROADWAY SECTIONS' ARE NOT 10 SCALE 3 SEE SHEET 771 E00 5 /00,1ION0L 0515i.3 12 1 43 11 7+2 DATE 545/2014 PLOTTED 40 » ncts DESIGNED BY S.N_ WENDT ENTERED BY 2,N WENDT CHEERED BY M. HASAN 5000 51150 ..... C L McKEE _... REG,ONAL AGM . L. ENG ... 31 PS RS LONG *CRES . dg / r i 10 WASI4 14A010 .4 /0 5802. NO. Washington State Department of Transportation SR 181 S 180TH ST TO SOUTHCENTER BLVD PAVING & ADA COMPLIANCE ROADWAY SECTIONS LW LINE } 00I0TI90 03 5 SD0EWA0 LF>- LEGEND 1_0% EXi50890 DUAL - 00000 .0,008EN' CONE. 0830080 5LR8 ROADWAY SECTION I LW STA. 22 +40.0 TO SW 5T A. 21.00 .0 PLANING tli EX STING 0338, GUTTER 80 SIG €00000< VARIES TO 36.3' 0Y8STIRG GUR8� ' GUTTER 8 SIDEWALK LW LINE 204'70 209' cab 0 24.G .. 08001_14(87 :' S 15188880 DliAt EAGED 00080080 0090. TRAFFt0 00030 ROADWAY SECTION J 'MATCH 03151190 CROSS SLOPE AT LW 23 +85.0 ROADWAY SECTION K LW STA. 23.70.0 TO LW 5TA. 23,83.0 l �_q �;�U�I',t �I!IL; =t0i3u GU lLiLl A EKNO LW STA. 23.00.0 TO LW 5TA.23.770A NOTES: 1 A.L DEPTHS 0300" ARE COMPACTED 2 ROADWAY SECTIONS 050 NOT TO S -CAI 3 500 580 0 v 003 0038080508 DETAAS 80 5 LO Sd 4 FE0.A80 0302,90. SR 181 Pt0'T DE50GNED 80 S.N WENOT ENTERED ay.... S.N. WENDT CHECKED 51 ?:!_ 0A §AN fFOI -ENGR. G.L. McKF €...... _.. r:iG_a9AL A:3fA L ENS 180TH ST TO SOUTHCENTER BLVD "S Washington State j PAVING 8 ADA COMPLIANCE of Transportation I ,,, ROADWAY SECTIONS