HomeMy WebLinkAboutREG 2017-06-05 Item 4F - Interlocal Agreement - 42nd Avenue south Phase III (Southcenter Boulevard to South 160th Street) with King County Water District #125 for $289,841.33o
FAR77FIRM
41.
C,AS STAFF SP()NS0i(: BOB GIBERSON 101WIN \LAGFND I)XIT": 06/05/17
:kGENIM ITFMTH'I.F. 42nd Ave S Phase III Project (S 160th St - Southcenter Blvd)
Interlocal Agreement with King County Water District 125
I a 1) th 1
0 1xi-aa,fiou Z Aloiion E:] J�esoluliem E] Orelineina ❑ Bid --fivard F-1 Public I e ri ,g El 0 e -
M(g Dale, Mi� Date 0610.5117 Mg Ddae it b Date Mta; Dale A [r Delle ivlg Date
S11()NS0R El Council F1 AleP)wr E:1 111 E] D(J) E] I 'inance E] Fire E] IT E] Pella [:] Police
SPONSOR'S King County Water District 125 will need to relocate their infrastructure to accommodate
the City's 42nd Ave S Phase III roadway improvements. This interlocal with Water District
125 will allow for our contractor to complete the work and Water District 125 will
reimburse the City. The Interlocal also includes construction management costs. Council is
being asked to approve the Interlocal Agreement with King County Water District 125 with
an anticipated reimbursement of $289,841.33.
F-1 cow NItg. F-1 CA&P (,nite F-1 i;&s clilte ZTransportation Cnite
I 1011ML
❑ Litil'itics Crnte 0 Arts ('0111111. ❑ Parks Comm, ❑ Phnn ng C
05/23/17 KATE KRULLER
RECOMMENDATIONS-
SPONSOR/ADMIN. Public Works
("10M Unanimous Approval,- Forward to Consent Agenda
COST IMPACT / FUND SOURCE
F'N11FNDHVit' AM➢UN'r BUDGETED APPROPRIATION REQUIRED
$ $ $0.00
Fund Source: 103 RESIDENTIAL STREETS &412 SURFACE WATER (PAGES 2 & 100, 2017 CIP)
Owninents: Reimbursemei?t estimated at $289,941.33
MTG. DATE
mob
e�
MTG. DATE
ATTACHMENTS
06/05/17
Informational Memorandum dated 05/19/17
FAR77FIRM
41.
C,AS STAFF SP()NS0i(: BOB GIBERSON 101WIN \LAGFND I)XIT": 06/05/17
:kGENIM ITFMTH'I.F. 42nd Ave S Phase III Project (S 160th St - Southcenter Blvd)
Interlocal Agreement with King County Water District 125
I a 1) th 1
0 1xi-aa,fiou Z Aloiion E:] J�esoluliem E] Orelineina ❑ Bid --fivard F-1 Public I e ri ,g El 0 e -
M(g Dale, Mi� Date 0610.5117 Mg Ddae it b Date Mta; Dale A [r Delle ivlg Date
S11()NS0R El Council F1 AleP)wr E:1 111 E] D(J) E] I 'inance E] Fire E] IT E] Pella [:] Police
SPONSOR'S King County Water District 125 will need to relocate their infrastructure to accommodate
the City's 42nd Ave S Phase III roadway improvements. This interlocal with Water District
125 will allow for our contractor to complete the work and Water District 125 will
reimburse the City. The Interlocal also includes construction management costs. Council is
being asked to approve the Interlocal Agreement with King County Water District 125 with
an anticipated reimbursement of $289,841.33.
F-1 cow NItg. F-1 CA&P (,nite F-1 i;&s clilte ZTransportation Cnite
I 1011ML
❑ Litil'itics Crnte 0 Arts ('0111111. ❑ Parks Comm, ❑ Phnn ng C
05/23/17 KATE KRULLER
RECOMMENDATIONS-
SPONSOR/ADMIN. Public Works
("10M Unanimous Approval,- Forward to Consent Agenda
COST IMPACT / FUND SOURCE
F'N11FNDHVit' AM➢UN'r BUDGETED APPROPRIATION REQUIRED
$ $ $0.00
Fund Source: 103 RESIDENTIAL STREETS &412 SURFACE WATER (PAGES 2 & 100, 2017 CIP)
Owninents: Reimbursemei?t estimated at $289,941.33
MTG. DATE
RECORD OF COUNCIL ACTION
06/05/17
MTG. DATE
ATTACHMENTS
06/05/17
Informational Memorandum dated 05/19/17
Interlocal Agreement with King County Water District 125
Minutes from the Transportation & Infrastructure Committee, meeting of 05/23/17
FIN
42
City of Tukwila
Allan Ekberg, Mayor
TO: Transportation and Infrastructure Committ-M
" wFROM: Bob Giberson, Public Works Director,
BY: Cyndy Knighton, Senior Program Manager
DATE: May 19, 2017
SUBJECT- 42nd Avenue S Phase III (Southcenter Blvd to S 160th St)
Project No. 99410303
Interlocal Agreement with King County Water District #125
ISSUE
Approve an Interlocal Agreement (ILA) with King County Water District #125 (KCWD #125) for reimbursement
of costs for sewer relocation work to be constructed by Active Construction, Inc, for the 42nd Avenue S Phase III
project.
4 01 ,Ioll]
1 ■ ITi i MM3
9. 125 work.
ANALYSIS
The 42nd Avenue S project has been awarded to Active Construction, Inc, and bid schedule E includes all the
work designed by KCWD #125 for the required water main relocation. The attached ILA provides the necessary
mechanism for Tukwila to complete the construction of the KCWD #125 work and get reimbursed for the costs.
The ILA includes reimbursement to Tukwila for the actual construction work as well as a percentage of the
construction cost (8%) to offset construction management (CM) costs. The typical 8-10% of CM costs is not
used because Tukwila is not responsible for inspection of the water installation as KCWD #125 is providing
staffing for inspections,
9 10 M ki 111i Y.11 0 1
J
RECOMMENDATION
"Ww. "d Al
oil I 'J11741 I M r44 a
"C"01111L 616YA'S I"
Attachment: Intertocall Agreement between City of Tukwila and King County Water District #125
w,`pw en#mjedsla- rw & rs pm*%A2nd ave s phase W n99410303 94-rsWjtonstrudionV,200 • corrospondence05 , uNdy & inleftcal coodha6i0600 MOM - da Mh kcwd smdocx
FIN
I ; I , , `
11:114US] IMM =all
THIS INTERLOCAL AGREEMENT ("Agreement") is made and entered into by and between
King County Water District No. 125, a Washington municipal corporation ("District"), and the
City of Tukwila, a Washington municipal corporation ("City"), (individually a "Party" and
collectively the "Parties").
WHEREAS, the Tukwila City Council has authorized the 42nd Avenue South Phase III (Project
No, 99410303) improvement/transportation project in an area with mixed zoning, both high and
low density residential; and
WHEREAS, the City intends to construct storm drainage improvements within the right of way of
42 n' Avenue South as part of the Project; and
WHEREAS, Tukwila has determined that its street improvement project is a public project and
will necessitate the relocation and new construction of District utility infrastructure located within
the boundaries of the project; and
WHEREAS, the District has a water main and appurtenances located within the right of way of
4211 Avenue South that conflict with the planned alignment of the City project; and
WHEREAS, the City requires that the District relocate existing utilities at District cost when
planned City roadway infrastructure conflicts with District infrastructure; and
WHEREAS, it is mutually beneficial to both Parties to have the utility relocation and project
construction take place concurrently utilizing one contractor to reduce overall costs and traffic
related impacts; and
WHEREAS, the Parties desire to have the City serve as the lead agency for the project to
provide final design, advertisement, award, construction, inspection, and contract administration
for the project,
NOW THEREFORE, in consideration of the terms and conditions contained herein, the Parties
agree as follows:
1. AUTHORITY
This Agreement is entered into pursuant to Chapter 39.34 RCW, the Interlocal
Cooperation Act.
The Parties agree to engage in a joint project that will construct street, utility and culvert
improvements along 42nd Avenue South as described generally in the plan set titied,
"4011-421" Avenue South — Phase 111, Project No, 99410303 and 99341208, dated March
17, 2017" which are hereby incorporated herein by this reference and made part hereof
("Project"),
W\PVV En&ROJ ECTS\A- RW & R S Projects A2nd Ave S Phase 10 (994 1O7343 94- RS03}0esignWWCOT - KCWD #125 - Inteflocal Agreement
42nd Av,e S FVnal'.d!ocx -1-
F, R
DISTRICT RESPONSIBILITIES
3,1 The District shall provide the City engineered drawings, specifications, and any
applicable construction, standards for all work required by the District as
described on Exhibit A attached' hereto and made a part hereof ("District Work").
The drawings shall show in detail the location, quantity, and size of each required
component,
3,2 The District shall coordinate with the City and its consultants on the preparation
of the plans and specifications and review the portion of the Project's final
drawings and specifications for the District Work and shall provide the City
written notice of approval and acceptance of the plans and specifications
associated with the District Work.
13 The District shall participate in the bid process as follows:
a. Accept or reject bids on bid items associated with the District Work. The
District Work shall be included as a separate bid schedule in the Project
contract.
b. Within ten (10) days of receiving the Project bid tabulation from the City, the
District shall notify the City in writing that the District either agrees to proceed
with the District Work, or the District chooses to complete its work on its own
as part of a separate project. If the District determines to complete the
District Work on its own as a separate project, the District shall require its
contractor to coordinate the District Work within the Project area with the
City's contractor and with any contractors from other utilities and to not
Unreasonably interfere with or delay the City's contractor.
3,4 The District shall provide payment to the City to reimburse the City for its costs of
constructing the District Work pursuant to Section 5 of this Agreement.
IMMEMOMUMM iii '0 '0 # 1, . - 0 -
all-
s m5peuufr .r r- L1 re-1coN "I
3.6 The District will notify its customers of the Project, perform any water system shut
downs necessary for the District work, and notify its customers of any scheduled
water service interruptions related to the Project.
3.7 The District shall pay any valid claims made by the Contractor relating to the
District Work that are valid and proximately caused by the District, provided, the
District at its sole expense shall have the right to defend any claims made by the
Contractor relating to the District Work. Any such claims must comply with the
definition and procedure regarding claims in the Project contract and must be
verifiable or substantiated claims.
3.8 The District shall pay any additional expenses incurred in performing the District
Work due to any over-excavation required or any other unforeseen conditions
related to the District Work which reasonably require additional work and
VV�PVV EngOPROJECTS�A- RW & Rs Projects,A2nd Ave S Phase M (99410,303 94-RS03)QesignM% C07 - KCWD #125 - Wedocal Agreement
42nd Ave S FinM,docx "2-
ER
expense, including any additional trench width or depth attributable to errors in
the District's design. Any changes to the District Work perceived as necessary by
the Contractor and any required change orders must be approved in writing by
the District in advance of such changes.
3,9 The District shall maintain continued coordination with the City regarding the
performance of the District Work. This coordination shall include but not be
limited to the following:
b. The City will provide the District a copy of the Contractor's proposed work
schedule showing date, location, and extent of work to be performed, This
schedule will be subject to change at any time.
c, The District will attend weekly construction meetings that involve the District
Work,
4.1 The City shall be the lead agency for the Project with regard to design,
construction, SE�PA review, permitting, inspection, contract administration,
funding and all other matters pertinent to accomplishment of the Project.
4,2 With the assistance of CF12M, the City shall prepare, advertise, and award the
contract bid documents, which shall contain five bidding schedules, three for the
City improvements, one for Valley View Sewer District sewer line relocation, and
one for the District Work. The basis for Project award will be the total lowest
responsible bid for the sum of all five bid schedules. Prior to advertisement, the
City shall obtain the District's review and approval of the bid documents. The bid
documents, and the advertisement of them, shall comply with City's bid statutes,
ordinances and resolutions.
4, 3 The City shall be responsible for providing ontrol associated with the
construction of the Project.
4.4 The City shall require the Contractor to install and perform the District Work in
accordance with the Project's final plans, and the District's standards,
specifications, and inspector's written direction.
4.5 The City will provide written notification to the District at least five (5) days prior to
beginning construction of the District Work to allow for District scheduling of the
on-site inspector.
4.6 The City will schedule and attend weekly construction meetings with the City's
Contractor, District, and other franchise utilities involved in the Project.
4,7 The City shall require the Contractor constructing the Project to have the District,
its elected and appointed officers, agents and employees (collectively, the
"District" for the purposes of this provision) named as an insured on all policies of
VVkPVVEng�PRQJECTS%A-RVV& RSProjedsA2ndAve S Phase 111 (99410303 94-RS03)kDestgri190%�COT-KCWD#125- Intedocal Agreement
42nd Ave S FmW docx -3-
47
insurance tN be maintained by the Contractor under the terms of the Project
contract, including the Contractor's Commercial General Liability Insurance,
Commercial Automobile Insurance, and Umbrella coverage, The District shalt be
responsible to pay any additional cost incurred by the Contractor to name the
District as an additional insured, If the District is included as an additional insured
N n such insurance, the Contractor shall provide the City with endorsement�(s) to
such insurance necessary to confirm the District is an additional insured on such
poficies/coverage. The City shall provide the District with copies of such
endorsement(s) upon receipt of same by the City.
The City shall also require the contractor building the Project to indemnify,
defend, and save harmless the District and its elected and appointed officers,
agents, or employees from any claim, damage, action, liability of proceeding
brought or filed against the District or its officers, agents or employees alleging
damage or injury arising out of the contractor's participation in the Project. The
Contractor shall also be required to waive the Contractor's immunity under
Washington's Industrial Insurance Act, RCW Title 51, as to the District solely for
the purposes of the indemnification.
5.1 The estimated cost for the District work related to this Agreement, as described
on Exhibit B is $223,643, including tax. used on the estimated cost, the District
shall pay the City $17,891,44 for construction administration costs plus actual
contractor costs including tax for completed work, and/or services rendered
under this Agreement according to the rate and method set forth on Exhibit B
attached hereto and incorporated herein by this reference. The total amount to
be paid by the District to the City, including the construction administration costs
referenced above, shall not exceed $289,841,33 unless approved in writing by
the District. The actual costs are subject to change based upon final bid review,
award of all relevant Project work, and change orders.
5,2 The City shall invoice the District following completion of the Project work and
acceptance by the District of the District Work. Payments are due within thirty
(30) days of the District's receipt of an invoice from the City, except for any
disputed amounts.
5.3 Payment as provided in this section shall be full compensation for work
performed, services rendered, and for all materials, supplies, equipment a
dentals necessary to complete the work. I
Each of the Parties shall defend, Indemnify and hold the other Party, their officers,
officials, employees and agents harmless from any and all costs, claims, judgment,
and/or awards of damages, arising out of; or in any way resulting from that other Party's
negligent acts or omissions in performing under this Agreement, No Party will be
required to defend, indemnify or hold the other Party harmless if the claim, suit or action
for injuries, death or damages is caused by the sole negligence of that Party. Where
such claims, suits or actions result from the concurrent negligence • the Parties, the
VV %PW EngkPROJECTS+A- RW & IRS ProjectS42nd Ave S Phase III (99410303,94-RS03)\Desngn 9D% COT - KCWD #126 - Intedocal Agreement
42nd Ave S FinaI docx -4-
EF-P
Loma ;
rn*
M-ORRIM, i
#e 1 44, 3- M�evv e
't -V1-TV5-e1I` I I
Parties, by mutual negotiation, hereby waives, with respect to the other Party only, any
immunity that would otherwise be available against such claims under the Industrial
Insurance provisions of Title 51 RICK
Further, the District shall defend, indemnify and hold the City, its officers, officials,
employees and agents harmless from any and all claims brought by the Contractor
relating to the District Work, including but not limited to project delay claims, subject to
the provisions of Section 3 herein.
The records and documents with respect to all matters covered by this Agreement shall
be subject to inspection, review or audit by the City or the District at the requesting
Party's sole expense during the term of this Agreement and three (3) years after
expiration or termination. Such records, shall be made available for inspection during
regular business hours within a reasonable time of the request.
It is not intended that a separate legal entity be established to conduct this cooperative
undertaking. The City shall act as administrator of this Agreement,.
No special budget or funds are anticipated, nor shall any be created, The Parties are
cach responsible for their own finances in connection with this Agreement, and nothing
in this Agreement shall be deernedor construed otherwise.
1LOINFlIaLel 6qlPJPJ6-j1E"M
Following final payment by the District and final acceptance of the Project by the City,
the water system improvements as depicted on Exhibit A shall become the property of
the District. Upon final acceptance of the Project, the City shall transfer and assign any
rights it may have under the Project contract relating to the District work to the District,
including any warranty and maintenance obligations by the Contractor relating to the
District work. The District's acceptance of the District work shall not constitute
acceptance of any unauthorized or defective work or materials, nor a waiver of any
manufacturer's, supplier's or contractors warranties. The City shall also provide redline
drawings of the District work to the District upon completion of the Project work, such
redline drawings to be prepared at the District's expense. The District shall retain any
rights, claims or demands the District may have against the Contractor relating to the
District work under applicable statutes of limitation as a third party beneficiary under the
City's contract with the Contractor,
W TW EngMPROJECMA- RW & IRS ProjecW42nd Ave S Phase 111 (99410303 94-IRS03)TesngnMWCOT - KCWD #125 • Intedocal Agreement
42nd Ave S Final.docx -5-
M
11. IDURATION : TERMINATION
i nis gre Fe- Un�--
remain in full force and effect until final acceptance of the Project and resolution of all
issues relating to the Project.
This Agreement shall be subject to, and the Parties shall at all times comply with, all
applicable federal, state and local laws, regulations, and rules, including the provisions
of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the eve
any suiit, arbitration, or other proceeding is instituted to enforce any term of this 11
Agreement, the Parties specifically understand and agree that venue shall be properly
laid in King County, Washington. The prevailing party in any such action shall be entitl
to its, attorney's fees and costs of suit. Venue for any action arising from or reIated to th
Agreement shall be exclusively in King County Superior Court.
If any term, condition or provision of this Agreement is declared void or unenforceable or
limited in its application or effect, such event shall not affect any other provisions hereof
and all other provisions shall remain fully enforceable. The provisions of this Agreement,
which by their sense and context are reasonably intended to survive the completion,
expiration or cancellation of this Agreement, shall survive termination of this Agreement.
01 ON I IT, IN PEI 19 MA a
This Agreement, together with attachments, or addenda, represents the entire and
Integrated Agreement between the City, and District and supersedes all prior
negotiations, representations, or agreements written or oral. No amendment or
modification of this Agreement shall be of any force or effect unless it is in writing and
signed by the Parties.
15. NOTICES
Notices to the City of Tukwila shall be sent to the following address:
Cyndy Knighton
City of Tukwila
6300 S• uthcenter Boulevard
Tukwfla, WA 98188
(20• ) 4 0 (Phone)
VV %PVV EnqtPROJECTStiA- RVV & IRS Projects\42nd Ave S Phase IH (99410303 94-RS03)0es4gn\90WCOT- KCWO #125 - Interl!ocal, Agreement
42nd Ave S FinW.docx -6-
50
11111 • '00
Shane Young
King County Water District No. 125
3460 S, 148th St #110
Tukwila, WA 98168
(206) 242-9547 (phone)
IN WITNESS WHEREOF, the Parties have executed this Agreement on the date last written
below.
•�
CITY OF TUKWILA
By:
wPW EnggPROJEGTS+A- RVV & RS ProjectsW42rd Ave S Phase "1 (99410303 94-RS03)0esign%90WC0T - KCWD #125 - Interlocal Agreement
42nd Ave S Final docx -7-
51
52
Exhiba A
AD\S1EETS\P13073_CVR,
TAJE<Y
7
4-H1 3 44,:q
7 41$7
'111,11114.1A-111 A A tignii
4t Th AVE.
le (SET 2)
AO II SI: ATT.
€50
SR 5 1 3
I
PROJECT
LOCATION
7.
/ ZONE 1:1 SOURCE
:SEATTLE WATER
11OL 15am
A GUt AT
rris.l .E ir7..x. swoAt.RT.EcRE
1517,11 r-o
. .
tiT
GRAPHIC SCALE
7C0 3 237 500
1TTG
MI III
IM 1111
1 15 FEET I
1 inch Soelett
KING COUNTY
WATER DISTRICT NO 125
42ND AVE PHASE 111 PROJECT
SCHEDULE E
BOARD OF COMMISSIONERS:
RENEA BLANCHETTE, COMMISSIONER
JERRY THORNTON, COMMISSIONER
JOHN THOMPSON, COMMISSIONER
SHANE YOUNG, GENERAL MANAGER
INDEX
SHEET NO. SHEET TITLE
1
2
3
4
5
6
7
VD 125 WATER IMPROVEMENTS
COVER SHEET
WATER PLAN
WATER PLAN
WATER PLAN
SPU METER SITE PLAN
SPU METER DETAIL
NOTES & DETAILS
11255 Kirkland Way. Suitt 300
Kirldand, WA 91033
g 425127 2014 IL 425127.5043
CAril [ StAxItt-tt [PlaAmng I 511,orssy
paceengm.com
King County
Water District
No, 125
DATE
FEBRUARY 2017
SCALE
AS NOTED
42ND AVE PHASE 111
COVER SHEET
.1C NLIKABER
13073.00
WC Nd31 E- PI 073 CVIK
SWEET 1 OF 7
Page 1 of 8
01
Exhibit A
STA 50+57, 19.13± LA NEW
SPU / WE 125 WATER VAULT.
SEE SHEET S.
ETA 52+66,7. 26,5' LT.
RELOCATE EXIST FIRE
HYDRANT ASSEMBLY
EX12OIW
42ND,AVES
EE DETAIL SKEET 5
VACANT
NO PCWIER
DETENTION VAULT
10 Fr DEEP
FAIN 3 FT CLEARANCE
WATER.
ETA 57+01.1, 24.9 LA
I = FIRE HYDRANT
ASSEMBLY, PER
DISTRICT SIDS,
12-X6° TAPPING TEE
= 6° GATE VALVE. FL,,f4,1
— THRUST BLOCK
REPLACE
f SERVICE
ETA 513+84.0, 26.5. LT,
— FIRE HYDRANT
ASSEMBLY. PER
DISTRICT STDS.
1 = 12x6- TAPPING TEE
I — 6° GATE VALVE, Ftx.RJ
— THRUST BLOCK
LIG E,
EXIST. WATER
PLACE
SERVICE TO REMAIN. ° SERVICE.
UG
EXIST, WATER
SERVICE TO RESIA
RAPHIC SCALE
0 ,0
I OW FUT I
20 Ftet
LIG
REPLACE E REMOVE AND SALVAGE
1,/t° SERVICE. EXISTING HYDRANT.
0
REMOVE AND SALVAGE
EXISTING HYDRANT.
—
el
UI
UI
2C
GO
ATCHLINE CHLINE SE
STA 60+71.6, 33.7' LA
1 — FIRE HYDRANT
ASSEMBLY, PER
DISTRICT STDS.
— 121(6° TAPPING TEE
— 6 GATE VALVE, FL4RJ
THRUST BLOCK
UG E
EXIST WATER
SERVICES TO REMAIN.
UG E
c
EXIST. WATER
SERVICE TO REMAIN.
SCNEO OH
AWN MM
ECKED OH
11255 KirkNnd
Kitkkand, WA 960
425127.20141
Civil I Struttinal
pvc
King County
Water District
No, 125
SCALE
42ND AVE PHASE III
WATER PLAN
m.. 2123/17
lOT NUMBER
13073.00
D9/. NAME RI 3073,WA
OF 7
Cr
a)
0
Exhibit A
0
r--,t
DE S t":.NED
0-1 xr,3
= DRAWN
CHECKED DH
11..D
MATCHLINE SEE SHEET 2
REPLACE 2-1r SVCS
u13
E
REMOVE AND SALVAGE —
EXISTING HYDRANT,
UG
REPLACE 1" SVC
STA 8.3+40.3, 235 LT
— FIRE HYDRANT
ASSEMBLY, PER
DISTRICT STOS,
1 — 12"Xr TAPPING TEE
I — 6- GATE VALVE,
FLxRJ
1 — THRUST BLOCK
- -
tr
STA 65+355, 25.0 LT,
I — FIRE HYDRANT
ASSEMBLY. PER
DISTRICT SMS,
1 — 12-n- TAPPING TEE
- I — 6- GATE VALVE.
FLAJ
I — THRUST BLOCK
17-
1-„
G.19.(49.
5
42ND AVE S
GRAPHIC SCALE
20 S IX 20
=o
NM 1111111
( III FEET
1 iftcb = 20 ictt-
REPLACE I SVC
EXIST_ WATER
SERVICE TO REMAIN.
EXIST, WATER
SERVICE TO REMAIN.
OH
MM
157,1
REVISION
DATE BY IAPH'D ,Arnjczs 0.1vArl-
11255 Kirkland Way, Suite 300
Kirkhnd, WA 98033
p, 425 827.2014 I f. 420.827.5043
CiXil SVuctural I Planning I Survey
paseengrs COM
Page Sot 8
King County
Water District
No 125
-05TE
FEBRUARY 2017
SCALE
1" = 20'
42ND AVE PHASE HI
WATER PLAN
MATCHLINE SEE
JOB NUMBER
13073.00
DWG NAME] PI3073_WA
SHEET 3 oF 7
01
03
X -I
REMOVE AND SALVAGE
EXISTING HYDRANT.
REMOVE AND SALVAGE
EXISTING HYDRANT.
STA 57 +07.4, . 24,0' LT.
1 — FIRE. HYDRANT
ASSEMBLY, PER
DISTRICTS STDS,
1 = 12 "X5" TAPPING TEE
1 — 6" GATE VALVE,
FLxMJ
1 THRUST BLOCK
REPLA
STA 70 +29,0, 22.5' T.
1 = FIRE HYDRANT
ASSEMBLY, PER
DISTRICTS SIDS,
1 = 12 "X6` TEE, FL
1 = 127 GATE VALVE, FLxMJ
1 — 6° GATE VALVE, FLxMJ
1 — 12" ADAPTER, FLxMJ
1 = THRUST BLOCK
21 ±LF 12° DJ,
TA 98 +74,1, 13.9' LT.
— 12" GATE VALVE, n,RJ
- 12" 45' BEND, FL,RJ
4
42ND AVE S
PROPOSED CULVERT...
STA 58 +90.0, 13.0' LT.
1 — 49' BEND, RJ
77idPORARY PLUG & BLOCK
FOR CULVERT INSTALLATION,
REMOVE AND REPLACE 12" D.I..
AS NECESSARY FOR CULVERT
INSTALLATION.
STA 70 +54.3. 13,3' LT.
1 = 12" 45' BEND, RJ
STA 70 +50.0, 8.0' LT.
1 a 12" 45° BEND. RJ
ft
GRAPHIC SCALE
e 10 W
I IN FEET 1
1 inch = 20 Ic..c.[
SIGNED DH
Al
ECKED
OH
REtlSICY OATi BY
Kirkland Way, Su„e 3170
Kaki and, WA 9803
25.877 2814 1 428.527.5043
King County
Water District
No. 125
] Planning [Survey
r1
ATE
FEBRUARY 2017
42ND AVE PHASE III
WATER PLAN
JD'
UMBER
13073.00
LAME: P1307
a)
O
Exhibit A
EMOVE EXISTING
ETER AND VAULT.
REMOVE /ABANDON
EXIST. WATER AS
NECESSARY,
INSTALL 2 -8" 45'-VERT. BENDS, R.I.
AS NECESSARY FOR GLADE.
INSTALL r VERT. BENDS, RJ, AS
NEEDED TO ACHIEVE GRADE AND
LEVEL PIPE THROUGH VAULT.
RDPOSEO RETAINING WA
1. -12" -90' REND, RJ
--1 THRUST BLOCK.
POIFIOLE TO VERIFY DEPTH.
1-6` 90' BEND, MJxFL
1 -8°x6' REDUCER, FLUFL
1-8` GATE VALVE., FLxRJ
1— THRUST BLOCK
LF12 "01,.R,
TEMPORARY PLUG AND BLOCK..
`PRESSURE T EST TO INCLUDE 90'
BEND: MAKE FINAL CONNED {LY.
TO 12 0:1714111-17, 12" SPOOL
`AND RJ COUPUNC AFTER T :
TEMP. PLUG AND BLOCK.
PRESSURE TEST TO
INCLUDE 90' BEND..
PROVIDE r SPOOL & M J
COUPLING. SHORE AND
DAVE OPEN FOR FINAL
CONNECTION BY SPU,
2 —E1° 45' BENDS, RJxR
2— THRUST BLOCKS
RJ SLEE
4" D.I. DRAIN
TO CB,
IE 407.5
NEW SPU METER VAULT, SEE SHEET 6.
PLACE VAULT SO BACK OF HATCH IS
1 FOOT FROM BACK OF SIDEWALK.
SPU SUPPLY MAIN TO
KC WTI #125
42ND AVE S
11
kb
41
CLOSE VALVE IN —
EXIST. VAULT FOR
DURATION' OF METER
INSTALLATION WORK.
NOTES FOR SPU SUPeLY MAIN;
1. PROTECT MAIN FROM CONTAMINATION AND
FROM DEBRIS WHILE PIPE I5 EMPTY.
2. MAIN TO BE DAP Ty 14 DAYS MAX.
3, THERE MAY BE SOME LEAKAGE PAST
VALVE IN EXIST, VAULT OFF OF 50- MAIN..
4. SPU TO PROVIDE 0` METER, CONTRACTOR.
TO INSTALL. TAKE PRECAUTIONS TO AVOID
DAMAGE TO METER.
5. COORDINATE METER ACQUISITION AND
FINAL CONNECTION YATH ROGER COX OF
SPU, 205 -399- 2496..
GRAPHIC SCALE
c 2 -5 5
T .
El
� �� �� ���a_� � �����, ... ��� \���� ���
DESIGNED DH
GRAWN MM
CH CKED DH
S
5103
DATE BY LAPP
11255 Ki4krand YS ?, SuI 590
Kirkland, WA 98633
p 425:527.20141 !: 425.827.5143
I vial 1 Rfennng. 1 Survey
Page 5 of 8
7
King County
Water District
No. 125
UARY 2017
SCALE
42ND AVE PHASE 01
SPU METER SITE PLAN
AS NOTED
LAME: P1307
SHEET 5 OF 7
a)
N
Exhibit t A
NOTES:
1. CONSTRUCT VAULT WITH 18' SODA.
KNOCKOUTS, LOCATED ATED €WHERE
SHOWN_
2. APPLY? TRENTON WAX TAPE .#1 OR
TWO COATS OF MASTIC PAINT TO
SHACKLE ROD ENDS, BOLTS, NUTS,
WASHERS. AND OTHER BARE METAL.
3. PLACE CONCRETE BLOCKS AND
SHIMS TO SUPPORT BOTH BENDS.
4. INTENTIONALLY LEFT BLANK.
5. TAP AIR VENT CORP ON TOP OF
RIPE AND A FLUSHING CORP ON
BOTTOM OF PIPE. JUST UPSTREAM
OF BYPASS GATE VALVE,
TG C€- MAW:
O €a'.T, _G CT TEL, T:CrL' E
E3 `,4LT' 'WIT }t'GC „.,
'E, LTCC,I
TAN -1 IC
L`- OOTC
C !r ALT
FO TT s SCE u,
AT A<WA'CLL,
N,
(7
(TYP)
(TYP) ('NP)
DOUBLE DOOR HATCH
FY DO :DES
2' 6' X 4' -0' OPENING IN TOP
CONC, COVER SLAB OUTLINE
SERVICE
� OCK
'NUMBER
'A LIST
E RESTRAINER GLAND (MEGALUG FOjLL.
PIPE.
125 -020 E T HA FOAM MATERIAL
LP.NG
FLG x 4' FLG
SADs5t4 —€D80 E RW OATE VALVE CL 125 FLC ?C
809- 1759--04€0
EnTE
EI ER
6 x20'
6' SENSUS ACCUMAC METER W/ ENCO =DED OUTPUT
Ft7R AMR
SPOOL WITH TEST PORT FOR ENOURO 2000
3�4CC
T3M
L
,p °I? Ts"
T.M"[ G9AFEC
-P.€ .sg7Ci3. c.pr_'''
-W , +f 'r - C, -TW 4C
Ti f #0.W.: TO 2 PALL CE DO-ICED
LTET',ILS t,t. MATE%55L ros
GC C
r,)7 `0).4 —MC. L1 %E'°
Gl1 . ®L GON P V gO TE +E PELNTED�
1n :L
RED, R,1pFL
4' l01 TO CB
I� 402.5
RED. WJT€F
ONCRETE
210 - 200 -003 BRICK 0 O €NC, RISER
NOT
CO €C. BLOCKS
SHIMS ARE NOT S SUP — `1
SLOPE TO MATCH Ex, GRADE (SLOPE
SHALL BE FIELD DETERMINED)
BLOCKS
ARE NOT SHOWN
4' '_
PI AN
Efaimisimmaim
L a NOT USED
21D 410 -424 CONCRETE VAULT 4484 W/ SHORT MIDDLE SECTION
AND NQ SLIP COATING ON HATCH
" X I E
CRETE BLOCK
STEEL PLATE
STEEL s EDGE
400 - 540-125 STEEL RAISING WEDGE
TIP OF WALK 414_
7 -110 REDUCING FLANGE. DI, CL 125 FLG X FIPT
27 1 -EA 2' 810- 209- 2d01L1 90' ST
2' 1 s 2 82 — 500-020
�
GALV
PIPE PL €OG, MIPT, GALA STL. SQUARE HEAD
HK VALVE
. '.—±
412,2.
NOTE
NOTE 11—
`REESTAN
ADDER —U
THE SIDE
C. ALUMINUM LADDER WIYH
A- ET ATCH ORA N C) ATTACHE? FLOOR
r°.
26— —C4
(28)
E IRON PIPE, NJ, CL 53 C€ A UNE
WEDGE RESTRAJNER GLAND (MEGALUG FOLLOWER')
0 -2
5 -228
20 -215 -232
420 - 235 -061
T
824- 120 —GOI CLOSED NIPPLE IPT, BRASS
USED
d T USED
NOT USE
408,0
12A,
t TYP) (TYPP) (TYP) (TYP) (TYP) (TYP) C
4' DI DRAIN ELEVATION
RtOUT 10 DRAIN
112 <W larkIr.4 Way, Sae 3
ITT I, WA 98(133
r= 425,827.2014 I ( 415127 1143
0113 Stud -Ali FIR, Pg I SOM
p migrs a
1' -0'
TEMPORARY
SIN FE CTION
SSEML Y
PEA CRAro
King County
Water District
No. 125
A,N = AS NEEDED
Page
2' =GAL PIPE, HI. FT
813 - 050 -060 INSULATION FLANGE KIT
GRAPHIC SCALE
r 1
€a F° €rte )
i laatP _. 3 rasa.
42ND AVE PHASE III
SPU METER DETAIL
13073.1{
Hey AME WT3T73JTET
y EE1
or 7
a)
a
30A.
40
04 04
aa z
00
4140 00
www
0, iwy
030031
Exhibit A
AX,X 1012
COWPER EtASE 0,21
MUER E001.
samEKER 0siA155
Eacws-R-LeWes 011100
Esse-Kai
30010 041430 100 Essen
.20E 02/2 OS PE SWARM
AREAS 00310001E PL414101 WA
MOASS AMES_ '22 slaw Meal BEA
1520-1201 A0K1ER
mesas RC 137110,
.01,011.0, 010
113310003
CLASS SE
EVAN 52.0 00 ff0 PLAPP
Cl 1000045111, 1013100
CC 04-05000 01E41 PAR
TO PEW OP U.S.-WW1 YWNT
.040 uSE 0*01,4.1 11000
SWELL cs swEAS
pow
i=1-,,04.=
CO
TS BE WRAEsiED ES 0STR441
A04.4 PUPA 03001 PA3W-,
041E0 1003 033030.
/ 3 0040E0 3330124A
MESA OIARE
k
turnip isswia
0401 0!
I(
E3E.
PVTEN 1 43351000 OWN 11 eetWESSE LSE SAOSLE se/ cAS SAERAD
owwww0
-717
0005,0
EswASE
aEWslat WPC
STD, DETAIL No. 1
3/4' & 1' DOMESTIC SERVICE DETAIL
ANGLE maTEE ssau
000 4401101 3330011
0.333.001 33-14E50
100 110-400 AREAS 0WSsATES
weEE MEE-EAS fiea 1,AE
A4,0000 e0.15 50LA-2
ELASSES EaseSese wam
220_010,11e10 DES's 20011
SAO 1154-1000 Ds 610
0E410E0 01471420
151100E114e0 SOWASSTIESs Actitiass-
KM 0.010, 0-11422
atOEw
710,4.0 5
esSOLE 110e1055
astEs STRAP SAPPLE
10303 a0,00 We 0024021
005015 SEEK
STATERNAN k NA, seEKEE- We 2 MAE w-sasSe
c-rwss 52
X 14 MASS Eses*
00440 Ste. (0 1 a Fo,
-owEw 33.3R.
YNELPER P-309 051-110 rowss„
isaa 0344.3 BRASS
111011000111011•0 _
- 41
X
czwwEw 4,4040_1
sane
11 '14 'N-iw4Aw-c55104 cowwEcPww
WKS, SPADE
N-R.50.31
0000401.0.00
D
ETAIL No 2
STRAP vp '00110141101000140051.4150500000100041
000.1100
044500T5 ARE TN (100,34e0 011 00 00031,E5 A-03
lessAssa SEALS sKaassat 30 4.1333,3 13011t41000 0 00=0;
VAN PE 0111311100 NNE 030 1300 NNE A TAN awcwrow.
505100 WIN 0000310 THANITT NT ATE 0300-0 ppg NW 101, NIAIN
YAW 01 00I0AAJ0C 0011 000500 0114 TARPSWE 0300 0230011
3050100 000333034.0 0 WRVS 001. PP 1E5(0425 104.0 00 54
0011010 AS Ta 131 A 000303030 0.01105031 p0 MPS PASTA 1440 TPE
3331110 II IVERAMP 004 WPPER 010 1013 NAPE A OAPS 01.010,
0-30030.03 FEN 1-031_0040003
wev 000011 50O_54*
,p!-- COE A 401003 /00-000 04 000001
45
11104100
000.0
VEEN
RA. 3' N 41, AW
stowswes, AKRE-
.0-5(0 00005 000
MP,
-V 0.00401
I 011 0410 WNW
I 31-fLEXPrO3710
003 pp rs
133-3/S -2251 001303. pA
03113E0 soars 14 .1/0' 00 221
0C-22, 030130
00 4440 017
0000331000
sap
44 4.0
003310 130030 RPM 21 101330,001.
004 1.014* roinnoins
AVNAL VATEN,
! 14 SP EVE i „.„ 3 4 I /
I 030111-20E1
V
PAW !PM
03301003 10031 PE 0101000 AAN 10 0 or 00,3 3001 00015 swa Ssa 1. IswEsa AwAssm
-3 001ANTE
ANNA pp 4000_ 0400 I O*. pe-0x, vv-333 VRAT0 1010 31030 SHALL 0000 00 015
.WENWE0 30 App N3 0405 NAPPE 0000 NYE 3301 0110 IV A3003 NAPE V13 03.3 30 03313 J...w
2-22.2EIR 000*000 01.3
04.0 00 cup. A 00011 1 NgENNED, NNE 30140400 13-133 00 .304110 1 0E104113 111 61130 ‘ENTER NAES
0A4 T0 PAPRVA-3 1,1110
C mrsAsse msoso0,0s1 10 PE PEA PPS 3151,0140 T0 VAN .00 PS10033,3.33-0 sP30 pioNTA NNOW33 AN UV 3313 01
133° 0044,1100 00 NTS Xplie 010102044014
003 Aw, KAM 01 SENTAP AND APPAPA
0401 33001331 1400 14
TO. DETAIL No
HYDRANT IN CUT/FILL AREA
Awa-2-2,
0013 010 v.-EELS 00 11330011
r sty ROW'S VAST PE 3 VET
30030 140 VNIEN V PP 0010ANT
430 1001 310 NE 03 /ACV 3.0
03330 ANN 050140E1 AVIS 00505
10_3313 00 E VET 1,33330, 3-3 OE NEE*
SPAN: 00 pacts ,AWAEA 01411
14110. 01 Typ sAYE. 00 100 °"31.3.''!
NANg NvAsp. POSE 000000 V 10010440
EPTAL 0081 40 30001 30*0 N110010
1100 POST 0001 001030 tway 04 pApv
10000 TO -NE VANE P03 PTE PVT 0331 01,030
E1021 AAWA 30.310 .313 wwwwwsa.
STD. DETAIL No, 4
-1/2 & 2' DOMESTIC SERVICE DETAIL
FIRE HYDRANT ASSEMBLY DETAIL
VALVE MARKER / GUARD POSTS
0.0303330.0 _003.30000003
10000 00003 sp- PENN
PANNE 1000 - VELE
VP 4001/0 00.0 A100,k 1.400w40p0 PRIT
King County
Water District
No. 125
5(EE15 11013013!
Water District P0003333.33
No. 125 000041150
a
.0220.
0221
Yas.
3-E2 Pus
2 a
110201
105 11/4 wen
ROAD MANX-N
S0.014010 .
SPE PAP
Ck
P
A 5
24
3
NOME
t mos-As AREA V =3001.10 1.051-001 AAAVA
14 301 PN PRESSVE AIX SIX 001. X00000 1.001
AA 2WA0 404450 PER sena/ E040
O AVA 0033 so iousita NV OVEN 05'! NIES
00511E5 00 3000 captiwous
00000,0 00101400 1,004. 40 0011 04 01,000 ANP
WASS A 0000 NE Ili sows/ A401 00343.0
0.3351 030 W31-344
wspos KO:wag ow 01 0E01
to.' 114
01.00 13003 0030 050051 01105105 VIET AND
SP30_
41 01331 01 00335 30 0EN44-0 1000 40
00 010030300 01 NaNT,
A 0030,00003 spAp, ppviS P00,30 tit-pewit
W101I1P1 3-00I, 3010 PRESSERS AS PEP AS
00I130403511 0004003033 vERAppy 100404E
LINPV AIN 003110130 VANNE.
PONS: 01.100 0 00311000 11 Act AS A 0311013
00003 AINERVE 041033 00 4.000 451541 00 301100
11 00 SENS THAN !./1 144 PERN ROA NE 0000
3,131TAV TPE WRVS SASE
00 00- sCPS
7 P-1 0000011 04 000500E WEANS 1021 RTE RSTAPIPE
0Eas000 1011 1001 000 ,-PE. 0001100.011
P.4002( 010014,110 2033 RENEW 403 PPE t 13E0
0 RIP/S 0 vEART ARE VACE. 0030100
WEARNA WEN p3.0 KEN 0*E111040.
STD.
ETAIL No 5
0033310ETS 00!010 EASED 030 .04 PS!
WASaows wo 0500 ms ossossla. sss
sem Ear ws ISA REAAK: smAssas
00i00101310 P-1-300, OVER 331010.
sEEEAKM WASS Ass 00( 0,1,4001
2401ES:-
01.505,0d
King County
Water Dig_trict
NEW 5410105 01 WATER 154.4 NAT ARE 311300011 1333E4 ET0APP-330 A 500I40W2000 5 _PA 00S3 BE
samAsAssw ERSA, SAE EwSENG PESTEN. 0.111 SAVVAREVA EIT:1003 01440Ea01140 50,0 BASTNY-03010-43330
3,3031o00 0340 3E03 04001E0E0, 0030 NEST *14000 PAN RUST RE (04114031 ERATAINANTEP 11 N1443000
ESKORTNE EPACCWSPAIS RN 0500 ERR 5003141001 PPOZERPRES Wassmem 25 009/11 PANES PATER
5033-R01A0LE
Ass 100500400 ustkatow PS-EvENTAIES ASK,mas 1.0501 PS 40000 EA! TIAR 5121(0330 WATER LIM 00E0 TISTWE
rut tit0 walls 00022 OuSWO ESSEEEEstOs A140 PANSPAE, 304 30103,130 0002E0401IEE AESKAOSSE Awe SirEes,
AwAs 4eS2 01 110113.0 000IN0 3110011010 PRESSURE.- sasses as Ewa- 33010 333000 www,
0-340 SA-WPON0I013 BAOS.ESSAWSK. SAmstE RES:SIAS ARE E0141KE0 FREW SAE 04(01 wAIES PAN, 5EE04,3
NA CEANEEPWC, RAE WU 100 WISTALLEN assuccw AAW 005 a2000,00 amssAKE. BEFORE oistittweisi w4
witzwues 50 11,1 we/ AND /TRACE 03331 414004 3330 CENNECREN 31033 04 swweerso tvw 00e0000 3301-30 A 31
ASNLABLE 00311011 SEAS-102
40001510 ewswasew
,222E022E1,1450 AsSEmess, ESSE0 ElEs
8222 aw AWORSASO SOMAS
0-22swe
NEVE RENT 0-3
ENV 030303-3
PPENANT
08114
001133 403
HI
.,II:Jr7X4YZ50
004000440000
Ps 1101
,t;r0lir&I 0041 `
01 05 '00' 40000001. 40410 0541 0>4150 TO.
STD 0
ETAIL N.
13.3131V
01110004400
300 0300 40*
sKe Few 0420*004
00000E E 100 IS
00130,0 lIt w 00 wo
010,4
12 _,„_-,-,H1
j_ j
1
2
'-AV, a'" w401311 00E33
King County
oleo District
225 14
awns 400 la SE %MAT
EasaNtAs eas toms
Ppwwwwwwww_saavovp
EARS 10 DE 1.104EE2 WES 44( 1300
122222 ESASALE PAO
SEE MEWL
SCAMEAS
spasm-KS 040 1 ./As
E-2-11
-3-30
0/0 1000 LENNY,
P-- 010 015ALA0
0t0300A-1-3 EPA
PpE
133-3
033-.0 AWN
NOTES,
thr 222,
1,42 030,
TYPOPES
Seue wros 11010
3/83 SET 14000
2 1/E2 EassARE 003134 14*0100K00EA2
og- 003. INNEVESS
VALVE OPERATING NUL EXTENSrON
I E11E3310341 APE 00501303 3314003 PIE PASSE NUT 05 00140 01401 4 5 4443 B-Esew ais101ts EsAss
1. ONO' E400 .4101t 151 01330 ar 2 far LONS 10 RE USES 000 vAss-a_
001.0 04104 EsSIANES RS:Maas swaps:Ass Sea PE EPIE01414 AND 00 14 CRAPE 30 es 14 Sass
0 App /suctions in/ 10 00 most 044 50(01 5140 RyNTEN 10130 111 nuts 01 mask RANT
EA344 3 0.033003 WAR. 013000 *4 10 Nap Is 0,ET l4 0*0,000E1
wwww
,iwwi
HORIZONTAL THRUST BLOCKING
DETAIL & TABLE
-
4,m,,,,
!P0330130
[=7:114
VERTICAL THRUST BLOCKING
DETAIL & TABLE
;.;
11.7
0_ -
long CL04,orty
Water- DISIETY10,
No. 125
.111M
WATER MAIN FILLING DETAIL
: King
Wei ter
No
Coun ty
District
1
MI
PP D
OH
VALVE EXTENSION DETAIL
King Co Un ty
Water DiXLXiCL
No. 125
• -.
,...,,,.
P0P0NA
wwwww,
4- -
_.,--
Vpx4000043
1,00PAPS
0-00-,XPI
0.0,00,00.
MEM
King County
Water D350.3100
urwrwr
wurv0
04. vo
uru 0
ruo 0
ww-
wwwwi
w
'"' wi wwww
ww,ii
wiwi
P0,50
°- -
hp
-..ww
PSX-P-X000-0-0
-,n....--
ww ay.,.
No 125
ovppTwyws-Npyspww
w _
w00 3.30.
p-33
0 whiE
433.00000,300appapypv3
p, 0,0,0
0,,
app
0,000003-0030303310.
DESIGNED
DRAM
CHECKED
DH
MM _
I
.111M
MI
PP D
OH
MEI
Went
REViSitri
OITE IS
01 .D5300030300-303103.034p
II215IIIMWedWay,SVM301
ttiokbad, 24 923
p. 415.427 214 oF. 475.8275(0.3
GAM 1St/a-Aug I Planning 1Survey
torasesiscuro
King County
W.sLx- District
No, 125
0141
FEBRUARY 2017
SCALE
AS NOTED
Page 7 of 8
42ND AVE PHASE ID
NOTES & DETAILS
etiMBER
13073.00
110111 NAME. 1.1 73_DET
SHEET 7 00 7
a)
a)
14,080
3,000
Boeing Access Road Bridge Rehabilitation
City Project No.
Bid Tab - Estimated Construction Costs
PCL CONSTRUCTION
STELLAR J
Se STRUCTURES, LLC
FLATIRON WEST, INC. CECCANTI
.1111MM=6.
ITEM NO.
SECTION
ITEM
OU
PAY UNIT
UNIT PRICE
TOTAL PRICE
UNIT PRICE
TOTAL PRICE
UNIT PRICE TOTAL PRICE
ROADWAY
2
4
5
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
1-04 Unexpected Site Changes 1 EST
1-05
1-05
1-07
1-07
1-08
1-09
1-10
1-10
1-10
2-01
30,000.00 $ 30,000
Contractor Surveying
Record Drawings
1 LS $ 36,000.00
1 LS
$ 12,000.00
Training 800 HR
SPCC Plan
Type B Progress Schedule
LS
LS
Mobilization
Project Temporary Traffic Control
Traffic Control Supervisor
2-01
2-02
Portable Changeable Message Sign
Clearing and Grubbing
Roadside Cleanup
LS
LS
35.00
S 5,000.00
$ 5,000.00
$ 648,000.00
36,000
12,000
28,000
$ 150,000.00
LS
18,000.00
1,280 HR $ 11.00
1 LS $ 3,000.00
1 EST 5,000.00
2-02
2-02
2-02
4-04
5-04
5-04
6-10
8-04
8-04
8-04
8-06
2-02
Removal of Pavement
Removal of Traffic Island
580
70
SY
SY
18.00
18.00
Removal of Precast Concrete Barrier
320 LF $ 10.00
Removal of Conc. Rail, Sidewalk, and Slab
1,965
SF $
65.00
Crushed Surfacing Top Course
HMA Cl. 1/2" PG 64-22
170 TON $
210 TON $
40.00
105.00
Planing Bituminous Pavement
1.150
Single Slope Concrete Barrier
278
SY $
LF $
10.00
120.00
Cement Conc. Traffic Curb and Gutter
202
LF
65.00
Cement Conc. Traffic Curb
172
LF
60.00
Dual-Faced Cement Conc. Traffic Curb
916
LF
30.00
Cement Conc. Driveway Entrance Type 3
50
SY
Removal of Guard Rail and Posts
165
LF
100.00
20.00
5,000
5,000
648,000
150,000
30,000.00 $ 30,000.00 $
30,000.00 $ 30,000.00
UNIT PRICE
- - - - - - - - -
TOTAL PRICE UNIT PRICE TOTAL PRICE
UNIT PRICE TOTAL PRICE
30,000 00 $ 30,000.00 5 30,000.00
17,000.00 5 27,000,00 $ 30,000.00 , $ 30,000.00
$ 10,000,00 $ 10,0000e $ 10,00000 , $ 10,000,00
20,000.00
10,000.00
5.00
20,000.00 $ 85,000 00
30,000.00 $ 30,000 00 $ 30,000.00
85,000.00 $ 35,000.00 35,000 00
10,000.00 $
10,000.00 $
10,000.00 $
3,000.00
4,000.00
1.00
3,000.00
800,00
$ 5,000.00 5 500000 5 3500.00 $ 3,500.00 5 2,500.00 5 2,500.00
$ 1000000 S 10,000.00 5 2,500.00 $ 2,500.00 $ 20,00000 $ 20,000.00
690,000.00 5 690,000.00 5 1,000,000.00 $ 1,000,000.00 5 1,00000O.00 $ 1,000,000 00
$ 200,000.00 $ 200,000.00 $ 400,000.00 $ 400,000.00 $ 150,000.00 5 150,000.00
18,000
S
S
5,000
10,440
S
1,260
3,200
127,725
S
6,800
22,050
2,500.00
6.00$
7,000.00 $
5,001100 I $
2,500.00 $ 30,000.00 $ 30,000.00
7,680.00 10,00 $ 12,800.00
7,000.00 $ 5,000.00 $ 5,000.00
5,000.00 $ 5,000.00 $ 5,000.00
25,000,00
$ 65,000.00 $ 65,000.00 $ 130,000 00 $ 150,000.00
400
12 00 $ 15,360.00 $ 4.00 5,120.00
100,000,00
$
5,000.00 $
27.00 $
59.00 5
15,660.00 $
4,130.00 $
15.00 5
20.00 $
8,700.00
5
15.00
1,400.00
15.00 $
8,700.00 $
1,050.00 $
29.00 $
40.00 $
100,000.00 $ 25,000.00 5 25,000.00
5,000.00 $ 5,000.00 $ 5,000.00
16,82000 $ 30.00 $ 17,400.00
2,800.00 5
30.00 $ 2,100 00
230 $
800.00 $ 10.00 ,
3,200.00
10.00 $
11,500
33,360
13.130
10,320
27,480
5,000
100.00
196,500.00 $
60.00 I $
117,900.00
58.00 - 5
9,860 00
16000 j $
33,600.00 5
65.00 5 11,050.00
200.00 5
42,000.00
14,950.00 $
66.00 $
18,348.00 $
125.00 $
34,750.00
44,00 5
8,888.00
45.00 S
9,090.00
45.00 $
7,740,
45.00 $
7,740 00
27.00 5
24,732.00 5
25,00 5 22.900 00
3,300
$ 166.00 $
9,00 $
8,300.00 S 200.00 $
10,000 00
55.00 $
5 40.00
5
180,00
10.00
115.00
3,200.00 $
108,075.00
50.1
16,000 00 5 24.00
7,680.00
400.00 $
786,000,00 5
460.00 $ 903,900.00
5 6,800.00 5 250,00 5 42,500 00 5
S 37,800.00 $ 180.00 S 37,800.00 S 215,00 $ 45,150.00
5 11,500.00 $ 14.00 S 16,100.00 5 16.00 $ 18,400,00
$ 31,970 00 5 110.00 $ 30,580.00 S 240.00 5 66,720.00
S 55.00 $ 11,110.00 5 45.00 $ 9,090.00 5 40.00 $ 8,080.00
6000 5 10,320.00 $ 45.00 5 7,740.00 5 40.00 $ 6,880.00
30_00 5 27,48000 S 25.00 5 22,900.00 5 40.00 5 36,640.00
200.00 5 10,000.00 5 170.00 5 8.500.00 S 100.00 S 5,000,00
S 25.00 $ 4,125.00 $ 30.00 $ 4,950,00 S 20.00 $ 3,300.00
50.00 5 8,500.00
1,485,00 $
30.00 S 4,950.00
a)
a)
510
Bid Tab - Estimated Construction Costs
PCL CONSTRUCTION
STELLAR J
ITEM NO.
SECTION II-
QUANTITY
PAY UNIT
UNIT PRICE
TOTAL PRICE
SIDEWALK
11311111:11=1=1111111EMEN
27
28
29
30
8-14
6-14
6-14
6-14
Cement Conc. Sidewalk
Cement Cone. Curb Ramp Type Perpendicular
Pedestrian Safety Railing
Bollard Type 2
Quarry Spalls
273
2
80.00
LF
EA
TON
70.00
$ 2,500,00
S
75.00
S 600.00
170.00
111,600
35,700
S
2,500
20,475
1,600
340
BRIDGE
33
39
40
42
EMI
11111
EME1111
50
El
ECM
6-01
6-02
6-02
6-02
6-02
6-03
6-07
6-09
6-09
6-09
6-09
6-09
6-09
6-09
Work Access
Epansion Joints Modification and Longitudinal
Joint Re air
Seismic Retrofit and Bridge Rehabilitation
Sidewalk Widening
Steel Corrosion Repair
Heat Shield Removal
Cleaning and Painting - Steel Girders
Further Deck Preparation For T
Re 'air
e 1 Deck
Further Deck Preparation For Type 2 Deck
Re air
Force Account Forms For Full Depth Deck
Re 'air
Scarifying Concrete Surface
Removing Existing ACP on Bridge Deck
Modified Concrete Overlay
Furnishing and Curing Modified Concrete
Overla
6-10
6-10
6-19
6-19
6-19
6-19
53
54
6-19
6-20
Traffic Barrier
Temporary Conc. Barrier
Soil Excavation for Shaft Including Haul
Shoring or Extra Excavation Cl. A
Conc, Class 4000P for Shaft
St. Reinf. Bar for Shaft
CSL Access Tube
Removing Shaft Obstructions
Epoxy Crack Injection
LS
LS
1
2,059
564
3,584
2,622
674
1,940
105
105
57,591
1,800
LF
CY
LS
CY
LB
40,000.00
250,000.00
$ 1,650,000.00
$ 638,000.00
$ 100,000.00
20,000.00
340,000.00
60.00
125.00
50,000.00
60.00
40.00
90.00
110.00
250.00
25.00
1,500.00
100,000.00
600.00
1.50
12.00
45,000.00
1,500.00
250.00
40,000
250,000
1,650,000
638,000
100,000
20,000
340,000
84,960
87,750
50,000
123,540
22,560
322,560
286,420
168,500
48,500
157,500
100,000
63,000
86,387
21,600
45,000
18,000
26,250
UNIT PRICE
TOTAL PRICE
50.00 $
UNIT PRICE TOTAL PRICE
SB STRUCTURES, LLC
111111111111111111M■li
UNIT PRICE
TOTAL PRICE
1111=111=1
FLATIRON WEST, INC.
UNIT PRICE
TOTAL PRICE
11111111111
UNIT PRICE
69,750.00
TOTAL PRICE
48.00 $
66,960,00
153,00 , 5
2,300.00 S
78,030.00
2,300.00
55,00 1 5
2,040.00 $
15,015,00
4,080.00
2,170,00 ! S
4,340,00
100,000.00 5
100,000,00
S 1,260,000.00 5
1,260,000.00
150,000.00 $
150,000.00
290,000.00 , 5
290,000.00
17.00 ! 5
24,072.00
43.00.5
S 50,000.00 5
30,186.00
S 200.00
2,500 00 5
S
102,00000
2,50000
175.00 ! $
200.00 5
47,775,00
400.00
1,000.00
2,000,00
450,000.00 5
450,000.00
80,000.00 S
80,000.00
$ 1,600,000,00 5
1,600,000,00
600,000.00 $
600,000.00
100,000.00 $
100,000.00
3,000,00 5
3,000.00
300,000.00 5
300,000.00
35,00 S
49,560.00
50,000_00
10.00 , 5
20,590.00
7.00 , 5
3,948,00
12.00 $
43,008,00
40.00 $
104,880.00
300.00 S
202,200,00
20.00 7
38,800.00
3,400.00 $
357,000.00
75,000.00 $
75,000.00
5 710.00 S
2.00 5
74,550,00
115,182,00
700
12,600.00
45,000,00 5
45,00000
875.00 5
10,500.00
60.00 5
58,000.00 S
42,120.00
71,400.00
160.00
81,600.00
40.00
20,400,00
S
2,500 .00
125.00
150.00
2,500.15()
5 2,400 00 5
34,125.00
300.00
20.00
2,250.00
S
2,400.00
3,500.00 5
5,450.00
4,500,00
5
70.00
S
3,500.00
19,110.00
50,00
100.00
2,400.00
4,800.00
2,200.00
4,400.00
750.00
1,500.00
40,000.00 $ 40,000,00
90,750 00 5
$ 2,040,0 .00
S 100,000.00
90,000 00 5
100,000.00
90,000.00
640,000.00 5
150,000,00 5
640,000,00
150,000.00
802,500.00 S
75,000,00
7,500,00
615,000.00
75.00
2,040,000.00
802,500.00
75,000.00
7,500.00
615,000.00
106,200.00
110,00 $ 77,220.00
S 1,300,000.00
1,300,000.00
1,560,000.00
1,560,000.00
1,100,000.00
160,000.00 5
160,000.00
15,000.00
575,000.00
100,00
150.00
50.00008
20.00 5
41,180.00
3000
16,920.00
10.00 $
35,840.00
50.00 5
131,100.00
300.00 $
202,200,00
15.00 S
29,100.00
4,000.00 ,
420,000.00
10,00 $
10.00
S
3,00 $
105,000,00
172,773.00
10.00 5
18,000.00
45,000.00
45,000.00
1,50000 5
18,000.00
50,00 $
5,250.00
50,000.00 5 50,000.00
$ 50,000.00
15,000,00
575,000.00
141,600.00
105,300.00
5
50,000.00
420,000.00
51.00
12,00 $
12.00
10.00
24,708.00
6,768.00
35,840.00
35.00 5 91,770.00
80.00 5
15.00
80.00
164,720.00
8,460.00
286,720.00
30.00 $
78,660.00
420,000.00
72,216.00
58,00 5
50,000.00 $
52.00 $
24.00 5
105.00
40,716.00
50,000.00
107,068.00
13,536,00
376,320.00
52.00 $
136,344.00
210,00 S
18,00
3,600.00
130,000.00
141,540.00
34,920.00
378,000.00
130,000.00
760.00
S
79,800.00
S
1.65
95,025.15
8.00
14,400.00
45,000.00 5
45,000.00
1,900,00
5
22,800.00
116.00 $ 12,180.00
250.00
30.00
8,000.00
75,000.00
168,500.00
58,200.00
840,000.00
75,000.00
800.00
S
84,000,00
3.00
172,773.00
12,00 S
21,600.00
500.00 5
6,000.00
125.00 5
13,125.00
400.00 $
269,600.00
1,000.00
150.00
45,000.00
12,000.00
15,750.00
v
O
Bid Tab - Estimated Construction Costs
PCL CONSTRUCTION
ITEM NO. SECTION
ITEM
QUANTITY PAY UNIT UNIT PRICE
TOTAL PRICE
UNIT PRICE
TOTAL PRICE
6 -24
6 -25
Overhead and Vertical Spall Repairs
Protective Fence
CFRP Bridge Girder and Deck Strengthening
Compaction Grouting
Inside Guard Rail
60
678
500.00
125.00
405,000.00
LS
275,000.00
EST
30,000.00
Settlement Monitoring
50,000.00
30,000
64,750
405,000
275,000
30,000
50,000
STORM DRAINAGE
62
63
7 -04
7 -04
7 -05
Solid Wall PVC Storm Sewer Pipe 12 In. Diem.
Class 52 DI Storm Sewer Pipe 12 In. Diam.
Catch Basin Type 1
350
30
7
LF
LF
1,600.00
$ 21,000
2,250
12,600
ROADSIDE DEVELOPMENT
65
66
8 -01
8 -02
nMater Pollution Control
Topsoil Type A
40
12,000:00
60.00
12,000
2,400
TRAFFIC CONTROL DEVIC €S
67
71
72
73
8 -09
8-09
6 -11
8 -17
8 -20
8 -21
74
Ell
8 -22
6 -22
Eill
78
79
Raised Pavement Marker Type 1
2
Beam Guardrail Type 31 Non- Flared Terminal
Temporary Impact Attenuator
Permanent Impact Attenuator
Relocate Pedestrian Signal and Push Button
Permanent Signing
Paint Line
Plastic Wide Line
Plastic Stop Line
Plastic Crosswalk Line
Plastic Traffic Arrow
80
Plastic Traffic Letter
Temporary Pavememt Marking
1,170
175
260
EA
LS
LF
LF
SF
2
EA
EA
LF
400.00
500.00
$ 3,200.00
3,500.00
12,500.00
$ 3,500.00
$ 3,000,00
1.40
5.00
10.00
10.00
200.00
120.00
$
0,50
1,200
$
1.000
3,200
4,000
12,500
$
3,500
$
3,000
160.00 S
9,600,00
170,000.00 S 170,000.00
148,000.00 $
30,000.00 S 30,000.00
$ 10,000.00 $ 10,000;00
80.00 S
$ 210.00 $
$ 2,000.00 $
28,000,00
6,300.00
14,000.00
STELL
UNIT PRICE _ TOTAL PRICE
400.00 S
271,200,00
225.00 i $
225.00
S 100,000.00
100,000.00
000.00 $ 30,000.00
40,000,00 = 5 40,000.00
SS STRUCTURES, LLC
FLATIRON WEST, INC.
CECCANTI
UNIT PRICE TOTAL PRICE
180.00
10,800.00
200.00 S 135,600.00
UNIT PRICE TOTAL PRICE
175.00
10,500.00
150.00 $
101,700.00
UNIT P
CE TOTAL PRICE
250.00 5 15,000.00
150.00 $ 101,700.00
105,000.00 5 105,000.00
125,000.00 $
0.00
200,000.00 $ 200,000
85,000.00
200.000.00 $ 200,000.00
200,000.00 $ 200,000.00
40,000.00
50.00
30.000.00
40,000.00
$ 90.00 $ 31,500.00
$ 150 00 S 4,500.00
5 1,800.00 5 12,600.00
11,000.00
30,000.00
30,000.00 $ 30,000.00
11,000.00
$ 245,00 $
$ 425,00 5
S 6,500.00 $
85,750.00
12,750.00
45,500.00
.00 5 38.500,00
5 200.00 $ 6,000.00
5 2,500.00 $ 10,500.00
12,000.00 $
12,000.00
100,00: $
4,000.00
60.00;$
2,400.00
12,000.00 5 12,000.00
65.00
2,600.00
12,00
75.00
3,000.00
12,000.00
60,00
100 00 S
300.00
400.00 1 $ 1,200.00
400,00 $ 1,200.00
400.00
800.00
40.00 $
80.00
12,000.00
2,400.00
240.00
7,000,00 5
7,000.00
6,600.00
6,600.00
6,800.00
5,000.00 S
25,000.00 $
25,000.00
1.50 $
1,755.00
10 00 $
1,750.00
15.00 $
525,00
960
6,400
TOTAL ESTIMATED CONS
IUCTION COST - Per Bid Proposal Submission $
Actual Estimated Construction Cost Totals $
7,131,009
7,131,009
7.00 ,5
165.00 $
75.00. S
35,000.00 I $
35,000.00
5,000.00 S
5,000.00
2,000.00 $
2,000.00
1.00
1,170.00
3.00 $
525.00
3,000.00
32,750,00
12,00
32,750,00
6,000.00 5
6,000.00
2,500..00 $
2,500,00
35,000.00
7,500.00
S 5,500.00
14,000,00
7,500.00
5,500.00
27,000.00
24,000.00
27,000.00
20,000.00 5 20,000.00
20,000.00 $
1.00
20,000.00
1,170.00
1.90 5 332.50
25,00
4.00
875.00
S
1,040.00
100.00 S 200.00
,244.00
S 6,189,244.00
., ' $ 6,533,8
376.00
2,560.00
0.60
S
720.00
7,680.00
20.00
700.00
20.00
5,200.00
100.00 $
200.00
800.00
12,800.00
6,
16,068.95
S 8,988,068.95
S 10,456
S 9,291,018.00
S 10,456,302.00
" total in red for Stellar J denotes an addition error. Tote
This bid tabulation is certified to be correct. Signed by:
ubmitted in
posy
om actual calculated' total
Steve Carstens, PE, Program Manager
Date: 3/21 f17
72
City Council Transportation & Infrastructure Committee
TRANSPORTATION & INFRASTRUCTURE COMMITTEE
Meeting Minutes
May 23, 2017 - 5:30 p.m. - Foster Conference Room, 6300 Building
Councilmembers: Kate Kruller, Chair; Joe Duffie, De'Sean Quinn
Staff: Bob Giberson, Jack Pace, Gail Labanara, Rose Warren, Peter Lau, Robin Tischmak,
Pat Brodin, Steve Carstens, Maggi Lubov, Laurel Humphrey
Guests: Sagar Ramachandra and Staci Haber, Hopelink; Jacqueline Carroll, resident
CALL TO ORDER: Chair Kruller called the meeting to order at 5:30 p.m.
I. PRESENTATIONS
II. BUSINESSAGENDA
A. Bid Award: Boeing Access Road over BNRR Bridge Rehabilitation
Staff is seeking Council approval to award a construction bid to PCL Construction Services, Inc.
in the amount of $6,189,244.00 for the Boeing Access Road over BNRR Bridge Rehabilitation
Project. PCL was the low bidder of five and has experience with similar projects. While WSDOT
did not originally concur with this award due to a DBE requirement issue, that has since been
resolved and concurrence has been provided. The proposed bid award is under the project
budget of $9,745,100.00 UNANIMOUS APPROVAL. FORWARD TO JUNE 5, 2017 REGULAR
CONSENTAGENDA.
B. Valley View Sewer ILA: 42nd Avenue South Phase III (Southcenter Boulevard to South 1601h St)
Staff is seeking Council approval of an interlocal agreement with Valley View Sewer District for
reimbursement of sewer relocation costs for the 42nd Avenue South Phase III (Southcenter to
South 160th Street) Project. Sewer relocations were designed by Valley View Sewer District and
incorporated into the City's roadway construction bid to Active Construction, Inc. The ILA
includes reimbursement for the construction work as well as 8% of the construction costs to
offset construction management. The ILA contains cost estimates, but the actual costs will be
fully reimbursed to the City. UNANIMOUS APPROVAL. FORWARD TO JUNE 5, 2017 REGULAR
CONSENTAGENDA.
C. Water District #125 ILA: 42nd Avenue South Phase III (Southcenter Boulevard to South 160th St.)
Staff is seeking Council approval of an interlocal agreement with King County Water District
#125 (KCWD #125) for reimbursement of water main relocation costs for the 42nd Avenue South
Phase III (Southcenter Boulevard to South 1601h Street) Project. Water main relocations were
designed by KCWD #125 and incorporated into the City's roadway construction bid to Active
73
Transportation & Infrastructure Committee Minutes ................................................................. ............................... May23, 2017
Construction, Inc. The ILA includes cost estimates for now but the actual costs will be fully
reimbursed to the City. UNANIMOUS APPROVAL. FORWARD TO JUNE 5, 2017 REGULAR
CONSENTAGENDA.
D. Transportation Demand Management Program and Hopelink Partnership
Staff updated the Committee on the background and activities of the Tukwila Transportation
Demand Management (TDM) Program, formerly known as the Commute Trip Reduction
Program. The TDM Program has expanded to focus on all trips including non - commute trips,
and is supported through several federal funding sources in addition to the CTR allocation. The
City partners with Hopelink on a specialized "TDM for Diverse Communities" component which
provides transportation information and resources to underserved populations. DISCUSSION
ONLY.
E. Resolution: Six -Year Transportation Improvement Program (2018 -2023)
Staff is seeking Council approval of a resolution to adopt the annual update of the Six -Year
Transportation Improvement Program (TIP) for 2018 -2023. The TIP is a compilation of
transportation projects planned within the next six years that are deemed regionally significant
orthat have grant funding prospects. This update includes the addition of the South 140th Street
Intersection Improvements project and the deletion of Andover Park East /Industry Drive
Intersection, South 133rd Street /SR599 Intersection, Walk & Roll Program, Boeing Access Road
Bridge Rehabilitation, and TUC - Pedestrian /Bicycle Bridge. The Committee requested that the
Walk & Roll Program be retained in the TIP as a placeholder even though it is unfunded during
the 2018 -2023 timeframe. UNANIMOUS APPROVAL AS AMENDED. FORWARD TO JUNE 12,
2017 COMMITTEE OF THE WHOLE.
F. Construction Management Contract: CBD Sanitary Sewer Rehab - 2016 APE Sewer Repair
Staff is seeking Council approval of a construction management contract with AKANA in the
amount of $58,869.00 for the 2016 Andover Park East Sewer Repair Project. AKANA was rated
the highest of three applicants based upon the established selection criteria, and the fee is well
under the budget of $120,000.00 UNANIMOUS APPROVAL. FORWARD TO JUNE 5, 2017
REGULAR CONSENT AGENDA.
G. Universal Garbage Collection
Council President Robertson requested that a Council committee discuss the issue of universal
garbage collection in the City. The City does not currently require residential subscription to
garbage services as part of its current contract with Waste Management, and around 21% of
single family households do not subscribe. The City's Code Enforcement division has advocated
for universal garbage collection in the City to reduce trash and pest related violations, but most
of the public comments to the Council on the matter have been in opposition. The current
Waste Management contract expires in 2019 and includes two optional 2 -year extensions. The
Transportation & Infrastructure Committee received a comment letter in opposition from Ted
and Diane Myers dated May 20, 2017. Following discussion, the Committee agreed that
universal garbage collection should be assessed as part of the contract analysis and future
negotiations with Waste Management, but that it doesn't make sense to pursue this year.
DISCUSSION ONLY.
74