Loading...
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