Loading...
HomeMy WebLinkAboutSWP272120 (2) • RECEIVED ?11.11V Allift PUBLIC WORKS DEPT. Washington State CITi Secretary of Transportation -'/ Department of Transportation District WSDOT C0 h1 Q4 DaG 15325 S.E. Place Gr Bellevue,Washington 98007-6568 � 4/ (206)562-4000 yi July 13, 1988 K.A.C. Cons ion, Inc. 712I Se n Road Sn0 ish, WA 98290 SR 405 Gypsy Creek Drainage Improvement I-405-3(704) Constract No. 3458 Gentlemen: We are pleased to note your firm was awarded the contract for construction of the above referenced project on July 8, 1988. We wish to inform you Mr. Terry Paananen has been assigned as Project Engineer for this contract. Mr. Paananen's office address is 1315 N.W. Mall, Issaquah, Washington 98027, where his telephone number is 206-455-7134. Please contact Mr. Paananen at your earliest convenience and arrznge for a preconstruction conference between members of your organization and his office. At the conference, please be prepared to discuss your plans for pursuing the work and present any questions which you may have concerning the contract. All correspondence and problems concerning the contract should be directed through Mr. Paananen. Should any questions concerning interpretation of plans or specifications arise, please feel free to seek his assistance. Sincerely, GERALD E. SMITH, P.E. Construction Engineer GES:dp cc: Paul Gregson D. J. Vandehey T. G. Paananen City of Renton Washington State Duane Barontson _./ Department of Transportation Secretary of Transportation District 1 RECEIVED 15325 S.E.30th Place Bellevue,Washington 98007-6568 PUBLIC WORKS DEPT. (206)562-4000 CITY OF RENTON June 15, 1988 Mr. Richard Houghton Director of Public Works 200 Mill Ave. S. Renton, WA 98055 City of Renton C.S. 1744 SR 405 Gypsy Creek - Drainage Agreement GC-8431 Dear Mr. Houghton: Attached is a fully executed copy of the referenced agreement. This project is on ad and bids will be opened on July 7, 1988. Thank you for your cooperation. Sincerely, Willia �R. Garing, P.E. District State Aid Engineer TBA:ty 23/74 attach. cc: J. Villager M.S. 111 N. Storme M.S. 135 H. Peters M.S. 105 _ Washingtonitato CAG-038-88 Dopartmont of Transportation LOCAL AG ENCY ORGANIZATION AND ADDRESS PARTICIPATING City of Renton AGREEMENT 200 Mill Ave. Renton, WA 98055 WORK BY STATE- ACTUAL COST AGREEMENT NUMBER SECTION/LOCATION Gypsy Creek - Drainage C 84 31 STATE ROUTE CONTROL SECTION DISTRICT DESCRIPTION OF WORK NUMBER NUMBER 405 1744 1 Drainage Improvement ADVANCE PAYMENT AMOUNT $ 19,550.32 This AGREEMENT,made and entered into this day of t; -- e 19 $,between the STATE OF WASHINGTON,Department of Transportation,acting by and through the Secretary of Transportation,hereinafter called the"STATE,"and the above named organization, hereinafter called the"LOCAL AGENCY." WHEREAS,the STATE is planning the construction or improvement of a section of state route as shown above,and in connection therewith,the LOCAL AGENCY has requested that the STATE perform certain work as herein described, and WHEREAS,it is deemed to be in the best interest for the STATE to include the necessary items of work,as requested by the LOCAL AGENCY, in the STATE's construction contract proposed for the improvement of this section of State Highway,and WHEREAS,the LOCAL AGENCY is obligated for the cost of the work described herein. NOW THEREFORE,by virtue of Title 39.34 and in consideration of the terms,conditions,covenants,and performances contained herein, or attached and incorporated and made a part hereof,IT IS MUTUALLY AGREED AS FOLLOWS: The LOCAL AGENCY agrees, upon satisfactory completion GENERAL of the work involved, to deliver a letter of acceptance which shall include a release and waiver of all future claims or demands of any The STATE, as agent acting for and on behalf of the LOCAL nature resulting from the performance of the work underthis AGREE- AGENCY, agrees to perform the above "Description of Work". MENT. Plans,specifications and cost estimates shall be prepared by II the STATE in accordance with the current State of Washington PAYMENT Standard Specificationsfor Road,Bridge,and Municipal Construction and adopted design standards,unless otherwise noted. The STATE The LOCAL AGENCY, in consideration of the faithful per- will incorporate the plans and specifications into the STATE's project formance of the work to be done by the STATE, agrees to reimburse and thereafter advertise the resulting project for bid and, assuming the STATE for the actual direct and related indirect cost of the work. bids are received and a contract is awarded,administer the contract. An itemized estimate of cos;for work to be performed by the The LOCAL AGENCY hereby approves the plans and speci- STATE at the LOCAL AGENCY's expense is marked Exhibit"A",and fications for the described work as shown on Exhlibit "B", attached is attached hereto and by this reference made a part of this AGREE- hereto and by this reference made a part of this AGREEMENT. MENT. The LOCAL AGENCY may, if it desires,furnish an inspector Partial payments shall be made by the LOCAL AGENCY, on the project. Any costs for such inspection will be borne solely by upon request of the STATE,to cover costs incurred. These payments the LOCAL AGENCY. All contact between said inspector and the are not to be more frequent than one(1)per month. It is agreed that STATE's contractor shall be through the STATE's representative. any such partial payment will not constitute agreement as to the appropriateness of any item and that, at te of final audit, all IV required adjustments will be made and refl min a final payment. XTRA WORK The LOCAL AGENCY agrees that if payment for the work is In the event unforeseen conditions require an increase in the not made to the STATE within forty-five (45)days after the LOCAL cost of 25 percent or more from that agreed to on Exhibit "A",this AGENCY has been billed for the work,the STATE may withhold any AGREEMENT will be modified by supplement AGREEMENT cover- tax monies which the LOCAL AGENCY is entitled to receive from the ing said increase. Motor Vehicle Fund until payment for the work is received by the STATE. In the event it is determined that any change from the description of work contained in the AGREEMENT is required, ap- The LOCAL AGENCY agrees to pay the STATE the"Advance proval must be secured from the LOCAL AGENCY prior to the Payment Amount" stated above within 20 days after the STATE beginning of such work. Where the change is substantial, written submits its first partial payment request to the LOCAL AGENCY. The approval must be secured. advance paym ent represents approximately fifteen(15)percent of the estimate of cost and covers costs incurred by the STATE in the initial Reimbursement for increased work and/or a substantial stages of the project. The advance payment will be carried throughout change in the description of work shall be limited to costs covered by the life of the project with final adjustment made in the final payment. a written modification,change order or extra work order approved by the LOCAL AGENCY. III DELETION OF WORK V RIGHT OF ENTRY In the event the estimate of cost, Exhibit"A", is in excess of $10,000 and the total actual bid prices for the work covered by this The LOCAL AGENCY hereby grants and conveys to the AGREEMENT exceeds the estimate of cost by morethan 15 percent, STATEthe right of entry upon all land which the LOCAL AGENCY has the LOCAL AGENCY shall have the option of directing the STATE to interest,within or adjacent to the right of way of the highway,for the delete all or a portion of the work covered by this AGREEMENT from purpose of constructing and if necessary, maintaining said improve- the STATE'scontract. Except,that this provision shall be null and void ments. if the LOCAL AGENCY's portion of the work exceeds 20 percent of the actual total contract bid price. Upon completion of the work outlined herein, all future operation and maintenance of the LOCAL AGENCY's facilities shall The LOCAL AGENCY shall have five(5)working days from be at the sole cost of the LOCAL AGENCY and without expense to the the date of written notification to inform the STATE to delete the work. STATE. Should the LOCAL AGENCY exercise its option to delete work,the LOCAL AGENCY agrees,upon billing by the STATE,to reimburse the VI STATE for preliminary engineering costs incurred by the STATE to LEGAL. RELATIONS include the work covered by this AGREEMENT in the STATE's contract. No liability shall attach to the STATE or the LOCAL AGENCY by reason of entering into this AGREEMENT except as expressly provided herein. IN WITNESS WHEREOF,the parties hereto have executed this AGREEMENT as of the day and year first above written. LOCAL AGENCY STATE OF WASHINGTON BY: City of Renton DEPARTMENT OF TRANSPORTATION By: Earl Clymer, May Clyde Lf Slemmer Date: / Z2 Project Development Engineer ATTEST: Maxine E. Motor, CMC, City Clerk DOT Form224-055 Revised 4/88 DEPART-C.ITT CTP HIGTi TAYS DI'-I•TtICT I:O. 1 • 62431 CORZ-C:J .1V-,1:L:. =TH Page 1 of Z Pages S&kTTL:, cr.,�xrr l 98108 yr ` EI!GII -at5 ' -TT':A7E Project Iio. Z U'17 G( ,C.S. 7� For j;7pra rinZ Sid P.cute -4 0 - between Vq 17—/l ���� C STY D in � � ty'/ Caunty, Station P r-C--OX g+43 to Station M.P. 7. 6 3 to 1.1.P. Length: Ft. Ides. DeSai^-pt-!on of Project, 'F.• '/V 5' L 8 Y �� AG��,c��� = �» ! G - 4 i "q5 5 has 2 3s3 S � Ss F B Y OPT QUAlii=1 l UHIT No. TTE:`i I PRICE 1 AMGUW. A4 D •1 r 7/' T/o^= I Ad 1 /a o - � iriLT,:-::-IL IaL"I IF—r .d 8 rf- I c r -i c J a S J r .� S ;J::r'- ''f�c I 1= I l�5� 1 .3 �G� Fr �Z Itir l / ✓'� lZi^ n \ I Zoo STG�,_ (f.<I kf6 "1 z !A/ Arv/` ec - -OC) I — Zcn I = I �j �G.K ��` ,,tom �J�;'(� I J 75 ( 006 I � •,.. `'SOD vv LAK�I I C n; �r�(Tc';�' !�t� F- >F-�:� /� �/ ff�,V�.L :C�,/ �•'Fl�_ h'.') Il�-G:'.;� N �f?!K-.`-;LL� ! I I ICJ !U I �i30 31 70 ` /L D.l.r. 3.L.2 (!Vl, :iuy F=-, 27-1-500) �Ql� z � ��Y J�✓�� Six �G� l o L / i e� � �' (Continuation Sheet), r t `` • ll*ITIIOI.'l 1MANT Y UNIT l PRICE AMGUNT. Fin, 1,Ap,, rjbt (L )7 r i 721n! AAO r7 r F) E TYL I rtit PSG r� ! -74 -75rr "r `f �c�TC XT/LC FolZ • I � I i - r — /707 74 3- c G /f?9�h�— cic I I I ' I I � I I I I i II . I I D.I.F. 3.L.2 07/'� DOT-R17135F WASHINGION STATE DEPARTMENT OF IRANSP.ORTATIUN DATE : 03/03/80 ' PAGE 5 CCNTRACT ADMINISTRATION L PAYMENT SYSTEM TIME 03, 45 PM VER : I PS&E JOH NO: 88AO23 PRELIMINARY ESTIMATE - BY ITEM * � CONTRACT NO: WORK ORDER# : 11LB714 ITEM STD . UNIT PRE- NO. NO . I TEN DESCRIPTION MEAS UN IT PR ICE QUANTITY AMOUNT QUAL 1 0001 MOBILILATICN L .S . 14 , 200. 00 Al e�\ DRAINAGE 2 1069 FILTEIt (iLANKET C.Y . 25.00 21 .00 525. 00 G2 . 3 HANC PLACED RIPRAP TON 25. 00 79 .00 1075. 00 RO _ STORM SEWER a 4 1151 TESTING STORM SEWER PIPE L .F . 1 .50 621 .00 931 . 5008 c 5 TR . 5 ST. STORM SEWER PIPE 0. 064 L.F . 80.00 366 .00 29, 280 .00 T8 IN . TH. 42 IN. DIAM. 6 TR. 5 ST. STORM SEWER PIPE 0 . 109 L .F . 130.00 55 .00 79150.00 TO IN . TH. 42 IN. DI AM 7 STEEL CASING 40 IN. DIAV. L . F . 90.00 200 .00 18 , 000. 00 C12 0 JACKING OR AUGERING L. F . 200. 00 200 .00 40000 .00 G2- 9 ENCCUNTLRINC FOREIGN NATERIAL EST . 2 „ 500. 00 G2 WATER LINES 10 3815 BANK RUN GRAVEL FOR TRENCH C .Y . 9. 00 206 .00 2 , 574 . 00 X2 JACKFILL SURFACING 11 5120 CRUSHED SURFACING TOP COURSE TON 15.00 111 .00 11665 .00�6• ASPHALT CONCRFTF PAVEMENT 12 5765 ASPHALT CONC . PAVEMENT CL. B TON 30. 00 55 „00 19650. 00 A4 0 TR AF F IC 13 697S TRAFFIC, CQN1kC)E_ LABOR ^^ HOUR 20.00 370 .00 71400. 00 Al 14 6982 CON ST RUC rIPN SIGNS (',LASS A S .F . 18. 00 20.00 360. 00 Al- SR 405 GYPSY CREFK 1P DRAINAGF IMPk(IVEMENT 08A02. D(IT -It17135F WASHINGTON STATE DEPARTMEI OF TRANSPORTATION DATE : 03/03/88 PAGE CONTRACT ADMINISTRATIOI; f, PAYMENT SYSTEM TIME : 03 : 45 PM VER : PSE.F JOh NO; 88A023 PRELIMINARY ESTIMATE - BY ITEM CONTRACT NO: WARK (114)EPP '. 01.8714 ITFM STD . UNIT PRE NO. 1w). ITEM DESCRIPTION MEAS UNIY PPICE QUANTITY AMOUNT UUA 15 0985 MAINTENANCE ANn PROTFCTInN OF L .S . 19500. 00 At TRAi—l= iC OTHER ITEMS 16 7006 STRUCTURE EXCAVATION CLASS B C.Y . 10.00 920 .00 9, 200. 00 12 INCL . I1AUL 17 7013 GRAVEL nACKFILI. FOR Pik BFnCING C.Y . 15.00 204.00 3, 060. 00 Fb 18 7023 C[1NC . CL . B C.Y . 200.00 2 .00 400.00 EO p 19 7030 sT . REINF . VAR LB. 1.00 105 . 00 105. 0 U0 0 20 HAN1I171_C UNDER 12 FT. 120 IN. EACH 7000.00 1 . 00 7000. 00 G2 ;) IAH . TYPE 3 21 MIJD16= 1FD mwinLE UNDER 12 FT . 120 EACH 6, 500. 00 1. 00 6, 500. 00 G2 IN. DIA11. TYPE 3 22 BRICK WEIR L. S . 575.00 G2 p ?3 7It90 Tlt I MMI NG AND CLEANUP L .S . 1 , 500. 00 Al �24 7 `_i54 CONS [R11CTIHN GEnTEXTILE FOR S.Y. 2. 00 110 .00 220.00 G2 P1=f: NAIJFIJI l:It[l; I [1N C[)NTRCI_ Subtotal $ 158 , 270. 50 Sales Tax (8. 1%) 12,819. 91 Subtotal 171,090. 41 Engineering (15% fixed percentage) 25,663. 56 Contingencies 8,554. 520 Total Estimated Cost Part "B" 205,308.49 0 Ul Note: Construction Engineering will be computed at a fixed percentage of 15% percent. SR 405 � GYPSY C,R1= FK D R A I I I A ('1 l_ 1 h1 P R l l\l l= r±I JJ 1 11I1A0Z ":s �r� EXHIBIT "A" ESTIMATE OF COST RECAP Page 5 of 5 The City and State have agreed to share on a 50-50 percent basis the cost of constructing this project based on a 25 year storm design. Part "A" Estimate of Cost (25 year storm design) is $149,946; Therefore: $149,973 x .50 = $74,973 cost to State. $74,973 shall remain a fixed amount and will be deducted from the project cost to determine the States participation. The estimate cost for the 100 year storm design is $205,308.49. Therefore: $205,308.49 Less: 74,973.00 State's fixed cost $130,335.49 Total Estimated Cost to City Note: The City agrees to fund all project costs over $74,973.00. 21110 GC 849 1. ' a w y ee72 li�c SG�LtE/=8Gt7 11 [ EXC4V47 7D A�4TCN�-`�1 1 I +� I b ✓�c.s _ !� C &W5T.C•Aa A/EL. /N.5Ts:LL �^� I a y ` HE 5C�Y 57- 8 �61r KT �� / Se?I/N li l ~ 4� / s• PfzJJECT LC� i0�coG i LLR-2 L 240 n NAG - / \ ni �--,_ I • �I '' �'ice/ •' ' /S��' _ �. ,'✓OT.=:4.'/sT. /2'�lJ.PEAS/ i I�� I O `r ,, 9ErI> «• o `' - f.:r.1/,".� ;ce S/J.STALL PJP)ea#P ) s < EwsT.crag/,uc:r✓t�—=` =«--� ='� �� PLa,v-SCALE I =30 ` VICINITY MAP _ '9 O a MODIPIAD M.H. PYRE 3 IZO Iu•D RM ` 3 \ ` lip, 5EE OET,4r EET�. I c -- _" —---- ---:.. ............... .... ..I. ... .... .... ... .. ...:I: ..I.::: ':::I::.::::: .. :.:j:..... ... .. ..... ......'!:... .. ... ::::::: l:.... 1 ;. .. . .. :� ...... a: ..: ... ...I..... I:...... j:.. :i: .. 1........ e�.l:...... Ir, erz=�:- ... _.... {:... z off:....... (.. 1..... , „_ ... ...... 2 �.. I , .... .: '.... :{: •-1/E,QT.cf-S' psi;_ -- -- a o; .... . .. i_ Z - - --------- .............. or ... .. - .> O ..... -,-.. h rZ6 3 Fs _ 0 I> -- -- -__ - -- - -- - -- — - -L�. _ - T S- _--I-N__D.—_A_.M T>VIN CASING 48/N DrAA! • o.._.. /— r�� ,.. . .—. ..._.. ice..._.-._�^_._......._.......%_._..._ .....L---.o•.-_� --t•_�......-..•.-l-.-.-_- --- -..__ f i i �. � : ni � - �•) �i r:prv�e •=orn-�T'�cirr,Sn,'dn __._:.. __.:_.: -..__..__ ._:._ _.....__ _.._ I C�N3 7fc_,7.,nP ,v .— TNA 183 JSGS TZCIll, I ISTATEI FED.AID PRCJ.NO. suo s. s DIVISION OF HIGHWAY RAWN I I IO !WASHI L- -• ,p'Scsh;ingion SIGIte Ceoartmont or TrcnsporTaiion I