Loading...
HomeMy WebLinkAbout2333 - Washington State - Agreement - SR529 Roundabout Gateway SignI GCB 3347 Construction Agreement I-5 NB Marine View Drive to SR 529 Corridor and Interchange Improvements Project City of Marysville's Added Work This Agreement is made and entered into between the Washington State Department of Transportation, hereinafter "WSDOT," and the City of Marysville, Washington, hereinafter the "City," collectively the ooParties" and individually the "Party." RECITALS In the I-5 NB Marine View Drive to SR 529 Corridor and Interchange Improvements Project, hereinafter the'oProject," WSDOT will construct a new on-ramp from SR 529 onto southbound (SB) I-5, construct a new off-ramp from northbound (NB) I-5 to SR 529, and add a permanent fourth lane, designated for high-occupancy vehicles (HOVs), on NB I-5 from Marine View Drive in Everett to SR 529 in Marysville. 2. WSDOT will construct the Project using the design-build method of project delivery The City proposes to add work to the Project, hereinafter "City's Added Work," for construction of a gateway sign welcoming drivers to Marysville, which will be located in a new roundabout to be constructed by the Project on the east side ofthe I-5/SR 529 interchange, as shown in Exhibit A. The City's Added Work includes, but is not limited to, fabrication of the gateway sign and building a foundation for the sign, as shown in Exhibit B. 4. 5 J The City will provide WSDOT with the plans for the City's Added Work and WSDOT will provide the associated technical requirements, together hereinafter the "City's Plans and Requirements." The City is funding one hundred percent (100%) of the construction cost of the City's Added Work in a total amount estimated to be Sixty Two Thousand Eight Hundred Thirty Three Dollars ($62,833), as shown in Exhibit B. WSDOT and the City wish to define the responsibilities of each Party in regard to the City's Added Work. WSDOT and the City will enter into a separate agreement, GMB 7l76,to address the maintenance of certain facilities, including the gateway sign constructed as the City's Added Work. 6. 7 GCB 3347 Page 1 of12 NOW, THEREFORE, pursuant to RCW 47.28.140, the above recitals that are incorporated herein as if fully set forth below, and in consideration of the terms, conditions, covenants and performances contained herein, and the attached Exhibit A and Exhibit B that are incorporated herein by this reference, IT IS MUTUALLY AGREED AS FOLLOWS: 1. PROJECT CONTRACT 1.1 WSDOT shall include the City's Plans and Requirements for the City's Added Work as part of WSDOT's Request for Proposal, hereinafter "MP," for the Project. The RFP and any addenda shall be incorporated into the executed Project contract, hereinafter the "Contract." The Contract and any addenda are by this reference made a part of this Agreement as if fully attached and incorporated herein. 1.2 All referenoes in this Agreement to oocontractor" apply to the design-build contractor that shall enter into the Contract with WSDOT for the final design and construction of the Project. 1.3 Project Managers 1.3.1 The Parties designate the following Project Managers for this Agreement: 1.3.2 A Party may designate an alternative Project Manager by notifying the other Party in writing, which includes communication by email. 2. WSDOT RESPONSIBILITIES 2.1 WSDOT, on behalf of the City, agrees to perform WSDOT Construction Management of the City's Added Work, which includes: City of Marywille Washington State Department of Transportation Jeff Laycock, P.E. City Engineer City of Marysville 1049 State Avenue Marysville, WA 98270 360.363.8274 i laycock@marysvil lewa. eov Shawn Neil Wendt, P.E. Project Engineer Washington State Dept. of Transportation 9029 El Capitan Way Everett, WA 98208 42s.225.8726 WendtS@wsdot.wa.eov GCB 3347 Page2 ofl2 2.2 2.3 2.r.1 WSDOT shall conduct the advertising and award of the Contract and shall manage the Contract in accordance with its terms, which includes, but is not limited to, payments to the contractor, payment of change orders, final contract acceptance, and auditing, unless stated otherwise herein. 2.1.2 WSDOT shall provide all necessary services and tools for administering the Contract, and shall ensure that the City's Added Work is constructed in accordance with the Contract and the terms of this Agreement. WSDOT shall maintain construction documentation in accordance with provisions of the Washington State Department of Transportation Construction Manual M 4l-01, current edition, and amendments thereto, hereinafter"Construction Manual M 4l-01." WSDOT shall coordinate with the City to determine the need for, and frequency of, meetings concerning the City's Added Work. 3. CITY RESPONSIBILITIES 3.1 The City shall be responsible for all costs of the City's Added Work. The City further agrees that WSDOT shall have no liability or responsibility for payment of any or all contractor and/or subcontractor costs for the City's Added Work, including materials costs, required and elective change orders, and costs associated with contractor claims and/or delays attributable to failure of performance by the City. 3.2 The City may inspect the City's Added Work at the City's sole expense. The City's Project Manager shall be allowed to freely consult with and inquire of WSDOT's Project Manager, and attend all meetings and have access to all documentation as to matters concerning the City's Added Work. The City agrees not to provide direction to the contractor. All formal contact between the City's Project Manager and the contractor shall be through WSDOT's Project Manager or designee. Any City monitoring andlor inspection of the City's Added Work shall not relieve WSDOT of its duty and responsibility to perform WSDOT Construction Management. J.J The City shall review all applications for City permits made by WSDOT and/or the contractor in an expedited manner as needed to ensure timely Project delivery of the City's Added Work. 4. DESIGN REVIEW AND APPROVAL 4.1 WSDOT shall require the contractor to procure and install the City's Added Work (Gateway Sign) in accordance with the Released For Construction Submittal issued pursuant to Section 4.2.3 below. GCB 3347 Page 3 of 12 4.2 4.3 4.4 WSDOT shall provide the City with submittals from the contractor for each design element of the City's Added Work, as stated in Sections 4.2.1,4.2.2 and 4.2.3. 4.2.1 Initial Design submittal. Based upon the design provided by the city, the Initial Design Submittal by the contractor shall make proposed resolutions of any identified substantive flaws and conflicts in preliminary design prior to proceeding to final design. A'osubstantive flaw" is a flaw likely to have a significant negative impact on the structure, function, safety and/or appearance of the City's Added Work. 4.2.2 Final Design Submittal. When the design for a given element or area is near 111%complete, the Final Design Submittal by the contractor shall address the City's comments on the Initial Design Submittal and shall include plan sheets and specifications necessary to construct the City's Added Work. 4.2.3 Released For Constnrction (RFC) Submittal, Comments from the City on the Final Design Submittal shall be resolved to the City's satisfaction, prior to issuance of the RFC plans for the City's Added Work. The RFC Submittal shall include all specifications and special provisions necessary to construct the City's Added Work as represented in the submittal. Design Review Process. There shall be a twelve (12) working day period for the City to review each submittal in Section 4.2, with a right to extend the review by up to seven (7) working days if notice is given to WSDOT within the 12 working day review period. Review comments shall be submitted in a manner and form as mutually agreed by WSDOT and the City. Changes to RFC Submittal. WSDOT shall attempt to avoid the need for plan changes after RFC approval. In the event such changes occur, the City shall undertake any additional review in as expedited a manner as practicable. WSDOT and the contractor shall coordinate and obtain written concurrence from the City prior to implementing revisions or deviations from the RFC plans. 5. CHANGE ORDERS - CONTRACT CHANGES 5.1 The City authorizes WSDOT to initiate, document, and perform negotiations with the contractor, provide approval recommendations and to execute all change orders for the City's Added Work in compliance with Section 5 of this Agreement. WSDOT shall prepare change orders with supporting documentation and data in accordance with the Contract. WSDOT's Project Manager shall prepare all change orders to the City's Added Work with written concurrence of the City's Project Manager. WSDOT shall notify the City of errors or omissions in the Contract concerning the City's Added Work as soon as reasonably practical. GCB3347 Page 4 of 12 5.2 5.3 Change orders for the City's Added Work are defined in accordance with the Washington State Department of Transportation Standard Specfficationsfor Road, Bridge, and Municipal Construction M 4l-10, current edition, and amendments thereto, hereinafter "Standard Specifications M 4l-I0." Change order process and execution shall be in accordance with the Contract and with Chapter I of Construction Manual M 4l-01, unless otherwise provided herein. The City shall review and provide written approval or rejection to WSDOT of all proposed change orders for the City's Added Work. The City's written approval or rejection may be in the form of an email. WSDOT reserves the right, when necessary due to emergency or safety threat to the traveling public, as solely determined by WSDOT, to direct the contractor to proceed with work associated with a required change prior to the City's approval of the change order for the City's Added Work. For any change order that is required as a result of emergency or other cause beyond the reasonable control of either Party, the City shall be responsible for the cost ofthe change order. Required change orders to the City's Added Work are change orders to the Contract that involve: a) Changes in the work, work methods, working days, or quantities as necessary to satisfactorily complete the City's Added Work, and/or b) mitigating an emergency or safety threat to the traveling public. All other change orders shall be considered elective. At the City's sole expense, the City may request additions or modifications to the Contract (elective change orders) through WSDOT. WSDOT shall comply with the requested change provided that the change complies with Standard Specifications M 4l-10, Construction Manual M 4l-01, City's Added Work permits, state and/or federal law and applicable rules and/or regulations and/or design policies. WSDOT shall review and approve all change orders requested by the City, provided that WSDOT may reasonably object to any such change order if such change order materially diminishes the safety of the City's Added Work or quality of the improvements depicted in the Contract or is inconsistent with the terms of the Contract. WSDOT shall issue a written approval or objection to the change order within ten (10) working days of receipt of the change order. If WSDOT does not issue a written notice of approval or objection to the change order within the ten (10) working day review period, then the change order shall be deemed to be approved by WSDOT. In the event of an objection the City and WSDOT shall meet within five (5) working days to resolve such objection in a manner mutually acceptable to the Parties. 5.4 5.5 5.6 5.7 GCB 3347 Page 5 of 12 5.8 The City and WSDOT shall make every effort to expedite each approval and the Parties understand that any delays associated with the City's andlor WSDOT's approval of a change order may cause increases in the City's Added Work cost, as well as increases in the cost of WSDOT Construction Management. Each Party shall be responsible for any additional costs attributable to that Party's delay in the change order process. 6. PAYMENT 6.1 The total cost estimate for construction of the City's Added Work is $62,833, as shown in Exhibit B. However, the City shall reimburse WSDOT for one hundred percent (100%) of the actual direct labor and direct non-labor costs of construction of the City's Added Work. 6.2 WSDOT shall send the City an invoice for the total construction cost of the City's Added Work lvithin thirty (30) calendar days of completion of the construction of the City's Added Work. The City agrees to pay WSDOT the total construction cost in a lump sum within thirty (30) calendar days after receipt of WSDOT's invoice. The City warrants that it has set aside sufficient funds to fund this Agreement in its entirety, including the amount for a contingency as provided in Section 7. 6.3 7, CONTINGENCY 7.1 At the time the City pays WSDOT a lump sum amount ($62,833) for the City's Added Work pursuant to Section 6 of this Agreement, WSDOT's indirect cost rate, currently 13.23yo, is expected to be a higher rate, estimated as 15.23%o. The City agrees to a contingency of One Thousand One Hundred Ten Dollars ($1,110), which is two (2) percent of Fifty Five Thousand Four Hundred Ninety Two Dollars ($55,492), as shown in Exhibit B. WSDOT shall invoice the City for the actual indirect cost rate at the time that construction of the City's Added Work is complete and the City shall pay WSDOT within thirty (30) days of receipt of the invoice, for a maximum payment of Sixty Three Thousand Nine Hundred Forty Three Dollars ($63,943, which is $62,833 lump sum plus $1,110 contingency). 7.2 In the event of a cost increase exceeding the contingency, the Parties may negotiate a written Amendment to this Agreement pursuant to Section l4.l to address said increase. 8. AGREEMENT MANAGERS 8.1 For all communications regarding this Agreement the Parties designate the following representatives: GCB 3347 Page 6 of 12 City of Marysville Washington State Department of Transportation Jeff Laycock City Engineer City of Marysville 1049 State Avenue Marysville, WA 98270 360.363.8274 i lavcock@marysvillewa. eov Ed Kane, P.E. Engineering Manager Washington State Dept. of Transportation 15700 Dayton Avenue North PO Box 330310 Seattle, WA 98133 206.440.4771 KaneEd@wsdot.wa.eov 8.2 A Party may designate an alternative representative by notifying the other Party in writing, which includes communication by email. 9. RIGHT OF ENTRY 9.1 WSDOT hereby gives the City and its authorized agents and employees a right of entry upon WSDOT I-5 right of way and SR 529 right of way for purposes of fulfilling the City's responsibilities under this Agreement, subject to prior written approval from the WSDOT Project Manager, which includes communication by email. 10. INSPECTION AND ACCEPTANCE l0.l Upon satisfactory completion of the City's Added Work by the contractor and receipt of a notice of physical completion of the City's Added Work, WSDOT shall notify the City. Prior to acceptance of the contractor's completion of the City's Added Work, WSDOT and the City shall conduct a joint final inspection of the City's Added Work. WSDOT agrees to document the outcome of the final inspection in writing to the City. If the City concurs that the City's Added Work has been completed according to the Contract and any approved change orders, the City shall deliver a letter of acceptance to WSDOT's Project Manager that shall include a release of WSDOT from all future claims and demands by the City associated with the City's Added Work, except those, if any, resulting from the negligent performance of WSDOT Construction Management under this Agreement. 10.2 If a letter of the City's acceptance of the City's Added Work is not received by WSDOT within sixty (60) calendar days following the City's receipt of the notice of physical completion of the City's Added Work, the City's Added Work and WSDOT Construction Management shall be considered accepted by the City and WSDOT shall be released from all future claims or demands, except from those, if any, resulting GCB 3347 PageT of12 from the negligent performance of WSDOT Construction Management under this Agreement. 10.3 The City may withhold its acceptance of the City's Added Work and/or WSDOT Construction Management by submitting written notification to WSDOT within sixty (60) calendar days following the City's receipt of the notice of physical completion of the City's Added Work. The City's notification shall include its reason(s) for withholding acceptance. The Parties shall then work together to resolve the outstanding issues identified in the City's notification. Upon resolution of the outstanding issues, the City shall promptly deliver its letter of acceptance to WSDOT. 11. CLAIMS I 1.1 Contractor Claims for Additional Payment: In the event the contractor makes a claim for additional payment associated with the City's Added Work, WSDOT shall immediatell, notify the City of such claim. WSDOT shall provide a written recommendation to the City regarding resolution of the contractor claim. The Parties shall cooperate and coordinate regarding WSDOT's management of the contractor claim. The City shall cooperate with WSDOT's defense of the claim. Except as otherwise provided under this Agreement, the City shall reimburse WSDOT costs incurred in WSDOT's defense of the claim, including reasonable attorney's fees and shall be responsible for all additional payments to the contractor. ll.2 Third Party Claims for Damases Post City's Added Work Acceptance: After the City's Added Work acceptance, in the event of claims for damages or loss affributable to bodily injury, sickness, death, or injury to or destruction of property that occurs because of the City's Added Work located on City or WSDOT-owned property and/or right of way, the Party owning the property and/or right of way shall defend such claims and hold harmless the other Party, and the other Party shall not be obligated to pay any such claim or the cost of defense, subject always to the terms and conditions of Section 14.4 herein. Nothing in this section, however, shall remove from the Parties any responsibilities defined by the current laws of the State of Washington or from any liabilities for damages caused by the Party's own negligent acts or omissions. The provisions of this section shall survive the termination of this Agreement. T2. DAMAGI,'I'O 'HE UI'T'Y'S ADDED WORK DURING CONSTRUCTION 12.1 The City authorizes WSDOT to direct the contractor to repair damages caused by a third party to the City's Added Work during construction. For pulposes of Section l1 a third party is neither WSDOT nor the contractor. GCB 3347 Page 8 of 12 12.2 The City agrees to be responsible for all costs associated with said third party damage and for collecting such costs from the third party. 12.3 WSDOT shall document said third party damage by required change order and cooperate with the City in identifying, if possible, the third party. WSDOT shall also separately document and invoice the City for WSDOT's costs associated with third party damage. 13. TERMINATION 13.l This Agreement shall be terminated upon (a) completion of WSDOT Construction Management under this Agreement, (b) final inspection and acceptance of the contractor's work by the City and WSDOT pursuant to Section 10, (c) final payment for WSDOT Construction Management, and (d) final payment, if any, for costs and/or fees as otherwise provided in this Agreement. 13.2 This Agreement may be terminated if both Parties agree, in writing, to terminate the Agreement by those authorized to bind each Party. 13.3 If any of the funding allocated for the City's Added Work is withdrawn after the execution of this Agreement, the City may, at its sole discretion, a) give written notice to WSDOT that the City's Added Work shall continue within a narrowed Scope of Work approved by both Parties, or b) give written notice to WSDOT that the City's participation in the Project shall terminate. If the City gives WSDOT a written notice of termination pursuant to this Section 13.3 then this Agreement shall terminate ten (10) calendar days from the day WSDOT receives the notice or upon final payment for Project work undertaken prior to WSDOT's receipt of the City's notice of termination, whichever is later. 13.4 If any of the funding allocated for the Project is withdrawn after execution of this Agreement, WSDOT may, at its sole discretion, a) give written notice to the City that the City's Added Work shall continue within a narrowed Scope of Work approved by both Parties, or b) give written notice to the City that the City's Added Work participation in the Project shall terminate. If WSDOT gives the City a written notice of termination pursuant to this Section 13.4 then this Agreement shall terminate ten (10) calendar days from the day the City receives the notice or upon final payment for Project work undertaken prior to the City's receipt of WSDOT's notice of termination, whichever is later. 13.5 Except as otherwise provided herein, a termination of this Agreement shall not prejudice any rights or obligations accrued to the Parties prior to termination. 14. GENERAL PROVISIONS GCB 3347 Page 9 of 12 14.1 Amendment: This Agreement may be amended or modified only by the mutual agreement of the Parties. Such amendments or modifications shall not be binding unless they are in writing and signed by persons authorized to bind each of the Parties. 14.2 Term of Agreement: Unless otherwise provided herein, the term of this Agreement shall commence as of the date of the execution of this Agreement. 14.3 Independent Contractor: The Parties shall be deemed independent contractors for all purposes, and the employees of a Party or any of its contractorso subcontractors, consultants, and the employees thereof, shall not in any manner be deemed to be employees of the other Party. 14.4 Indemnification and Waiver: Unless a claim falls within the provisions of Section ll.2, each of the Parties shall protect, defend, indemnify, and hold harmless the other Party and its officers, officials, employees, contractors, subcontractors, consttltants, and/or authorized agents, while acting within the scope of their employment as such, from any and all costs, claims, judgements , andlor awards of damages (both to persons and/or property), arising out of, or in any way resulting from, that Party's obligations performed or to be performed pursuant to the provisions of this Agreement. No Party shall be required to indemnify, defend, or hold harmless the other Party if the claim, suit, or action for injuries, death, or damages (both to persons and/or property) is caused by the sole negligence of the other Party. Where such claims, suits, or actions result from the concurrent negligence of the Parties, their officers, officials, employees, contractors, subcontractors, consultants, and/or authorized agents, and/or involve those actions covered by RCW 4.24.115, the indemnity provisions provided herein shall be valid and enforceable only to the extent of the negligence of the indemnifying Party, its officers, officials, employees, contractors, subcontractors, consultants, and/or authorized agents. The Parties agree that their obligations under this section extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of their officers, officials, employees, contractors, subcontractors, consultants, and/or authorized agents. For this purpose only, the Parties, by mutual negotiation, hereby waive, with respect to each other only, any immunity that would otherwise be available against such claims under the Industrial Insurance provisions of Title 51 RCW. This indemnification and waiver shall survive the termination of this Agreement. 14.5 Disputes: The Parties shall work collaboratively to resolve disputes and issues arising out of, or related to, this Agreement. Disagreements shall be resolved promptly and at the lowest level of hierarchy. To this end, following the dispute resolution process in Sections 14 .5 .1 through 14.5 .4 shall be a prerequisite to the filing of litigation concerning any dispute between the Parties: GCB3347 Page 10 of12 14.5.1 The Representatives designated in this Agreement shall use their best efforts to resolve disputes and issues arising out of, or related to, this Agreement. The Representatives shall communicate regularly to discuss the status of the tasks to be performed hereunder and to resolve any disputes or issues related to the successful performance of this Agreement. The Representatives shall cooperate in providing staff support to facilitate the performance of this Agreement and the resolution of any disputes or issues arising during the term of this Agreement. 14.5.2 A Party's Representative shall notify the other Party in writing of any dispute or issue that the Representative believes may require formal resolution according to Section 14.5.4. The Representatives shall meet within five (5) working days of receiving the written notice and affempt to resolve the dispute. 14.5.3 In the event the Representatives cannot resolve the dispute or issue, the City's Mayor, and WSDOT's Northwest Region Administrator, or their respective designees, shall meet and engage in good faith negotiations to resolve the dispute. 14.5.4 In the event the City's Mayor and WSDOT's Northwest Region Administrator, or their respective designees, cannot resolve the dispute or issue, the City and WSDOT shall each appoint a member to a dispute board. These two members shall then select a third member not affiliated with either Party. The three member board shall conduct a dispute resolution hearing that shall be informal and unrecorded. All expenses for the third member of the dispute board shall be shared equally by both Parties; however, each Party shall be responsible for its own costs and fees. 14.6 Venue: In the event that either Party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this Agreement, the Parties agree that any such action or proceedings shall be brought in Thurston County Superior Court. Further, the Parties agree that each shall be solely responsible for payment of its own attorney's fees, witness fees, and costs. 14.7 Audits/Records: All records for work authorized by this Agreement shall be held and kept available for inspection and audit by WSDOT, the City, and the Federal government for a period of six (6) years from the date of termination of this Agreement or date of any final payment authorized under this Agreement, whichever is later. Each Party shall have full access to and right to examine said records during normal business hours and as often as it deems necessary. Should aParty require copies of any records from the other Party, the requesting Party agrees to pay the reasonable costs thereof. In the event of litigation or claim arising from the performance of this Agreement, the City and WSDOT agree to maintain the records GCB 3347 Page 11 of12 2/4/2021 RW RW RW RW 11.88°65++ 55 P P P P ONLYXL5468 XXXXXXD. SIMS M. COTTEN SNOHOMISH COUNTY 27 FILE NAME TIME DATE DESIGNED BY ENTERED BY CHECKED BY PROJ. ENGR. REGIONAL ADM.REVISION DATE BY SHEET OF SHEETS Washington State Department of Transportation P.E. STAMP BOX DATE CONTRACT NO. JOB NUMBER REGION NO. STATE WASH PLOTTED BY PLAN REF NO GEOMETRICS APPROVED WITHIN STATE HIGHWAY RIGHT OF WAY ONLY c:\caddlib\pw\pwwestcoast\mfreas\d0129767\XL225177_PS_C123.DGN 7:34:18 AM 12/26/2019 MFreas 10 DRAFT 3 I-5 NB MARINE VIEW DR TO SR 529 CORRIDOR & INTERCHANGE IMPROVEMENTS DECEMBER 2019 SR529 I-5 SB I-5 NB MP 5.61 TO 6.23 MP 197.91 TO 198.39 MP 194.47 TO 198.55 EXISTING TRAFFIC BARRIER NEW TRAFFIC BARRIER NEW WALL EXISTING GUARDRAIL EXISTING LANE LINE EXISTING EDGE LINE LEGEND STOP LINE CONCRETE BARRIER DOUBLE CENTERLINE YELLOW GORE AREA MARKING LEGEND 1 2 3 4 5 6 8 9 7 WHITE EDGE LINE YELLOW EDGE LINE WHITE LANE LINE WHITE WIDE LANE LINE WIDE DOTTED LANE LINE NEW GUARDRAIL EXISTING RUMBLE STRIP NEW RUMBLE STRIP NEW LIMITED ACCESS EXISTING LIMITED ACCESS 11 12 YELLOW CROSSHATCH MARKING 15 17 14 ONLY SYMBOL BIKE SYMBOL ARROW 19 20 16 21 WIDE DOTTED ENTRY LINE 39521 SAE RF .O EUGATN OM22 RUMBLE STRIP TRAFFIC ARROW TYPE T TRAFFIC ARROW TYPE LTC CURB AND GUTTER ROUNDABOUT CEMENT CONCRETE CEMENT CONCRETE CURB TYPE 3 ROUNDABOUT CENTRAL ISLAND WIDE DOTTED CIRCULATING LINE 23 CEMENT CURB AND GUTTER ROUNDABOUT TRUCK APRON H-D-PAK-GEN-TR2.11-00220-04-ASB12' 12' 5' 5' 12' ML LINE 12'12' 5' EDGE OF PAVEMENT 1 2 4 1 SCALE IN FEET 0 50 100 ML 66+32.02 PRC 12.5' 12.5' 12' 12' 3 12' 12'12' 4 12.5' 1 2.5'12.5' 12.5' 12.5' 12.5' ML 63+36.51 PT 15 11 SECT. 33, T. 30N. R. 5E. W.M. 2%12°17'29" RT 350.00'ML 65+94.63 15 MPH 12.5'12.5' (SR 529) EDGE OF PAVEMENT WSDOT NORTHWEST REGION APPROVED CHANNELIZATION PLAN DATE DATE PRINT SIGNED TRAFFIC ENGINEER - AREA OPERATIONS PRINT SIGNED ENGINEERING MANAGER A. ZIEGLER L. JOHNSON M. FREAS C123 24 CHANNELIZATION PLANML 63+00MATCH LINE SEE SHEET C122MR 54+50MATCH LINE SEE SHEET C122 10' C124 SEE SHEET ML 65+56.94 PRC ML 67+65.03 PT CURVE DATA TANGENT LENGTH DESIGN SPEEDSDELTA '66.96=R '1.26=R '5.701= R '0.053=R '3.309=R R=62.15' ML 64+82.92 PC R=200.00 ML 63+92.70 PC P.I. STATION RADIUS 2%40°04'24" LT 107.50'ML 65+20.96 15 MPH 2%40°59'27" RTML 64+15.93 15 MPH 2%24°58'39" RT 200.00'MR 56+41.61 15 MPH 2%37°18'17" LTMR 55+77.82 15 MPH 2%MR 54+90.44 15 MPH72°48'59" RT 69.66'51.37'88.53' 62.15'20.98'40.47' 44.30'87.19' 62.15'23.23'44.46' 39.20'75.19' 37.69'75.08' 2%8°26'11" LT 903.30'ML 66+98.65 15 MPH66.62'133.00' MR 55+27.61 PT MR 55+97.31 PRC MR 55+56.85 PC BEGIN EDGE LINE END DOTTED WIDE LINE MR 57+78.83 (12.0'RT) SLOUGH BRIDGE EXISTING EBEY BEGIN EDGE LINE (12.0'LT) END DOTTED WIDE LINE (12.0'LT) END 146.2:1 LANE TAPER (12.0'LT,12.0'RT) ML 66+81.50 15 MATCH EXISTING END WHITE LINE (0.00'LT) ML 69+66.73 POE LANE TAPER (12.5'LT, 12.5'RT) BEGIN 45.0:1 MR 56+84.50 PT SEE SHEET C124 FOR ISLAND BEGIN DOTTED WIDE LINE (12.0'RT) MR 57+21.76 END 45.0:1 LANE TAPER (12.0'LT, 12.0'RT) MR 57+07.00 MR LINE ML 69+66.7 SR 529 MP 6.23 END CONSTRUCTION END PROJECT MATCH EXISTING END EDGE LINE (12.0'RT) END WIDE LANE LINE (0.0'RT) END EDGE LINE (12.0'LT) MR 59+34.65 POE MATCH EXISTING END WIDE LANE LINE (0.0'RT) END EDGE LINE (12.0'RT) END EDGE LINE (12.0'LT) ML 67+82.03 BEGIN DOTTED WIDE LINE (12.5'LT) BEGIN 146.2:1 LANE TAPER (12.5'LT,12.5'RT) ML 66+08.41 5' 12' 12' 7 RW ONLYXL5468 XXXXXXD. SIMS M. COTTEN SNOHOMISH COUNTY CONSTRUCTION PRELIMINARY NOT FOR 27 FILE NAME TIME DATE DESIGNED BY ENTERED BY CHECKED BY PROJ. ENGR. REGIONAL ADM.REVISION DATE BY SHEET OF SHEETS Washington State Department of Transportation P.E. STAMP BOX DATE CONTRACT NO. JOB NUMBER REGION NO. STATE WASH PLOTTED BY PLAN REF NO GEOMETRICS APPROVED WITHIN STATE HIGHWAY RIGHT OF WAY ONLY c:\caddlib\pw\pwwestcoast\mfreas\d0129767\XL225177_PS_C124.DGN 7:34:26 AM 12/26/2019 MFreas 10 DRAFT 3 I-5 NB MARINE VIEW DR TO SR 529 CORRIDOR & INTERCHANGE IMPROVEMENTS DECEMBER 2019 SR529 I-5 SB I-5 NB MP 5.61 TO 6.23 MP 197.91 TO 198.39 MP 194.47 TO 198.55 DATE DATE PRINT SIGNED TRAFFIC ENGINEER - AREA OPERATIONS PRINT SIGNED ENGINEERING MANAGER APPROVED CHANNELIZATION PLAN WSDOT NORTHWEST REGION EXISTING TRAFFIC BARRIER NEW TRAFFIC BARRIER NEW WALL EXISTING GUARDRAIL EXISTING LANE LINE EXISTING EDGE LINE LEGEND STOP LINE CONCRETE BARRIER DOUBLE CENTERLINE YELLOW GORE AREA MARKING LEGEND 1 2 3 4 5 6 8 9 7 WHITE EDGE LINE YELLOW EDGE LINE WHITE LANE LINE WHITE WIDE LANE LINE WIDE DOTTED LANE LINE NEW GUARDRAIL EXISTING RUMBLE STRIP NEW RUMBLE STRIP NEW LIMITED ACCESS EXISTING LIMITED ACCESS 11 12 YELLOW CROSSHATCH MARKING 15 17 14 ONLY SYMBOL BIKE SYMBOL ARROW 19 20 16 21 WIDE DOTTED ENTRY LINE 22 RUMBLE STRIP TRAFFIC ARROW TYPE T TRAFFIC ARROW TYPE LTC CURB AND GUTTER ROUNDABOUT CEMENT CONCRETE CEMENT CONCRETE CURB TYPE 3 ROUNDABOUT CENTRAL ISLAND WIDE DOTTED CIRCULATING LINE 23 CEMENT CURB AND GUTTER ROUNDABOUT TRUCK APRON H-D-PAK-GEN-TR2.11-00220-04-ASB20 19 14' 4 16 12 17 19 12 16 14' 18' '93 .52=R '51.84=R R=4' R=2' R=4''00.221=R '05.412=R '05.533=R '76. 871=R 10'10' ML 64+89.89 (14.50'RT) PRC ML 64+83.43 (17.57'RT) PRC ML 66+04.29 (15.57'RT) PCC ML 65+91.50 (14.50'RT) PCC A. ZIEGLER L. JOHNSON M. FREAS C124 25 CHANNELIZATION PLAN SECT. 33, T. 30N. R. 5E. W.M. 16 17 14 4 23 ML 65+57.22 (14.50'RT) PRC R=66'6521 14' 14'56 5764 66 17 SCALE IN FEET 0 15 30 18' CIRCULATING LINE BEGIN WIDE DOTTED END LANE LINE ML 64+37.56 (0.0'RT) BEGIN EDGE LINE END EDGE LINE END WIDE DOTTED ENTRY LINE ML 64+82.92 (12.5'RT) CIRCULATING LINE END WIDE DOTTED ML 64+79.34 (38.9'RT) MR 57+62.23 (14.35'LT) MR 56+84.93 (14.5'LT) MR 56+45.43 (14.5'LT) MR 56+42.29 (20.5'LT) BEGIN EDGE LINES MR 56+34.27 (12.5'LT) R=4' BEGIN EDGE LINE END EDGE LINE ML 63+49.89 (11.87'RT) CIRCULATING LINE BEGIN WIDE DOTTED MR 55+27.09 (14.9'LT) ENTRY LINE BEGIN WIDE DOTTED END EDGE LINES MR 55+09.64 (12.5'LT) END WIDE LINE MR 55+15.58 (0.0'LT) ENTRY LINE END WIDE DOTTED MR 55+43.39 (13.06'RT) BEGIN WIDE CIRCULATING LINE END WIDE DOTTED LINE MR 55+56.85 (0.0'LT) R=4' MR LINE R =2' 4 21 R=62' 19 ML L INE R=107.5' 4 4 BEGIN WIDE DOTTED ENTRY LINE ML 64+39.91 (14.0'LT) BEGIN WIDE LINE ML 64+81.75 (0.9'LT) R = 7 0' 19R=72.7' 51 University Street | Suite 600 Seattle, WA 98101 206/461-6000 dlrgroup.com DLR Group DRAWING NOTES: All artwork is for design intent only. Artwork should not be used for production. All dimensions and locations are to be field verified. PROJECT Marysville Civic Center Marysville, WA PROJECT NUMBER 73-18138-02 PHASE Design Intent 12 17 20 SHEET 00.01 TBD ELEVATION VIEW PLAN VIEW SIDE VIEW RIGHT PROFILE SIDE VIEW LEFT PROFILE WELCOME TO 14'-0" 5'-5" 2'-5" 2'-5" 1'-10" 1'-2" 5"11'-2" 1'-0" 1 1/2" 1'-0" 1'-0" 5" 7 1/4" 6'-10 1/2" 3'-9 1/8" 2" 3" 1" 1" 2" 1'-0" SCALE: 1/2” = 1’-0” ROUNDABOUT MONUMENT IDENTIFICATION 51 University Street | Suite 600 Seattle, WA 98101 206/461-6000 dlrgroup.com DLR Group DRAWING NOTES: All artwork is for design intent only. Artwork should not be used for production. All dimensions and locations are to be field verified. PROJECT Marysville Civic Center Marysville, WA PROJECT NUMBER 73-18138-02 PHASE Design Intent 12 17 20 TBD ELEVATION VIEW SIGN LOCATION A1-002 7 1/4” LETTER HEIGHT, 3/4” DEPTH ROUTED PUSH- THROUGH LETTERS PAINTED MATTE WHITE ON FACE AND RETURNS; LETTER STYLE: ALRIGHT CONDENSED, BOLD ALL ALUMINUM CONSTRUCTED SIGN CABINET, 2” X 2” ALUMINUM ANGLE FRAME AS REQUIRED W/ .125 ALUMINUM SKIN (SEAMLESS CONSTRUCTION, AS REQUIRED TO AVOID OIL CANNING EFFECT), EXTERIOR FAUX WEATHERED WOOD FINISH HIGH- PRESSURE/EXTERIOR GRADE LAMINATE TO MATCH WESTERN TIGHT - KNOT CEDAR POST, WOOD FINISH TO BE ADEQUATELY DARK TONE FOR AMPLE VISUAL CONTRAST & HIGH LEGIBILITY OF WHITE LETTERS (FABRICATOR TO SUPPLY GC & EXPERIENTIAL GRAPHIC DESIGNER WITH SAMPLE FOR APPROVAL PRIOR TO FAB & INSTALL) S/F SIGN W/ ANTI GRAFFITI MATTHEWS CLEARCOAT 6178SP (ALTERNATE OPTION - LETTERS WITH REAL WEATHERED WOOD BACKER (DEPTH OF SIGN BACKER MAY BE DECREASED IN ORDER TO MEET SUPPLY & DEMAND - AS NEEDED) 12” LETTER HEIGHT, 2” DEPTH ROUTED PUSH- THROUGH LETTERS PAINTED MATTE WHITE ON FACE AND RETURNS; LETTER STYLE: ALRIGHT CONDENSED, BOLD STRUCTURAL CABINET REVEAL TO BE MATTE BLACK MP41335SP ANODIC BLACK LRV 4.3 ROUGH TEXTURED MED/DARK CONCRETE BASE BY OTHERS CONCRETE FOOTING (BY OTHERS) TO MATCH SURROUNDING HARD-SCAPE IN COLOR AND TEXTURE. STRUCTURAL CONCRETE PAD 3/8" THICK, CUT-OUT ALUMINUM, DECORATIVE PANEL WITH PAINT FINISH, COLOR TO MATCH DEEP FOREST GREEN PMS 330 C. PANEL IS SECURED TO SIGN POST WITH CONCEALED, FABRICATED BRACKET (SIGN FAB. TO DEVELOP). BRACKET TO REST WITHIN ROUTED PORTION OF SIGN CABINET AND CONCRETE BASE, CONNECT VIA STAINLESS COUNTER-SUNK, TAMPER-PROOF WOOD SCREWS. SCREW HEADS TO BE PAINTED TO MATCH PANEL ALUMINUM CONSTRUCTED 3” DEPTH LOGO DISC, PAINTED FACE AND RETURNS, COLOR TO MATCH DEEP FOREST GREEN PMS 330 C, WITH 1/2” RAISED MATTE PAINTED WHITE LOGO MARK, ALL WHITE ELEMENTS TO BE PERM. ATTACHED AS REQ’D (THREAD MOUNT IF REQ’D) ALL RETURNS ARE TO MATCH FACE FINISH 14'-0" 5'-5" 2'-5" 2'-5" 1'-10" 1'-2"1'-2" 5"11'-2" 1'-0" 1 1/2" 1'-0" 1'-0" 5" 7 1/4" 6'-10 1/2" 3'-9 1/8" WELCOME TO SHEET 00.02 SCALE: 1/2” = 1’-0” ROUNDABOUT MONUMENT IDENTIFICATION STD ITEM BID ITEM DESCRIPTION UNIT UNIT PRICE TOTAL ITEM COST 0001 MOBILIZATION (10%) LS $1.00 $3,681 6956 SEQUENTIAL ARROW SIGN HR $6.00 $216 6973 OTHER TEMPORARY TRAFFIC CONTROL LS $1.00 $3,010 6992 OTHER TRAFFIC CONTROL LABOR HR $75.00 $2,700 6974 TRAFFIC CONTROL SUPERVISOR LS $1.00 $2,880 NSTD SIGN FOUNDATION EST $1.00 $8,000 NSTD SIGN FABRICATION EST $1.00 $20,000 $40,487 PERCENT COST 10.0% $4,049 $44,535 9.30% $4,142 $48,677 4.0% $1,947 10.0% $4,868 $55,492 13.23% $7,342 $62,833 1) Assume Mobilization is 10% of subtotal 2) Two traffic control laborers and one traffic control supervisor 3) Assume it takes 13 hours to install sign 4) Close left lane at proposed roundabout on NB and SB SR 529 5) Use traffic safety drums 6) Use signs shown in traffic control estimate sheet 7) Assume work to be done in two night shifts (Friday night to Saturday morning and Saturday night to Sunday morning) 8) NB and SB SR 529 lane closure can be done during 9 PM to 6 AM for Friday to Saturday (9 hours total possible) 9) NB and SB SR 529 lane closure can be done during 9 PM to 8 AM for Saturday to Sunday (11 hours total possible) 10) Assume 1 hour to close lane and 1 hour to reopen the lane 11) Assume 9 hour work days for each of the two nights. This will allow 7 hours for sign installation work per night due to 2 hours beings lost for lane closure and lane reopening. This totals to 18 hours of work and 14 hours for sign installation work. The 18 hours of work is the amount of hours the traffic control laborers and supervisor are paid for. The 14 hours of sign installation gives an extra hour for allowance, since it is assumed the sign will take 13 hours to install (see assumption 2). TOTAL INDIRECT COST RATE CONTINGENCIES CONSTRUCTION ENGINEERING SUBTOTAL INCLUDING CONTIGENCIES AND CONSTRUCTION ENGINEERING SUBTOTAL INCLUDING DB ENGINEERING AND SALES TAX SUBTOTAL DESCRIPTION ASSUMPTIONS DB ENGINEERING SALES TAX SUBTOTAL INCLUDING DB ENGINEERING