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