08-111.00 WSDOT: Urban Ramps & Mainline PCCP Rehab Viaduct to Sprague~.
Washington State
~~ Department of Transportation
Organization and Address
Local Agency City of Spokane Valley -Street Department
Preliminary Engineering 1 1707 E. Sprague Avc.
Participating Agreement Spokane valley, \~.rA. 99206
Work by State -Actual Cost Section/t.ocation
Agreementfdumber Urban Ramps ~ jvlainline PCCP Rehabilitation Viaduct to Sprague
CCU S~$16
Attachments made a part of this agreement
Stele Route idumber Control SQClion Number
90 32.0101 Exhibit "A" Estimate of Costs
+l
"
"
Region Surety Band ork
Description of V
Exhibit
B
Eastern ~\rp Exhibit "C Plan /Vicinity Map
Advance Payment Amount
3,600
THIS AGREEMENT, made and entered Into this _ 9~ day of ~~~ ~ , behreen the STATE OF
Y~,rASHINGTON, Department of Transportation, scting by and through the Secretary of Transportation, (hereinafter the "STATE') and the
above rtarned organization, (hereinafter the °LOCAL AGENCY").
bVHEREA5, the LOCAL AGENCY has requested that the STATE perform certain work as described herein, andlor is responsible for a
portion of the +uork as provided for under WAC 468-18-04t?(5)(d), and
VdHEREAS, the LOCAL AGENCY is obligated for the cost of work described herein.
NOW THEI~EFORE, by virtue of RCW 4728.140 and in consideration of U•~e terms, conditions, covenants, and performances contained
herein, or attached and incorporated and made a part hereof, IT IS h9UTUALLY AGREED AS FOLLOV~/S:
I
GENERAL
I I
PAYMENT
The STATE, as agent acting for and on behalf of the LOCAt_
AGENCY, agrees to perform the work as shown in Exhibit "B"
Description of +hlork.
Plans, specifications and cost estimates shall be prepared by
the STATE in accordance with the current State of
'Nashington Standard Specifications for Road, Bridge, and
Municipal Conslructton, and amendments thereto, and
adopted design standards, unless otherwise noted. '
The LOCAL AGENCY agrees, utaan satisfactory completion of the
work involved, to deliver a letter of acceptance to the STATE
which shall include a release and waiver of all future claims or
demands of any nature resuttlng horn the performance of the
work under this AGREEMENT.
If a letter of acceptance is not received by the STATE vrithin
90 days follo~.ving completion of the ti•rork, the avork will be
considered accepted by the LOCAL AGENGY and shall
release the STATE from all future claims and demands of any
nature resulting from the performance of the work under this
AGREEMENT.
The LOCAL AGENCY may vriihhold this acceptance of tivork by
submitting vrritten notification to the STATE within the 94-day
period. This not'tftcation shall include the reasons for •.vithholding
the acceptance.
DOT Form 224-701 EF
IQrIyO
The LOCAL AGENGY, in consideration of the faithful
performance of the work to be done by the STATE, agrees to
reimburse the STATE for the actual direct and related indirect
cost of the work as shown in Exhibit "A" Estimate of Cost.
Parlial pa frrtenis shall be made by the LOCAL AGENCY, upon
request of the STATE, to cover costs incurred. These payments
are not to be more frectuent than one {'1) per month. It is agreed
that any such partial payment will not constitute agreement as to
the appropriateness of any item and that, at the time of the final
audit, all required adjustments will be made and reflected in a
final payment.
The LOCAL AGENCY agrees to make payment for the vror°>< to
bo dons by the STATE within thirty {30j days from receipt of
billing from the STATE.
The LOCAL AGENCY agrees that if payntsnt for the vrork is
not made within ninety (90) days after receipt of billing the
STATE may withold any tax monies which the LOCAL AGENCY
is entitled to receive from the r~lotor Vehicle Fund until payment
for the work is received by the STA"I'E. If the LOCAL AGENCY
is not entitled to receive fvtolor Vehicle Funds, a surety bond in
the amount sho•nrn above wrrtten by a surety company authorized
to do business in the slate of ~P/ashington shall be furnished to
the STATE prior to execution by the STATE of this agreement.
The bond shall remain in force until written release by the STATE.
C08_j~1
Payment not made within thirty (30) days aftor receipt of billings
shall be cansidcred "Past Due" and bear interest at the rate o(one
percent pEr month or traction thereof until paid pursuant to RC'fJ
43.17.240.
The LOCAL AGENCY agrees to pay the STATE the "Advance
Payment Amount° stated above within 20 days after the STATE
submits its first partial payment request to the LOCAL AGENCY,
when applecabte in accordance with STATE Inslruclional Letter IL
4017.00.
The advance payment represents approximately fifteen (15)
percent of the estimate of cost and covers costs incurred by the
STATE in the initial stages of the project. The advance payment
will be carried throughout the life of the project vrilh final
adjustment made in U1e final payment.
III
EXTRA WORK
In the event unfores8en conditions require an increase in the cost
of 2b percent or more tram that agreed to on Exhibit "A", Uiis
AGREEMENT will be modified by a supplement AGREEMENT
covering said incroaso.
In the event it is determined that any change from the description
of work Contained in this AGREEMENT is required, approval must
be secured from the LOCAL AGENCY prior to the beginning of
such'+vork. Whero tho change is substantial, written approval
must be secured.
Reirllhursement for increased work andlor a substantial change
in the description of vrork shall be limited to costs covered by a
ti+rrillen rnodificalian, cf~ange order or extra work order approved
by the LOCAL AGENCY.
IV
RIGHT OF ENTRY
The LOCAL AGENCY hereby grants and conveys to the STATE
the right of entry upon alt land which tale LOCAL AGENCY has
interest, within or adjacent to the right of way of the highway,
for the purposo of performing the preliminary engineering under
this AGREEMENT.
V
LEGAL RELATIONS
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 clay and year first above written.
LOCAL E Y
ay
Title `
hate ~ll/~0
STATE OF WASHINGTON
DEPARTMENT OF TRANSPORTATION
13y ~ ~
Title -
•~~1~
Date 9 ~~ ~~ _._~_. _
DOT Farm 224-701 EF
19I9A
GCA 5816
Exhibit A
WS®OT Job No. XL2930
Urban Ramps PavinglSafety & I-90 PCCP Rehabilitation -
Viaduct to Sprague Ave.
Engineer's Estimate for
City of Spokane Valley Work
Std.
No.
0001
Item Descri tion
re aration
Mobiliza#ion Unit
Meas.
L.S. Unit
Price Quantity
10% of Contract $
Amount
S21 063
0170 Removin Guardrail L.F. $3.00 100.00 $300
0145 Removin Conc. Barrier L.F. $15.00 7.00 $105
0182
5334 Removin Guardrail Anchor
Li uid g ~ haft
Anti-Stripping Additive Each
Est. $200.00
S1,571.00 2.00 $400
51,571
5340
5711 As halt for Fo Seal
H-~ t M~i~x : ~: aft
Planin Bituminous Pavemont Ton
S.Y. $500.00
51.50 0.33
15,325.00 $185
$22,988
5787 HtUtA CL. 1f2 IN. PG 70-28 Ton $55.00 1,571.00 $86 405
5830 Job Mix Com liance Price Ad~ustmenl Calc. 1,555.?-9 $1 855
5835 Com action Price Ad ustmeni Calc. 1,728.10 $1,728
6518 Smoothness Com liance Ad ustment Calc. 3,456.20 $3,456
ra : i_c
Cast-In-Place Concrete Barrier Transition
L.F.
$200.00
50.00
$10 000
6760 Beam Guardrail Transition Section T e Each $2 342.00 2.00 $4,684
6716 Beam Guardrail Flared Terminal Each $1 800.00 2.00 $3,600
6807 Plastic Line L.F. $2.00 7,625.00 $15,250
6818 Plastic Wide Line L.F. $3.00 475.00 $1,425
6857 Plaslic Crosswalk Line S.F. $6.00 192.00 $1,152
6859 Plaslic Sto Line L.F. $6.00 221.00 $1.326
6833 Plastic Traffic Arrow Ea. $130.00 16.00 52,080
Traffic Detection Loo Ea. $1,000.00 38.00 $38,000
6971 Pro ect Tem orar Traffic Control L.S. 10% of Bid Item $ $15,140
$232,383
Sales Tax 8.6% $19,985
Engineering 15% $37,850
Contingencies 4% $10,096
TOTAL $300,000
Historical Preliminary Enl;inecrinb cost' hug been $% ~fC;onsh-uctiUn total.
Theref'c~re,
I'reliminar}~ Engineering = $24,000
Agreement No. GCA 5816
Exhibit B
Work to be performed by the STATE
Roadway Design for the follotiving, as shown on Exhibits A & C:
Grind and Inlay 0.15' of HMA pavement
Replace traffic detection loops
Remove guardrail
Remove guardrail anchors
Remove barrier
Install guardrail transitions
Install guardrail terminals
Install barrier transition
Install painted and plastic pavement markings as listed on Exhibit A
Provide traffic control labor and equipment for all work
Provide inspection and project oversight
Provide material testing
Page 1 of 1
o C
0
~ ~
V ~ a'qi
1 ~
LL~
O ~
~ ~ _~:~
~~
ss?5~sJ~
u
.--
~~ ~
a
i~,~a8 SC Miii
~~~~ ~'
~€
~ 3g '~~~~
w i
~ ~ ~~
~~:°
Mo~~
r
F~
^~~ ,q.~e
.,~K ~~ ~ ~
`~ ~ a r ~
>: ~ , ~~;
.K i,~~ ~ ~ ~ ~ 3
s
5 ~ °~
Q
~ s ~
~~ ° v ~
9 ° •~ Q`' ~'`~
~, ~ ~ ~ ~ v
~~~ ~ 3 ~
~4 ii ~ 9~1n7 ~ ~ ~ o
j ~~ . oaWgiq iii ~ ~ '~ •~
•~
S ~ ` ~ S
! J
I~ C
I ? 0. ~n 4°.. `i
!~
--~ ~--
Vicinity Map (Pale 1 of 3)
ACA 5816
~X~llbflt C
r.
N
({ a
~~
o '• 9
~~~~
Vicinity iVlap (Page 2 of 3)
:~ `~ ~ ~
_a. t~_
~.~~~~~~
~~~~a
~ m~
c; i
jl A
~~
i~
~~
~~
~~
~~
s ~°
~~
u
't .
GCA 5816
Exhibit C
`q~ ..
~~ ~~
g ,~ ~
~s ~~
~~ 9~
~~
~ ~ ~~ ~
~ ~ ~~ ~~ n
fop b ~~ qa
~ ~~ ~~
~E~~ ~~ ~~
~~
~~~
1L
~~ ~~
~!
Vicinity Map (Page 3 of 3)
GCA 5816
exhibit C