HomeMy WebLinkAboutResolutions - 2021-06 - East Wenatchee Water District Interlocal Agreement, 10th Street Reconstruction Project, EWWD ILA, 10th St - 4/6/2021City of East Wenatchee Resolution 2021-06
Retain Resolution until no longer needed for City -business, then transfer to Washington State
Archives (GS50-05A-16 Rev. 1)
Page 1 of 2
City of East Wenatchee, Washington
Resolution No. 2021-06
A Resolution of the City of East Wenatchee, Washington authorizing
the Mayor to execute an Interlocal Agreement Between the City of East
Wenatchee and the East Wenatchee Water District for Utility Work and
a Street Reconstruction Project on 10th Street NE, East Wenatchee, WA
1. Alternate format.
1.1. Para leer este documento en otro formato (español, Braille,
leer en voz alta, etc.), póngase en contacto con el vendedor de la
ciudad al alternateformat@eastwenatcheewa.gov, al (509) 884-
9515 o al 711 (TTY).
1.2. To read this document in an alternate format (Spanish,
Braille, read aloud, etc.), please contact the City Clerk at
alternateformat@eastwenatcheewa.gov, at (509) 884-9515, or at
711 (TTY).
2. Authority.
2.1. RCW 35A.11.020 and RCW 35A.12.190 authorize the City
Council to organize and regulate its internal affairs and to define
the powers, functions and duties of its officers and employees.
THE CITY COUNCIL OF THE CITY OF EAST WENATCHEE DO
RESOLVE AS FOLLOWS:
3. Authorization. The City Council authorizes the Mayor to execute
an Interlocal Agreement that conforms to the language set forth in
Exhibit A.
4. Severability. If a court of competent jurisdiction declares any
provision in this resolution to be contrary to law, such declaration
shall not affect the validity of the other provisions of this Resolution.
5. Publication. The City Council directs the City Clerk to publish a
copy of the Interlocal Agreement on the City’s website once it is
signed by all parties.
S:\Public Works\Engineering Projects\2018 Projects\2018-07 10th Street Improvements\Utility Coordination\EWWD\2018-07_Interlocal Agreement - EWWD -
10th Street_Final 2.12.2021.doc
1
Filed for and Return to:
Maria Holman, City Clerk
City of East Wenatchee
271 9th Street NE
East Wenatchee, WA 98802
The information contained in this boxed section is for recording purposes only pursuant to RCW 36.18
and RCW 65.04, and is not to be relied upon for any other purpose, and shall not affect the intent of
any warranty contained in the document itself.
Document Title: Interlocal Cooperation Agreement Between the City of East Wenatchee and the East
Wenatchee Water District for Utility Work and a Street Reconstruction Project on
10th Street NE
Grantor(s): City of East Wenatchee and East Wenatchee Water District
Grantee(s): City of East Wenatchee and East Wenatchee Water District
Reference Number(s) of Document Related, Assigned or Released: N/A
Abbreviated Legal Description: N/A
Complete or Additional Legal Description on page of Document – N/A
Assessor’s Parcel Number: N/A
Filed with the Auditor pursuant to RCW 39.34.040
Interlocal Cooperation Agreement Between the City of East Wenatchee and the East
Wenatchee Water District for Utility Work and a Street Reconstruction Project on 10th Street
NE
THIS INTERLOCAL COOPERATION AGREEMENT ("Agreement") is hereby entered into this
date by and between EAST WENATCHEE WATER DISTRICT (the "District"), and the CITY
OF EAST WENATCHEE (the "City"), collectively referred to as the "Parties."
RECITALS:
1. The City is engaged in a road improvement project involving 10th Street NE, East
Wenatchee, Douglas County, Washington (the "Project"); and,
2. In order to continue providing water service to a portion of its service area, the District
desires to replace the water main and services within the Project and adjust water valve
boxes to final grade; and,
3. The City and the District desire to cooperate in the replacement and adjustment of utilities
during the construction of the Project;
NOW, THEREFORE, in consideration of the foregoing, the City and the District agree as
follows:
1. Purpose. The purpose of this Agreement is to provide for the construction of the water
main, services, and adjustment of valve boxes in the Project concurrent with other construction
improvements.
2. Scope of Work. The scope of work associated with the replacement of the water main
and adjustment of valve boxes in the Project is set out in Exhibits A and B, which are attached
hereto and incorporated herein by this reference. The general description of the improvements is
set forth in Exhibit A. A cost estimate containing a preliminary list of construction bid items
associated with replacing the water main and adjusting valves is set forth in Exhibit B.
S:\Public Works\Engineering Projects\2018 Projects\2018-07 10th Street Improvements\Utility Coordination\EWWD\2018-07_Interlocal Agreement - EWWD -
10th Street_Final 2.12.2021.doc
2
3. District's Obligations. The District shall:
3.1 Provide design services for the District’s portion of the work and coordinate
with the City’s consulting engineer to incorporate the design into the Project’s
bid documents.
3.2 Review the engineering design on plan and profile sheets provided by the City's
consultant.
3.3 Review Special Provisions of the bid documents for the District’s facilities within
the Project, also to be furnished by the City's consultant.
3.4 Approve 100% Plans, Specifications and Estimate (PS & E) package for bid
advertisement.
3.5 Provide any additional field engineering, including survey control and
construction staking for the construction of the District’s improvements, except
for services that are provided for by the contractor in the contract.
3.6 Provide construction observation, material testing, and field testing services, for
the construction of the District’s improvements.
3.7 Provide for reimbursement of any and all costs approved by the District and
incurred by the City associated with the construction of the District’s
improvements, including:
(a) Construction of all of the District’s related improvements,
(b) Processing of change orders requested by the District.
(c) All District work described in Exhibit A and costs as shown in Exhibit
B in the Schedule C Engineering Estimate.
3.8 Be responsible for its staff coordination with the City and its consultant.
4. City's Obligations. The City shall:
4.1 Incorporate the engineering design and specifications for the District’s
improvements in the City's roadway construction plans for the Project.
4.2 Administer the bidding and contract award for the Project, including:
(a) Preparing bid documents to require that costs associated with the
District’s portion of the Project be separately itemized in the bid
submittal;
(b) Advertising for construction bids; and
(c) Awarding of the construction contract to the lowest responsible bidder
based on the lowest total submitted for all schedules of work.
4.3 Administer the construction contract, including:
S:\Public Works\Engineering Projects\2018 Projects\2018-07 10th Street Improvements\Utility Coordination\EWWD\2018-07_Interlocal Agreement - EWWD -
10th Street_Final 2.12.2021.doc
3
(a) Preparation and delivery of Notice of Award and Notice to Proceed to
the contractor;
(b) Scheduling the construction work with the contractor;
(c) Disbursement of payments to the roadway contractor; and
(d) Administration of change orders, although the District shall have final
authority for review and approval of any change order that affects the
District’s improvements; and
(e) Contract closeout.
4.4 Be responsible for the administration, management, and budget for this Project.
4.5 The City agrees that the District reserves the right to inspect and approve all
work done on the District’s system prior to the District being obligated to pay
the City its costs for such work.
5. Unexpected Changes. The District and the City recognize that unanticipated or
unexpected changes to the project plans may be necessary as the project develops. The District and
the City will cooperate to address any unanticipated or unexpected circumstances that may require a
change in the design or construction of the Project and/or that may require additional expenditures
beyond those budgeted. The District in the City will further cooperate in the allocation of any such
additional costs with consideration of the party (if any) responsible for the cost and the extent to
which the changes benefit the District or the City.
6. Duration and Termination. This Agreement shall become effective upon the
filing of the executed Agreement with the Douglas County Auditor pursuant to R CW 39.34.040.
This agreement will terminate when the Project is completed and when the final payment for the
District’s portion of the Project is received by the City from the District.
7. Payment by District to City. The District shall pay the City for the District’s related
portion of the project. As set forth in Exhibit B, the District shall pay the City 100% of the amount
of the actual cost to construct the items shown in the District’s portion of the bid schedule,
Schedule C Engineering Estimate, including Washington State Sales Tax. In the event a change
order requested by the District related specifically to work of benefit to the District only occurs, the
District shall pay all of the costs of any such change order. The District shall make periodic
progress payments to the City. Each progress payment, subject to the terms of this agreement, and
the final payment are due within 45 days of the date the payment request is mailed by the City to the
District. Any payment past due shall accrue interest at the rate of twelve (12%) per cent per annum
until the entire outstanding balance of the past due principal and interest is paid.
8. Records. The City shall keep and maintain accurate and complete cost records
pertaining to the Project and this Agreement. The District shall have full access and the right to
examine any such records during the term of this Agreement. All records, books, documents and
other materials maintained, prepared, or issued by the District in the implementation of this
Agreement shall be the property of the District, which shall have the responsibility of the retention
and release of those materials.
9. Mutual Indemnity. The District shall indemnify, defend and hold harmless the City, its
officers, agents and employees, from and against any and all claims, losses or liability, or any portion
thereof, arising from injury or death to persons or damage to property occasioned by a ny negligent
act, omission or failure of the District, its officers, agents, and employees, in connection with the
S:\Public Works\Engineering Projects\2018 Projects\2018-07 10th Street Improvements\Utility Coordination\EWWD\2018-07_Interlocal Agreement - EWWD -
10th Street_Final 2.12.2021.doc
4
work described in this agreement, or arising out of the District's non-observance or non-
performance of any law, ordinance, or regulation applicable to the District’s portion of the Project.
The City shall indemnify, defend and hold harmless the District, its officers, agents and
employees, from and against any and all claims, losses or liability, or any portion thereof, arising
from injury or death to persons or damage to property occasioned by any negligent act, omission or
failure of the City, its officers, agents and employees, in connection with the work described in this
agreement, or arising out of the City's non-observance or non-performance of any law, ordinance or
regulation applicable to the District’s portion of the Project.
10. Severability. In the event that any provision of this Agreement shall be determined to
be unenforceable or otherwise invalid for any reason, such provision shall be enforced and validated
to the extent permitted by law. All other provisions of this Agreement are severable, and the
unenforceability or invalidity of any single provision hereof shall not affect the remaining provisions.
11. Construction. This agreement contains the entire agreement between the Parties with
respect to the subject matter hereof and supersedes all prior agreements or understandings among
the Parties with respect thereto. This Agreement may be amended only by an agreemen t in writing
signed by the Parties.
12. Mutual Negotiation and Construction. This Agreement and each of the terms and
provisions hereof are deemed to have been explicitly negotiated between, and mutually drafted by,
the Parties, and the language in all parts of this Agreement shall, in all cases, be construed according
to its fair meaning and not strictly for or against either Party.
13. Governing Law; Venue. This Agreement is governed by the laws of the state of
Washington, without regard to its conflict of law provisions. The jurisdiction of any action
hereunder shall be in the Superior Court, Douglas County, Washington.
INWITNESS WHEREOF, the parties hereto have executed this Agreement on this
__________ day of ________________ , 2021.
EAST WENATCHEE WATER DISTRICT CITY OF EAST WENATCHEE
___________________________________ _____________________________
Vince Johnston, Manager Jerrilea Crawford, Mayor
Attest:
______________________________
Maria Holman, City Clerk
S:\Public Works\Engineering Projects\2018 Projects\2018-07 10th Street Improvements\Utility Coordination\EWWD\2018-07_Interlocal Agreement - EWWD -
10th Street_Final 2.12.2021.doc
5
EXHIBIT A – PROJECT DESCRIPTION
10th Street NE: Eastmont Ave to Kansas Ave
The project includes the installation of approximately 2,000 linear feet of 18” diameter ductile iron
water main, connections of new main to existing mains, hydrants, service connections, connections
to existing water system, and the adjustment of water valve boxes to final grade.
S:\Public Works\Engineering Projects\2018 Projects\2018-07 10th Street Improvements\Utility Coordination\EWWD\2018-07_Interlocal Agreement - EWWD -
10th Street_Final 2.12.2021.doc
6
EXHIBIT B – COST ESTIMATE
See attached cost estimate sheet for unit price breakdown.
Item Number Spec. Reference Total Quantity Unit Item Bid Schedule ATIB/STP Roadway Bid Schedule BGWID Bid Schedule CEWWD Unit Cost Unit Cost Unit Cost Sch AEngr. Est.Sch BEngr. Est.Sch CEngr. Est.1-07.2(1)1-07.2(2)1-07.2(2)PREPARATION11-09.7 1 L.S.MOBILIZATION 1 1 1 258,000.00$ 25,000.00$ 46,000.00$ 258,000.00$ 25,000.00$ 46,000.00$ 2 2-02.5 1 L.S.REMOVAL OF STRUCTURES AND OBSTRUCTION 1 1 1 152,000.00$ 1,000.00$ 10,000.00$ 152,000.00$ 1,000.00$ 10,000.00$ 3 5-04.5 2100 S.Y.PLAINING BITUMINOUS PAVEMENT 2100 5.00$ 10,500.00$ -$ -$ 4 2-01.5 1 L.S.CLEARING AND GRUBBING 1.00 10,000.00$ 10,000.00$ -$ -$ STRUCTURAL56-13.5 1500 S.F.STRUCTURAL EARTH WALL 1500 45.00$ 67,500.00$ -$ -$ DRAINAGE67-04.5 20 L.F.CORRUGATED POLYETHYLENE STORM SEWER PIPE 8 IN. DIAM.20 55.00$ 1,100.00$ -$ -$ 7 7-04.5 572 L.F.CORRUGATED POLYETHYLENE STORM SEWER PIPE 12 IN. DIAM.572 65.00$ 37,180.00$ -$ -$ 8 7-04.5 3048 L.F.CORRUGATED POLYETHYLENE STORM SEWER PIPE 18 IN. DIAM.3048 75.00$ 228,600.00$ -$ -$ 9 7-04.5 1233 L.F.CORRUGATED POLYETHYLENE STORM SEWER PIPE 24 IN. DIAM.1233 100.00$ 123,300.00$ -$ -$ 10 7-04.5 18 L.F.CORRUGATED POLYETHYLENE STORM SEWER PIPE 36 IN. DIAM.18 150.00$ 2,700.00$ -$ -$ 11 7-02.5 73 L.F.SCHEDULE C CULV. PIPE 18 IN. DIAM.73 150.00$ 10,950.00$ -$ -$ 12 7-04.5 9 L.F.HIGH-DENSITY POLYETHYLENE (HDPE) PIPE 24 IN. DIAM.9 180.00$ 1,620.00$ -$ -$ 13 7-04.5 158 L.F.SOLID WALL PVC STORM SEWER PIPE 4 IN. DIAM.158 20.00$ 3,160.00$ -$ -$ 14 7-04.5 7 L.F.SOLID WALL PVC STORM SEWER PIPE 8 IN. DIAM.7 50.00$ 350.00$ -$ -$ 15 7-01.5 510 L.F.UNDERDRAIN PIPE 4 IN. DIAM.510 10.00$ 5,100.00$ -$ -$ 16 7-05.5 28 EA.CATCH BASIN TYPE 1 28 1,500.00$ 42,000.00$ -$ -$ 17 7-05.5 3 EA.CATCH BASIN TYPE 2 48 IN. DIAM.3 3,500.00$ 10,500.00$ -$ -$ 18 7-05.5 1 EA.CATCH BASIN TYPE 2 60 IN. DIAM.1 4,500.00$ 4,500.00$ -$ -$ 19 7-05.5 1 EA.CATCH BASIN TYPE 2 60 IN. DIAM. WITH FLOW RESTRICTOR 1 7,500.00$ 7,500.00$ -$ -$ 20 7-05.5 1 EA.CATCH BASIN TYPE 2 72 IN. DIAM.1 5,500.00$ 5,500.00$ -$ -$ 21 7-05.5 1 L.S.INLINE FILTER HYDRODYNAMIC SEPARATOR 1 10,000.00$ 10,000.00$ -$ -$ 22 7-05.5 1 L.S.INFILTRATION SYSTEM 1 25,000.00$ 25,000.00$ -$ -$ 23 7-05.5 6 EA.CONNECTION TO EXISTING 18 IN. DIAM. STORMWATER PIPING 6 750.00$ 4,500.00$ -$ -$ 24 7-05.5 1 EA.CONNECTION TO EXISTING 24 IN. DIAM. STORMWATER PIPING 1 1,000.00$ 1,000.00$ -$ -$ 25 7-05.5 1 EA.CONNECTION TO EXISTING 36 IN. DIAM. STORMWATER PIPING 1 2,000.00$ 2,000.00$ -$ -$ 26 7-05.6 1 EA.CONNECTION TO EXISTING 4 IN. PVC STORMWATER PIPING 1 500.00$ 500.00$ -$ -$ 27 7-05.5 28 EA.COMBINATION INLET 28 300.00$ 8,400.00$ -$ -$ 28 7-05.5 8 EA.VANED GRATE 8 250.00$ 2,000.00$ -$ -$ 29 7-05.5 1 EA.GRATE INLET TYPE 2 1 4,500.00$ 4,500.00$ -$ -$ 30 7-05.5 6 EA.MANHOLE 48 IN. DIAM. TYPE 1 6 4,000.00$ 24,000.00$ -$ -$ 31 7-05.5 13 EA.MANHOLE 48 IN. DIAM. TYPE 3 13 4,000.00$ 52,000.00$ -$ -$ 32 7-05.5 1 EA.MANHOLE 60 IN. DIAM. TYPE 3 1 5,000.00$ 5,000.00$ -$ -$ WATERMAIN337-09.5 6 L.F.DUCTILE IRON PIPE FOR WATERMAIN 4 IN. DIAM.6 75.00$ -$ -$ 450.00$ 34 7-09.5 55 L.F.DUCTILE IRON PIPE FOR WATERMAIN 6 IN. DIAM.55 85.00$ -$ -$ 4,675.00$ 35 7-09.5 35 L.F.DUCTILE IRON PIPE FOR WATERMAIN 8 IN. DIAM.35 100.00$ -$ -$ 3,500.00$ 36 7-09.5 75 L.F.DUCTILE IRON PIPE FOR WATERMAIN 12 IN. DIAM.75 125.00$ -$ -$ 9,375.00$ 37 7-09.5 1763 L.F.DUCTILE IRON PIPE FOR WATERMAIN 18 IN. DIAM.1763 175.00$ -$ -$ 308,525.00$ 38 7-09.5 160 TON BANK RUN GRAVEL FOR TRENCH BACKFILL 160 35.00$ -$ -$ 5,600.00$ 39 7-09.5 400 TON PIPE BEDDING 400 25.00$ -$ -$ 10,000.00$ 40 7-12.5 1 EA.GATE VALVE 6 IN.1 3,500.00$ -$ -$ 3,500.00$ 41 7-12.5 1 EA.GATE VALVE 8 IN.1 4,500.00$ -$ -$ 4,500.00$ 42 7-12.5 2 EA.GATE VALVE 12 IN.2 5,500.00$ -$ -$ 11,000.00$ 43 7-12.5 5 EA.BUTTERFLY VALVE 18 IN.5 7,500.00$ -$ -$ 37,500.00$ 44 7-09.5 1 L.S.ABANDOMENT/REMOVAL OF TERMINATED WATER FACILITIES 1 25,000.00$ -$ -$ 25,000.00$ 45 7-09.5 1 L.S.CONNECTION TO EXISTING WATERMAIN - 10TH ST WEST 1 2,500.00$ -$ -$ 2,500.00$ 46 7-09.5 1 L.S.CONNECTION TO EXISTING WATERMAIN - EVERGREEN MEMORIAL 1 3,000.00$ -$ -$ 3,000.00$ 47 7-09.5 1 L.S.CONNECTION TO EXISTING WATERMAIN - HYDRANT LATERAL 1 2,500.00$ -$ -$ 2,500.00$ 48 7-09.5 1 L.S.CONNECTION TO EXISTING WATERMAIN - JENNIFER LN WEST 1 2,000.00$ -$ -$ 2,000.00$ 49 7-09.5 1 L.S.CONNECTION TO EXISTING WATERMAIN - JENNIFER LN EAST 1 2,000.00$ -$ -$ 2,000.00$ 50 7-09.5 1 L.S.CONNECTION TO EXISTING WATERMAIN - KANSAS AVE 1 3,000.00$ -$ -$ 3,000.00$ 51 7-09.5 1 L.S.CONNECTION TO EXISTING WATERMAIN - 10TH ST EAST 1 3,000.00$ -$ -$ 3,000.00$ 52 7-15.5 1 L.S.TEMPORARY WATER SERVICE 1 25,000.00$ -$ -$ 25,000.00$ 53 7-15.5 1 EA.SERVICE CONNECTION 5/8 X 3/4 IN. DIAM.1 4,000.00$ -$ -$ 4,000.00$ 54 7-15.5 1 EA.DOUBLE SERVICE CONNECTION 5/8 X 3/4 IN. DIAM.1 5,000.00$ -$ -$ 5,000.00$ 55 7-15.5 2 EA.HYDRANT ASSEMBLY 2 5,500.00$ -$ -$ 11,000.00$ 56 7-15.5 4 EA.RECONNECT EXISTING SERVICE CONNECTION 4 1,500.00$ -$ -$ 6,000.00$ IRRIGATION MAIN577-16.5 68 L.F.HDPE 3 IN. DIAM. IRRIGATION PIPE 68 45.00$ -$ 3,060.00$ -$ 58 7-16.5 126 L.F.HDPE 4 IN. DIAM. IRRIGATION PIPE 126 55.00$ -$ 6,930.00$ -$ 59 7-16.5 2204 L.F.HDPE 6 IN. DIAM. IRRIGATION PIPE 2204 70.00$ -$ 154,280.00$ -$ 60 7-16.5 4 EA.3 IN. DIAM. GATE VALVE 4 1,000.00$ -$ 4,000.00$ -$ 61 7-16.5 1 L.S.DEACTIVATION AND REMOVAL OF IRRIGATION FACILITIES 1 25,000.00$ -$ 25,000.00$ -$ 62 7-16.5 1 L.S.N IOWA & 10TH ST NE TEMPORARY CONNECTION TO EXISTING 1 5,000.00$ -$ 5,000.00$ -$ 63 7-16.5 1 L.S.CONNECTION TO EXISTING IRRIGATION MAIN - IOWA AVE 1 5,000.00$ -$ 5,000.00$ -$ 64 7-16.5 4 EA.2 IN. IRRIGATION METER ASSEMBLY AND SERVICE WEST OF PRESSURE REDUCING STATION 4 5,000.00$ -$ 20,000.00$ -$ 65 7-16.5 6 EA.2 IN. IRRIGATION METER ASSEMBLY AND SERVICE EAST OF PRESSURE REDUCING STATION 6 5,000.00$ -$ 30,000.00$ -$ 66 7-16.5 290 L.F.PIPE CASING 290 100.00$ -$ 29,000.00$ -$ 67 7-16.5 1 EA.PRESSURE REDUCING VALVE 4 IN. DIAM.1 10,000.00$ -$ 10,000.00$ -$ 68 7-16.5 1 EA.IRRIGATION PIPE DRAIN 1 1,000.00$ -$ 1,000.00$ -$ SURFACING/PAVING694-04.5 10690 TON CRUSHED SURFACING BASE COURSE 10690 30.00$ 320,700.00$ -$ -$ 70 4-04.5 3050 TON CRUSHED SURFACING TOP COURSE 3050 40.00$ 122,000.00$ -$ -$ 71 5-05.5 60 S.Y.CEMENT CONCRETE PAVEMENT 60 120.00$ 7,200.00$ -$ -$ 72 5-04.5 4900 TON HMA CL. 1/2" PG 64H-28 4900 90.00$ 441,000.00$ -$ -$ 73 5-04.5 285 TON COMMERCIAL HMA 200 5 80 120.00$ 150.00$ 150.00$ 24,000.00$ 750.00$ 12,000.00$ 74 5-04.5 120 TON PEDESTRIAN TRAIL COMMERCIAL HMA 120 110.00$ 13,200.00$ -$ -$ 75 8-15.5 2270 TON QUARRY SPALLS 2270 30.00$ 68,100.00$ -$ -$ 76 4-04.5 100 TON MODIFIED PERMEABLE BALLAST 100 25.00$ 2,500.00$ -$ -$ 77 4-04.5 40 S.Y.BLACK PERMEABLE BALLAST 40 40.00$ 1,600.00$ -$ -$ 78 4-04.5 330 S.Y.STREAMBED COBBLES 330 25.00$ 8,250.00$ -$ -$ 79 4-04.5 70 S.Y.RED LAVA ROCK 70 30.00$ 2,100.00$ -$ -$ GRADING802-03.5 9090 C.Y.ROADWAY EXCAVATION INCL. HAUL 9090 20.00$ 181,800.00$ -$ -$ 81 2-03.5 680 C.Y.EMBANKMENT COMPACTION 680 5.00$ 3,400.00$ -$ -$ 82 2-03.5 2380 C.Y.CONTAMINATED SOIL RELOCATION AND CAPPING 2380 30.00$ 71,400.00$ -$ -$ STORMWATER POND838-12.5 1080 L.F.VINYL COATED CHAIN LINK FENCING 1080 35.00$ 37,800.00$ -$ -$ 84 8-12.5 1 EA.SINGLE 6 FT. CHAIN LINK GATE 1 3,500.00$ 3,500.00$ -$ -$ 85 8-12.5 1 EA.DOUBLE 14 FT. CHAIN LINK GATE 1 4,500.00$ 4,500.00$ -$ -$ EROSION CONTROL AND PLANTING868-01.5 7000 DOL EROSION CONTROL AND WATER POLLUTION PREVENTION 5000 1000 1000 1.00$ 1.00$ 1.00$ 5,000.00$ 1,000.00$ 1,000.00$ 87 8-03.5 1 L.S.IRRIGATION SYSTEM POND 1 10,000.00$ 10,000.00$ -$ -$ 88 8-01.5 20 EA.INLET PROTECTION 20 100.00$ 2,000.00$ -$ -$ 89 8-01.5 280 L.F.SILT FENCE 280 5.00$ 1,400.00$ -$ -$ 90 8-02.5 640 S.Y.SOD INSTALLATION 640 20.00$ 12,800.00$ -$ -$ 91 8-02.5 0.1 AC.SEEDING, FERTILIZING, AND MULCHING 0.10 5,000.00$ 500.00$ -$ -$ 92 8-02.5 100 C.Y.TOPSOIL TYPE C 100 40.00$ 4,000.00$ -$ -$ 93 8-02.5 2690 S.F.BARK OR WOOD CHIP MULCH 2690 5.00$ 13,450.00$ -$ -$ 94 8-02.5 8870 S.Y.WEED BARRIER FABRIC 8870 1.00$ 8,870.00$ -$ -$ 95 8-02.5 5550 S.F.LANDOWNER SPECIFIC ROCK 5550 5.00$ 27,750.00$ -$ -$ 96 4-04.5 40 EA.TWO MAN LANDSCAPING ROCK 40 50.00$ 2,000.00$ -$ -$ 97 4-04.5 55 EA.THREE MAN LANDSCAPING ROCK 55 75.00$ 4,125.00$ -$ -$ 98 4-04.5 14 EA.SIX MAN LANDSCAPING ROCK 14 75.00$ 1,050.00$ -$ -$ 99 8-02.5 1130 L.F.ROOT BARRIER 1130 10.00$ 11,300.00$ -$ -$ 100 8-02.5 1 L.S.LANDSCAPING - POND 1 30,000.00$ 30,000.00$ -$ -$ TRAFFIC1018-04.5 5820 L.F.CEMENT CONC. TRAFFIC CURB AND GUTTER 5820 27.00$ 157,140.00$ -$ -$ 102 8-04.5 780 L.F.CEMENT CONC. TRAFFIC CURB 780 25.00$ 19,500.00$ -$ -$ 103 8-04.5 105 L.F.CEMENT CONC. PEDESTRIAN CURB 105 25.00$ 2,625.00$ -$ -$ 104 8-04.5 30 L.F.MODIFIED CEMENT CONC. TRAFFIC CURB 30 35.00$ 1,050.00$ -$ -$ 105 8-04.5 122 L.F.CEMENT CONC. CUSTOM EXTRUDED CURB 122 25.00$ 3,050.00$ -$ -$ 106 8-04.5 790 L.F.ROLLED CURB AND GUTTER 790 35.00$ 27,650.00$ -$ -$ 107 8-22.5 196 L.F.PLASTIC STOP LINE 196 5.00$ 980.00$ -$ -$ 108 8-22.5 1120 S.F.PLASTIC CROSSWALK LINE 1120 5.00$ 5,600.00$ -$ -$ 109 8-22.5 2 EA.PLASTIC ACCESS PARKING SPACE SYMBOL 2 350.00$ 700.00$ -$ -$ 110 8-22.5 16315 L.F.PAINT LINE 16315 1.00$ 16,315.00$ -$ -$ 111 8-22.5 396 L.F.PAINTED WIDE LANE LINE 396 2.00$ 792.00$ -$ -$ 112 8-22.5 10 EA.PLASTIC TRAFFIC ARROW 10 150.00$ 1,500.00$ -$ -$ 113 8-22.5 485 S.F.PLASTIC BIKE PATH - GREEN 485 25.00$ 12,125.00$ -$ -$ 114 8-22.5 200 L.F.REMOVING PAINT LINE 200 3.50$ 700.00$ -$ -$ 115 8-22.5 4 EA.REMOVING PAINTED TRAFFIC MARKING 4 75.00$ 300.00$ -$ -$ 116 8-20.5 1 L.S.RECTANGULAR RAPID FLASHING BEACON SYSTEM 1 35,000.00$ 35,000.00$ -$ -$ 117 8-20.5 1 L.S.ILLUMINATION SYSTEM 1 208,000.00$ 208,000.00$ -$ -$ 118 1-10.5 1 L.S.PROJECT TEMPORARY TRAFFIC CONTROL 1 1 1 100,000.00$ 15,000.00$ 50,000.00$ 100,000.00$ 15,000.00$ 50,000.00$ 119 8-21.5 1 L.S.PERMANENT SIGNING 1 16,000.00$ 16,000.00$ -$ -$ OTHER ITEMS1208-14.5 4 EA.CEMENT CONC. CURB RAMP TYPE COMBINATION 4 4,500.00$ 18,000.00$ -$ -$ 121 8-14.5 18 EA.CEMENT CONC. CURB RAMP TYPE PARALLEL A 18 2,500.00$ 45,000.00$ -$ -$ 122 8-14.5 1 EA.CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A 1 2,500.00$ 2,500.00$ -$ -$ 123 8-14.5 1 EA.CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION 1 2,500.00$ 2,500.00$ -$ -$ 124 8-14.5 1970 S.Y.CEMENT CONC. SIDEWALK 1970 50.00$ 98,500.00$ -$ -$ 125 8-06.5 280 S.Y.CEMENT CONC. DRIVEWAY ENTRANCE TYPE 1 280 60.00$ 16,800.00$ -$ -$ 126 8-06.5 590 S.Y.CEMENT CONC. DRIVEWAY ENTRANCE TYPE 2 590 60.00$ 35,400.00$ -$ -$ 127 7-14.5 2 EA.HYDRANT GUARD POST 2 250.00$ 500.00$ -$ -$ 128 8-18.5 19 EA.MAILBOX SUPPORT TYPE 1 19 400.00$ 7,600.00$ -$ -$ 129 7-05.5 3 EA.ROTATE ECCENTRIC MANHOLE LID 3 2,500.00$ 7,500.00$ -$ -$ 130 7-15.5 1 EA.RELOCATE EXISTING SERVICE CONNECTION 1 1,644.00$ 1,644.00$ -$ -$ 131 7-05.5 7 EA.ADJUST CATCH BASIN 7 400.00$ 2,800.00$ -$ -$ 132 7-12.5 49 EA.ADJUST WATER VALVE BOX 46 3 450.00$ 500.00$ 20,700.00$ -$ 1,500.00$ 133 7-16.5 2 EA.ADJUST IRRIGATION VALVE BOX 2 500.00$ -$ 1,000.00$ -$ 134 7-15.5 9 EA.ADJUST WATER METER 9 450.00$ 4,050.00$ -$ -$ 135 7-05.5 15 EA.ADJUST MANHOLE 15 500.00$ 7,500.00$ -$ -$ 136 8-20.5 1 EA.ADJUST JUNCTION BOX 1 225.00$ 225.00$ -$ -$ 137 8-13.5 11 EA.PROVIDE MONUMENT CASE AND COVER 11 2,500.00$ 27,500.00$ -$ -$ 138 7-14.5 2 EA.ADJUST HYDRANT ASSEMBLY 2 1,250.00$ 2,500.00$ -$ -$ 139 7-08.5 34 EA.POTHOLE 25 5 4 100.00$ 100.00$ 100.00$ 2,500.00$ 500.00$ 400.00$ 140 7-08.5 7 EA.REPAIR EXISTING SIDE SEWER 4 2 1 1,000.00$ 1,000.00$ 1,000.00$ 4,000.00$ 2,000.00$ 1,000.00$ 141 1-08.3(5)1 L.S.PROGRESS SCHEDULE TYPE B 1 1 1 1,000.00$ 500.00$ 500.00$ 1,000.00$ 500.00$ 500.00$ 142 1-05.4 1 L.S.ROADWAY SURVEYING 1 1 1 33,000.00$ 4,000.00$ 6,000.00$ 33,000.00$ 4,000.00$ 6,000.00$ 143 1-05.4 7500 DOL LICENSED SURVEYING 7500 1.00$ 7,500.00$ -$ -$ 144 1-05.4 1 L.S.ADA FEATURES SURVEYING 1 5,000.00$ 5,000.00$ -$ -$ 145 1-07.11 400 HR TRAINING 400 50.00$ 20,000.00$ -$ -$ 146 2-09.5 1 L.S.SHORING OR EXTRA EXCAVATION CLASS B 1 1 1 5,000.00$ 2,000.00$ 5,000.00$ 5,000.00$ 2,000.00$ 5,000.00$ 147 1-05.18 1 L.S.RECORD DRAWINGS (MINIMUM BID $ 2,000)1 1 1 5,000.00$ 2,000.00$ 2,000.00$ 5,000.00$ 2,000.00$ 2,000.00$ 148 1-09.6 -1 DOL MINOR CHANGE -1 1.00$ (1.00)$ -$ -$ 149 1-09.6 30000 DOL UNKNOWN UTILITY REPAIR 15000 5000 10000 1.00$ 1.00$ 1.00$ 15,000.00$ 5,000.00$ 10,000.00$ 150 2-01.5 15000 DOL ROADSIDE CLEANUP 5000 5000 5000 1.00$ 1.00$ 1.00$ 5,000.00$ 5,000.00$ 5,000.00$ 3,581,500.00$ 358,020.00$ 643,025.00$ -$ 29,715.66$ 53,371.08$ 12,050.00$ -$ -$ 660,000.00$ -$ -$ 50,000.00$ -$ 50,000.00$ 297,481.00$ -$ -$ 4,601,031.00$ 387,735.66$ 746,396.08$ Preliminary Engineering Final DesignConstruction EngineeringProject Total10th Street NE Reconstruction ProjectTax Schedule - See specification section Construction TotalSales Tax (8.3%)Right-of-way AcquisitionPreliminary Engineering 90%/ROW Negotiations