Loading...
Mountlake Terrace - 228th St. SW Corridor Improvements228'`' SL SW CORRIDOR IMPROVEMENTS PROJECT DESIGN AND CONSTRUCTION between THE CITY OF MOUNTLAKE TERRACE and THE CITY OF EDMONDS THIS INTERLOCAL AGREEMENT (hereinafter "the Agreement") is entered into under the authority of the Interlocal Cooperation Act, Chapter 39.34 RCW, by and between the City of Mountlake Terrace (hereinafter "MOUNTLAKE TERRACE"), a municipal corporation organized under the laws of the State of Washington, and the City of Edmonds (hereinafter "EDMONDS"), a municipal corporation organized under the laws of the State of Washington (individually "Party" and collectively "the Parties"), to provide for the design and construction of the 2281h St. Corridor Improvements Project, and to define the Parties' respective rights, obligations, costs and liabilities regarding this undertaking. RECITALS WHEREAS, Chapter 39.34 RCW authorizes two or more political subdivisions or units of local government of the State of Washington to cooperate on a basis of mutual advantage to provide for services and facilities; and WHEREAS, EDMONDS is completing the designs for their 228th Corridor Improvements to improve EDMONDS' transportation system by constructing a new section of 228"' St between State Route 99 and 76"' Ave and installing new traffic signals at the intersections of 228"' St and State Route 99 and 228"' St and 76"' Ave and other related transportation improvements; and WHEREAS, EDMONDS is completing the designs for their State Route 99 Illumination Improvements Project to enhance street lighting on State Route 99 between 220"' St and 212"' St; and WHEREAS, EDMONDS plans to bid both projects together in an effort to achieve more favorable bids on both projects; and WHEREAS, for the purposes of this Agreement, the 228"' Corridor Improvements Project and State Route 99 Illumination Improvements Project shall be referred to collectively as the "228"' CORRIDOR PROJECT"; and WHEREAS, the 228"' CORRIDOR PROJECT has received federal and state grants that must be spent in a timely manner; and WHEREAS, EDMONDS has been working with a qualified design consultant to complete the plans, specifications and estimates (hereinafter "CONTRACT BID DOCUMENTS") for the 228"' CORRIDOR PROJECT; and WHEREAS, EDMONDS agreed during the preliminary designs to use grant funds to pay 86.5% of the design and construction costs for a 2-inch pavement grind and overlay of 228"' St/Lakeview Drive in MOUNTLAKE TERRACE; and WHEREAS, MOUNTLAKE TERRACE agreed during the preliminary designs to reimburse EDMONDS the remaining 13.5% of design and construction costs for a 2- inch pavement grind and overlay of 228th St/Lakeview Drive; and WHEREAS, MOUNTLAKE TERRACE made the determination during final designs to reconstruct 228th St/Lakeview Drive in lieu of a 2-inch pavement grind and overlay; and WHEREAS, EDMONDS has agreed at MOUNTLAKE TERRACE'S request to include the following improvements in the 228TH CORRIDOR PROJECT and CONTRACT BID DOCUMENTS: 1. Reconstruction of 228th St/Lakeview Drive between stations 19+17 and 36+30 as depicted on drawing # PV04 — PV08 attached hereto; and 2. Construction of four (4) pedestrian curb ramps on 2281h St/Lakeview Drive; and 3. Installation of one (1) 2-inch diameter conduit between stations 13+20 and 23+50 for MOUNTLAKE TERRACE'S fiber optic traffic signal coordination system as depicted on drawing ICO2 attached hereto. WHEREAS, MOUNTLAKE TERRACE agrees to reimburse EDMONDS for 13.5% of the design cost to complete a 2-inch pavement grind and overlay of 2281h St/Lakeview Drive; and WHEREAS, MOUNTLAKE TERRACE agrees to reimburse EDMONDS for 13.5% of the actual construction cost of a 2-inch pavement grind and overlay of 228th St./Lakeview Drive as determined by the schedule of work in Exhibit B using unit bid prices specified in the awarded construction contract for the 228TH CORRIDOR PROJECT; and WHEREAS, MOUNTLAKE TERRACE agrees to reimburse EDMONDS for the actual cost to design and reconstruct 228t1' St/Lakeview Drive that exceeds the actual construction cost of a 2-inch pavement grind and overlay, as determined by the schedule of work in Exhibit `B" using unit bid prices specified in the awarded construction contract for the 228TH CORRIDOR PROJECT; and WHEREAS, EDMONDS agrees to use grant funds to pay 86.5% of the design and construction cost to replace four (4) pedestrian curb ramps on 228"' St/Lakeview Drive, since this work would have been required as part of a 2-inch pavement grind and overlay; and WHEREAS, MOUNTLAKE TERRACE agrees to reimburse EDMONDS the remaining 13.5% of the design and construction costs for replacing four (4) pedestrian curb ramps on 228th St/Lakeview Drive; and 2 WHEREAS, MOUNTLAKE TERRACE agrees to reimburse EDMONDS for all design and construction costs to install one (1) 2-inch diameter conduit and pull boxes between stations 13+20 and 23+50; and WHEREAS, Exhibit "A" is a preliminary summary of design fees, opinion of construction costs, estimated construction management costs and estimated allocation of costs between EDMONDS AND MOUNTLAKE TERRACE for: (1) 2-inch pavement grind and overlay of 2281h St/Lakeview Drive; (2) pavement reconstruction of 228"' St/Lakeview Drive; (3) construction of four pedestrian curb ramps; and (4) installation of one 2-inch diameter conduit between stations 13+20 and 23+50 as depicted on drawing ICO2; and WHEREAS, the construction of the 228th CORRIDOR PROJECT is scheduled to begin in spring 2015; and WHEREAS, the Parties desire to enter into this Agreement for the purpose of defining their respective rights, obligations, costs and liabilities regarding this undertaking; and - WHEREAS, the City Councils of the City of Mountlake Terrace and the City of Edmonds have taken appropriate action to approve their respective City's entry into this Agreement; NOW, THEREFORE, in consideration of the terms, conditions and covenants contained herein, the Parties agree as follows: TERMS Section 1. Purpose. The purpose of this Agreement is to allocate and define the Parties' respective rights, obligations, costs and liabilities concerning the establishment, operation and maintenance of this undertaking. This Agreement further seeks to establish a' formal arrangement under which MOUNTLAKE TERRACE will reimburse EDMONDS for: • 13.5% of the design cost to complete a 2-inch pavement grind and overlay of 2281h St/Lakeview Drive; and • 13.5% of the actual construction cost of a 2-inch pavement grind and overlay, as determined by the schedule of work in Exhibit "B" using unit bid prices specified in the awarded construction contract for the 228TH CORRIDOR PROJECT; and • The actual cost to design and reconstruct 228th St/Lakeview Drive that exceeds the actual construction cost of a 2-inch pavement grind and overlay, as detennined by the schedule of work in Exhibit `B" using unit bid prices specified in the awarded construction contract for the 228TH CORRIDOR PROJECT; and 3 • 13.5% of the grant matching funds for the costs of design and construction to replace four (4) pedestrian curb ramps on 228th St/Lakeview Dr.; and • All design and construction costs to install one (1) 2-inch diameter conduit and pull boxes between stations 13+20 and 23+50, as shown on Sheet ICO2 for its fiber optic traffic signal coordination. system, all as part of the 228th CORRIDOR PROJECT. Section 2. Term. This Agreement shall be effective upon execution by the Parties hereto. Unless terminated in accordance with Section 3, this Agreement shall remain in effect until: (a) MOUNTLAKE TERRACE's written acceptance of all infrastructure provided herein; or (b) December 31, 2017, which ever shall first occur. Provided however, the Parties may at their option, renew and/or amend this Agreement for a mutually agreed upon term by a writing signed by both Parties. Section 3. Termination. Prior to the award of the contract for the 228th CORRIDOR PROJECT, the Parties may mutually agree to terminate this Agreement, upon written notice by email or otherwise in which case this Agreement will be null and void. Provided however, if all bids on the 228th CORRIDOR PROJECT are greater than twenty percent (20%) over the engineer's estimate and EDMONDS determines not to award the contract, either Party may terminate this Agreement by providing the other Party with thirty (30) days written notice of its intent to terminate. Provided further, if the bid price for Bid Schedule D of CONTRACT BID DOCUMENTS on the 228th CORRIDOR PROJECT is greater than twenty percent (20%) over the engineer's estimate for Bid Schedule D, MOUNTLAKE TERRACE may terminate this Agreement by providing EDMONDS with thirty (30) days written notice of its intent to terminate. Provided further if the contract for the 228" CORRIDOR PROJECT work is awarded, the Parties may terminate this Agreement only for material breach of this Agreement, after providing the other party with thirty (30) days written notice of its intent to terminate. Notice shall state the reason(s) for termination. The breaching Party shall have the opportunity to cure the breach and/or mitigate damages. Termination or expiration shall not alter the MOUNTLAKE TERRACE payment obligations under Section 6 for services already rendered and shall not alter the Parties' respective obligations under Section 9 and Section 13 of this Agreement. Section 4. Obligations of MOUNTLAKE TERRACE.. MOUNTLAKE TERRACE agrees to: A. Provide periodic payments to EDMONDS, pursuant to Section 6 of this Agreement, to reimburse EDMONDS for: 1. 13.5% of the design cost to complete a 2-inch pavement grind and overlay of 228th St/Lakeview Drive; and 2. 13.5% of the actual construction cost of a 2-inch pavement grind and overlay, as determined by the schedule of work in Exhibit "B" using unit bid prices specified in the awarded construction contract for the 228T" CORRIDOR PROJECT; and 3. The actual cost to design and reconstruct 228th St/Lakeview Drive that exceeds the actual construction cost of a 2-inch pavement grind and overlay, as determined by the schedule of work in Exhibit "B" using 11 unit bid prices specified in the awarded construction contract for the 228" CORRIDOR PROJECT; and 4. 13.5% of the grant matching funds for the costs of design and construction to replace four (4) pedestrian curb ramps on 228"' St/Lakeview Dr.; and 5. All design and construction costs to install one (1) 2-inch diameter conduits and pull boxes between stations 13+20 and 23+50 as shown on Sheet ICO2 for its fiber optic traffic signal coordination system, all as part of the 228th CORRIDOR PROJECT. B. Provide periodic payments to EDMONDS, pursuant to Section 6 of this Agreement, for construction management costs to administer Bid Schedule D as follows: a) at the documented hours invoiced to EDMONDS by its retained construction management company and design consultant for time spent on Bid Schedule D , plus b) the documented hours for EDMONDS' employees at the employee's direct hourly rate of pay and overhead rate for time spent on Bid Schedule D. C. Respond promptly to information requests submitted by EDMONDS or its agents regarding the pavement reconstruction, curb ramp installation, and conduit installation. D. Review and approve plans and specifications prepared by the consultant for the pavement reconstruction, curb ramp installation, and conduit installation (Bid Schedule D of CONTRACT BID DOCUMENTS). Approval shall not be unreasonably withheld. E. Provide (apply for and obtain) MOUNTLAKE TERRACE permits for any work to be performed within MOUNTLAKE TERRACE at no cost to EDMONDS. Provided, that nothing herein shall be construed as waiving or otherwise abridging MOUNTLAKE TERRACE'S regulatory authority for work within MOUNTLAKE TERRACE. No time restrictions shall be placed on such permits that would restrict EDMONDS' Contractor from working during the days and hours allowed in the CONTRACT BID DOCUMENTS. F. Provide timely review of designs prepared by EDMONDS' consultant, and complete final design approval by the timelines established by EDMONDS to meet its construction bidding schedule. G. Obtain Bid Award Concurrence from the MOUNTLAKE TERRACE City Council in accordance with Section 7 within thirty (30) days of the bid opening. MOUNTLAKE TERRACE may withhold Bid Award Concurrence if the bid price for Bid Schedule D of CONTRACT BID DOCUMENTS on the 228"' CORRIDOR PROJECT is greater than 5 twenty percent (20%) over the engineer's estimate for Bid Schedule D. If the MOUNTLAKE TERRACE City Council does not provide Bid Award Concurrence within the 30-day time period, EDMONDS will eliminate this MOUNTLAKE TERRACE work from the contract and MOUNTLAKE TERRACE will be responsible for all costs to construct the three items outlined in paragraph 4A, above in a separate contract administered by MOUNTLAKE TERRACE. H. MOUNTLAKE TERRACE shall attend EDMONDS' weekly construction coordination meetings. I. MOUNTLAKE TERRACE will coordinate all corrections, concerns, issues, changes and contractor correspondence through the EDMONDS Project Manager. Section 5. Obligations of EDMONDS. EDMONDS agrees to: A. Assume responsibility for constructing the 228"' CORRIDOR PROJECT in accordance with the design plans approved by MOUNTLAKE TERRACE (including but not limited to securing all necessary consultants, contractors, and subcontractors). All construction contracts shall be procured through a formal competitive bidding process consistent with applicable State law. EDMONDS shall be solely and exclusively responsible for ensuring the compliance of said bidding process with all applicable procedures required under federal, state and local regulations. B. Submit to MOUNTLAKE TERRACE written invoices for payment in accordance with Section 6. Include copies of invoices from consultants and contractors, clearly indicating the MOUNTLAKE TERRACE portion of the invoices. Provide MOUNTLAKE TERRACE a brief written progress report with each invoice, describing in reasonable detail all work performed regarding pavement reconstruction, curb ramp installation, and conduit installation during the period covered by the invoice. C, Assume lead agency status and sole responsibility for applying for and obtaining any and all regulatory permits necessary to complete all work within MOUNTLAKE TERRACE for the 228"' CORRIDOR PROJECT. D. Provide MOUNTLAKE TERRACE personnel reasonable access to the 228°i CORRIDOR PROJECT'S construction area for purposes of monitoring the progress of work performed. E. Respond promptly to information requests submitted by MOUNTLAKE TERRACE or its agents regarding the 228"' CORRIDOR PROJECT. 0 F. Provide Construction Management and Inspection services for Bid Schedule D of CONTRACT BID DOCUMENTS (pavement reconstruction, curb ramp installation, and conduit installation), including inspection, materials submittal approvals, daily reports, and paynotes to accomplish construction. EDMONDS will provide MOUNTLAKE TERRACE with copies of inspection reports/logs, quantity takeoff sheets, paynotes, force account tracking, independent estimates and project correspondence when work has been completed on MOUNTLAKE TERRACE portions of the 228th CORRIDOR PROJECT. Section 6: Payment Schedule. The Parties agree to the following billing and payment schedule: A. For each outside construction contract expense incurred by EDMONDS regarding the 228"' CORRIDOR PROJECT as outlined in Section 4, above, EDMONDS shall, within sixty (60) days of the date EDMONDS is billed or invoiced for any undisputed charge by its consultants, contractors and subcontractors, submit an invoice to MOUNTLAKE TERRACE for its share of said expense for Bid Schedule D of CONTRACT BID DOCUMENTS (pavement reconstruction, curb ramp installation, and conduit installation). Said invoice shall contain a reasonably detailed explanation of the methodology utilized by EDMONDS in calculating the MOUNTLAKE TERRACE share of each expense. Construction contract(s) shall provide for separate bid schedules, or other means to clearly identify the MOUNTLAKE TERRACE portion of the project costs. Design contract(s) shall identify all tasks and work performed associated with MOUNTLAKE TERRACE portion of the design on invoices, fee estimates and project status reports. Time is of the essence and EDMONDS shall not unreasonably delay submittal of invoices for the MOUNTLAKE TERRACE share of expenses. B. Within thirty (30) days of receiving any invoice pursuant to subsection 6.A, MOUNTLAKE TERRACE shall tender payment to EDMONDS in the fonn of a check, money order or other certified funds for the invoiced amount; PROVIDED THAT: (1) The total payment by MOUNTLAKE TERRACE for invoices submitted by EDMONDS shall not exceed: • 13.5% of the design cost to complete a 2-inch pavement grind and overlay of 228"' St/Lakeview Drive; and • 13.5% of the actual construction cost of a 2-inch pavement grind and overlay, as determined by the schedule of work in Exhibit "B" using unit bid prices specified in the awarded construction contract for the 228TH CORRIDOR PROJECT; and VA • The actual cost to design and reconstruct 228`' St/Lakeview Drive that exceeds the actual construction cost of a 2-inch pavement grind and overlay, as determined by the schedule of work in Exhibit `B" using unit bid prices specified in the awarded construction contract for the 228" CORRIDOR PROJECT; and • 13.5% of the grant matching funds for the costs of design and construction to replace four (4) pedestrian curb ramps on 2281h St/Lakeview Dr.; and • The actual construction costs to install one (1) 2-inch diameter conduit and pull boxes between stations 13+20 and 23+50 , as shown on Sheet ICO2 for its fiber optic traffic signal coordination system, all as part of the 228TH CORRIDOR PROJECT; and • The documented hours invoiced to EDMONDS by its retained construction management company and design consultant for time spent on Bid Schedule D , plus b) the documented hours for EDMONDS' employees at the employee's direct hourly rate of pay and overhead rate for time spent on Bid Schedule D; (2) EDMONDS failure to submit an expense invoice in a timely manner shall extend MOUNTLAKE TERRACE's payment obligation as reasonably necessary. (3) EDMONDS shall timely notify MOUNTLAKE TERRACE in writing if expenditures necessary to complete design, installation, and construction management of Bid Schedule D of CONTRACT BID DOCUMENTS (pavement reconstruction, curb ramp installation, and conduit installation) are expected to exceed these amounts. Section 7. Construction Bid Acceptance. Upon construction bid opening, EDMONDS shall obtain concurrence from MOUNTLAKE TERRACE prior to award of the pavement reconstruction, curb ramp installation, and conduit installation work as provided in Section 4, herein. Within 7 days after bid opening and prior to acceptance of the bid and award of a contract, EDMONDS shall provide written notice to MOUNTLAKE TERRACE of its financial .responsibility. Concurrence with bid award by EDMONDS shall take place as provided in Section 4.G herein. Section 8. Construction Change Orders. The following change order authorizations are hereby established for items of work to be paid by MOUNTLAKE TERRACE: A. The EDMONDS Public Works Director / City Engineer, with the prior written concurrence of the MOUNTLAKE TERRACE City Engineer, may authorize change order requests up to $40,000 per change order; PROVIDED that such change order does not place the total amount of change orders over the management reserve, in which case, the EDMONDS City Council must approve the change order. B. Each change order request exceeding $40,000 shall be reviewed by both EDMONDS (by its Mayor or City Council, as directed by its internal policies) and MOUNTLAKE TERRACE (by its City Council) for approval or denial, and any such approval shall require the concurrence of both Parties. C. MOUNTLAKE TERRACE approved change order(s) involving a change in scope shall have the scope change authorized in writing by MOUNTLAKE TERRACE, and shall be subject to and increase or decrease of the EDMONDS construction management fees set forth in Section 4.13. Section 9. Construction Claims and Disputes. If construction claims for additional payment are made by the construction contractor and/or disputes result regarding work in Bid Schedule D, EDMONDS shall endeavor to resolve the claims/disputes. Provided however, EDMONDS shall obtain MOUNTLAKE TERRACE approval prior to resolving the claims/disputes. MOUNTLAKE TERRACE will participate in resolving claims/disputes as necessary. Financial responsibility for approved construction claims/disputes arising from Bid Schedule D of CONTRACT BID DOCUMENTS (pavement reconstruction, curb ramp installation, and conduit installation) shall be the sole responsibility of MOUNTLAKE TERRACE. If such claims exceed the sums set forth in Section 6, MOUNTLAKE TERRACE shall authorize in writing additional sums to cover the cost of the claim/dispute. Section 10. Construction Project Acceptance. Upon satisfactory completion of Bid Schedule D of CONTRACT BID DOCUMENTS (pavement reconstruction, curb ramp installation, and conduit installation), resolution of all claims for additional payment, completion of all contract closeout documents and agreement between EDMONDS and the contractor, EDMONDS shall recommend final acceptance to the MOUNTLAKE TERRACE City Engineer. Approval by the MOUNTLAKE TERRACE City Council shall be the responsibility of MOUNTLAKE TERRACE staff. Section 11. Ownership and Disposition of Property. Bid Schedule D of CONTRACT BID DOCUMENTS (pavement reconstruction, curb ramp installation, and conduit installation) and all appurtenances thereof, constructed pursuant to this Agreement shall become and remain the exclusive property of MOUNTLAKE TERRACE upon completion. Section 12. Administration; No Separate Entity Created. Pursuant to RCW 39.34.030, the parties hereby appoint a Contract Administrator who will be responsible for administering this Agreement, and at the direction of the parties, this Contract I Administrator shall take such action as is necessary to ensure that this Agreement is implemented in accordance with its terms. The Parties hereby designate the EDMONDS Public Works Director, or his designee, as the Contract Administrator for this Agreement. No separate legal entity is formed by this Agreement. Section 13. Release, Indemnify, Defend and Hold Harmless Agreement. Each Party to this Agreement shall be responsible for its own negligent and/or wrongful acts or omissions, and those of its own agents, employees, representatives or subcontractors, to the fullest extent required by the laws of the State of Washington. Each Party agrees to protect, indemnify and hold the other Party harmless from and against any and all such liability for injury or damage to the other Party or the other Party's property, and also from and against all claims, demands, and causes of action of every kind and character arising directly or indirectly, or in any way incident to, in connection with, or arising out of work performed under the terms hereof, caused by its own fault or that of its agents, employees, representatives or subcontractors. Each Party specifically promises to indemnify the other Party against claims or suits brought under Title 51 RCW by its own employees, contractors, or subcontractors, and waives any immunity that each Party may have under that title with respect to, but only to, the limited extent necessary to indemnify the other Party. This waiver has been mutually negotiated by the Parties. Each Party shall also indemnify and hold the other party harmless from any wage, overtime or benefit claim of any of the first Party's employees, agents, representatives, contractors or subcontractors performing services under this Agreement. Each Party further agrees to fully indemnify the other Party from and against any and all costs of defending any such claim or demand to the end that the other Party is held harmless therefrom. Section 14. Governing Law and Venue. This Agreement shall be governed by the laws of the State of Washington. Any action arising out of this Agreement shall be brought in Snohomish County Superior Court. Section 15. No Employment Relationship Created. The Parties agree that nothing in this Agreement shall be construed to create an employment relationship between MOUNTLAKE TERRACE and any employee, agent, representative or contractor of EDMONDS, or between EDMONDS and any employee, agent, representative or contractor of MOUNTLAKE TERRACE. Section 16. Notices. Notices to MOUNTLAKE TERRACE shall be sent to the following address: City of Mountlake Terrace Public Works Director/Acting City Engineer 6100 219" St. SW, Suite 200 Mountlake Terrace, WA 98043 Notices to EDMONDS shall be sent to the following address: 10 City of Edmonds City Engineer 121 Fifth Avenue N. Edmonds, WA 98020 Section 17. Incorporation of Exhibits, Final Opinion of Costs/Schedules. Exhibits A and B and Final Opinion of Costs/Schedules are attached hereto and incorporated by reference as though fully set forth. Section 18. Duty to File Agreement With County Auditor. Pursuant to RCW 39.34.040, after this Agreement is executed by both Parties, EDMONDS shall either file this Agreement with the Snohomish County Auditor or make it available on the EDMONDS website. Section 19. Integration. This document constitutes the entire embodiment of the Agreement between the Parties, and, unless modified in writing by an amendment to this Interlocal Agreement signed by the Parties hereto, shall be implemented as described above. Section 20. Non -Waiver. Waiver by any Party of any of the provisions contained within this Agreement, including but not limited to any performance deadline, shall not be construed as a waiver of any other provisions. CITY OF MOUNTLAKE TERRACE By: LLe_L�1�� Arlene Fisher, City Manager Date: 3 131 15 ATTEST-, Virginiaglsen, City Clerk APPROVED AS TO FORM: 11 CITY By: Dave Date: ATTEST: Sc Passey, it rk APPROVED AS TO FORM:. GregorG. Schrag, City ttorney 12 Office of the City Attorney N V) O U O i -+ u D a- N c O U 4-- O i (B E m N i C d ui o Un o d m o n o c -4 O .-4 O - O o 0 fV 01 M O Zi- N lD m LD 1- m F ^ ci lD O 01 m in Ct m i? �--I in i� ui O Ln o �+ `m LO o o o 00 ao Ln rn o N I� m m Ln M o '0 m C O ri m E Ln N ci L? W On ET O1 O O M f- N O i f0 �, N m w w w m M m 0 N � .... O N if1 c-1 + Ql Ct ci c-I N iJ-� M A4 L} IJ) �+ O� O O E 001 om a Ln Ln m m v in in -Ln V)- i 0 0 u o u o O O o C o O O o _ OO O n fV O O C u o0 M N O O 7 N 'E N 01 Il c-I O aL+ O N Ol c-I rl u Q c N in N in in v> U v 0 0 o O O C) 0 0 CD 0) m O m 13) O ur .� In 0) 0 L a) 00 > N N 0 3 >- N a) `) O c V) J _0 fa L Y N C °o E 0 N i L > 0 -e c c 0 O J v - N C E a) 3 u C n3 w O L L a) i� Q > a) N L Y c v O CD u a u c O Q o N V) v K c1 O ci N M Z O V LO Ln 00 N i'� 0 0 n M W zt Ln VII ru O 0 0 0 c O u J Y c 0 u 0 0 c 0 .Q 0 v L n C .N J T al Y (6 J V m VI o Y - Ln C N M a) m E y N N v afl c m N � Y O > L u O Y LO -0 3 N C C m M � � v O1 C: a) i`n o`n -0 v a) v o E '> v o > o � a � I� L N u Ln c y > L o W 3 3 E T c > O ro v O -2 o J u O a) Y yL a) 00 N N N Y u _ i � VU> Y ^ C O o N u N V1 L ir, U O N N Y > C 0 O N c 3 3 O a) a) '> L J Y N N O Cm u O to —0 V � L C O W O c N m O N u u C_ u O O Y — N � a) O 0 Lo L O c o u u i o LL Z ci N m N lfl Y O U d O v a) E E Y Y W W Y Exhibit "B" Schedule of Work 2-inch Grind & Overlay 228th St/Lakeview Drive Item Unit Quantity Unit Price Cost Flaggers HR 250 $0 Saw Cutting Existing Pavement LF 220 $0 HMA Cl. 1/2 In. PG 64-22 TON 910 $0 Planing Bituminous Pavement - 2 In. Sy 7300 $0 .Adjust Catch Basin EA 18 $0 Inlet Protection EA 16 $0 Erosion/Water Pollution Control EST 1 $0 Raised Pavement Marker Type 2 HUND 1 $0 .Adjust Monument Case and Cover EA 2 $0 Paint Line LF 2270 $0 Plastic Wide Lane Line LF 390 $0 Plastic Crosswalk Line SF 580 $0 Plastic Stop Line LF 30 $0 Plastic Traffic Arrow EA 4 $0 Temporary Pavement Marking LF 5400 $0 Adjust Gas Valve Box EA 3 $0 .Adjust Water Valve Box EA 20 $0 Adjust Sanitary Sewer Manhole EA 2 $0 SUBTOTAL = $0 Item Unit Quantity % of subtotal Cost Roadway Surveying LS 1 1.5% $0 Mobilization LS 1 5.0% $0 Project Temporary Traffic Control LS 1 1.5% $0 'Traffic Control Supervisor LS 1 1.5% $0 Pedestrian Traffic Control LS 1 0.5% $0 OVERLAY TOTAL = $0 Final 228th Estimate 2-26-15.xlsm MASTER Summary Std. Spec Item No. Section Schedule A - Road' 1 1-04.4SP 2 1-05.4SF 3 1-05ASP 4 1-05ASP 5 1-05.185P 6 1-07.11SP 7 1-07.11 8 1-07.17SF 9 1-08.3SP 10 1-09.7 11 1-10SP 12 1-10SP 13 1-10SF 14 1-10SP 15 2-01SP 16 2-01SP 17 2-02SP 18 2-026F 19 2-02SF 20 2-02SP 21 2-02SP 22 7-02SF 23 2-02SP 24 2-02SF 25 2-02SP 26 2.02 27 2-03 28 2-02 29 2-09 30 2-0S 31 2-12 32 4-04 33 4-04 34 5-04SP 35 5.04SP 36 5-04SP 37 5-04SF 38 5-04 39 5-04 40 5-04 41 5-04SF 42 6-13SP 43 6-13 44 6-13SP 45 6-20SP 46 6-205F 47 7-01 48 7-01 49 7-01 50 7-04 51 7-04 52 7-04SP 53 7-04 54 7-05 55 7-05 56 7-05 57 705 58 7-05 59 7-05SP 60 7-05SP 61 7»05 62 7-055F 63 7-05SP 64 7-05SP FINAL OPINION OF COST City of Edmonds - 228th Street SW Corridor Improvements 2126/15 ITEM UNITS QUANTITY [MIT PRICE AMOUNT way Unexpected Site Clean es EST 1 $ 30.000 $ 30,000 Structure Surve In LS 1 $ 20,800 $ 20.800 IRoadway Surve i LS 1 $ 49,000 $ 49.000 (Licensed Surveying EST 1 $ 5,000 $ 5.000 Record Drawl s (Minimum Bid $7.500) LS 1 $ 7,500 $ 7,500 Training_HR 400 $ 5 $ 2,000 SPCC Plan LS 1 $ 2,500 $ 2,500 IPotholin EA 60 $ 500 1 $ 30,000 T o B Pr Tess Schedule LS 1 $ 10,000 $ 10,000 Moralization LS 1 $ 220,000 $ 220,000 (Pro ect Temporary Traffic Control LS 1 $ 82,400 $ 82,400 Flaggers HR 3,970 $ 50 $ 198,500 Traffic Control Supervisor LS 1 $ 80.500 $ 80,500 Off -Duty Uniformed Police Officer (Min. Bid $45.00) HR 100 $ 45 $ 4,500 Clearing and Grubbing AC 1 $ 6,000 $ 6,000 Tree Removal, 12-Inch Diam. And Over EA 21 $ 500 $ _ 10.500 Removal of Structure and Obstruction LS 1 $ 32,000 $ 32,000 IRemoving Cement Conc. Sidewalk SY 800 $ 15 $ 12,000 Removing Cement Cane. Curb and Gutter LF 1,150 $ 10 $ 11,500 Removing Cement Conc, Gutter LF 50 $ 15 $ 750 Removing As halt Conc. Pavement COY 3.400 $ 15 $ 51.000 Removing Traffic Curb LF 1,130 $ 10 $ 11,300 Removing Traffic Island SY 330 $ 50 $ 16,500 IRernovinq Existing Drainage Pipe LF 1.500 $ 10 $ 15,000 RemovIng Drainage Structure EA 16 $ 750 $ 12,000 IRoadway Excavation [net. Haul CY 50 $ 50 $ 2,500 Gravel Borrow Incl. Haul TON 7,390 $ 20 $ 147,800 Ditch Excavation Incl. Haut CY 260 $ 25 $ 6.500 Structure Excavation Class B Incl. Haul CY 1,620 $ 20 $ 32.400 Shod ng or Extra Excavation Class 13 SF 10.000 $ 1 $ 10,000 Construction Geotexlile for Underground Drainage SY 300 $ 5 $ 1,500 Crushed Surfacing Base Course TON 1,460 $ 30 $ 43,800 Crushed Surfacin To Course TON 60 $ 30 $ 1,800 PlianIng Bituminous Pavement -2In. SY 3,840 $ 6 $ 23,040 Planing Bituminous Pavement -4In. SY 380 $ 11 $ 4.180 Planing Bituminous Pavement- 10 In. SY 1,400 $ 14 $ 19,600 Geotextile for Pav-ing SY 4,500 $ 2 $ 9,000 HMA Cl. 1/2 In. PG 64-22 TON 3,500 $ 100 $ 350,000 HMA Cl. 1/2 In. PG 58-22 TON 30 $ 110 $ 3„300 Commercial HMA TON 40 S 80 $ 3,200 Asphalt Cost Price Adjustment CALC 1 $ 5,955 $ 5,955 Structural Earth Wall SF 3,230 $ 35 $ 113,050 Gravel Borrowfor Structural Earth Wall Inc], Haul Cy 760 $ 40 $ 30,400 Concrete Top Cap For Wall LIF 680 $ 25 $ 17,000 Modular Bloa Wall SF 620 $ 30 $ 18,600 Double Modular Block Wall SF 110 $ 60 $ 6.600 Underdrain Pipe 36 In. Diam. LF 130 $ 100 $ 13,000 Drain Pipe 8 In, Diam. LF 30 $ 25 $ 750 Gravel Backfill for Drain CY 100 $ 35 $ 3,500 Schedule A Storm Sewer Pipe 12 In. Diam LF 970 $ 45 $ 43.650 Schedule A Storm Sewer Pipe IS In. Diam LF 470 $ 60 $ 28.200 Ductile Iron Storm Sewer Pipe 12 In. Diam. LF 370 $ 75 $ 27,750 Testing Storm Sewer Pipe LF 1,810 $ 3 $ 5.430 Catch Basin ape 1 EA 30 $ 1,300 $ 39,000 Catch Basin Type 2 48 In. Diam. EA 11 $ 3,200 $ 35.200 Catch Basin Type 2 54 0q. Diam. EA 4 $ 5.200 $ 20,800 Catch Basin Type 2 60 tin. Diam. EA 1 $ 6,000 $ 6,000 Catch Basin Type 2 60 in. Dlam. Wish Flow Restrictor EA 1 $ 5,700 $ 5,700 Catch Basin Type 2 72 In. Diam. With Weir Wall EA 1 $ 8,000 $ 8.000 nnection to Draina a Structure EA 19 $ 900 $ 17,100 just Catch Basin EA 13 $ 450 $ 5,850 just Drainage Manhole rAdjust 8 $ 600 $ 4.800 Fiber Manhole EA 4 $ 500 $ 2.000 just Sanita Sewer Manhole EA 10 $ 500 1 $ 5,000 X:\Edmonds, City of\Projects\20110010 - 228th Street Improvements\Design\Estimates\Final Estimate\Final 228th Estimate 2-26-15.xlsm 2/2612015 Final 228th Estimate_2-26-15.xlsm MASTER Summary 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 8-20Si 8-20SF B-20SF &2a 8-21SP 8-21SP &22 8-22 B-2"e 8-22 &22 8-22 8-22 8-23 8-26SP 8-27SF 8-28SF 'Traffic Signal Interconnect System Complete LS 1 $ 28,000 $ 28,000 Illumination System Complete - South LS 1 $ 25,000 $ 25,000 iRelocate Private Light EA 1 $ 300 $ 300 (Directional Borino LF 750 $ 75 $ 56.250 (Permanent Si ning LS 1 $ 14.400 $ 14,400 (Radar Feedback Sign EA 1 $ 5,000 $ 5.000 Paint Line LF 5,09D $ 1 $ 5,090 (Plastic Wide Lane Line LF 4,810 $ 4 $ 19,240 (Plastic Crosswalk Line SF 1,650 $ 7 $ 11,550 Plastic Stop Line LF 330 $ 10 $ 3,300 (Plastic Traffic Arrow EA 25 $ 150 $ 3,750 Plastic Traffic Letter EA 16 $ 100 $ 1.600 Plastic Bic cle Lane S mbol EA 18 $ 150 $ 2,700 ment Marking LF 19,800 $ 1 $ 10,800 te SY 300 $ 120 $ 36,000 ITEe Box EA 5 $ 300 $ 1.500 ce LF 30 $ 40 $ 1.200 SCH. A SUBTOTAL I 1 1 1$ 3,850,975 11 X:\Edmonds, City of\Projects\20110010 - 228th Street Improvements\Design\Estimates\Final Estimate\Final 228th Estimate 2-26-15.xlsm 2/26/2015 Final 228th Estimate_2-26-15.xlsm MASTER Summary Schedule B - Watei I 1-04.4SP 2 1-05.4SP 3 1-05.18SP 4 1-07.17SP 5 1-09.7 6 1-10SP 7 1-105P 8 1-10SP 9 2.02SP 10 5-04 11 7-09SP 12 7-09SP 13 7-09SP 14 7-09SP 15 7-09SP 16 7-09SP 17 7-09SP 18 7-098P 19 7•-09SP 20 7-09SP 21 7-15SP 22 7-15SP 23 8-01 SP 24 5-02SP Schedule C -Sanit 1 1-04.45P 2 1-05.4SP 3 1-05.18SP 4 1-07.17SP 5 1-09.7 6 1-10SP 7 1-10SP 8 1-10SP 9 2-03 10 2-09 11 2-09 12 5-04 13 7-05 14 7-05 15 7-05SP 16 7-08SP 17 7-17 18 7-17 19 7-17SP 20 7-17SP 21 7-17SP 22 7-17SP 23 7-19SP 24 8-01SP 25 B-02SP FINAL OPINION OF COST City of Edmonds - 228th Street SW Corridor Improvements 2/26/15 System linenected Site Changes EST 1 $ 10.000 $ 10,000 Roadway Surveying IS 1 $ 900 $ 900 Record Drawings (Minimum Bid $2,000) LS 1 _ $ 2,000 $ 2.000 Potholing EA 5 $ 500 $ 2.500 Mobilization _ LS 1 $ 3,000 $ 3,000 PraectTernm Traffic'ontrol LS 1 $ 1,100 $ 1.100 Flaggers HR 120 $ 50 $ 6,000 Traffic Control Supervisor LS 1 $ 3.000 $ 3,000 Removing Asphalt Cone. Pavement SY 100 $ 15 $ 1,500 Commercial HMA TON 20 $ 80 $ 1,600 Tempos Jump Connection EA 6 $ 2,000 $ 12,000 Tapping Sleeve and Valve Assembly 12 In. x 6 In. EA 1 $ 4,000 $ 4.000 (3-In. 45' Bend EA 1 $ 250 $ 250 6-In, 11,25' Bend EA 1 $ 250 $ 250 6" Cap or Plug EA 2 $ 250 $ 500 Ducple Iron ?Ipe for Water Main 6 In. Diam. LF 45 $ 70 $ 3,150 Bank Run Gravel for Trench Backfill _ LF 45 $ 5 $ 225 Split Wedge Activated Restraint Harness EA 4 $ 1,250 $ 5,000 Remove Existing Water Main Pipe LS 1 $ 2,000 $ 2,000 TemWary Water Main Support LS 1 $ 3,000 $ 3,000 Service Connection 1 In. Diam. EA 2 $ 1,400 $ 2,800 Service Connection 21n. Diam. EA 1 $ 2,000 $ 2,000 Erosion and Water Pollution Control LS 1 $ 1.100 $ 1,100 Property Restoration EST 1 $ 2,000 $ 2,000 WSST @ 9.5% $ 6,448 SCH. B SUBTOTAL $ 76,323 ary Sewer System Unexpected Site Changes EST 1 $ 10,000 $ 10,000 Roadway Surveying LS 1 $ 2,700 $ 2,700 Record Drawings Minimum Bid $2,000) LS 1 $ 2,000 $ 2,000 Potholing EA_ 5 $ 500 $ 2,500 (Mobilization LS 1 $ 10.000 $ 10,000 Project Temporary Traffic Control LS 1 $ 3,300 $_ 3,300 IFla ers HR 160 $ 50 $ 8,000 Traffic Control Supervisor LS 1 $ 3,000 $ 3,000 ,Gravel Borrow Incl. Haul TON 510 $ 20 $ 10,200 Structure Excavation Class B Incl. Haul CY 580 $ 20 $ 11,600 Shoring or Extra Excavation Class B SF 4,480 $ 1 $ 4,480 Commercial HMA TON 10 $ 80 $ 800 IManhole 48 In. Diam Type 1 EA 4 $ 5,000 $ 20,000 Manhole Additional Height 48 In. Diam. Type 1 LF 13 $ 600 $ 7,800 lDrop Manhole Connection EA 1 $ 1,000 $ 1,000 Steel Casing 12 In. Diam LF 12 $ 100 $ 1,200 IPVC Sanitary Sewer Pipe 8 In. Diam. LF 360 $ 110 $ 39,600 Testing Sewer Pie LF 360 $ 3 $ 1.080 :Sewage Diversion LS 1 $ 20,000 $ 20,000 Connections to Sanitary Sewer Manhole EA 4 $ 900 S 3,600 (Removing Existing Sanitary Sewer Pie LF 340 $ 10 $ 3.400 Removing Sanitary Sewer Manhole EA 2 $ 750 $ 1,500 :Sewer Service EA 1 $ 1000 $ 1,000 Earosion and Water Pollution Control LS 1 $ 3,300 $ 3,300 (Property Restoration EST 1 $ 2,000 $ 2,000 WSST CQ 9.5% $ 16,346 SCH. C SUBTOTAL $ 190,406 X:\Edmonds, City of\Projects\20110010 - 228th Street Improvements\Design\Estimates\Final Estimate\Final 228th Estimate 2-26-15.xlsm 2/2612015 Final 228th Estimate_2-26-15.xlsm MASTER Summary Schedule D - Moun 1 1-04ASP 2 1-05.4SP 3 1-08,3SP 4 1-09.7 5 1-1asp 6 1-10SP 7 1-1osP 8 2-02SP 9 2-02SP 10 4-04 11 5-04SP 12 5-04 13 5-04SP 14 7-05 15 7-05SP 16 7�05SP 17 7-12SP 18 B-01 19 8-015P 20 8-01SP 21 8-02SP 22 M4 23 B-09 24 8-13SP 25 8-14 26 8-14SP 27 8-14SP 28 8-20 29 8-22 30 B-22 31 8-22 32 8-22 33 B-22 34 8-22 35 8 23 36 8-27SP Schedule E - Admii 1 1-03.4SP Schedule F - SR99 1 1-04ASP 2 1-07SP 3 1-05,18S P 4 1-09 5 1-105P 6 2-02SP 7 2-02SP 8 8-01 9 8-14 10 0-20SP 11 8-20SP 12 0-20SP FINAL OPINION OF COST City of Edmonds - 228th Street SW Corridor Improvements 2126/15 tlake Terrace 'Unexpected Site Changes EST 1 S 10,000 $ 10,000 Roadway Surve inq LS 1 $ 8,800 $ 8,800 Type B Progress Schedule LS 1 $ - $ (Mobilization LS 1 $ 31,000 $ 31,000 IProject Temporary Traffic Control LS 1 S 11,000 $ 11,000 IFlaggers HR 530 $ 50 $ 26,500 Traffic Control Supervisor LS 1 $ 10,000 $ 10,000 Removin,q Cement Conc. Sidewalk SY 90 $ 15 $ 1,350 Removing Cement Conc. Curb and Gutter LF 140 $ 10 $ 1,400 Crushed Surfacing Base Course TON 1,380 $ 30 $ 41,400 Planing Bituminous Pavement- 10 In, SY 6,600 $ 14 $ 92.400 HMACl. 1/2In. PG64-22 TON 2250 $ 100 $ 225,000 Asphalt Cost Price Adjustment CALC 1 $ 3,796 $ 3,796 Adjust Catch Basin EA 10 $ 450 $ 4.500 Adjust Drainage Manhole EA 11 $ 60D $ 6.600 Adjust Sanitary Sewer Manhole EA 4 $ 500 $ 2.000 Adjust Water Valve Box EA 19 $ 400 $ 7,600 Inlet Protection EA 12 $ 95 $ 1,140 Erosion and Water Pollution Control LS 1 $ 11,000 $ 11,000 SWPPP Preparation and Maintenance LS 1 $ 750 $ 750 Property Restoration EST 1 $ 5.000 $ 5,000 Cement Conc. Traffic Curb and Gutter LF 170 $ 25 $ 4,250 Raised Pavement Marker T e2 HUND 2 $ 650 $ 1,300 Adjust Monument Case and Cover EA 2 $ 500 $ 1.000 CernenlConc.8ldewalk SY 30 $ 70 $ 2,100 Cement Conc. Curb Rarnp Ty2e, Parallel SY _ 40 $ 160 $ 6,400 Cement Conc. Curb Ramp Type Single Direction SY 30 $ 160 $ 4,800 Conduit Pipe 2 In. Diam. LF 1,000 $ 10 $ 10,000 Paint Line LF 2,550 $ 1 $ 2,550 Plastic Wide Lane Line LF 570 $ 4 $ 2,280 Plastic Crosswalk Line SF 580 S 7 $ 4,060 Plastic Stop Line LF 30 $ 10 $ 300 Plastic Traffic Arrow EA 4 $ 150 $ 600 Plastic Bicycle Lane Symbol EA 2 $ 150 $ 300 Tem2orary Pavement Marking LF 6,300 $ 1 $ 6,300 Adjust Gas Valve Box EA 3 S 300 $ 900 SCH. D SUBTOTAL $ 548,376 iistration Non -Federal Participating Contract Bond Extension IS 1 $ 20,000 $ 20.000 SCH. E SUBTOTAL $ 20,000 Illumination Unexpected Site Changes EST 1 $ 10,000 $ 10,000 SPCC Plan LS 1 $ 1,000 $ 1,000 Record Drawings Minimum Bid $2,000) LS 1 $ 2,000 $ 2,000 Mobilization LS 1 $ 25,000 $ 25.000 Project Tem ora Traffic Control LS 1 $ 19.000 $ 19,000 Off -Duty Uniformed Police Officer Min. Bid $45.00 HR 40 $ 45 $ 1,800 Removing Cement Concrete Sidewalk SY 200 $ _ 30 $ 6,000 Inlet Protection EA 20 $ 80 $ 1.600 Cement Conc, Sidewalk SY 200 $ 40 $ 8,000 Potholing Luminaire Foundation Locations EA 19 $ 1,500 $ 28,500 Illumination System, Complete - North LS 1 $ 349,000 $ 349,000 Repair of Existing Damaged Conduits LS 1 $ 10,000 $ 10,000 SCH. F SUBTOTAL $ 461,900 SCH. A - SCH. F SUBTOTAL I I 1 1 $ 5,147,980 X:\Edmonds, City or'\Projects\20110010 - 228th Street Improveinents\Design\Estimates\Final Estimate\Final 228th Estimate_2-26-15.xlsm 2/26/2015 Final 228th Estimate_2-26-15.xlsm MASTER Summary FINAL OPINION OF COST City of Edmonds - 228th Street SW Corridor Improvements 2/26/15 Bid Alternate 1 Schedule H - 76th Ave W Overlay 1 1 E14ASP _ Unexpected Site Changes EST 1 $ 5,000 1 $ 5,000 1 1-05ASP Roadway Survey! rig LS 1 $ 500 $ 500 2 1-09,7 Mobilfzaton LS 1 $ 4,000 $ 4.000 3 1-10SP Pmfect Temparag Traffic Controt LS 1 $ 1,400 $ 1,400 4 1-105P Fla gers HR 100 $ 50 $ 5,000 5 1-10SPTrafflc Control Su rvis" LS 1 $ 1,200 $ 1,200 6 5414SP Geotextile for Paving SY 2,500 $ 2 $ 5,000 7 5-04 HMA CI, 112 In. PG 64-22 TON 280 $ 100 $ 28,000 8 5-04SP Planing Bituminous Pavement -2In. SY 2,320 $ 6 $ 13,920 9 5-04SP Asphalt Cost Price Adjustment CALC 1 $ 472 $ 472 10 7-05 Adjust Catch Basin EA 5 $ 450 $ 2,250 11 7-05SP Adjust Orairm a Manhole EA 3 $ 600 $ 1,800 12 7-12SP Adjust Water Valve Box _ EA 7 $ 400 $ 2,800 13 8-01 Inlet Protection EA 7 $ 95 $ 665 14 8-01SP Erosion and Water Pollution Control LS 1 $ 1.400 $ 1,400 15 "2SP Pro a Restoration EST 1 $ 2,000 $ 2,000 15 B-27SP Adjust Gas Valve Box EA 1 $ 300 $ 300 SCH. H SUBTOTAL 1 $ 75,707 Bid Alternate 2 _ Schedule I - 228th St SW Overlay 1 1-04ASP Unexpected Site Changes EST 1 $ 5,000 $ 5,000 1 1-05ASP Roadway Surveying-L$ 1 $ 500 $ 500 2 1-09.7 Mobilization LS 1 $ 2.000 $ 2,000 3 1-1[ISP 4 1-10SP Project Temporary Traffic Control LS 1 $ 700 $ 700 Flaggers HR 80 $ 50 $ 4,000 5 1-10SP Traffic ContralSupervisor LS 1 $ 1,000 $ 1,000 6 5-04 HMA CI. 112 In. PG 64-22 TON 140 $ 100 $ 14,000 7 5-04SP Geotextile for Paving SY 1,100 $ 2 $ 2,200 8 5-04SP Planing Bituminous Pavement -2ln. SY 1,010 $ 6 $ 6,060 9 5-04SP Planina Bituminous Pavement -4In. SY 80 $ 11 $ 880 10 5-04SP Asphalt hall Cost Price Adjustment CALC 1 $ 236 $ 236 11 7-05 Adjust Catch Basin EA 2 $ 450 $ 900 12 7-12SP Adjust Water Valve Box EA 3 $ 400 $ 1,200 13 8-01 Inlet Protection EA 3 $ 95 $ 285 14 8-01 SP Erosion and Water Pollution Control LS 1 $ 700 $ 700 15 8-02SP Pro a Restoration EST 1 $ 2,000 $ 2,000 SCH. I SUBTOTAL $ 41,661 Bid Alternate 3 Schedule G - Decorative Median Treatment 1 0-268P (Decorative Median Treatment LF _ 295 $ 400 $ 118,000 2 8-265P (Median Art Element LF 130 $ 300 $ 39,000 SCH. G SUBTOTAL $ 157,000 SCH. A - SCH. I SUBTOTAL $ 5,422,348 Inflation Adjustment (3%) $ 162.700 City PM/Admin (30A $ 162,700 Construction Mana ement (15%) $ 813,400 Mana ement Reserve 10%) $, 542,300 OPINION OF COST - TOTAL $ 7,103,448 X:\Edmonds, City of\Projects\20110010 - 228th Street Improvements\Design\Estimates\Final Estimate\Final 228th Estimate 2-26-15,xlsm 2/2612015 t'+Y O 0 1 G) C'y I 0 F--yy L! (f) w5 z 0z$ zS °� j SOAd L= Uv°z < <2 z< _3z OSY;�SV:'d 0 0 O 00 000 0000 000 00000 00000 oo oz d•'cis PA ,� nl Ztf ate —' — — — — ))�� I�S l a1 �-•i y I � w � o r�o''r pep"� � o Y.ftp�[p �` \ �, rlf��+ �I � j• O � � > �33� o` � 3 3 r LVT- �\ \ Taar777111 Y i� Cf ~! P ri U v�i'_' z a 3 gff Gee (D -1A 4p C�. 1 �• r — k z DO - �- - - t(hVd ±3"rlS Ol4}�jjyq•} so;,3 �331so� Ho�a:•� 00. szvV I k�l I �1 'ZI + gilt � y T.! a� �fl �I I•Y`. 3 a+•` Yi3 • I � � ZZ �• r� a i III � C\t ,t} 3-MJIn \ 4f � r s a j R xs r'r*�11!! ,.: x ;w 133Hs Oj R Os 2 vIVIS - LO 3 0 30 o rpc Ef O3 u uu �a < < « u < °uu ° zo 'o o °e rv2uo ¢ _ co to 0 0 0 00 0O0 0000 000 00000 00000 {�y h ION • 'i' ¢ o ipzw4 NNS�aj}`'y� < 2 ct oo Jw W �a alp =�3�u545 �� 000 O O Z E rvn � wN r L ti � 03 LJl z 3 CD 0 n [VSUYu°i o ULo rS a€ jj 5 .j 0 11 H 3 o•,n o OU°°z °u3 �� uc < _ « € c u$ a o ° O O O SO 000 0000 000~ 00000 00000 00o O O Z GG; 00'sz V 'VIS L - 00 C � 5 p - i# U) u H N N 1� u��o�jgJJ21 w9,2 - F 52 o o?y S N r O o w o�3F z'� rn Wa 3 o a - �y u - ., �F _ � o� s 3> 3 Z � 5 o H. rs zH O, 4 £(((��� SS s� t� o ( _ r5ir ?� jc r ao _ n rz 3 FS o _ o &o of G a_ D g- q w 5 ` r 3W <° p o OUz _ _ a_$ w 3 uu a u u¢ u Horc_ ¢ i`_3 u u w a 22 oV - d s ¢t u°3 O O urc O OO OOO 6 _�, GOOD OOO OOOOO OOOOO OOO O` O 7 u CD i" C) U) r m N 6 (Hanos C- V'aao CD CO G) C�1 0 m DO-%££ V `V1S co $ co Cf 3 os ■ Yr a` -F g fir` C p5 R Fu z oc =w U °t`, O s So 01 0 S. 0 0 00 000 0000 000 00000 0o0 = Q. l. IN 00 's 2. J x 3a n is 43cn o z § � � )§; bfG 2n/ %H2 m§b � LJ�j