HomeMy WebLinkAbout04-025 - David Evans and Associates - Southcenter Parkway ExtensionWashington State
Var Department of Transportation
04-025 (j)
Council Approval N/A
Supplemental Agreement
p p g
Number 10
Organization and Address
David Evans and Associates, Inc.
415 118th Avenue SE
Bellevue, WA 98005
Attn: Scott Soiseth
Phone.
Original Agreement Number
04-025 C J)
Project Number
Execution Date
Completion Date
84 -RW 37
4/5/2004
6/12/2010
Project Title
New Maximum Amount Payable
Southcenter Parkway Extension Project
$ 1,589,706.00
Description of Work
Additional work required to prepare addenda for the bid package and preparation of record of survey of the right of
way and alignment for Southcenter Parkway from S 180th Street to S 200th Street.
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with David Evans and Associates, Inc.
and executed on 4/5/2004 and identified as Agreement No. 04-025
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
Additional work as described in Exhibit B-9
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: 6/17/7010
111
Section V, PAYMENT, shall be amended as follows:
Additional payment in the amount of S 1 R 856 shall he added to the contract (See Exhibit B-2)
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By: Scott R Soiseth, Associate By: City of Tukwila
/ Sot-/et.6 'fieJ
Consultant Signature
DOT Form 140-063 EF
Revised 9/2005
Approving ,�rrity Signature
q1latj 17) 2f010
Date
/ ��� a oa/6 //09-4-S
Total
0
rn
M
V
o
m
O
03
CO
O
m
•
dt
$149,819.00
$1,589,706.00
Supplement #10
O
N
OcoWco
(
V>
$10,765.00
O
0
to
0
0
Oi
V>
O
O
(D
ID
O
Supplement #9
OO
O
O
co
co
O
t-
V>
$122,954.00
$6,585.00
O
V
7.
N
V>
$221,033.00
Supplement #8
$115,785.00
O
O
(n
N
N
O
N
V>
$25,885.00
$34,735.00
O
O
O
O
(D
OO
h
M
:A
Supplement #4-7
(Time Change Only)
(6
C
O
C
n/a
(0
C
CO
C
Supplement #3
$22,383.00
S
OS
CO
te
$836.00
g o
<15
te
CD
OS
CD
VT
Supplement #2
0
O
N
co
V
O
O
V>
$260,188.00
$16,547.00
$45,130.00
$472,297.00
Supplement #1
0
O
O
co
o
O
(O
N
V3
0
O
O
4-
c7
V
V
V>
$1,360.00
$7,827.00
0
O
If;
W
V>
Basic Agreement
O
O
coCsi
$183,833.00
O
O
co
co
V>
O
O
m
V>
O
G
l0
co
Vr
Direct Salary Cost
Overhead
(including Payroll Additives)
Direct Non -Salary Cost
d
d
v
N
x
0
TO
0
EXHIBIT B-2
CITY OF TUKWILA ENGINEERING DESIGN SERVICES
SOUTHCENTER PARKWAY EXTENSION PROJECT
SCOPE OF SERVICES
SUPPLEMENT NO. 10
SECTION 1.00 PROJECT DESCRIPTION AND DELIVERABLES
1.01 PROJECT DESCRIPTION
The objective of Supplement No. 10 is to prepare a legal description for the final right-of-way for
Southcenter Parkway Extension.
As part of the Supplement No. 9 Miscellaneous Design Services, the Consultant prepared design
revisions for the North Pond Outfall and Pump 14 Headwall. Additional budget is included in this
supplement for that design work.
1.02 PROJECT DELIVERABLES FURNISHED BY THE CONSULTANT
The Consultant shall maintain a project file for pertinent work items. These files will be delivered to the
City at the conclusion of the project. In addition to the project files, the Consultant shall deliver the
following documents and products to the City as part of this agreement:
• Right -of -Way Legal Description.
• Record of Survey of the right-of-way and alignment.
SECTION 2.00 PROJECT MANAGEMENT AND QUALITY CONTROL
SECTION 3.00 BASEMAPPING
3.02 RIGHT-OF-WAY (NEW SECTION)
The Consultant shall prepare a legal description and Record of Survey to record the description and
delineation of the road Right -of -Way for Southcenter Parkway Extension from S 180th Street to S 200th
Street.
Deliverables:
• Right-of-way legal description
• Record of Survey of the Right -of -Way and alignment (Electronic PDF copy and One (1)
18"x24" hard copy stamped by a Professional Land Surveyor licensed in the State of
'Washington.
p:k4aka0000000110000eon\0030c0ntregW03 fatdd-wnbupplement no. 10\southcentcr - supplemental services N 10 2010.0512.doe
DAVID EVANS AND ASSOCIATES, INC. I Scope of Services
Classification
Supplement No. 10
Southcenter Parkway Extension Project
Summary
Hrs. x
Rate = Cost
1 Quality Assurance/Quality Control
2 Project Manager
3 Senior Professional Engineer
4 Professional Engineer
5 Design Engineer
6 CADD Manager
7 Sr. Traffic Engineer
8 Traffic Engineer
9 Sr. Landscape Architect
10 Sr. Landscape Designer
11 Senior Prof Land Surveyor
12 Survey Tech.
13 Survey Crew
14 Administrative Assistance
12
10
28
6
4
4
0
0
0
0
28
40
0
1
$57.75
$57.75
$58.80
$43 05
$31.50
$40 43
$58.80
$43 05
$40 90
$32.24
$50.40
$31.50
$49.35
$28.09
$693
$578
$1,646
$258
$126
$162
$0
$0
$0
$0
$1,411
$1,260
$0
$28
Total Hrs. 133
$6,162
Direct Salary Cost
Overhead Cost @
Net Fee A
Subtotal
174.70% of Direct Labor
30 00% of Direct Labor
$6,162
$10,765
$1,849
$18,776
Direct Non -Salary Cost
a) Deliveries/ Mail
b) Reproduction. Half Size Plans Sets
Full Size Plan Set
Reports
c) Hydraulic Modeling
d) Travel (Personal Miles)
e) Utility Tone Marking (APS)
Subtotal
Subconsultant
R&W
DEA Total to Complete Project
2 Each @
Each @
Each @
Each @
Lump Sum
100 Miles @
$15.00 /Each
$110 00 /Each
$600 00 /Each
$50 00 /Each
$0 500 /Mile
$30 00
$0.00
$0
$0
$50 00
$0 00
$80
$0
$18,856
Page 1
P•\t\TUKA00000001\000000N\0030Contract\0031Add-Ons\Supplement No. 10\Southcenter- Supplemental Services #10 10_0513.xls Printed 5/13/2010
SUPPLEMENT NO. 10
y-.
v
d
CL
C
o E
'y E
C
(/)
K
Wtis
� L
O
1
co
eL
aa)
41)d
d u,
✓ W
t
r
7
0
P:\t\TUKA00000001\000000N\0030Contract\0031Add-Ons\ Supplement No. 10\Southcenter-Supplemental Services #1010_0513.xIsPage 1
O O
H H
I$6,527
$8,884
O
r
t-
to
$3,366
m
c•-)
N
a03
to
$18,856
To
04 fa
0 1--
W
TS
1 B
W 1—
I N
Eti
EA
1 $8,884
4
of
a
CO
vi
EA
CO
oi
IH
0
CA
co
CO
a-
W w e
Q 1- F L
N
O
V
h
s
i
N
N
N
CO
e-
eouelsissy ani;eJjsiu!wpy o t
N
PROJECT TOTALS 12 10 28 6 4 4 28 40 1
r
mei° AemnS o r
i
I
To
goal /Canans p L
v
28 40
-
�
ioAen. ms puei load _lopesH r
N
jeu6isea edeospuei iso -
H
1
aoe goJV edeospuei aS H r
Jeeui6u3 o! eJl o r
F
Jeeui6u3 of Jl JS Fo .c
je6eueW
aavo H L
Jeeui6u3 u6isea o t
i—
Jaaui6u3 Ieuo!ssejoid o t
F0
(1)
<O
MN
leU01SSe;ad JO!Ue5 L
00
,_
0.1004U36u3
rJe6eue j oeoid o
Hf
N
N
Task 3.0 Total 12 4
Revise North Pond Outfall and Pump 14 Headwall
Task 9.0 Total
loiwoa Aliient /eoueinssy /;!Tena o .c
H
Legal Description I 6
Record of Survey 1 6
C
61
0
y
Final PS&E Preparation
Basemapping
T
O
L
O7
O
O
M
N
O
M
Qum CO
1
14.00
19.00
P:\t\TUKA00000001\000000N\0030Contract\0031Add-Ons\ Supplement No. 10\Southcenter-Supplemental Services #1010_0513.xIsPage 1
Washington State
Department of Transportation
04-025(i)
Council Approval 03/15/10
Supplemental Agreement
pp g
Number 9
Organization and Address
David Evans and Associates, Inc.
415 118th Avenue SE
Bellevue, WA 98005
Attn: Scott Soiseth
Phone: 425-519-6590
Original Agreement Number
04-025 ( /
Project Number
84 -RW 37
Execution Date
4/5/2004
Completion Date
5/31/2010
Project Title
Southcenter Parkway Extension Project
New Maximum Amount Payable
$ 1,570,850.00
Description of Work
Additional work required for the preparation of construction documents inicluding plans, specifications, and
estimates (P.S.&E.) for the Southcenter Parkway Extension Project. Work includes the design of additional features
as identified in Exhibit B-2 and project bid, add and award.
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with David Evans and Associates, Inc.
and executed on 4/5/2004 and identified as Agreement No.
04-025
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
Additional work as described in Exhibit 13-2.
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: 5/31/21110
111
Section V, PAYMENT, shall be amended as follows:
Additional payement in the amountof 1221,033 shall he added to the contract (See Exhibit R-2).
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By: Scott R. Soiseth Ayssociate
5oc-t4e
O,lt
Consultant Signature
DOT Form 140-063 EF
Revised 9/2005
By:
City of Tukwila
Total
0
O
o
M
N
M
O)
Q
Vi
$852,304.00
O
0
cc
7
M
ri
r
to
$147,970.00
$1,570,850.00
Supplement #9
0
O
o
0
M
o
43
$122,954.00
0
O
(ri
0
(
cis
0
0
v
64
$221,033.00
Supplement #8
$115,785.00
0
(ri
N
O
669
$25,885.00
00
,ri
n
M
0
o
co
(D
63
Supplement #4-7
(Time Change Only)
(3
C
c0
C
co
C
(0
C
N
C
Supplement #3
$22,383.00
0
0
co.
co
69
$836.00
0
0
ca -
6,
- _ I
$68,648.00
Supplement #2
$150,432.00
0
O0
ad
s-
o
CO
N
69
$16,547.00
0
o
co
U5
(y
$472,297.00
Supplement #1
0
O
co O
(0a
$44,340.00
O
O
43
O
O
CO
43
0
0
(O
Qi
Basic Agreement
O
O
CO
co-
O(n
fR
$183,833.00
$26,133.00
$32,449.00
0
0
N
O
M
69
Direct Salary Cost
Overhead
(including Payroll Additives)
Direct Non -Salary Cost
Fixed Fee
w
0
I—
EXHIBIT B-2
CITY OF TUKWILA ENGINEERING DESIGN SERVICES
SOUTHCENTER PARKWAY EXTENSION PROJECT
SCOPE OF SERVICES
SUPPLEMENT NO. 9
SECTION 1.00 PROJECT DESCRIPTION AND DELIVERABLES
1.01 PROJECT DESCRIPTION
The objective of Supplement No. 9 is to document scope of work changes and to complete construction
documents including plans, specifications, and estimates (PS&E) for the Southcenter Parkway Extension
Project not included in the original contract or Supplements 1 through 8. The following task revisions
are included in Supplement No. 9:
• Establish S 180th Street and S 200th Street right-of-way centerline.
• Establish horizontal and vertical control and additional topographic survey.
• Redesign the King County Metro bus pullouts based on updated design standards.
• Develop access location for new PSE substation.
• Relocate/redesign illumination system to back of curb to eliminate conflict with joint utility
trench.
• Relocate/redesign signal system to eliminate conflict with joint utility trench.
• Develop temporary access to Seattle Tractor.
• Develop and evaluate three additional sites for the sewer lift station.
• Redesign sanitary sewer lift station at new selected site.
• Redesign sanitary sewer trunkline to tie into new sanitary sewer lift station design.
• Additional coordination with Highline Water and LaPianta to develop new waterline design.
• Redesign entire Highline water system.
• Develop temporary construction easement drawing and control sheet for plan set.
• Provide Bid Review and Award Recommendation.
• Develop alternate access drawings for the Gaco/Mitchell Access.
• Prepare overlay design for Southcenter Parkway from S 180`h Street to Minkler Boulevard.
• Prepare overlay design for S 200th Street from the proposed Southcenter Parkway to the
western limits of the waterline design.
• Prepare miscellaneous City exhibits.
• Prepare Temporary Construction Easement Display.
• Develop detour plan.
• Develop building demolition plan and specification
1.02 PROJECT DELIVERABLES FURNISHED BY THE CONSULTANT
Section 1.02 of Supplement No. 8 is revised to the following:
The Consultant shall maintain a project file for pertinent work items. These files will be delivered to the
City at the conclusion of the project. In addition to the project files, the Consultant shall deliver the
following documents and products to the City as part of this agreement:
• Meeting Minutes.
p:\t\tuka00000001\0000con\0030contract\0031add-ons\supplement no 9\southcenter - supplemental services #9 10_0223 doc
DAVID EVANS AND ASSOCIATES, INC. 1 Scope of Services
• Pre -100% PS&E Progress Set to be submitted to WSDOT Local Programs.
• 100% Proof PS&E Contract Plans incorporating the revisions listed above.
• 100% Proof Cost Estimate.
• 100% Proof Special Provisions.
• 100% PS&E Contract Plans.
• 100% Cost Estimate.
• 100% Special Provisions.
• Engineer's Cost Estimate back-up data.
• Updated Hydraulic Report.
• Updated Geotechnical Report.
• Electronic Bid Documents provided to the Builders Exchange.
• Addenda.
SECTION 2.00 PROJECT MANAGEMENT AND QUALITY CONTROL
SECTION 3.00 BASEMAPPING
3.01 BASEMAPPING
Section 3.01 of Supplement No. 8 is supplemented with the following:
S 180th Street and S 200th Street 12/VV Verification
The Consultant shall provide the necessary professional surveying services to perform the field and
office survey necessary to prepare a centerline alignment plan of the new Southcenter Parkway Extension
and ties at S 180th Street and S 200th Street. This phase will include the research of county road plans
and records, record of surveys, and plats; section and road monument field survey ties; plat and Record
of Survey calculations; road alignment computations and resolution; and preparation of a survey map
exhibit to depict the centerline alignment and ties to section lines.
Establish Horizontal -Vertical Control and additional Topographic Survey
The Consultant shall provide the necessary professional surveying services to perform the field and
office survey necessary to develop horizontal and vertical control for the project, develop a horizontal
and vertical control basemap, and perform additional topographic survey at the tie-in to the existing
Southcenter Parkway at Segale Drive C, B -Line Alignment, and C -Line Alignment.
Completed Work
Deliverables: Updated basemap and survey control sheet
SECTION 4.00 DESIGN
4.01 REVISE SOUTHCENTER PARKWAY EXTENSION LAYOUT
Section 4.01 of Supplement No. 8 is supplemented with the following:
At the direction of the City, the Consultant shall revise the design of Southcenter Parkway based on the
following:
• Redesign the King County Metro bus pullouts based on updated design standards.
• Develop access location for new PSE substation.
• Relocate/redesign illumination system to back of curb to eliminate conflict with joint utility
trench.
p\t\tuka00000001\0000con\0030contract\0031add-ons\supplement no. 9\southcenter - supplemental services #9 10_0223.doc
DAVID EVANS AND ASSOCIATES, INC. 2 Scope of Services
• Relocate/redesign signal system to eliminate conflict with joint utility trench.
• Develop temporary access to Seattle Tractor.
• Develop and evaluate three additional sites for the sewer lift station.
• Redesign sanitary sewer lift station at new selected site.
• Redesign sanitary sewer trunkline to tie into new sanitary sewer lift station design.
• Redesign entire Highline water system.
• Develop temporary construction easement drawing and control sheet for plan set.
In addition, the following plan elements required additional staff hours to complete than what was
identified in Supplement No. 8. These items include:
• Roadway Plan and Profiles at Segale Park Drive C, B -Line, and C -Line due to updated
topographic survey information.
• Channelization Plans.
• TESC plan preparation based on information provided by LaPianta.
• Storm Drainage Plan and Profiles.
• Landscaping and Irrigation Plans.
• Stream E mitigation Plans.
• Electrical design for sanitary sewer lift station.
Deliverables: 100% Proof Plans (10 copies, half-size 11" x 17")
100% Proof Contract Special Provisions (10 hard copies)
100% Proof Engineer's Estimate (3 hard copies)
4.03 ASSISTANCE DURING BID PERIOD
Section 4.03 of Supplement No. 8 is revised to the following:
The Consultant shall provide assistance during the ad period for construction bids consisting of attending
a pre -construction meeting, assisting the City in responding to bidder questions, and preparing addenda.
It is assumed that 112 hours total will be required to prepare the addenda.
4.04 BID REVIEW (NEW SECTION)
The Consultant shall review the proposal of the apparent low bidder and check references to assist the
City in awarding the Contract. The Consultant shall attend the bid opening, prepare a bid tabulation,
review the unit bid costs in the proposal, compare them with unit costs of other bidders, and note whether
any major discrepancies are present. The Consultant shall call the references listed on the apparent low
bidder's "Responsible Bidder Determination Form". The Consultant shall prepare a list of questions to
ask the references and shall document their responses. The responses shall be sent to the City for their
review.
The Consultant shall prepare an award letter of recommendation to award a contract to the lowest
responsible bidder.
Deliverables:
• Bid Tabulation
• Reference Check Forms
• Letter of recommendation to award bid
p \t\tuka00000001\0000con\0030contract\0031add-ons\supplement no. 9\southcenter - supplemental services #9 10_0223.doc
DAVID EVANS AND ASSOCIATES, INC. 3 Scope of Services
SECTION 9.00 MISCELLANEOUS DESIGN SERVICES
The CONSULTANT shall provide miscellaneous work to support other design elements of the project.
The following miscellaneous design work included in Supplement No. 9 includes:
A. Develop alternate access drawings for the Gaco/Mitchell Access.
B. Prepare overlay design for Southcenter Parkway from S 180th Street to Minkler Boulevard.
Prepare overlay design for S 200th Street from the proposed Southcenter Parkway to the
western limits of the waterline design.
C. Prepare miscellaneous City exhibits (32 hours maximum).
D. Prepare Temporary Construction Easement Display.
E. Develop detour plan.
F. Develop Building Demolition Plan and Specification.
p.\t\tuka00000001\0000con\0030contract\0031add-ons\supplement no 9\southcenter - supplemental services 99 10_0223 doc
DAVID EVANS AND ASSOCIATES, INC. 4 Scope of Services
Classification
Supplement No. 9
Southcenter Parkway Extension Project
Summary
Hrs. x
Rate = Cost
1 Quality Assurance/Quality Control
2 Project Manager
3 Senior Professional Engineer
4 Professional Engineer
5 Design Engineer
6 CADD Manager
7 Sr. Traffic Engineer
8 Traffic Engineer
9 Sr. Landscape Architect
10 Sr. Landscape Designer
11 Senior Prof. Land Surveyor
12 Survey Tech.
13 Survey Crew
14 Administrative Assistance
22
67
325
160
316
320
54
32
25
36
32
70
64
94
$57.75
$57.75
$58.80
$43.05
$31.50
$40.43
$58.80
$43.05
$40.90
$32.24
$50.40
$31.50
$49.35
$28.09
$1,270.50
$3,869.25
$19,110.00
$6,888.00
$9,954.00
$12,936.00
$3,175.20
$1,377.60
$1,022.44
$1,160.46
$1,612.80
$2,205.00
$3,158.40
$2,640.23
Total Hrs. 1617
$70,380
Direct Salary Cost
Subtotal
Overhead Cost @
Net Fee (�
Subtotal
174.70% of Direct Labor
30.00% of Direct Labor
$70,380
$70,380
$122,954
$21,114
$214,448
Direct Non -Salary Cost
a) Deliveries/ Mail
b) Reproduction: Half Size Plans Sets
Full Size Plan Set
Reports
c) Hydraulic Modeling
d) Travel (Personal Miles)
e) Utility Tone Marking (APS)
Subtotal
Subconsultant
R&W
DEA Total to Complete Project
5 Each @
15 Each @
1 Each @
15 Each @
Lump Sum
200 Miles @ $0.550 /Mile
$15.00 /Each
$110.00 /Each
$600.00 /Each
$50.00 /Each
$75.00
$1,650.00
$600
$750
$1,000
$110.00
$0.00
$4,185
$2,400
$221,033
Page 1
P:\t\TUKA0000000110000C0N\0030Contract\0031 Add-Ons\Supplement No. 9\Southcenter- Supplemental Services #9 10_0223_revised3.xls Printed 2/24/2010
SUPPLEMENT NO. 9
V
d
L
a
c
o f
'N E
C
d �
W o
{ C
L �
RS
CI -
CL -a
L �
C
d co
✓ W
0
Cn
0
N
N
N
P:\t\TUKA00000001 \000000N\0030Contract\0031 Add-Ons\Su pplement No. 9\Southcente
To
a'A
~
N
69
I $17,881 J
co
c
e1
H
O
cn
o
63
(o
��
N'
_
6!.631
$33,945
$35,570
$4,320
C)
���
� w
Z,-,,, 6 1
$9,617
$2,228
$1,605
$6,464
AO
V 3f5O
W _
:°
123 �,
Q
W
CI
`n
(ON
b9
m
co
fR
o
O
d>
rn
0
Z-0963
m
N -N
(7,63
$33,945
$35,570
o
O
co
'-
E9
m r...
W O
N O
69 fA
CO
N
N
N
63
n
O
O
63
I$6,464
WV�3
0 2 c
O)
N 0
N O
N
n
N
O
N
(D
O
(0
N
0 O,--
N -N
r
Q)
eoue;sissyangeJ;s!uiWpy 0 ,0
h
N
v
.a
Maio B(an)ns g
t0
CO
v
*goal atuns q
.9
o
N
Jo(anins puel •;ad Joivas o
0
0
g
Jau6isaa adeospuel •Js
O
o
n
;oa;iyany adeospuel '-s o
1
N
CO
Jaaw6u3 oeil g 4
Jeaui6u3 o11JeJ± "Js oco
co
-
4
m
N
N
Ja6eueW aayo O
o (on
o
Jaaui6u3 u6isaa o-2
1 1 1 1 I
Task 3.0 Total 10 3 4
I _ 1--- 1 1
m
Jaaw6u3 Ieuoissa;a)d a ul
i--
N.V
W
10
N
N
�aaui6u3 leuoissa;a(d �u
o aS o
-
IN
a
N
Ja6eueW;oafard 05 k -
V
N
CO
Ioi;uoo Al!IenO/aoueinssy g!Iena d k
Design
Revise Southcenter Parkway Extension Layout
Bike Lane Elimination
September 2009 90% Comment Resolution
100% Proof Plans Preparation
Roadway plans/profiles
Segale Drive C HorizontalNertical Realignment
Station 118+50 intersection realignment
Channelization and signing plans
TESC Plans/Details
Miscellaneous details
Storm drainage plans and details
Stream E Conveyance Plan/Profile
Retaining Wall
Water/Sewer plans
Sanitary Lift Station
PRV plans
Intersection plans
Signal design
Steam E Enhancement plans
Right-of-way plan
l Illumination design
j Landscape plans and details
1 Irrigation plans and details
Dry utilities
Engineer's estimate / quantities
Specifications
Design submittal production
Final PS&E Preparation
Basemapping
Basemapping
S. 180th to Minkler Field Walk
On-call surveying
S 180th Street and S 200th Street R/W Centerline
Establish Horz-Vert Control - Additional Topo
3.00
3.01
A
03 0
0
o
o
4
,_ a
O
v
m 0
I
0
N
N
N
P:\t\TUKA00000001 \000000N\0030Contract\0031 Add-Ons\Su pplement No. 9\Southcente
SUPPLEMENT NO. 9
as
E
E
O
t
0
2
m
0
0
0)
CQ
E
N
P:\t\TUKA00000001 \000000N\003DContract\0031Add-Ons\Supplement No. Mout
mN
o 04
1—.1^-
CO
vcoN
69V
O
69
(0
O -
a,
N AD
69
0) 0)I N-
coCo;o
�I�'��i
O N.
rod m
$1,867
$23,706
CO
ar�
»
0
emir
re yF 0 64
w
0
he
SO
w
o a
1"' Q 41
w F'
0
$1,421
$2,662
o
N
�_
69
CG
O PM..
^ co
N
fA r
�/}
00) 00)
CO CO
X669
O. 0
O CO
to 66.9
f` CO
0
69
u,M
r =
M
W
$4,185
CMD
Okf
N
V!
L0
0
0N) N
0) LO
m C,
0
r
aoue;sissy ay;eJ;siuiwpy p
co
—
N
N
PROJECT TOTALS 22 67 325 160 316 320 54 32 25 36 32 70 64 94
Mai° Aetuns p L'
co
to
.yoal Aanms a
Jo,aMns pue1 ';ad Joivas 0
Jeu6ise j edeospuei .iso 2
;oa;iyay edeospuei 'is ..g
8 40 1-1 1 1
54 295 100 312 260 54 32 "
m
J
Jaeui6u3 °}wail a
Jeau0u3 oweJ_ 'JS
m
m N
v ao
0
m
J06eueW GCVO
Jeaui6u3 u6isao ov
F-
m
`
`O CO
c°
Jaeu!6u3 leuo!ssa;ad ct 2v
N
m
CO
N
v CO
Fm
Cn
Ja01.16U3 IOUO1SSa;ad JO!u9S g t
v v
N
o
v v
co
Ja6eueW;°Clad
v
v
104uoo AAleno,e ueJnssy A mIenb o 1
0
a;
Y
1 Expenses'
Gaco/Mitchell Driveway Alternatives
SSP/200th and 180th Overlay
!Prepare Miscellaneous City Exhibits
Prepare Temporary Construction Easement Display
!Prepare Detour Plan Sheet (1 Sheet)
Prepare Building Demolition Plan and Specification
Assistance During Bid Period
Pre -construction meeting
Responding to bidders questions
Addenda
Bid Review
4.03
< 03
C
4.04
Q
9.00
< CO
0 0
w w
P:\t\TUKA00000001 \000000N\003DContract\0031Add-Ons\Supplement No. Mout
ateilk
ill—hingLon Slate
P7A DeparlmCnl of Trdnsporltjlion
04-025(h)
Council Approval 10/5/09
Supplemental Agreement
pp g
Number 8
Organization and Address
David Evans and Associates, Inc.
415 118th Avenue SE
Bellevue, WA 98005
Attn: Scott Soiseth
Phone: 425-519-6590
Original Agreement Number
04-025 C h>
Project Number
84 -RW 37
Execution Date
4/5/2004
Completion Date
3/31/2010
Project Title
Southcenter Parkway Extension Project
New Maximum Amount Payable
$ 1,349,817.00
Description of Work
Preparation of construction documents inicluding plans, specifications, and estimates (P.S.&E.) for the Southcenter
Parkway Extension Project. Work includes the design of additional features as identified in Exhibit B-2 and project
bidding.
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with David Evans and Associates, Inc.
and executed on 4/5/2004 and identified as Agreement No.
04-025
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
Additional work as described in Exhibit B-2.
1
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: No Change
111
Section V, PAYMENT, shall be amended as follows:
Additional payement in the amount of $378,680.00 shall be added to the contract (See Exhibit B-2). Overhead rate
has changed to 174.70% (See Exhibit D-2).
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and ret n to this office for final action.
l453O.
By: Scott B. Soiseth, Associate
Consultant Signature
DOT Form 140-063 EF
Revised 9/2005
By: City of Tukwila
moi...
Approving Aut , . - • ignature
Date
/ j7 cr 2 / C,//V4c�s
Exhibit "A"
Summary of Payments
Total
$422,850.00
0
0
co
N
W
0
o
va
n
n
$126,856.00
0
n
m
of
M
W
Supplement #8
$115,785.00
0
N
01.
0
01
$25,885.00
0 O
h
r
A
69.
co
CO-
w
Supplement #7
(Time Change Only)
C
e/u
NC
N
C
Supplement #6
(Thine Change Only)
N
C
N
N
C
Supplement #5
(Time Change Only)
n/a
-5-2.
c m
c m
c a
Supplement #4
(Time Change Only)
m
c
c m
c m
c A
n/a
Supplement #3
$22,383.00
$38,714.00
$836.00
0
O
ry
n
N
0
V
a
W
Supplement #2
$150,432.00
O
O
m
co
O
te
$16,547.00
0
O
O
a
vj
$472,297.00
Supplement #1
O
o
01 to
$44,340.00
O
o
(0
4,
O
01
W
4
0
N
<0
W
Basic Agreement
O
O
b9
O
m
CO
fA
0
(
N
EA
$32,449.00
O
N
LO
CA
IA
U
1
Overhead
(including Payroll Additives)
Direct Non -Salary Cost
Fixed Fee
Total
EXHIBIT B-2
CITY OF TUKWILA ENGINEERING DESIGN SERVICES
SOUTHCENTER PARKWAY EXTENSION PROJECT
SCOPE OF SERVICES
SUPPLEMENT NO. 8
SECTION 1.00 PROJECT DESCRIPTION AND DELIVERABLES
1.01 PROJECT DESCRIPTION
The objective of Supplement No. 8 is to document scope of work changes and to complete construction
documents including plans, specifications, and estimates (PS&E) for the Southcenter Parkway Extension
Project. In February 2006, a 90 percent PS&E package was delivered by the Consultant to the City of
Tukwila (City), and 90 percent comments by the City were given to the Consultant. The project was
placed on hold by the City in April 2006. In June 2009, the City contacted the Consultant to restart the
design and finalize the construction documents.
Prior to the 90 percent deliverable, the City requested that the Consultant incorporate design revisions
into the documents. These revisions, referred to as "Pre -ninety City," are as follows:
• Add three new traffic signals.
• Add four driveway intersections.
• Add a new drainage system that will connect the outfall from the north pond to Pump Station 17.
• Add five -foot -wide bike lanes to both sides of Southcenter Parkway along the full length of the
project.
• Realign the intersection of South 178th Street to intersect with Southcenter Parkway at a
90 degree angle.
• Create a right-of-way plan for the new Southcenter Parkway and South 178th Street alignment.
• Revise the roadway section, earthwork model, and channelization layout for South 178th Street.
Also prior to the 90 percent submittal, the Consultant incorporated, with the City's approval, revisions
requested by the Tukwila South Project. These revisions, referred to as "Pre -ninety South," are as
follows:
• Add six bus pullouts along Southcenter Parkway.
• Realign Southcenter Parkway around the existing wetland near Station (Sta.) 166+00 (wetland
#1).
• Add new traffic signals at Sta.149+20, Sta.159+50, and the South 200th Street intersection.
• Add six new intersections on Southcenter Parkway as shown by La Pianta.
• Add five Pressure Reducing Valve (PRV) stations for the Highline Water District watermain
extension.
• Revise the illumination system from median lighting to behind -the -sidewalk lighting.
• Revise the landscape/illumination plan to reflect the new median layout.
• Revise the channelization plans to reflect the new median layout and turn pockets.
p:\t\tuka00000001\0000con\0030contract\0031add-ons\supplemcnt no. 8 (not approved)\southcenter - supplemental services #8 09_09-23.doc
DAVID EVANS AND ASSOCIATES, INC. 1 Scope of Services
• Extend the storm drainage system along South 180th Street from Southcenter Parkway to the
P-17 Pump Station.
• Conduct detailed analysis to provide local access to Mitchell Moving and Storage and Gaco.
The Pre -ninety City and Pre -ninety South revisions have been completed by the Consultant and were
incorporated into the 90 percent deliverable. A preliminary scope of services was agreed upon, but a
contract change order was not executed. The existing authorized budget was used to complete these
revisions.
One item that was included in the Pre -ninety South revisions but the Consultant has not performed the
work for was designing Stream E enhancement plans for the area west of the roadway from
approximately Sta. 129+00 to Sta. 139+00. This work will be completed by the Consultant as the final
documents are prepared.
Additional revisions were requested by the City as part of the 90 percent comments. These revisions,
referred to as "Post -ninety City," are as follows:
1) Eliminate the realignment of South 178th Street.
2) Analyze the impacts of raising the maximum water elevation of the La Pianta south pond (south
of South 200th Street) to 29 feet.
3) Eliminate the bike lanes on Southcenter Parkway along the full length of the project.
4) Develop conceptual pond layouts for two (north and south) detention/water quality ponds.
Of these revisions, the Consultant has only completed the elimination of the South 178th Street
realignment and the development of the conceptual pond layouts, and began but did not finish the
analysis of raising the south pond water elevation to 29 feet. Again, these items were performed under
the existing budget, but a contract change order was not executed.
In June 2009, La Pianta and the City signed a developer agreement that provided design guidance for the
completion of PS&E package. These revisions, referred to as "2009 Agreement," are as follows and
require additional budget:
• Maintain the 90 percent design with the exception of eliminating the bike lane.
• Coordinate with PSE on the design of electrical and gas lines.
As discussed in a meeting with the City, La Pianta, and the Consultant, the following are design and task
items (requiring additional budget) that are needed to finalize the PS&E package:
• Design a piped stormwater conveyance system to convey Stream E from approximately
Sta. 114+40, 190' LT to approximately Sta. 130+00. The piped system shall be located behind
the proposed sidewalk on the west side of the road. It is assumed that this portion of Stream E is
not required to be fish passable.
• Redesign a portion of the Highline Water System due to the elimination of the South 178th Street
realignment.
• Coordinate design of a joint utility trench (dry utilities) with Puget Sound Energy along the new
construction of Southcenter Parkway. The Consultant shall check for utility conflicts with the
joint utility trench.
• Revise approximately 1600 if of roadway profile from Sta. 168+00 to Sta. 184+00 based on
backwater conditions for the maximum seven-day holding volume elevation of 29 feet for the
south pond.
• Design the realignment of the Sta 118+50 and Segale Drive C intersections per La Pianta's
90 percent review comments dated September 2009.
p:\t\tuka00000001\0000con\0030contract\0031add-ons\supplement no. 8 (not approved)\southcenter - supplemental services #8 09_09-23.doc
DAVID EVANS AND ASSOCIATES, INC. 2 Scope of Services
• Provide 9 additional stormwater, 7 additional sanitary, and 11 additional water stubouts as
described in La Pianta's 90 percent review comments dated September 2009
• Update the cost estimate.
• Update the special provisions to encompass revisions made by the new "2008 Standard
Specifications for Road, Bridge, and Municipal Construction."
In the preparation of this supplement, the Consultant has made the following assumptions:
• Assuming La Pianta will obtain all required permits prior to the Ad date, the roadway profile
over the existing levee near Sta. 169+50 will not be raised. If revision to the roadway profile is
required, a new contract supplement will be required.
• The Consultant shall not design any stormwater ponds. La Pianta will provide regional
stormwater ponds for the use of the Southcenter Parkway Extension project. The Consultant will
design a conveyance system to the regional ponds as part of this supplement. If the Consultant is
required to design any stormwater ponds, a contract supplement will be required.
• La Pianta will remove all existing structures, buildings, and all salvageable items identified in
La Pianta's comments dated September 2009 prior to the Ad date. La Pianta shall also cap all
utilities during the demo operation. La Pianta shall also decommission the existing water well
located at approximate station 156+77 17' RT. If necessary, La Pianta will remove all hazardous
material within the proposed roadway limits. If the City is responsible for any items identified
above, a new contract supplement will be required.
• The Consultant shall provide design plans to remove all asphalt, foundations and abandoned
utilities/conduits within the proposed roadway right-of-way.
• From Sta. 139+00 to Sta. 151+00, the existing Stream E ditch will be filled. If necessary,
La Pianta will provide a new conveyance system for Stream E.
• La Pianta is preparing the NPDES permit for the Tukwila South Project, including Southcenter
Parkway. The Consultant shall provide Southcenter Parkway design information to La Pianta for
the NPDES permit.
• For stormwater runoff during construction, La Pianta will design and construct all temporary
erosion control ponds and conveyance systems for the project. La Pianta will provide the City
and Consultant the location of these ponds. The Consultant shall design the conveyance system
to the TESC ponds. Prior to the TESC ponds being constructed, the consultant shall design a
TESC system that directs water off of the proposed road construction to the low spots provided
by La Pianta. This initial TESC system will be referred to as Phase 1 on the plans. The Phase 2
TESC system to be design by the Consultant shall direct water off of the proposed road
construction and convey it to the TESC ponds constructed by La Pianta. It is assumed the TESC
ponds constructed by La Pianta will be available for use by October 1, 2010.
• The south basin conveyance system will not be upsized for temporary pumping of north basin
stormwater to the south pond.
• La Pianta will design a temporary stormwater conveyance system from the north basin to the
south pond, including all force main crossings under Southcenter Parkway.
• At the future South 178th Street intersection location, no curb radii on the west side of
Southcenter Parkway will be designed. Future conduit for the west approach will be installed.
• There are no changes to the existing locations of water, sanitary sewer, and stormwater stub -outs.
• Confirmation is required from all parties, i.e. City, KPFF, and the Consultant, that the backwater
elevation of 29 feet shall be used for the south regional pond.
p:\t\tuka00000001\0000con\0030contract\0031add-ons\supplement no. 8 (not approved)\southcenter - supplemental services #8 09_09-23.doc
DAVID EVANS AND ASSOCIATES, INC. 3 Scope of Services
• The City will provide the driveway location needed for a future fire station.
• La Pianta will provide the location for the driveway cut to the Schoenbachler property.
• PSE will design the utility joint trench to include electrical, gas, and telecommunications lines.
The utility trench shall be located on the back side of the sidewalk on the east side of Southcenter
Parkway.
• La Pianta will construct the joint utility trench.
• The City shall provide direction to the Consultant as to whether the water line work north of
S 180th Street to Minkler Blvd. is to remain in the contract documents.
1.02 PROJECT DELIVERABLES FURNISHED BY THE CONSULTANT
The Consultant shall maintain a project file for pertinent work items. These files will be delivered to the
City at the conclusion of the project. In addition to the project files, the Consultant shall deliver the
following documents and products to the City as part of this agreement:
• Meeting Minutes.
• 90 percent PS&E contract plans incorporating the revisions listed above.
• Revised 90 percent cost estimate.
• Revised 90 percent special provisions.
• 100 percent PS&E contract plans.
• 100 percent cost estimate.
• 100 percent special provisions.
• Engineer's cost estimate back-up data.
• Updated Hydraulic Report.
• Updated Geotechnical Report.
• Electronic bid documents provided to the Builders Exchange.
• Addenda.
1.03 ITEMS FURNISHED BY THE CITY
• All information on the regional stormwater ponds' locations, design, layout, details, and
hydraulic modeling.
• All information on temporary erosion control ponds.
• All available "As -Built" information for utilities and roadways for the storm drainage
extension on South 180th Street.
• All updated Tukwila South Project CADD files developed by La Pianta.
SECTION 2.00 PROJECT MANAGEMENT AND QUALITY CONTROL
2.01 PROJECT MANAGEMENT
Direction of the Consultant staff and review of their work over the course of the project shall be
provided. This work element includes coordinating with the City and in-house staff, attending progress
meetings, and planning work items.
Periodic monitoring of the Consultant's design budget will occur over the course of the project. Current
status, as well as budget projections, will be developed. This work element is intended to help monitor
costs and budgets, and to propose corrective actions. These actions could include formal requests for
scope modifications and respective budget adjustments.
Drawings and documents received and generated over the course of the project will require review,
coordination, and file management to be completed by the Consultant.
p:\t\tuka00000001\0000con\0030contract\0031add-ons\supplement no. 8 (not approved)\southcenter - supplemental services #8 09_09-23.doc
DAVID EVANS AND ASSOCIATES, INC. 4 Scope of Services
It is assumed that the contract duration to complete the design work is October 2009 through February
2010, or a five-month duration.
Deliverables: None
2.02 COORDINATION MEETINGS
This work element provides for the preparation for, attendance at, and documentation of meetings for the
duration of the contract. These meetings shall be the forums for the City to provide input and guidance
for the duration of the project. They will also be used to discuss project issues, approve submittals, and
develop potential solutions. It is assumed that there will be 14 meetings total with each meeting lasting
five (5) hours (includes driving, meeting, and minutes preparation).
The Consultant shall prepare for, attend, and document up to two (2) coordination meetings with the City
for the revised storm model and the review of the revised 90 percent plans. The meetings will be held at
the City offices. The Consultant shall prepare and distribute meeting minutes to all meeting participants
and the City within ten (10) working days following the meeting.
Deliverables: Meeting Minutes
2.03 QUALITY CONTROL/QUALITY ASSURANCE REVIEW
This task is for QC/QA review of the Consultant's deliverables by a designated QC/QA staff member.
The review shall cover documents, reports, plans, specifications, cost estimates, and pertinent
information on an ongoing basis. The QC/QA program entails the periodic review of study criteria,
design, assumptions, concepts, and presentation of product format, and assures that the overall project
objectives are being fulfilled.
The City will provide additional quality review. This will be coordinated with the Consultant Project
Manager and pertinent staff members. Support groups within the City will review and provide direction
on pertinent work items, and will coordinate with the Consultant Project Manager and pertinent staff
members.
Deliverables: None
SECTION 3.00 BASEMAPPING
3.01 BASEMAPPING
Completed Work
As part of the "Pre -ninety South" Project comments, additional basemapping was required for the design
of the storm drainage extension along South 180th Street from Southcenter Parkway to the P-17 Pump
Station. Also, survey crews were sent to locate geotechnical borings and to locate and survey the
waterline on Orillia Road. As of September 2009, the Consultant has completed this work.
New Work
In order to complete the design, some additional survey is needed. Due to new building construction in
recent years, a field walk from South 180th Street to Minkler Road shall be conducted to identify if any
new water or sewer services have been installed. The Consultant shall look for pavement patches in the
existing pavements. Underground locate service will not be contacted.
An on-call survey budget shall be created for miscellaneous pick-up information. It is assumed that three
days of field time and three days of office time are needed. Included in the three days of field time is one
day for geotechnical boreholes (see Section 8.00 Geotechnical) pick-ups.
p:\t\tuka00000001\0000con\0030contract\0031add-ons\supplement no. 8 (not approved)\southcenter - supplemental services #8 09_09-23.doc
DAVID EVANS AND ASSOCIATES, INC. 5 Scope of Services
Deliverables: Updated Basemap
SECTION 4.00 DESIGN
4.01 REVISE SOUTHCENTER PARKWAY EXTENSION LAYOUT
At the direction of the City, the bike lanes are to be eliminated from Southcenter Parkway. It is assumed
that the current 90 percent plans will be revised to reflect the changes, and that a new set of revised
90 percent plans and a cost estimate will be submitted to the City for their review and comments. A
portion of the budget to bring the plans from 90 percent to 100 percent completion is accounted for the in
the original contract and in Supplements 1 through 7.
The Consultant shall revise the design of Southcenter Parkway based on: removing the bike lanes; if
required, raising the roadway profile due to the maximum water elevation of 29 feet for the south
regional pond; the new Stream E conveyance; the revised temporary erosion/sediment control design and
90% comments received from La Pianta dated September 2009. Impacts to the plans include the
following:
• Revise typical sections.
• Revise earthwork model and develop new cut/fill lines.
• Revise TESC plans to show new cut/fill lines, inlet protection, plastic covering limits, and other
BMPs to direct stormwater to the TESC ponds provided by La Pianta.
• Revise plan/profiles by relocating curbs, gutters, and sidewalks.
• Revise plan/profiles to show new roadway and storm drainage profile, and new pipe sizes, rim,
and invert elevations.
• Relocate tree pits and rehatch the sidewalk.
• Revise all drainage structure locations and inverts in plans and profiles.
• Revise curb return geometry.
• Revise horizontal and vertical alignment of Segale Drive C and the Sta. 118+50 intersections.
• Revise callouts.
• Revise drainage profiles to reflect new offsets and elevations.
• Completely revise curb staking plans to reflect new geometry and elevations.
• Revise wall plan/profile to reflect new horizontal and vertical location.
• It is assumed that the sanitary sewer plans from South 180th Street to Minkler Boulevard would
not be affected by eliminating the bike lanes. South of 180th Street, it is assumed that the main
truck line will have no revisions but there will be revisions to the stub -out offsets.
• Revise channelization plans by removing bike lane striping callouts and revising crosswalk
locations and callouts.
• Revise water plans to show new hydrant and stub -out locations.
• Revise sanitary sewer plans to show new stub -out locations.
• Revise traffic signal plans to reflect new curb and crosswalk locations.
• Revise illumination plans to reflect new locations for all luminaire poles, junction boxes, and
conduits.
• Revise landscape plans to show new tree pit locations.
p:\t\tuka00000001\0000con\0030contract\0031add-ons\supplement no. 8 (not approved)\southcenter - supplemental services #8 09_09-23.doc
DAVID EVANS AND ASSOCIATES, INC. 6 Scope of Services
• Revise irrigation plans to reflect new tree pit locations.
• Revise sanitary sewer and water plans.
• Develop Stream E enhancement plans.
It is assumed that there will be minor revisions to the preloading and pump station plans.
The Consultant shall develop a utility conflict plan for the revised plans, and shall relocate utilities as
necessary to eliminate conflicts.
The Consultant shall coordinate with the utility companies in the designs and locations of fiber,
telephone, and cable TV lines. The utility companies will provide the Consultant with the locations of
vaults, and the sizes and numbers of conduits required. The Consultant shall coordinate the designs of
roadway and utility companies. The Consultant shall show the vaults, conduits, and joint trench locations
in the PS&E documents.
The Consultant shall revise and update the engineer's cost estimate. This work shall include updating all
bid item quantities and unit costs.
The Consultant shall rewrite and update the contract special provisions. Since the last time the
Consultant prepared the special provisions, a new Standard Specifications book was released by
WSDOT. The Consultant shall utilize the 2008 version of the Standard Specifications.
Deliverables: 90 Percent Plans (10 copies, half-size 11" x 17")
90 Percent Contract Special Provisions (10 hard copies)
90 Percent Engineer's Estimate (10 hard copies)
4.02 PREPARE FINAL CONTRACT DOCUMENTS (100 PERCENT COMPLETION)
The Consultant shall prepare final contract documents in accordance with the City's review comments
from the final design coordination meeting and in accordance with regulatory agency permit conditions.
The following work shall be completed as part of the final contract document preparation:
• Plan modifications and/or revisions in response to City review comments from the final
design coordination meeting.
• Final design of project elements.
• Special provisions.
• Final quantities and construction cost estimate.
• Final set of signed and reproducible construction contract documents.
The Consultant shall assemble all plan sheets, the general and special provisions, the engineer's estimate,
and associated documentation for submittal as an Ad Ready PS&E package. Upon approval by the City,
the Consultant shall upload electronically the contract documents, signed plan sheets, and special
provisions to the Builders Exchange website.
Deliverables: One set of Signed Full -Size Plans on bond paper
One set of Signed Half -Size Plans on bond paper
One set of Contract Special Provisions
One hard copy of Engineer's Cost Estimate
One hard copy of engineer's cost estimate back-up data
Contract Documents posted electronically to the Builders Exchange
4.03 ASSISTANCE DURING BID PERIOD
The Consultant shall provide assistance during the ad period for construction bids consisting of attending
a pre -construction meeting, assisting the City in responding to bidder questions, and preparing addenda.
It is assumed that three addenda shall be prepared, taking up to eight hours for each addendum.
p:\t\tuka00000001\0000con\0030contract\003Iadd-ons\supplement no. 8 (not approved)\southcenter - supplemental services #8 09_09-23.doc
DAVID EVANS AND ASSOCIATES, INC. 7 Scope of Services
Deliverables: Addenda
SECTION 5.00 HYDRAULICS
There are two stormwater discharge ponds for this project that will be designed and constructed by
La Pianta. The Southcenter Parkway Extension project will outfall to these ponds.
The Consultant shall conduct the hydraulic analysis for the south area using a backwater elevation of
29 feet.
The Consultant shall confirm the hydraulic analysis for the north pond outfall along South 180th Street to
Pump Station 17.
The Consultant shall design a new piped conveyance system for Steam E from approximately
Sta. 114+50, 190' LT to Sta. 130+00. It is assumed that the crossing will be located in the same location
as the existing.
The Consultant shall finalize the analysis using the outfall elevation to reflect the new storm layout for
the 90 percent submittal, and incorporate that information into the Hydraulic Report.
The Consultant shall revise the storm drainage model of the conveyance system according to the plan
changes noted above. The level of effort for plan revisions is included in Section 4.00.
The Consultant shall update and finalize the hydraulic report.
Deliverables: South Hydraulic Model verification
North Hydraulic Model (Pump P-17)
Hydraulic Report (Draft and Final)
SECTION 6.00 COORDINATION
The Consultant shall coordinate with King County METRO to determine design parameters for the bus
pullouts. A meeting with METRO shall be held to verify the current design and determine if new design
standards have been implemented.
The Consultant shall coordinate with two local businesses - Mitchell Moving and Storage, and Gaco - to
discuss maintaining access from Southcenter Parkway. Two meetings have been held with each business.
However, another meeting with Mitchell Moving and Storage and Gaco shall be held to verify the current
design.
Three additional Highline Water District meetings will be required. One meeting will be to re -start the
design and to discuss waterline revisions due to the elimination of the South 178th Street realignment.
The other meeting is to discuss the 90 percent design comments. It is assumed that these meetings will be
held at the Highline Water District in Kent.
The Consultant shall coordinate with the following utility companies: Qwest and Comcast. The
Consultant shall coordinate and incorporate vault and conduit requirements into the PS&E package. It is
anticipated that three meetings shall be held. It is assumed that independent meetings with each utility
company are not needed.
The Consultant shall coordinate and provide information to PSE in order to facilitate the design of
electrical and gas lines. It is anticipated that three meetings shall be held.
p:\t\tuka00000001\0000con\0030contract\0031 add-ons\supplement no. 8 (not approved)\southcentcr - supplemental services 118 09_09-23.doc
DAVID EVANS AND ASSOCIATES, INC. 8 Scope of Services
Additional coordination with KPFF and Anchor by the Consultant may be required throughout the
project duration. Budget required for additional coordination will be authorized by the City under a
separate notice to proceed.
Deliverables: Meeting Minutes
SECTION 7.00 ENVIRONMENTAL UPDATE
All of the environmental documentation for the City's portion of the work has been completed. A
"No Effect Determination" letter was prepared in July 2006. The Local Agency Environmental
Classification Summary was signed by FHWA in August 2007.
However, an update to these documents will be prepared to address recent -release ESA -listed species,
critical habitats, and the revised stormwater system.
Deliverables: Updated "No Effect Determination" Letter
Updated Local Agency Environmental Classification Summary Document
SECTION 8.00 GEOTECHNICAL
Due to the changes listed above to the Southcenter Parkway Extension Project, additional geotechnical
exploration is required. This field investigation will provide supporting documentation for the Stream E
culvert crossing and levee crossing. The following items will be included in this scope of work:
1. Review existing data and new design information to plan a supplemental subsurface exploration
program.
2. Conduct a site reconnaissance to determine boring and test pit locations, plan the field
exploration program, and coordinate the field activities.
3. Drill three borings ranging from 20 to 40 feet deep:
a. Two 20 -foot borings at the culvert (Stream E) crossing.
b. One 20 -foot boring at the roadway alignment and levee crossing.
A full-time observation by the Consultant engineering geologist will be provided for each boring.
Standard Penetration Test samples will be obtained at 21/2- to 5 -foot intervals; if soft soils are
encountered, thin-walled (Shelby) tube samples will be obtained. The boreholes will be
backfilled at the completion of exploration. Please note that our proposed scope of services does
not include analyzing for the presence or absence of soil or groundwater contaminants.
4. Conduct selected laboratory testing to determine index properties of the on-site soils, including
moisture content, grain size analysis, and Atterberg limits.
5. Perform additional engineering analysis and prepare recommendations for design and
construction. Work items included are as follows:
a. Evaluation of the impacts of the roadway construction on the existing levee at about
Sta. 171+00.
b. Evaluation and design recommendations for Stream E culvert crossing.
p:\t\tuka00000001\0000con\0030contract\0031add-ons\supplement no. 8 (not approvcd)\southcenter - supplemental services #8 09_09-23.doc
DAVID EVANS AND ASSOCIATES, INC. 9 Scope of Services
6. Prepare and submit a draft geotechnical report.
7. Review PS&E plans and specifications.
8. Finalize the draft report based on the comments and submit a final geotechnical report for the
project.
The following assumptions were made in preparing this scope:
1. Right -of -entry and permits will be obtained and provided by the City.
2. Drill cuttings will be disposed of on-site.
3. Drill cuttings are assumed to be "clean," with no drumming or special handling required.
4. Mobilization and drilling can be accomplished during normal daylight work hours.
Deliverables: Updated Draft Geotechnical Report
Final Geotechnical Report
p:\t\tuka00000001\0000con\0030contract\0031add-ons\supplement no. 8 (not approved)\southcenter - supplemental services 48 09_09-23.doc
DAVID EVANS AND ASSOCIATES, INC. 10 Scope of Services
Supplement No. 8
Southcenter Parkway Extension Project
Summary
Classification Hrs. x Rate = Cost
1 Quality Assurance/Quality Control 80 $57.75 $4,620.00
2 Project Manager 507 $57.75 $29,279.25
3 Senior Professional Engineer 620 $58.80 $36,456.00
4 Professional Engineer 440 $43.05 $18,942.00
5 Design Engineer 334 $31.50 $10,521.00
6 Cadd Manager 404 $40.43 $16,331.70
7 Sr. Traffic Engineer 107 $58.80 $6,291.60
8 Traffic Engineer 84 $43.05 $3,616.20
9 Sr. Landscape Architect 72 $40.90 $2,944.62
10 Sr. Landscape Designer 94 $32.24 $3,030.09
11 Senior Prof. Land Surveyor 3 $50.40 $151.20
12 Survey Tech. 32 $31.50 $1,008.00
13 Survey Crew 32 $49.35 $1,579.20
14 Senior Scientist 48 $44.10 $2,116.80
15 Scientist 80 $30.45 $2,436.00
16 Graphics 8 $33.60 $268.80
17 Project Administrator 84 $31.50 $2,646.00
18 Administrative Assistance 149 $28.09 $4,185.04
Total Hrs.
3178 $146,423
Direct Salary Cost
Subtotal
Overhead Cost @ 174.70% of Direct Labor
Overhead Cost Adjustment on remaining budget for Original and Suppl 1-7
Net Fee @ 30.00% of Direct Labor
Subtotal
$146,423
$146,423
$255,802
$1,643
$43,927
$447,795
Direct Non -Salary Cost
a) Deliveries/ Mail 5 Each @ $15.00 /Each $75.00
b) Reproduction: Plans Sets 30 Each @ $110.00 /Each $3,300.00
Reports 30 Each @ $50.00 /Each $1,500
c) Hydraulic Modeling Lump Sum $15,000
d) Travel (Personal Miles) 200 Miles @ $0.550 /Mile $110.00
e) Utility Tone Marking (APS) $1,000.00
Subtotal $20,985
Subconsultant
PanGeo $4,900
DEA Total to Complete Project
Existing Remaining Authorized Budget (Supt 1-7)
Additional Budget for Completion (Supt 8)
$473,680
$95,000
$378,680
Page 1
P:\t\TUKA00000001\000000N\0030Contract\0031Add-Ons\Supplement No. 8 (Not Approved)\Southcenter - Supplemental Services #8 09_09-23.xls Printed 9/23/2009
SUPPLEMENT NO. 8
l0 tg
o Ov>
F F-
O
V
Z,-,
O O
� W
r a0
69 69
co O
X0)0)
N N
69
$2,317
$12,010
$67,183
1
co r-. CO .--
OM! 0
(0 a. 0) co.:
V'O O •,Ni,-
69', 69, 41) E9 E9
$11,566
$2,611
52,084
co 0)'' c0 V O r r
iO'�, a0 �,� r
ao',o),r 0)rnM
r'',M a0, NQ7: V,,
69', V3I Vi'i 69', 69 69 i E9 69
co NM,O
(0 o
'o
MIM
�
,� V
_ir
V3
0
a)
0 11 (A
0.
I
Q 1'
W
O
N
by
0)
r QD
69 69
O
NV
69N
$2,317
$12,010
MN
O.-
00 0)
N V
cO
69 69
fnOl CO,-
- 0IW
O' 1N
p 691(0
Oer OCO V O r NM' MSI c 0IO�o
W O O (0 ar— O o) M '(xOO!Q),769
.-- N N'r.M N N Q7 ,-7f .N--'MIoilNI,r
69 69 6A to (0 69 NN- 69 69 69 _',691691(0169
1
WO O L a0
a
0
co O
(o co
N V
V ((0
,
0) u7 ', coN' .4..1-�I ,_o40) N (0 0)' r r r M (M�) 0�0 N N 0O0, ((00
aouelsiss' enReals!u!wpV o L
t-
T r
8 1 8 8
4
2 24 24 4 i
8 3 32 32
4 32 i 1 .
4 • 1 1
1
4012 16 2 44
8 4 , r
1 I 24 16 8 4 8 1 f I
16 8
16 40 20
80 1 32 40
2416 •
1644 1• , i .1 1
1 16 . 4 8 1 1 1
16 32 1 1 ,
1
8 4 I
16 1 8 i 1 i
40 32 16
8 12 40
JoleWlsiu!WpV laaroJd o t
_ t-
soNdeJe t
A
lsilua!oS o. t
lsguaios 4o!UOS o .c
F -
man AamnS o 2
•gaai AaMns o =
aoIaMns pue] lad Aquas .5 r
F-
Jau6isad
adeospue1 '1s o t
H
loaliyoJV adeospuel 'iso
ttiaau6u3oye4l
H
aau6u oei.is (D1-
Ja6eueyi ppeo o s
jaeui6u3 u6isaa o r
Jaeui6u3 Ieuoissalwd o .c
H
Jaaui6u3 Ieuopsalad .(opas o t
F-
Ja6eueN loafad o 2
H
- Ialuo3 ll!IenO/aoueJnssV Alpenp o r
O
O
4-
�¢mN¢m0M
O O
O N
0)
O
,N
'�
O
N
�¢m
O O' O
0 (6' I 0I•4',
M 41
i<
O'i
m!0
O
CNI
0)
0,1
0)
Q
z
z°
E
P \t\TUKA00000001\000000N\0030
_
.0.. 3
O O 49?
1- F-
N _
O 7
0)
61 61
$5,274
$3,567
$7,781
$8,852
W
V
0) 01 6
$2,575 1
$13,643
c0
(0
V
U)
0) N-
co co
N Cr
(
OOL'L$
L6L'Z$
) N- 10) N co (0 (0 (VI I
o i Nr co 0) V ,r,--4-1c,111.-.1,0p-0
(OiOIN N co_ co_ cn �(h, N
(0 (ft 1 61 61 U169.61!61. » I (
'
0W
`s'', `f'»-
0)
O I O 1 N- : 0) N . co 0) , 0) �
00 ', M' N- 0)'. N (o , co co
f () a0'0) N' cr. (O,NI O
61 (< co( N
N
O
o
O 69
0
:°
O
1-o (A
Q F-
W
G
N
O d
7 °)
(N (O
69 69
_ $5,274
$3,567
$7,781
$8,852
(O
.-- V
O N
b9 (A
$2,575
$13,643
$5,456
$1,239
r' N.
co 0)
7 I -.'r
N CS,'
69 (0
O
N
(A
(° N- 0) (0 CO co (0' N',, O C0
(0 0) I c-' N -<0
O V ' t V
O O (-Ni (O co 0)' (()' - I co1� W
V`- `- V ' n: N' 69 69
69 69 69,(» 69 (91(9',(9.(9 (0
o)
00N -0)C CO 0) 0)
n N c0! (0I N 0) u0 (0 co
V 1l coI co 0) N 7 O' N
V (0 10) N (0 (N r V CO
(9,(11(9 (9'69 (A (A 69 N
w
< r .0. 0
W O O L,-
G F., F-
a0 N
•V
N
V' 01
0) I--
CO (O
N
.N- N
(0 co
T— 0)
(0
Cr
O
N- N-
V V co N N', O' c0' N r' O N co N co V I A
N', (O CO n O) CO .- c- (n .-- � W r.' W O CO � Cr '�: (0 N Cr co ,-' N' 0
N
aouels!ssy anpe.asiu!W°
py FYo- L
N oo
m
aoleals!u!Wpyloaf0.1d o L
F-.
so!gdeab oF. L
F
3s!uaioS o L
F-
I � I
� II
16 16 r
8 18
4 8
4 4
4 4
44 2 2
4 2
1
103 84 72 94
ls!luaI3S ao!uaS o L
F-
MOJ3 ,(Mans o L
F-
gool Aanans o L
F
aol�anmS puel 'load aoivaS o L
F-
aau6!sad
sr
c° !
adeospuel 'ago L
F
oo
v
m co
v
N
loaligoay adeospuel 'is o L
N Cr
N
aaaui6u3 Drell p L
(°
IN v
co
eo
aaaui6u3 o�eal '-ISo L
F-
CO
1
c0 00
00 CO
40 16
24
aa6euew ppeb 0 L
d 11
1 m
aaaui6u3 u6ise j o L
N 1 v
1
(°,
aaau!6u3 ieuo!ssaload o L
F-
o0
N
m°
0 7
N
N N
N V
I W 1 N N V V V V' M V V V
a 00
aaau!6u3 leuo!ssaload Japes
F°- L
<- V
N III 7 CO
1-.-
0101---010101C'<01' —' V co N N V co N
N
la6euevry looload o L
F
1aluooAmenb/aoueanssy,(l!Ienp o.0
c
o
0
_0
o
To a
c E
O=
(0 N
w
21 ° '2
(n o
c
°
' G)
Od
E
0
U
o
O
O
N
o
E
00
0
❑'@
E
°°
_
@
c
W
E-
d
o
0)
C
N
O
C
:o o
C
0)
N '
N N
Ea
ii U
(0
c0 4)
w
C O
0 fl-
co
N a
C T
0 3
°v
8o a°'
(0
C
0
a
c
c
'2)
0 U
c0 m
w.
N N
a )
(Un m
1-U
(0
N
'Oo
-o
c
(0
N N
c
0 (0
0) O-
° m
N .�
G
(0 -o
N o
(n
U
c;
(0
aT) ,
°1
W' O)
W
E',,.0
co
�IcKII3
CON
C
a
C
0
E
1 m c 0)
''° c c
a me
J N c0 W'
N C N W'
�, N D- al -0 E
...i N
m 00
co a' in in
11
1
C
m rn
T'c
3' c0
i
O'1 C
E.
1Y'_'
y�
' m
.1'.
N
-0 "00
c
(0' E
y m
2
a'm
E-
C
NI'9
m
(_°, t
'0 f -
oo
3 `r
N Y
0I 0
(0
0'
0
W
y
0)
N V
> 0
r c,co _
° o',v
o U
v .3,Y ° 0)'
-0 c p) c °-
O d 0 E
.O. d E N O
E m (_) 'm E a
-175C
0 c E ` g o
�'' y, ? E ` O)
'._ ` (0 N_❑ C
—' 0w C c 0 to -0 (0
=.. 0. 0 0 c c -0
c « m° 0 0
o''w,(En o o a° o_ 2
v
Right-of-way plan
Illumination design
Landscape plans and details
Irrigation plans and details
Dry utilities
Engineer's estimate / quantities
NQmU
O,
!
❑(0QaoU
0
P\t\TUKA00000001\000000N\0030Contracl\0031Add-Ons\Supplement No 8 (Not Approved)\Southcenter- Supplemental Se
SUPPLEMENT NO. 8
10 3
0 0 N
1-~
NM
VM
CO
.
$3,023
$3,023
$5,875
N M
O 2
h:
9M
N 0 a), OO lco
V N c8 O, - I N
01 ^
69'EA
OD
N
N
1n
g
NN
(0
O
r.
0
N
CE9
.
O
O
O
69
O
0
H
O
O)
Ts
0'
I-0 N
•,4 F-
W
0
V
M
N
EA
M
N
$9,884
$14,553
M
O
M
EA
_ $3,023
$5,875
N M
O 2
1-:
EA EH
g V m, 0�, M CO 10
V N 0, 0 V V
M t ri,mI
69 N EA,EA,N AN
el
0)
0
N
o
00
,.."-
t0
V
QO O i M
M
ENO 000
co
co (()I
co 100
M '�', N 0 00
n
b.
8Oueisissy engeWisiu!Wpy O
H
N
N N
PROJECT TOTALS 80 507 620 440 334 404 107 84 72 94 3 32 32 48 80 8 84 149
8 8
16 16
82138 24 1
12 1 40 8
36 40
48 80 8
4
I
4
JOeJisiu!Wpy4Oafad o
F-
soiydewo o
isiiue oS o
Isgua!OS JOIuaS o
i-
mei° AemnS o
H
tool AaAJnS o
Jo (anuns puei laid JoivaS o
Jeu6isaa edeospue1 JS a - r
F
0 iaaiiyay edeospue-'iso L
H
40 2
64 2
I I
Jaaui6u3 o!11eJ1 o t
Jeaui6u3 oii;eW±'JS o t
Coordination
METRO 8 8
Ja6eueI ppe0 7,1
H
leaui6u3 u6iseG H .c
North Hydraulic Model Verification 1 1 12
South Area
.I091/0u3 IeUO!SSa;ado r
m (°
aaeui6u3 Ieuotssa;oid JoivaS o t
F-
(c°
Ja6eueyj ioafad F t
Local Business
Highline Water District
lwiuo0 Amenp/ooueJnssy AMEND 1512 t
Hydraulics
North Area
Q
0
0
11)
m
m
0'',0,0''
0'o
(O
Q m 0❑
w wSII
'', r.:.00,
<,:. ! Q
'sol
Supplemental Services iib 09_09-
d-Ons\Supplement No 8
P\t\TUKA00000001 \000000
Description
Exhibit D-2
David Evans and Associates, Inc.
SCHEDULE OF INDIRECT COSTS
Year ended November 1, 2008
Unallowable
cost
Total costs eliminations
Labor Burden:
Holiday Pay
Sick Pay
Vacation Paid
Termination/Severance
New Employee Signing Pay
Vacation Accrual
Vacation Cash Out
DOL Compliance Labor
Group Medical
Group Life Insurance
Workers' Comp Insurance
FICA & PR Taxes
SUTA & State PR Taxes
Other Payroll Related Costs
Civic Duty Labor
Public Relations Calculated Fringe Elimination
Union Benefits
Total Labor Burden
Indirect Labor
Public Relations Expense
Selling Expense
Occupancy
Communications
Supplies
Publications and Memberships
Computer and Printer Costs
Vehicle Expenses
General Administrative
Training Expenses
Employee Recruiting and Retention
Professional Services
Business Insurance
Taxes, Licenses and Fees
Depreciation and Amortization
Bad Debt Expenses
Contributions
401 K and ESOP Contributions
Profit Sharing Expenses
Interest Expense
Finance Charges
(Gain) or Loss on Sale of Fixed Assets
Rental Income -External
Miscellaneous Other Income
Miscellaneous Other Expenses
Gain/Loss Def Comp Assets
Income Taxes
Total General Overhead Expense
Labor Burden and General
Overhead Expense Before Allocation
DEEI Allocation
Total Labor burden and general overhead expense
Direct Labor
Overhead Expense Rate
Facilities Capital Cost of Money Rate
Combined Overhead Expense and Facilities:
Capital Cost of Money Rate
Costs, net
of eliminations
$ 2,095,180 $ - $ 2,095,180
2,116,377 2,116,377
4,669,267 4,669,267
256,804 256,804
146,934 (146,934) -
8,013 8,013
307,637 - 307,637
5,230 5,230
7,638,850 - 7,638,850
188,285 188,285
308,795 308,795
5,588,322 5,588,322
541,352 541,352
1,058 - 1,058
48,818 - 48,818
(271,141) (271,141)
1,049,122 1,049,122
24,970,044 (418,075) 24,551,969
21,540,175 (666,520) 20,873,655
385,689 (385,689) -
352,175 (33,252) 318,923
9,444,926 (297,940) 9,146,986
1,525,319 - 1,525,319
1,465,514 1,465,514
335,558 (13,088) 322,470
1,175,313 1,175,313
2,803,410 (86,132) 2,717,278
891,649 (82,228) 809,421
1,305,764 (75,226) 1,230,538
1,219,811 (639,578) 580,233
2,005,414 2,005,414
1,200,069 (31,014) 1,169,055
1,089,863 - 1,089,863
2,323,204 2,323,204
1,104,996 (1,104,996) -
320,586 (320,586) -
1,125,612 1,125,612
233,565 (33,643) 199,922
286,079 (286,079) -
1,170 (1,170) -
6,673 176,927 183,600
(90,162) (90,162)
(374,154) 373,802 (352)
92,527 (94,735) (2,208)
(362,488) - (362,488)
1,828,000 (1,805,787) 22,213
53,236,257 (5,406,934) 47,829,323
$ 78,206,301 $ (5,825,009) $ 72,381,292
1,740,726 (372,432) 1,368,294
79,947,027 $ (6,197,441) $ 73,749,586
$ 42,480,559 $ 42,480,559
188.20% 173.61%
The accompanying notes are an integral part of this statement.
4
1.09%
174.7098
Comments
15
14
1,9,14
1,2,3,14
2,3
16
2
17
2,3,4
2,3,4
2,3
7
6
5
8
11
11
10
12
18
13
•
4iWashington Stale
Department oI Transportation
•
04-025(g)
Council Approval N/A
Supplemental Agreement
pp g
Number 7
Organization and Address
David Evans and Associates, Inc.
415 118th Avenue SE
Bellevue, WA 98005
Attn: Scott Soiseth
Phone: 425-519-6590
Original Agreement Number
04-025 19
Project Number
84 -RW 37
Execution Date
4/5/2004
Completion Date
3/31/2010
Project Title
Southcenter Parkway Extension Project
New Maximum Amount Payable
$ 971,137.00
Description of Work
Change in project completion date.
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with David Evans and Associates, Inc.
and executed on 4/5/2004 and identified as Agreement No.
04-025
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
No Change.
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: 3/31/2010
Section V, PAYMENT, shall be amended as follows:
No Change
111
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By:
Scott B. Soiseth, A
DOT Form 140-063 EF
Revised 9/2005
7 �_( 1
G'7-A� j a � 7G!f �� �-
Consultant Signature
By: City of Tukwila
Approvi
rity Signature
Date
/f7/) G'g /(,AJA-c_S
•
O
0
G
MN
$527,075.00 1
0
A
CO
69co
0
-
N
K
0
r.:
r -
W
Supplement #7
(Time Change Only)
l6
2
f0
C
c0
z
C
2
f0
C
Supplement #6
(Time Change Only)
0
fC
0
C
N
C
N
C
A
C
Supplement #5
(Time Change Only)
n/a
0
N
C
C
2C
e/u
Supplement #4
(Time Change Only)
m
c
m
m
c
m
c
C
Supplement #3
00
co
N M
(A
0 O
69
$836.00
0
r-
O
6
$68,648.00
Supplement #2
0
O
Cm
co NI-
6
(A
0
O
6
N
bB
$16,547.00
O
O
o
69V
$472,297.00
Supplement #1
0
m
O
N
(A
O
a
co
V
49
O
N
$7,827.00
0
N
I�
(A
Basic Agreement
OO
O
(NO
OD
OW
69
o
0
co
M
69
$26,133.00
$32,449.00
O
O
N.
N
O
to
M
M
Direct Salary Cost
Overhead
(including Payroll Additives)
Direct Non -Salary Cost
Fixed Fee
Total
1
Washington State •
Department of Transportation
•
Supplemental Agreement
p p g
Number 6
Organization and Address
David Evans and Associates, Inc.
415 118th Avenue SE
Bellevue, WA 98005
Attn: Scott Soiseth
Phone: 425-519-6590
Original Agreement Number
04-025 ` c-)
Project Number
84 -RW 37
Execution Date
4/5/2004
Completion Date
5/31/2009
Project Title
Southcenter Parkway Extension Project
New Maximum Amount Payable
$ 971,137.00
Description of Work
Change in project completion date.
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with David Evans and Associates, Inc.
and executed on 4/5/2004 and identified as Agreement No.
04-025
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
No Change.
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: May 31, 2009
Section V, PAYMENT, shall be amended as follows:
No Change
111
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By:
Scott B. Soiseth, Associate
DOT Form 140-063 EF
Revised 9/2005
Consultant Signet e
/5¢—//t /2 (/ f C/At4C:- S
By:
City of Tukwila
Approving j Signature
C.,2_411bey
Date
Exhibit "A"
Summary of Payments
•
Total
o
0
CD
O
O
o
1-
O
$44,876.00
O
O
N
N
0)
O
O
M
t -
Supplement #5
(Time Change Only)
CO
C
CO
C
CO
C
C6
C
CCI
C
Supplement #4
(Time Change Only)
(6
C
(6
C
(6
C
CO
C
CO
C
Supplement #3
O
(vj
M
EFY
O
4
N
69-
O
O
co
M
ER
O
Lci
1-
COM
$68,648.00
Supplement #2
$150,432.00
$260,188.00
O
0
f`
V
M
09
0
0
O
M
1.c
69-
$472,297.00
Supplement #1
O
0
CO
CO
0
M
CN1
69-
$44,340.00
$1,360.00
$7,827.00
0
O
10
t-
w
ti
EA
Basic Agreement f
O
O
pp
0
69-
$183,833.00
00
O
COCNi
CV
$32,449.00
O
ro
O
M
GA
Direct Salary Cost
Overhead
(including Payroll Additives)
Direct Non -Salary Cost
Fixed Fee
CU
0
F'
•
Washington State
tOa e
VAOa Deof Transportation
Supplemental Agreement
pp
Number 5
Organization and Address
DaviEvansAssociates, David and Associates, Inc.
415 118th Avenue SE
Bellevue, WA 98005
Scott Soiseth
Phone: 425-519-6590
Original Agreement NumberAttn:
04-025 (J') -
Project Number
84 -RW 37
Execution Date
4/5/2004
Completion Date
12/31/2008
Project Title
Southcenter Parkway Extension Project
New Maximum Amount Payable
$ 971,137.00
Description of Work
Change in project completion date.
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with David Evans and Associates, Inc.
and executed on 4/5/2004 and identified as Agreement No.
04-025
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
No Change.
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: December 31. 2008
Section V, PAYMENT, shall be amended as follows:
No Change
111
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By: Scott B. Soiseth. Associate may: City of Tukwila
Consultant Signature
DOT Form 140-063 EF
Revised 9/2005
\y-f-
�,'vki,' �, �`
/ ". Approvingp(,itfiority Signature
v ✓ ,
Date
6,21 6 /,‘,7 Zi
To
2
F-
o
2
r-..:
00'SLO`LZS$
$44,876.00
$92,121.00
o
%
,
0)
Supplement # 5
ƒ
0
\n
-
0E
4
2
=
2
g
c
n
2
e
C
Supplement # 4
ƒ
0
o
o
co
\
E
R
e
2
e
c
e
2
n
2
-
2
Supplement # 3
/
<V
o 2 2 a
,....
\ 0 co0
$22,383.00
$38,714.00
$836.00
0
CO
I
CO-
k
Supplement # 2
o
/ 0
\N
44
«
®
7
J
14
E
/
®
\
\
-
2
\
`
\
% E
{k
. 0
®
c3
E/
\ CN
�
«
- 2
$150,432.00
o
cO
J
N
ER
$16,547.00
\
/
9
ER
$472,297.00
Supplement # 1
0o
2
m ®
0\
\,
/ \
2
k \
o 0
2
ƒ
\/\
/ / k
$26,088.00
$44,340.00
@
?
_9
$7,827.00
$79,615.00
Original Contract
o
CO
0 k
$183,833.00
o
\
®
$32,449.00
§
\G
_
E
&
\
\
)
Direct Salary Cost
Overhead
Direct Non -Salary Cost
Fixed Fee
.71
R
P \PROJECTS\A-RW & RS Projects \84-RW37 57th Ave S\Supplement Summary
Preliminary Engineering Budget $ 3,000.00 Project No. 84-RW37Index 102 01/11/2008
Original Contract Amount: _ $ .,.30,577.00 Contract No. 04-025 $ 84,096.59 2004
CO#1 $ 79,615.00 Budget No. 104.02.595.101.41.60 $ 523,598.20 2005
CO#2 $ 472,297.00 $ 50,094.00 2006
CO#3 $ 68,648.00 $ 3,825.81 2007
CO#4 & 5 ___ -"0"00—tirr only $ 89,721.12 S 178th
(2______91.71,110,..._)
0 $ 28,688.97 Water
�$ 50,000.00 Sewer
Project Description Southcenter Pkwy Extension Grants: STPUL $200,000.00 LA5519 $ ____._26,356.09_,H ighline WD
Contractor: David Evans and Associates Inc Trans Iml $150,000.00 $ 4,175.00 -RD
Retainage held? no �$ 860,555.78
Contact: Robin Tischmak
Pymt Warrant Amount Balance Paid to
# Date Number Paid Remaining Date
$ 971,137.00
Notes
1 06/18/2004 308184 $ 559.43 $ 970,577.57 $ 559.43
2 07/16/2004 308894 $ 1,263.59 $ 969,313.98 $ 1,823.02
3 07/30/2004 309220 $ 3,965.47 $ 965,348.51 $ 5,788.49
4 09/03/2004 310066 $ 10,191.53 $ 955,156.98 $ 15,980.02
2004
Progress Bill #1 $ 15,980.02 $ 64,559.47 David Evans
$ 2,104.41 $ 2,104.41 GP Radar
+2,101.20 Radar+3.21 Petty cash $ 18,084.43 $ 17,432.71 VE Study
10/04/2004 310671 $ 18,342.18 $ 936,814.80 $ 34,322.20
11/01/2004 311328 $ 4,775.78 $ 932,039.02 $ 39,097.98
$ 23,117.96 $ 84,096.59
+17,432.71 Meng $ 17,432.71 VE
Progress Bill #2 $ 40,550.67
7 12/06/2004 312140 $ 6,908.26 $ 925,130.76 $ 46,006.24
8 12/20/2004 312405 $ 7,206.25 $ 917,924.51 $ 53,212.49
9 02/04/2005 313545 $ 11,346.98 $ 906,577.53 $ 64,559.47
Progress Bill #3 $ 25,461.49
(Accrued to 2004)
84,096.59 2004
10 03/07/2005 314116 $ 10,872.54 $ 895,704.99 $ 75,432.01
11 04/04/2005 314703 $ 23,997.42 $ 871,707.57 $ 99,429.43
Progress Bill #4 $ 34,869.96
12 05/02/2005 315363 $ 48,557.56 $ 823,150.01 $ 147,986.99
Progress Bill #5 $ 48,557.56
13 07/29/2005 317368 $ 79,722.14 $ 743,427.87 $ 227,709.13
14 07/29/2005 317368 $ 58,954.79 $ 684,473.08 $ 286,663.92
Progress Bill #6 $ 138,676.93
15 10/24/2005 319269 $ 30,529.66 $ 653,943.42 $ 317,193.58
16 10/24/2005 319269 $ 26,767.03 $ 627,176.39 $ 343,960.61
17 11/07/2005 319454 $ 58,147.38 $ 569,029.01 $ 402,107.99
Progress Bill #7 115,444.07
18 12/05/2005 320043 $ 84,490.10 $ 484,538.91 $ 486,598.09
19 12/30/2005 320959 $ 38,185.46 $ 446,353.45 $ 524,783.55
20 12/30/2005 320959 $ 35,097.50 $ 411,255.95 $ 559,881.05
21 12/30/2005 320959 $ 26,926.19 $ 384,329.76 $ 586,807.24
2005
$ 522,247.77 David Evans
$ 1,350.43 WSDOT
$ 523,598.20
$ 586,807.24 David Evans
out of grant money $ 184,699.25 17,432.71 VE Study
reverse GP radar $ (2,104.41) $ 604,239.95 Grant Submittal
Progress Bill #8 $ 182,594.84
22 05/01/2006 323205 $ 6,535.22 $ 377,794.54 $ 593,342.46
23 05/01/2006 323205 $ 7,501.45 $ 370,293.09 $ 600,843.91
24 05/01/2006 323205 $ 10,434.67 $ 359,858.42 $ 611,278.58
25 07/24/2006 325160 $ 1,325.50 $ 358,532.92 $ 612,604.08
26 07/24/2006 325160 $ 4,242.96 $ 354,289.96 $ 616,847.04
27 07/24/2006 325160 $ 11,318.64 $ 342,971.32 $ 628,165.68
28 09/18/2006 326352 $ 1,884.47 $ 341,086.85 $ 630,050.15
29 10/23/2006 327193 $ 545.54 $ 340,541.31 $ 630,595.69
30 11/20/2006 327707 $ 614.02 $ 339,927.29 $ 631,209.71
31 11/20/2006 327707 $ 1,465.75 $ 338,461.54 $ 632,675.46
32 12/31/2006 328879 $ 218.94 $ 338,242.60 $ 632,894.40
2006
$ 46,087.16
3,457.12 Foster Pepper &
549.72 WSDOT
$ 50,094.00
33 04/02/2007 330445 $ 1,412.51 $ 336,830.09 $ 634,306.91
34 04/24/2007 331022 $ 847.40 $ 335,982.69 $ 635,154.31
35 05/21/2007 331532 $ 178.85 $ 335,803.84 $ 635,333.16
36 07/16/2007 332678 $ 1,118.17 $ 334,685.67 $ 636,451.33
2007
$ 3,556.93
268.88 WSDOT
$ 3,825.81
Preliminary Engineering Budget
Original Contract Amount:
$ 381,000.00 Project No. 84-RW37 Index 102
$ 350,577.00 Contract No. 04-025
CO#1 $ 79,615.00 Budget No. 104.02.595.101.41.60
CO#2 $ 472,297.00
C0#3 $ 68,648.00
CO#4 & 5 0.00 time only
$ 971,137.00
Project Description Southcenter Pkwy Extension
Contractor: David Evans and Associates Inc
Retainage held? no
Contact: Robin Tischmak
Grants: STPUL
TransIml
01/11/2008
$200,000.00 LA5519
$150,000.00
$ 84,096.59 2004
$ 523,598.20 2005
$ 50,094.00 2006
$ 3,825.81 2007
$ 89,721.12 S 178th
$ 28,688.97 Water
$ 50,000.00 Sewer
$ 26,356.09 Highline WD
$ 4,175.00 ROW
$ 860,555.78
S 178th St Realignment
104.02.595.101.41.28
1 07/29/2005 317368 $ 8,700.54
2 07/29/2005 317368 $ 13,776.45
3 10/14/2005 319004 $ 1,755.62
4 10/24/2005 319269 $ 2,540.99
5 11/07/2005 319454 $ 7,646.88
6 12/05/2005 320043 $ 38,714.81
7 12/30/2005 320959 $ 10,236.25
8 12/30/2005 320959 $ 3,766.30
9 12/30/2005 320959 $ 2,442.90 $ 89,580.74
04-025R
10 07/24/2006 325160 $ 140.38 $ 89,721.12
Water Design 403.01.594.341.41.34
1 07/29/2005 317368 $ 1,697.11
2 07/29/2005 317368 $ 9,725.12
3 10/14/2005 319004 $ 394.81
4 11/07/2005 319454 $ 709.40
5 12/07/2005 320043 $ 2,195.99
6 12/30/2005 320959 $ 3,145.95
7 12/30/2005 320959 $ 2,718.83
8 12/30/2005 320959 $ 7,304.85 $ 27,892.06 2005
9 05/15/2006 323510 $ 796.91 $ 28,688.97
04-025W
Highline Water District Water 403.01.594.341.41.34 04-025HL
1 11/07/2005 319454 $ 2,866.72
2 12/05/2005 320043 $ 4,268.67
3 12/30/2005 320959 $ 6,179.43
4 12/30/2005 320959 $ 600.01
5 12/30/2005 320959 $ 9,304.64 $ 23,219.47 2005
6 05/15/2006 323510 $ 3,136.62 $ 26,356.09
401.02.594.341.41.34
401.02.594.341.41.34
2005
$ 89,580.74 David Evans
2006
$ 140.38 David Evans
2007
$ 89,721.12
2005
$ 27,892.06 David Evans
2006
$- 796.91
$ 28,688.97
David Evans
2005
$ 23,219.47 David Evans
$ 27,892.06
$ 51,111.53
2006
$ 3,136.62 David Evans
$ 796.91 David Evans
$ 3,933.53
$ 55,045.06
Sewer Design 403.02.594.351.41.11 04-025S
1 07/29/2005 317368 $ 26,951.21 2005
2 07/29/2005 317368 $ 13,311.01 $ 50,000.00 David Evans
3 10/14/2005 319004 $ 2,065.83
4 10/24/2005 319269 $ 7,671.95 $ 50,000.00
Right -of -Way
1 09/02/2005 318228 $ 4,175.00 Pharos Corporation
104.02.595.200.41.60
2005
$ 4,175.00 Pharos
r
1I-71
Washington State
�I/ Department of Transportation
Supplemental Agreement
Number 4
Organization
David EdEaadAddress
vans and Associates, Inc.
415 118th Avenue SE
Bellevue, WA 98005
Attn: Catherine Mirkin
Phone: 425-519-6582
Original Agreement Number Ca
04-,025 CC��
Project Number
84 -RW -37
Execution Date
Completion Date
July 31,
2007
Project Title
Southcenter Parkway Extension ProjecT_
New Maximum Amount Payable
$971,137 (same as previous)
Description of Work
No change to the scope of work
The Local Agency of
City of Tukwila
desires to supplement the agreement entered into with David Evans and Associates, Inc.
and executed on 4/5/2004 and identified as Agreement No. 04-025
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK,is hereby chagd to
i
No change n scope orwork
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: Completion date July, 31, 2007
111
Section V, PAYMENT, shall be amended as follows:
No additional payment
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By: Thomas O. Service Catherine E. MirkinBy:
„112 AitLA (7
DOT Form 140-063 EF
Revised 9/2005
Consultant Signature
/
.)1 64-) t);Kir.,/r�r
Approving Authority Signature
Zed G.
Date
Ink
WIWashington State
Department of Transportation
Supplemental Agreement!3
Organization and Address
David Evans and Associates, Inc.
415 118th Avenue S.E.
Bellevue, WA 98005
Attn: Catherine Mirkin
Agreement Number
04-025 ()
Project Number
84 -RW 37
Phone
(425) 519-6582
Project Title
Southcenter Parkway Extension Project
New Maximum Amount Payable
$971,137.00
Description of Work
Preparation of construction documents including plans, specifications and
estimates (PS & E) for a new water main on Southcenter Parkway from
S. 200th Street to S. 180th Street.
The Local Agency of
City of Tukwila
desires to supplement the agreement entered into with David Evans and Associates, " Inc.
and executed on 4/5/2004 and identified as Agreement No. 04-025
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
Additional work as described in Exhibit B-2
II
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: Completion Date January 31, 2006
III
Section V, PAYMENT, shall be amended as follows:
Additional payment in the amount of $68,648.00 shall be added
to the contract (see Exhibit 0-2).
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By:
Thomas 0. Service Catherine E. Mcin
Sr. Vice President Associate
Consultant Signature
DOT Form 140-063 EF
Revised 10/97
Approving Authority Signature
=5
ORVGNAL
o
0
H
o
o
m
0
N
O
C)
EA
o
o
n
0
ti
N
O
69
$44,876.00
$92,121.00
0
0
co
1-
O
EA -
9O
Supplement #3
$22,383.00
$38,714.00
0
0
CO
CO
CO
$6,715.00
$68,648.00
Supplement #2
$150,432.00
0
0
O
co
O
CO
EFT
$16,547.00
$45,130.00
0
0
ti
N
N
69-
Supplement #1
00
cci
co
N
$44,340.00
00
o
co
$7,827.00
0
CU
1,
Basic Agreement
$108,162.00
$183,833.00
$26,133.00
$32,449.00
0
0
Is
Is.
10
O
10
Cl
Ea
Direct Salary Cost
Overhead
(including Payroll Additives)
Direct Non -Salary Cost
Fixed Fee
2
0
I—
DOT Form 140-063 EF
Revised 10-97
• •
EXHIBIT B-2
CITY OF TUKWILA ENGINEERING DESIGN SERVICES
SOUTHCENTER PARKWAY EXTENSION PROJECT
SCOPE OF SERVICES
SUPPLEMENT #3
SECTION 1.00 PROJECT DESCRIPTION AND DELIVERABLES
1.01 PROJECT DESCRIPTION
The objective of Supplement #3 is to prepare construction documents including plans,
specifications and estimates (PS&E) of construction cost for a Highline Water District water
main extension in as part of the Southcenter Parkway Extension Project. The new water main
will be located in Southcenter Parkway and will extend from South 200th Street to South 180th
Street, and will also be extended up the new South 178th Street from Southcenter Parkway to
South 180th Street. Supplement #2 for this project included the design for the replacement of an
existing City of Tukwila water main in Southcenter Parkway from South 180th Street to Minkler
Boulevard.
This project will be designed concurrently with the City of Tukwila Southcenter Parkway
Extension Project which includes a new five -lane roadway section from S. 180th Street to the
south City limits (original Scope of Services). Both projects will be combined into one PS&E
package for all submittals, bidding and construction.
1.02 PROJECT DELIVERABLES FURNISHED BY THE CONSULTANT
The Consultant shall maintain a project file for pertinent work items. These files will be
delivered to the City at the conclusion of the project. In addition to the project files, the
Consultant shall deliver the following documents and products to the City as part of this
agreement:
• Meeting Minutes;
• PS&E contract plans for review at 60%, and 90% submittals (25 sets of half-size
plans and 25 specs) and one final set of signed reproducible contract documents (10
full size plans and 50 half-size final plans and specs; and
1.03 ITEMS FURNISHED BY THE CITY
• All available "As -Built" information for utilities and roadways;
• Existing right-of-way alignment and plans, legal descriptions, records of survey plats,
short plats and right-of-way negotiations;
• Highline Water District standards; and
• Highline Water District special provisions and standard details.
p \t\tnka00000001 \0000con\0030conu act \0031 add-ons \southcenter- supplemental services 43 doc
DAVID EVANS AND ASSOCIATES, INC. 1 Scope of Services
• •
SECTION 2.00 PROJECT MANAGEMENT AND QUALITY CONTROL
2.01 PROJECT MANAGEMENT
Direction of the Consultant staff and review of their work over the course of the Project shall be
provided. This work element includes coordinating with the City and in-house staff, attending
progress meetings, and planning work items.
Periodic monitoring of the Consultant's design budget will occur over the course of the Project.
Current status, as well as budget projections, will be developed. This work element is intended
to help monitor costs and budgets and to propose corrective actions. These actions could include
formal requests for scope modifications and respective budget adjustments.
Drawings and documents received and generated over the course of the Project will require
review, coordination and file management to be completed by the Consultant.
Deliverables: None
2.02 COORDINATION MEETINGS
This work element provides for the preparation for, attendance at, and documentation of
meetings for the duration of the contract. These meetings shall be the forums for the City to
provide input and guidance for the duration of the project. They will also be used to discuss
project issues, approve submittals, and develop potential solutions.
The Consultant shall prepare for, attend, and document up to three (3) coordination meetings
with the City and Highline Water District. The meetings will be held at the City offices. The
Consultant shall prepare and distribute meeting minutes to all meeting participants, and the City
within ten (10) working days following the meeting. Supplement #2 for this project includes
two (2) coordination meetings with Highline Water District, so a total of five (5) coordination
meetings are included in the contract.
Deliverables: Meeting minutes
2.03 QUALITY CONTROL/QUALITY ASSURANCE REVIEW
This task is for QC/QA review of the Consultant's deliverables by a designated QC/QA staff
member. The review shall cover documents, reports, plans, specifications, cost estimates and
pertinent information on an ongoing basis. The QC/QA program entails the periodic review of
study criteria, design, assumptions, concepts and presentation of product format and assures that
the overall Project objectives are being fulfilled.
The City will provide additional quality review. This will be coordinated with the Consultant
Project Manager and pertinent staff members. Support groups within the City will review and
provide direction of pertinent work items and will coordinate with the Consultant Project
Manager and pertinent staff members.
p.\t\tuka00000001 \0000con\0030conh act\0031 add-ons\southcenter - supplemental services 43 doc
DAVID EVANS AND ASSOCIATES, INC. 2 Scope of Services
• •
SECTION 3.00 BASE MAPPING
3.01 BASEMAPPING
The basemapping for the Southcenter Parkway Extension Project shall be adequate for the water
main extension plans. No additional base mapping is required.
Deliverables: None
Assumptions:
• The Consultant will not be responsible for providing any topographic survey or
underground utility information.
p:\t\tuka00000001\0000con\0030contract\0031add-ons\southccnter - supplemental services 43.doc
DAVID EVANS AND ASSOCIATES, INC. 3 Scope of Services
• •
SECTION 4.00 DESIGN
The Consultant shall design and prepare water main extension plans and details for ad -ready
PS&E as discussed in this section for Southcenter Parkway from South 200th Street to South
180th Street (roughly 7400 lineal feet) and for South 178th Street from Southcenter Parkway to
South 180th Street (roughly 2250 lineal feet).
Assumptions:
• The water main will likely be a 12" main, but the Highline Water District will determine
the actual size based on their hydraulic model and the area demand.
• The water main extension will include ductile iron pipe, valves, hydrants and services per
Highline Water District standards. The service locations will be determined by Highline
Water District in conjunction with the Tukwila South Project consultants.
• There is adequate water pressure in the system the water main will tie into and no special
provisions to increase or reduce water pressure will be needed.
• Tie-in locations at the project limits will be determined by the Highline Water District.
• Standard plans will be available in electronic format from the Highline Water District for
use in the plans.
• Highline Water District's special provisions will be incorporated into Division 7 of the
project special provisions.
• Material quantities for the construction of the water main extension will be separated out
from the rest of the project in order to track those costs separately.
4.01 PROJECT SITE VISITS (2 TOTAL)
The Consultant shall conduct two site visits (one Consultant staff member) with City staff to
review and discuss design considerations. Where appropriate, elements identified by these site
visits will be incorporated into design.
Deliverables: None
4.02 INTERMEDIATE DESIGN (60% COMPLETION)
The Consultant shall develop the design to a 60% completion level, and participate in a review
coordination meeting to respond to City staff questions and comments. The City will provide
one set of consolidated review comments. Review comments will be responded to and
incorporated as applicable into the design. The 60% design will include the following elements,
as a minimum, prepared by the Consultant:
• Water main plans (15 sheets SP, 5 sheets S 178th) ;
• Miscellaneous details (1 sheet);
• Quantities and Construction Cost Estimate; and
p.\t\tuka00000001\0000con\0030contract\0031add-ons\southcenter - supplemental services 43 doc
DAVID EVANS AND ASSOCIATES, INC. 4 Scope of Services
• •
• Specifications
Deliverables: Twenty-five sets of half-size plans and specifications and one engineer's estimate
for the 60% design.
4.03 FINAL DESIGN (90% COMPLETION)
The Consultant shall prepare a complete design for review by the City and participate in a review
coordination meeting to respond to City staff questions and comments. The City will provide one
consolidated set of review comments. Review comments will be responded to and incorporated
as applicable into the design. The 90% design shall include the following elements, as a
minimum, prepared by the Consultant:
• Water main plans (15 sheets SP, 5 sheets S 178th) ;
• Miscellaneous details (1 sheet);
• Quantities and Construction Cost Estimate; and
• Specifications
Deliverables: Twenty-five sets of half-size plans and specifications and one engineer's estimate
for the 90% design.
4.04 PREPARE FINAL CONTRACT DOCUMENTS (100% COMPLETION)
The Consultant shall prepare final contract documents in accordance with the City's review
comments from the final design coordination meeting and in accordance with regulatory agency
permit conditions. The following work shall be completed as part of the final contract document
preparation:
• Plan modifications and/or revisions in response to City review comments from the
final design coordination meeting;
• Final design of project elements;
• Special provisions, and
• Final quantities and construction cost estimate; and
• Final set of signed and reproducible construction contract documents.
The Consultant shall assemble all plan sheets, general and special provisions, cost estimate, and
associated documentation for submittal as an Ad Ready PS&E package. The Consultant shall
prepare the advertisement for bid and reproduce the construction documents. The City of
Tukwila will distribute plans and specifications to prospective bidders.
The Consultant shall prepare any addenda necessary during bidding.
Deliverables: Ten (10) sets of signed full-size plans, fifty (50) sets of signed half-size plans and
specifications, one engineer's estimate for the final contract documents, and any necessary
addenda.
p:\t\tuka0000000I\0000con\0030contract\0031 add-ons\southcenter - supplemental services 43 doc
DAVID EVANS AND ASSOCIATES, INC. 5 Scope of Services
DEA
CO
O
I—
�i
O
H_
L
CO
N
0
N
V N
CO 00
(D
V
0
341
O
M
I 341
NY CO
OO
N
COO
r
0
481
V
CO
V �t
O
M
0
1 341
O
O
V N
PROJECT TOTALS 12 76 94 298 234 30 744
CL
O
N
N
M
CO
0
i
L
0
V
N*
ara
'ct
ct
0
oO
_
ct
Final plotting 1 1
1 1 1 1 41 1 1 1 1 1 1 1 1
Task 4.04 (Final Contract) Total 6 2 36 24 4
1 I 1 1 1 l 1 1 1 1 I 1 1 I 1
o
D
3
m
0
o
V
°O
Tz
o
H
c,2
L
N
d
U
O
N D)
«0
O
H
i
L
>,
wQ)
Cr)
•
(4
V
co
F
'_e -
L
C
W
U
1
O
N
(C)
40
H
L.
L
Sr. 1Scientisl
Scientist
co
N
V
co
N
L
M
CO
(6
F
`
L
C
LLl
CO
C
a
M
V
N
(l7
F
y
L
•6
C
(0
L
`
a
1
Co
CO
(0
0
1-
`
L
m
H
m0)
W
N
00 00
m
O
H
2
L
H
u)
.
m
W
c)
r
m
I-
cn
L
<!' 0
1..
CO
00
O
V o
r-
4
CD
00
CO
a
0
0
N
N
0
(O
o
e
L
0
U°D
a-.
(.
0
N
LO
p
H
e
L
Quality assurance review 1 121 161 41 1
Task 2.0 Total 12 44 12
1 1 1 1 1
M
r
V
CO
CO
c0
Base mapping l 1 1 1 1
Task 3.0 Total
00
N
m
N
(O
00
CD
N
CO
•
O
00
C
W
0
co
ct
_
co
O
H
w
,_°)
CO
CD
V
CO
00
Preliminary plans production 1 1
Sub -Task 4.02 (60% Design) Totall 1 141 36
V
CD
000
4
N
s.
(n
'
0)00
W
M
M
m
1
y
L
Nth'
V
V
N
N
N
N
N
N
00
N
N
N
0
V
N
O
I—
L
CD
N
Design submittal production 1
Task 4.03 (90% Design) Total
0
0
(n
.— .—
•
To
o
H
L
(Final Contract Documents (100%)
Incorporate final review comments
Final water main plans and details
Final Engineer's cost estimate / quantities
Final specifications
c
(r
N
N
0
e
O
Cr)
'Incorporate intermediate review comments
Water main plans
Water main details
1Engineers estimate / quantities
Specifications
DESIGN
(Project site visits
c
c)
(0
d
0
e
O
CD
Water main plans
Water main details
Specifications
Engineer's estimate / quantities
Base Mapping
Task
Project Administration
Project management
Coordination meetings
O
0
0
N
a—
0
(Ni
N
0
N
CO
0
(V
0
O
M
a—
0
M
0
0
4
r-
0
4
N
0
4
CO
0
V
NI -
O
4
Supplemental Services #3
Southcenter Parkway Extension Project - Estimated Person-hours/Costs Summary
Summary
Classification
1 Principal/Quality Control
2 Project Manager
3 Sr. Engineer
4 Design Engineer
5 Sr CADD Drafter
6 CADD Drafter
7 Sr. Traffic Engineer
8 Traffic Engineer
9 Landscape Architect
12 Senior Environmental Planner
13 Senior Scientist
14 Scientist
15 Environmental Tech
16 Survey Manager
17 Survey Office
18 Survey Crew
19 Support / Clerical
Hrs. x
12
76
94
298
0
234
0
0
0
0
0
0
0
0
0
0
30
Rate
$51.00
$46.00
$38.00
$30.00
$28.00
$22.00
$40.00
$29.00
$35.00
$43.00
$35.00
$29.00
$26.00
$45.00
$29.00
$40.00
$20.50
Cost
$612
$3,496
$3,572
$8,940
$0
$5,148
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$615
Total Hrs.
744
Direct Salary Cost
Overhead Cost @
Net Fee @
Salary Adjustments (3%)
Subtotal
169.96% of Direct Labor
30.00% of Direct Labor
$22,383
$38,043
$6,715
$671
$67,812
Direct Non -Salary Cost
a) Reproduction, Plans
Reports
b) Deliveries/ Mail
c) Travel (Personal Miles)
d) Potholing (APS)
Subtotal
DEA Total
p/s/snox0001 /132ndfee.xls
1000 Sheets @
0 Each @
2 Each @
150 Miles @
0 holes @
$0.75 /Sheet
$45.00 /Each
$15.00 /Each
$0.38 /Mile
$350.00 hole
$750
$0
$30
$56
$0
$836
$68,648
Updated 1/8/99
Printed 6/6/2005
•
Washington State
Fila
Department of Transportation
Supplemental Agreement
Agreement Number
Project Number
04-025 C b�
84-RW37
Project Title
Southcenter Parkway Extension Project
Description of Work
Preparation of construction documents including plans, specifications, and estimates (PS&E) for the portion of
roadway south of the Tukwila city limits to S. 200th St.; the realignment of S. 178th St.; the new sanitary sewer in
the realigned S.178th St.; and the new water main on Southcenter Parkway from S.180th St. to Minkler Blvd.
•
AG 01-625 ( h)
Organization and Address
David Evans and Associates, Inc.
415 - 118th Avenue SE
Bellevue, WA 98005
Attn: Catherine Mirkin
Phone
(425) 519-6582
New Maximum Amount Payable
$ 902,489.00
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with David Evans and Associates, Inc.
and executed on 4/5/2004 and identified as Agreement No.
04-025
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
Additional work is described in Exhibit B-2. -
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: Completion Date: December 31, 2005
111
Section V, PAYMENT, shall be amended as follows:
Additional payment in the amount of $472,297_shall be added to the contract (see Exhibit D-2).
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By! LAsa. Se.ty,'lr - - `"»' (508elh
n ror
Utte Pis c4,.¢ Ass fe
DOT Form 140-063 EF
Revised 10/97
Consultant Signature
ENT'D MAR 2 9 2005
Approving Authority Signature
%'v
Exhibit "A"
Summary of Payments
DOT Form 140-063 EF
Revised 10-97
Basic Agreement
Supplement #1
Supplement #2
Total
Direct Salary Cost
$108,162.00
$26,088.00
$150,432.00
$284,682.00
Overhead
(including Payroll Additives)
$183,833.00
$44,340.00
$260,188.00
$488,361.00
Direct Non -Salary Cost
$26,133.00
$1,360.00
$16,547.00
$44,040.00
Fixed Fee
$32,449.00
$7,827.00
$45,130.00
$85,406.00
Total
$350,577.00
$79,615.00
$472,297.00
$902,489.00
DOT Form 140-063 EF
Revised 10-97
• •
EXHIBIT B-2
CITY OF TUKWILA ENGINEERING DESIGN SERVICES
SOUTHCENTER PARKWAY EXTENSION PROJECT
SCOPE OF SERVICES
SUPPLEMENT #2
SECTION 1.00 PROJECT DESCRIPTION AND DELIVERABLES
PROJECT DESCRIPTION
The objective of Supplement #2 is to prepare construction documents including plans,
specifications, and estimates (PS&E) of construction costs for the Southcenter Parkway
Extension Project for: 1) the portion of roadway south of the current City of Tukwila city limits
to South 200th Street; 2) the realignment of South 178th Street; 3) the new sanitary sewer in the
realigned South 178th Street; and 4) the new water main on Southcenter Parkway from South
180th Street to Minkler Boulevard (roughly 3,000 lineal feet).
The original Scope of Services for this project included the roadway design from South 180th
Street to the south city limit as defined by the existing Southcenter Parkway alignment.
Supplement #1 included the sanitary sewer main design for Southcenter Parkway from South
200th Street to Minkler Boulevard, and roadway design for the 1,400 lineal feet of roadway
created within the city limits by the realignment of Southcenter Parkway.
The project proposes to construct Southcenter Parkway with a new roadway section along a new
alignment west of the existing roadway. The roadway section will include a four -lane roadway
(two lanes in each direction with a planted median/center two-way, left -turn lane), curb, gutter,
planter strips and six-foot sidewalks on the both sides of the road. Other improvements include
an enclosed storm drainage system, one new traffic signal, illumination, channelization, and
signing.
The design for the realignment of South 178th Street will include a two-lane roadway section
with additional turn lanes at the intersection with Southcenter Parkway, curb, gutter, and six-foot
sidewalks on both sides of the road. Other improvements include an enclosed storm drainage
system, a gravity sanitary sewer system, illumination, channelization, and signing.
One PS&E package will be prepared for all submittals, bidding, and construction.
1.02 PROJECT DELIVERABLES FURNISHED BY THE CONSULTANT
The Consultant shall maintain project files for pertinent work items. These files will be
delivered to the City at the conclusion of the project. In addition to the project files, the
Consultant shall deliver the following documents and products to the City as part of this
agreement:
p:\t\tuka00000001\0000con\0030contract\0031add-ons\southcenter supplemental services #2 scope rev4 doc
DAVID EVANS AND ASSOCIATES, INC. I Scope of Services
•
• Monthly Progress Reports (7).
• Monthly Invoices (7).
• Meeting Minutes.
• Notice of Discrepancies.
• Hydraulic Report (three draft and three final).
• Notification Letter to Utilities.
• PS&E contract plans for review at 60%, 90% submittals (25 sets of half-size plans
and 25 specs), and one final set of signed reproducible contract documents
(10 full-size plans and 50 half-size final plans and specifications.
1.03 ITEMS FURNISHED BY THE CITY
• All available "As -Built" information for utilities and roadways.
• Existing right-of-way alignment and plans, legal descriptions, records of survey plats,
short plats, and right-of-way negotiations.
• City of Tukwila horizontal and vertical control tied to the right-of-way alignment.
• Topographic survey of the project area.
• Any applicable preliminary design, geotechnical, or environmental documentation,
and all future geotechnical exploration.
• City of Tukwila Comprehensive Plan (water main section only).
p \t\tuka0000000I\0000con\0030contract\0031 add-ons\southcenter supplemental services #2 scope rev4.doc
DAVID EVANS AND ASSOCIATES, INC. 2 Scope of Services
• •
SECTION 2.00 PROJECT MANAGEMENT AND QUALITY CONTROL
2.01 PROJECT MANAGEMENT
Direction of the Consultant staff and review of their work over the course of the Project shall be
provided. This work element includes coordinating with the City and in-house staff, attending
progress meetings, and planning work items.
Periodic monitoring of the Consultant's design budget will occur over the course of the Project.
Current status, as well as budget projections, will be developed. This work element is intended
to help monitor costs and budgets and to propose corrective actions. These actions could include
formal requests for scope modifications and respective budget adjustments.
Drawings and documents received and generated over the course of the Project will require
review, coordination, and file management to be completed by the Consultant.
Deliverables: None.
Assumptions:
• The duration of the project will be 7 months beyond the original Scope of Services, which
was May 1, 2005.
2.02 MONTHLY PROGRESS REPORTS
Monthly reports shall be prepared by the Consultant in a format agreed to with the City, and shall
include a written report of work performed by the Consultant for the prior billing period.
Progress reports shall be submitted with the monthly invoices.
Deliverables: Monthly progress reports (7).
2.03 MONTHLY INVOICES
Monthly invoices shall be prepared by the Consultant for work activities for the prior month.
Deliverables: Monthly invoices (7).
2.04 COORDINATION MEETINGS
This work element provides for the preparation for, attendance at, and documentation of
meetings for the duration of the contract. These meetings shall be the forums for the City to
provide input and guidance for the duration of the project. They will also be used to discuss
project issues, approve submittals, and develop potential solutions.
The Consultant shall prepare for, attend, and document up to seven (7) coordination meetings
with the City. The meetings will generally be held at the City offices. The Consultant shall
prepare and distribute meeting minutes to all meeting participants and the City within ten (10)
working days following the meeting.
Deliverables: Meeting minutes.
p:\t\tuka00000001\0000con\0030contract\0031 add-ons\southcenter supplemental services #2 scope rev4 doc
DAVID EVANS AND ASSOCIATES, INC. 3 Scope of Services
• •
2.05 QUALITY CONTROL/QUALITY ASSURANCE REVIEW
This task is for QC/QA review of the Consultant's deliverables by a designated QC/QA staff
member. The review shall cover documents, reports, plans, specifications, cost estimates, and
pertinent information on an ongoing basis. The QC/QA program entails the periodic review of
study criteria, design, assumptions, concepts, and presentation of product format, and assures that
the overall Project objectives are being fulfilled.
The City will provide additional quality review. This will be coordinated with the Consultant
Project Manager and pertinent staff members. Support groups within the City will review and
provide direction on pertinent work items, and will coordinate with the Consultant Project
Manager and pertinent staff members.
Assumptions:
• A separate schedule will not be developed for this supplemental work. A schedule has
been developed for the Southcenter Parkway Extension Project (180th to South City
Limits) under the original Scope of Services, and it will also be used for this
supplemental work.
p:\t\tuka0000000I\0000con\0030contract\0031 add-ons\southcenter supplemental services d2 scope rev4 doc
DAVID EVANS AND ASSOCIATES, INC. 4 Scope of Services
•
SECTION 3.00 BASE MAPPING
3.01 BASE MAPPING
The City shall supply a field topographic survey and topographic base maps of the project area
which shall include the following:
• The location of the Southcenter Parkway alignment.
• The alignment centerline and right-of-way resolution.
• A topographic survey 60 feet each side of the proposed roadway alignment centerline at a
50 -foot cross-section interval. Survey shall include all significant features including
roadway, edge of pavement, signs, trees, driveways, houses, fences, walkways, walls, utility
structures with measurements to pipe inverts, and other significant topographic features.
• 50 -foot profiles for each driveway and cross street.
• The location of all underground utilities. All costs for one -call utility locating and potholing
will be paid for and coordinated by the City.
The third party surveyor shall supply base maps and horizontal and vertical intervisible control
points which shall be tied to existing monument controls and defined on the plans. The plan
boundaries shall extend from 20 feet north of the south City of Tukwila limits to 50 feet south of
the intersection at South 200th Street. All elevations shall refer to the North American vertical
datum (NAVD 1988). The horizontal control referenced shall be NAD 83-91.
Deliverables: None.
3.02 FILE COMPLIANCE
The Consultant shall review the electronic files of the topographic survey to ensure compliance
with City of Tukwila drafting standards. The Consultant will document any discrepancies and
provide that information to the City. If the Consultant can make the appropriate changes within
Task 3.03 those changes will be made. If there is not sufficient time within Task 3.03 to make
the required changes, the City will make the revisions and provide a new base map to the
Consultant.
Deliverables: Notice of Discrepancies.
Assumptions:
• The Consultant will not be responsible for providing any topographic survey or
underground utility information.
3.03 MINOR BASE MAPPING EDITS
The Consultant shall make minor base mapping edits with a maximum of 8 hours to be spent on
this task by a CADD drafter.
Deliverables: Notice of Discrepancies.
p:\t\tuka00000001\000Dcon\0030contract\0031add-ons\southcenter supplemental services #2 scope rev4.doc
DAVID EVANS AND ASSOCIATES, INC. 5 Scope of Services
• •
Assumptions:
• The Consultant will not be responsible for providing any topographic survey or
underground utility information.
3.04 FIELD VERIFY BASE MAP
The Consultant shall conduct a field review to verify the accuracy of the base map. All
discrepancies shall be documented and submitted to the City for correction.
Deliverables: Notice of Discrepancies.
3.05 SANITARY SEWER MAIN EXTENSION AND WATER MAIN BASE MAPPING
The Consultant shall supply a field topographic survey and topographic base maps for the
sanitary sewer extension and water main design from South 180th Street to Minkler Boulevard.
The survey shall include the following:
• The horizontal alignment and vertical location of the existing sanitary sewer main including
measure downs to pipe inverts.
• The Southcenter Parkway alignment centerline.
• A topographic survey 15 feet each side of the sanitary sewer main alignment centerline at a
25 -foot cross-section interval. The survey shall include all significant features including
roadway, edge of pavement, signs, trees, driveways, fences, walkways, walls, utility
structures with measurements to pipe inverts, and other significant topographic features.
• The location of all underground utilities. All costs for one -call utility locating and potholing
will be paid for and coordinated by the Consultant.
• If additional topographic surveying is necessary to complete the water main design, the
survey work will be covered under Section 3.01 of the basic services agreement for the
Southcenter Parkway Extension Project.
Deliverables: Topographic base map.
p:\t\tuka00000001\0000con\0030contract\0031add-ons\southcenter supplemental services #2 scope rev4.doc
DAVID EVANS AND ASSOCIATES, INC. 6 Scope of Services
• •
SECTION 4.00 ENVIRONMENTAL DOCUMENTATION
4.01 REVIEW EXISTING INFORMATION
The Consultant shall review the PDEIS prepared for the Tukwila South Project to determine the
adequacy of the information for use in the NEPA process for the Southcenter Parkway Extension
and relocation, a component of the Tukwila South Project. The level of effort required to
complete this review is 52 hours.
The Consultant shall meet with the City to review the Environmental Classification Summary
(ECS) prepared by the City to determine the required documentation to support the NEPA
Documented Categorical Exclusion (DCE). It is assumed that this will take place during one
meeting with the City. The Consultant shall review the revised PDEIS for the Tukwila South
Project and utilize all pertinent information to complete the required environmental
documentation for the Southcenter Parkway Extension project.
4.02 ENVIRONMENTAL STUDIES
The Consultant shall complete the following supporting environmental studies for the project.
4.02.1 Biological Assessment/Biological Evaluation
The Consultant will conduct a biological assessment/biological evaluation (BA) or "No Effect"
letter as appropriate to fulfill the requirements of Section 7 of the Endangered Species Act
(ESA). The BA (or "No Effect" letter) will address ESA -listed proposed and candidate species
that could occur in the vicinity of the project. These are presumed to include Puget Sound
Chinook salmon, Puget Sound/Strait of Georgia coho salmon, bull trout, and bald eagle. The
document will identify the potential for species occurrence, identify potential impacts from the
proposed project, and make an effect determination for each species. This Scope of Services
includes the preparation of one draft BA for review by the Client, and a second draft that
addresses City comments to be submitted to WSDOT, the U.S. Fish and Wildlife Service
(USFWS), and the National Marine Fisheries Service (NOAA Fisheries) for review. The
Consultant shall respond to comments provided by WSDOT, USFW, and NOAA. It is assumed
that the Consultant shall respond to two reviews by WSDOT, USFW, and NOAA. Any
additional reviews by WSDOT, USFW, and NOAA that exceed the hours in this supplement
shall be considered extra services.
Deliverables:
• One draft BA for review by Client.
• One final BA for review by WSDOT, USFW, and NOAA.
p'\t\tuka00000001\0000con\0030contract\003I add-ons\southcenter supplemental services #2 scope rev4 doc
DAVID EVANS AND ASSOCIATES, INC. 7 Scope of Services
• •
4.02.2 Sensitive Areas Report
The PDEIS documentation for the Tukwila South Project is assumed to provide an adequate
analysis of the sensitive areas that are located within the project area. The original contract
allotted 64 hours to complete a Sensitive Areas Report. Since a separate Sensitive Areas Report
is not being proposed now, the 64 hours in the original contract shall be used to complete other
environmental documentation identified in this Supplement #2.
Deliverables: None.
4.02.5 Project Environmental Summary (New Section)
The Consultant shall prepare an Environmental Summary Document that summarizes the
impacts caused by the Southcenter Parkway Extension Project in the areas identified in the ECS.
In the areas where adequate analysis was done in the PDEIS, the summary document would
reference the PDEIS and no further analysis would be done. This Scope of Services includes the
preparation of one draft Environmental Summary Document for review by Client, and a final
draft that addresses City comments to be submitted to WSDOT for approval.
Deliverables:
• One draft Environmental Summary Document for review by Client.
• One final Environmental Document for review by WSDOT.
4.03 SEPA CHECKLIST
It is assumed that the EIS prepared for the Tukwila South Project will include the appropriate
level of documentation to support the Southcenter Parkway Extension Project.
The original contract allotted 34 hours to complete a separate SEPA Determination of Non -
Significance. Since a separate SEPA checklist will not be prepared for the Southcenter Parkway
Extension Project, the 34 hours in the original contract shall be used to complete other
environmental documentation identified in this Supplement #2.
Deliverables: None.
4.04 PERMITS
It is assumed that all necessary permits will be prepared and acquired by the Segale team for the
Tukwila South Project and will include the Southcenter Parkway Extension Project.
The original contract allotted 78 hours to prepare a HPA and NPDES permit. As mentioned
above, the Segale team will be acquiring all of the necessary permits, therefore the 78 hours in
the original contract shall be used to complete other environmental documentation identified in
this Supplement #2.
Deliverables: None.
p:\t\tuka00000001\0000con\0030contract\003Iadd-ons\southcenter supplemental services #2 scope rev4.doc
DAVID EVANS AND ASSOCIATES, INC. 8 Scope of Services
• •
4.05 AGENCY AND CITY COORDINATION (NEW SECTION)
The Consultant shall attend coordination meetings (up to 2) with the agencies and City to
complete the environmental documentation to fulfill the NEPA requirements. The Consultant
shall also convey information acquired at these meetings to the project team completing the
environmental documentation for the Southcenter Parkway Extension Project.
p:\t\tuka00000001\0000con\0030contract\003Iadd-ons\southcenter supplemental services #2 scope rev4 doc
DAVID EVANS AND ASSOCIATES, INC. 9 Scope of Services
• •
SECTION 5.00 DESIGN
The Consultant shall design and prepare roadway plan/profiles, drainage plans, channelization
plans, illumination plans, signing plans, traffic signal plans, and erosion control plans for an
ad -ready PS&E as discussed in this section for Southcenter Parkway from the City of Tukwila
south city limits to South 200th Street (roughly 3,000 lineal feet) and for South 178th Street from
Southcenter Parkway to South 180th Street (roughly 2,250 lineal feet). Also included will be
PS&E documents for preloading, landscaping, and irrigation plans for Southcenter Parkway from
South 180th Street to South 200th Street (roughly 7,400 lineal feet - not included in the original
contract or the Supplement #1 Scope of Services). A sanitary sewer lift station is also included
in the design. Sanitary sewer main plan/profiles are included in this Scope of Services for South
178th Street. Water main replacement plans for Southcenter Parkway from South 180th Street to
Minkler Boulevard are also included in this Scope of Services.
Assumptions:
• Structural retaining walls may be required on the South 178th Street alignment only.
Retaining wall design for up to 400 feet of structural retaining wall is included in this
Scope of Services. Details for wall construction and wall profiles will be included in the
plans.
• Detour plans, construction signing, temporary traffic control, and phasing plans are not
included in this Scope of Services.
• No right-of-way plans, calculations, or negotiations are included in this Scope of
Services.
• Design of one traffic signal at the SE 178th Street intersection is included in this Scope of
Services and will include signal plans, wiring diagrams, and pole plans.
• Landscaping and irrigation plans will be limited to center median full-length and planter
strips for roughly 25% of the project. The irrigation plans will be for a temporary system.
• Design of the potable water main to be constructed with the Southcenter Extension
Project from South 180th Street to South 200th Street will be by others and is not included
in this Scope of Services. Design of the potable water main from South 180th to Minkler
Boulevard will be shown on the sanitary sewer plans.
• The Consultant will coordinate with (see Section 8) but will provide no design for the
franchise utilities including gas, power, phone, and cable.
• The sanitary sewer lift station design will include a wet well design with backup power
• The new water main from South 180th Street to Minkler Boulevard will be 12 -inch
diameter ductile iron.
In preparation of the water main design, the Consultant shall review the following documents:
• City of Tukwila Comprehensive Plan (Water Service).
• City of Tukwila Design Standards.
p:\t\tuka00000001\0000con\0030contract\0031add-ons\southcenter supplemental services #2 scope rev4 doc
DAVID EVANS AND ASSOCIATES, INC. 10 Scope of Services
• •
5.01 PROJECT SITE VISITS (4 TOTAL)
The Consultant shall conduct two site visits (one Consultant staff member) with City staff to
review and discuss design considerations. Where appropriate, elements identified by these site
visits will be incorporated into the design.
The Consultant (two staff each visit) shall conduct two additional site visits to resolve design
issues.
Deliverables: None
5.02 REVIEW PRELIMINARY DESIGN
The City shall provide the Consultant with an AutoCadd 2000 version of the proposed alignment
for the Southcenter Parkway Extension Project. The Consultant shall review and become
familiar with the existing 30% design plans completed to date.
5.03 INTERMEDIATE DESIGN (60% COMPLETION)
The Consultant shall develop the design to a 60% completion level, and participate in a review
coordination meeting to respond to City staff questions and comments. The City will provide
one set of consolidated review comments. Review comments will be responded to and
incorporated as applicable into the design. The 60% design will include the following elements,
as a minimum, prepared by the Consultant:
• Typical roadway sections (1 sheet SP, 1 sheet S 178th)
• Roadway plans and profiles (8 sheets SP, 5 sheets S 178th )
• Sanitary sewer main plan/profiles (4 sheets S 178th)
• Miscellaneous details (1 sheet S 178th)
• Water main plan and profiles (8 sheets)
• Water main details (1 sheet)
• Channelization and signing plans (4 sheets SP, 2 sheets S 178th)
• Signalization plans and details (4 sheets S 178th)
• Illumination plans and details (4 sheets SP, 2 sheets S 178th)
• Temporary erosion control plans (9 sheets SP, 5 sheets S 178th)
• Preloading plans (5 sheets SP)
• Landscape plans (11 sheets SP)
• Irrigation plans (11 sheets SP)
• Quantities and Construction Cost Estimate
• Specifications
Deliverables: Twenty-five sets of half-size plans and specifications and one engineer's estimate
for the 60% design.
5.04 FINAL DESIGN (90% COMPLETION)
The Consultant shall prepare a complete design for review by the City and participate in a review
coordination meeting to respond to City staff questions and comments. The City will provide
one consolidated set of review comments. Review comments will be responded to and
p.\t\tuka00000001\0000con\0030contract\003Iadd-ons \southcenter supplemental services #2 scope rev4 doc
DAVID EVANS AND ASSOCIATES, INC.
1 I Scope of Services
•
incorporated as applicable into the design. The 90% design shall include the following elements,
as a minimum, prepared by the Consultant:
• Typical roadway sections (1 sheet SP, 1 sheet S 178th)
• Roadway plans and profiles (8 sheets SP, 5 sheets S 178th )
• Sanitary sewer main plan/profiles (4 sheets S 178th)
• Water main plan and profiles (8 sheets)
• Water main details (1 sheet)
• Miscellaneous details (1 sheet S 178th)
• Channelization and signing plans (4 sheets SP, 2 sheets S 178th)
• Signalization plans and details (4 sheets S 178th)
• Illumination plans and details (4 sheets SP, 2 sheets S 178th)
• Temporary erosion control plans (9 sheets SP, 5 sheets S 178th)
• Preloading plans (5 sheets SP)
• Landscape plans (4 sheets SP)
• Irrigation plans (4 sheets SP)
• Quantities and Construction Cost Estimate
• Specifications
Deliverables: Twenty-five sets of half-size plans and specifications and one engineer's estimate
for the 90% design.
5.05 PREPARE FINAL CONTRACT DOCUMENTS (100% COMPLETION)
The Consultant shall prepare final contract documents in accordance with the City's review
comments from the final design coordination meeting and in accordance with regulatory agency
permit conditions. The following work shall be completed as part of the final contract document
preparation:
• Plan modifications and/or revisions in response to City review comments from the
final design coordination meeting;
• Final design of project elements;
• Special provisions;
• Final quantities and construction cost estimate; and
• Final set of signed and reproducible construction contract documents.
The Consultant shall assemble all plan sheets, general and special provisions, cost estimate, and
associated documentation for submittal as an Ad Ready PS&E package. The Consultant shall
prepare the advertisement for bid and reproduce the construction documents. The City of
Tukwila will distribute plans and specifications to prospective bidders.
The Consultant shall prepare any addenda necessary during bidding.
Deliverables: Ten (10) sets of signed full-size plans, fifty (50) sets of signed half-size plans and
specifications, one engineer's estimate for the final contract documents, and any necessary
addenda.
p:\t\tuka00000001\0000con\0030contract\0031add-ons\southcenter supplemental services 42 scope rev4 doc
DAVID EVANS AND ASSOCIATES, INC. 12 Scope of Services
• •
SECTION 6.00 SANITARY SEWER LIFT STATION
PROJECT UNDERSTANDING
The City's preferred style of pump station is a duplex submersible station. For reasons of
uniformity and interchangeability of parts and standardization of maintenance procedures, the
City will accept submersible pumps manufactured by Cornell, PumpTech, and ITT Flygt
Corporation.
The City has elected to provide the electrical control panel as an Owner -furnished and
Contractor -installed item. During the preliminary engineering and the preparation of the 30%
Preliminary Design, the Consultant will review and discuss the flow calculations, pump
selection, and pump electrical and control options.
The new facility will be a submersible station with two submersible pumps installed in a 96 -inch
diameter wet well. Since this is a new facility, bypass pumping will not be necessary during the
construction of the pump station. The pump station will include a concrete CMU split -face
control building similar to other control buildings in the City.
The facilities will also include a permanent on-site standby generator. The control building will
only be large enough to include the electrical and control equipment. The generator will be
provided with a weatherproof enclosure. It will be installed on a concrete slab adjacent to the
control building and screened with a CMU wall similar to the building materials used in the
control building.
The primary objective of designing and constructing the lift station is to provide sewer service to
the proposed 500 -acre development. The new station and standby generator will result in a
reliable station that has sufficient pumping capacity to handle the demands of the service area as
it develops.
A third party will provide geotechnical information for the design. Additional geotechnical data
or analysis required to complete the project was covered in the original Scope of Services.
Construction support and O&M Manuals are not included in this Scope of Services.
6.01 DATA COLLECTION
The Consultant, with the assistance of the City staff, will collect and review existing data
pertinent to the project, including:
• The City's design criteria;
• Existing land use database;
• Description of right-of-way and easements;
• City's standard construction specifications; and
• City's design drawings of the existing collection system and drawings of a similar pump
station.
p:\t\tuka00000001\0000con\0030contract\0031add-ons\southcenter supplemental services 42 scope rev4 doc
DAVID EVANS AND ASSOCIATES, INC. 13 Scope of Services
• •
6.02 PRELIMINARY DESIGN REPORT
The CONSULTANT team will review and evaluate all of the available existing data. A
Preliminary Design Report will be completed at the 30% completion point. The Preliminary
Design Report will review the service area and estimated design flows for both present and future
full development provided by the City.
Hydraulic calculations will include pump selection, system curves, wet well capacity, pump cycle
time, and buoyancy calculations. The report will also include preliminary site improvements, the
control building, the generator set, and preliminary plan and profile drawings of the gravity
sewers and force main(s).
The Preliminary Design Report will take the place of the pre -design report that is normally
required by the DOE.
The Preliminary Design Report will include preliminary heating and ventilating load calculations
for the control building and a discussion of the electrical control issues. The Consultant and the
electrical subconsultant will incorporate an alarm and telemetry system that is essentially the
same as the other pump stations in the City's existing system.
Copies of the Preliminary Design Report will be distributed to the City for review. A two-week
period is scheduled for the review process. After the review period, the City will report to the
Consultant on the findings and preliminary recommendations contained in the report. Additional
input may be received from the City along with their review comments.
6.03 PRELIMINARY DESIGN STATION DESIGN
Preliminary design of the lift station will incorporate the findings and the review comments from
the Preliminary Design Report. Preliminary plans will include wet well and valve vault, pumps,
piping, electrical and control equipment, the control building, and site improvements as
necessary to construct the new submersible lift station. Improvements will include a standby
emergency generator that will be located adjacent to the control building.
6.04 LIFT STATION DESIGN — 60%
Design of the lift station at the 60% submittal phase will incorporate the review comments from
the Preliminary Design Station plans. The submittal will include plans for the wet well and valve
vault, pumps, piping, electrical and control equipment, control building, and site improvements
as necessary to construct the new submersible pump station. Improvements will include a
standby emergency generator that will be located adjacent to the control building.
Approximately 14 sheets will be included in the 60% design submittal. Specifications and an
engineer's estimate will also be submitted.
The Consultant will attend a review meeting with the City to receive comments on the 60%
design. The Consultant will make adjustments and changes, as required, based on comments
received from the City review.
6.05 LIFT STATION DESIGN — 90%
Final design of modifications to the existing pump station will incorporate comments received
during the City review of the 60% design. The submittal will include plans for the wet well and
p:\t\tuka00000001\0000con\0030contract\0031 add-ons\southcenter supplemental services #2 scope rev4.doc
DAVID EVANS AND ASSOCIATES, INC. 14 Scope of Services
• •
valve vault, pumps, piping, electrical and control equipment, control building, and site
improvements as necessary to construct the new submersible pump station. Improvements will
include a standby emergency generator that will be located adjacent to the control building.
The Consultant will refine the drawings so detailed construction documents can be produced.
Approximately 14 sheets will be included in the 90% design submittal. Specifications and an
engineer's estimate will also be submitted.
A scheduled City review meeting will be held at the end of the review period so the Consultant
can receive comments.
6.06 LIFT STATION DESIGN — FINAL
The Consultant will make adjustments to the final designs, as necessary, based on the comments
received from the City. Approximately 14 sheets will be included in the final design submittal.
Specifications for the project will be prepared in a format that meets City standards. A final
engineer's estimate will also be submitted.
p:\t\tuka00000001\0000con\0030contract\0031 add-ons\southcenter supplemental services #2 scope rev4.doc
DAVID EVANS AND ASSOCIATES, INC. 15 Scope of Services
• •
SECTION 7.00 HYDRAULICS
The Consultant shall prepare a Drainage Report for the Southcenter Parkway Extension Project.
The Report shall cover the hydraulics for the Southcenter Extension Project from South 180th
Street to South 200th Street. Also included in the project will be hydraulic calculations for the
South 178th Street Project from Southcenter Parkway to South 180th Street.
Assumptions:
• The Consultant shall prepare the Drainage Report in accordance with the City of Tukwila
Drainage Code and the 1992 Washington State Department of Ecology (DOE) Storm
Water Manual.
• The City will provide basin analysis and hydrologic calculations for the off-site runoff,
downstream analysis and design, and analysis and layout for water quantity/water quality
facilities from the Segale Tukwila South Project design team.
7.01 REVIEW EXISTING STORM DESIGN AND MODELS
The Consultant shall review the storm drainage design as proposed by Goldsmith and Associates
as part of the Tukwila South Project. The Consultant shall also review the models prepared by
Northwest Hydraulic Consultants in conjunction with the review of the design. The Consultant
shall review the design and models to the extent they can recommend design changes and prepare
memos to the City outlining concerns or issues with the design.
7.02 DRAINAGE REPORT
The elements of the Drainage Report to be prepared by the Segale Tukwila South Project design
team to be incorporated into the report are listed below:
• Off-site basin delineation, analysis, and hydrologic modeling and calculations;
• Off-site conveyance calculations;
• Downstream analysis;
• Water quantity/water quality calculations; and
• Layout of proposed treatment facilities.
The elements of the Drainage Report to be prepared by the Consultant are listed below:
• Project description;
• On-site basin delineation, analysis, and hydrologic calculations;
• Conveyance calculations;
• Verification of existing pond sizing; and
• Schematic layout of conveyance systems.
Existing drainage reports for development within the corridor shall be incorporated into the
Drainage Report, and not simply referenced.
Three (3) copies of the draft Drainage Report shall be submitted to the City for distribution,
review, and comment. The City will review the Drainage Report and provide written comments
within four weeks.
p:\t\tuka00000001\0000con\0030contract\0031 add-ons\southcenter supplemental services #2 scope rev4 doc
DAVID EVANS AND ASSOCIATES, INC.
16 Scope of Services
The Consultant shall provide a written response to the draft review comments and incorporate, as
appropriate, the review comments. The Consultant shall provide three (3) copies of the final
Drainage Report to the City.
Deliverables: Three (3) draft and three (3) final copies of the Drainage Report.
p\t\tuka00000001\0000con\0030contract\0031 add-ons\southcenter supplemental services 42 scope rev4 doc
DAVID EVANS AND ASSOCIATES, INC. 17 Scope of Services
• •
SECTION 8.00 UTILITY COORDINATION
The Consultant shall provide coordination and participate in meetings as required to identify
existing utilities, and determine and resolve utility conflicts with the proposed design. This
Scope of Services does not include the design of any franchise utilities including but not limited
to cable, phone, power, and gas. The notification of the utilities and the coordination meetings
with the utilities is covered under the original Scope of Services.
8.02 COORDINATION MEETINGS
It is assumed one (1) additional coordination meeting will be required for the water main design.
8.03 UTILITY COORDINATION
The Consultant shall prepare the design to avoid known utility conflicts if practical. The
Consultant shall identify utilities that need to be potholed. The City will pothole city -owned
utilities if necessary. Franchise utilities will pothole their own utilities if necessary at their own
expense.
All utility conflicts shall be identified and potholed prior to submittal of the 60% plans.
The Consultant shall provide hard copies and electronic files of proposed plans to the utility
companies. Plan will be provided at the 60% and 90% submittals.
Coordination with the utility companies during construction is not included in this Scope of
Services.
Deliverables: None.
p:\t\tuka00000001\0000con\0030contract\0031 add-ons\southcenter supplemental services #2 scope rev4.doc
DAVID EVANS AND ASSOCIATES, INC.
18 Scope of Services
• •
SECTION 9.00 AGENCY COORDINATION
The Consultant shall provide agency coordination and participate in meetings as required to
ensure full coordination and with other local agencies.
9.01 COORDINATION WITH CITY HIGHLINE WATER DISTRICT
The Consultant shall participate in up to two (2) meetings with the Highline Water District to
provide coordination for the horizontal and vertical alignment of the water main proposed along
the Southcenter Parkway Extension. It is anticipated an additional one (1) meeting will be
required with the City Utilities Department to complete the design work for the water main
between South 180th Street and Minkler Blvd.
p:\t\tuka00000001\0000con\0030contract\003 Ladd-ons\southcenter supplemental services tt2 scope rev4 doc
DAVID EVANS AND ASSOCIATES, INC.
19 Scope of Services
•
SECTION 10.00 PRIVATE PROPERTY OWNER COORDINATION
The Consultant shall provide support to the City in coordinating private property improvements
adjacent to the Southcenter Parkway Extension project.
10.01 COORDINATION WITH LOCAL DEVELOPMENT
The Consultant shall participate in meetings with local developers to coordinate the design of the
Southcenter Parkway Extension Project to the 30% design stage, at which point the Consultant
will take over the design from the local developers. One or two staff from the Consultant will
meet five (5) times over the course of the next two months with the developers and City staff.
The Consultant shall prepare meeting minutes and distribute them to the City within five (5) days
of the meeting.
10.02 DESIGN ISSUES WITH LOCAL DEVELOPMENT
The Consultant shall address and coordinate design issues that arise between the potential private
development and the Southcenter Parkway Extension project. The Consultant shall review plans
provided by the private developer, incorporate design requests into the City project, and provide
review drawings to the City and the private developer. Design requests may include left -turn
pocket locations, driveway access points, utility connections, and frontage improvement issues.
p:\t\tuka0000000I\0000con\0030contract\003Iadd-ons\southcenter supplemental services #2 scope rev4 doc
DAVID EVANS AND ASSOCIATES, INC. 20 Scope of Services
EXHIBIT D-2
Supplemental Services #2
Southcenter Parkway Extension Project - Estimated Person-hours/Costs Summary
Summary
Classification
1 Principal/Quality Control
2 Project Manager
3 Sr. Engineer
4 Design Engineer
5 Sr CADD Drafter
6 CADD Drafter
7 Sr. Traffic Engineer
8 Traffic Engineer
9 Landscape Architect
12 Senior Environmental Planner
13 Senior Scientist
14 Scientist
15 Environmental Tech
16 Survey Manager
17 Survey Office
18 Survey Crew
19 Support / Clerical
Hrs. x
54
657
687
1170
22
1454
44
160
220
14
44
5
64
8
24
32
160
Rate
$51.00
$46.00
$38.00
$30.00
$28.00
$22.00
$40.00
$29.00
$35.00
$43.00
$35.00
$29.00
$26.00
$45.00
$29.00
$40.00
$20.50
Cost
$2,754
$30,222
$26,106
$35,100
$616
$31,988
$1,760
$4,640
$7,700
$581
$1,540
$145
$1,664
$360
$696
$1,280
$3,280
Total Hrs.
4819
Direct Salary Cost
Overhead Cost @
Net Fee @
Salary Adjustments (3%)
Subtotal
169.96% of Direct Labor
30.00% of Direct Labor
$150,432
$255,675
$45,130
$4,513
$455,750
Direct Non -Salary Cost
a) Reproduction, Plans
Reports
b) Deliveries/ Mail
c) Travel (Personal Miles)
d) Potholing (APS)
e) Storm modeling
Subtotal
Electrical Subconsultant
DEA Total
p/s/snox0001 / 132ndfee.xls
7900 Sheets @
15 Each @
10 Each @
525 Miles @
12 holes @
$0.75 /Sheet
$45.00 /Each
$15.00 /Each
$0.38 /Mile
$350.00 hole
$5,925
$675
$150
$197
$4,200
$2,400
$13,547
$3,000
$472,297
Updated 1/8/99
Printed 3/9/2005
f6
E
E
0)
7
O
C
O
i
a)
a
a)
coE
N
W
DEA
Total
CO
ON
O
1l.z
CO
v�xV.
N c4,
•
141 8
CO
r- ;r
;r
CO
uj
YNV
hoz
CO
N
CO
at
03
N
N
N
CO
N
N
N
LOO
ernN.
. LCO'3
,: r
CO
N
n
Q
7
'
..
N
O)
H
En_'
L
(O
r
T
N
'
03�
N.
Tr ,Tr
CO
N
V
Tr
Tr
Tr
`d
CO
N
Original Contract Hours Not Use (2).1.......1,... 1....... 1...., ,(8).1.. _1 1 . (20)( (24)1 (64)1 (16)1 (44)1 1 M 1 f.r„(18)
Task 4.0 Hours required in additon to the original contract ` `' ' :.
hours. (Task 4 Supplement No. 2 Hours »Original Contract
Hours not used) 6 16 8 8 8 -20 6 ' 44, 5 64 • 11
I 1 1 1 I 1 1 1 1 1 I 1 1 I
Cf ii
cu
U)H
3
a)
V
o12j
7..-•
� Co
L
m
jN
co
a
o
n_
1.4,
F
0)
t
..s
Npa
_
>.•
=
.5
co
F
L
3 ,;
co 4:0
CON(
CO
03
0
OO
Tr
CO
OO
L
N
O
."•'
F=
N
N
Sr. Scientist
Scientist
co
N
To-
0
CO
2EH
CV
OD
CO
O
V
N
00
Tr
it
O
Cl
Cc)
03
CO
F
N
L
CO
`;„ :;
Tr
O
N
N
00
O
CD
C
w
in
C
a
O
v
_
[6
2
N
CO
CU
J
<
O
rn
N
O
H
c
=
O)
C
co
N
CO
N
0
N
L
H
CO
0)
C
W
O
at
n
fp
1 --
(n
L
'Q
CO 03
.CII
r -.T-
()
CD
0
0
N
CD
CO
F
=
v
v
0)
0
U
t
°Do
N
,1
..
H
'-
L
W
N
co
co
co
rnO
0)
a
•
G)
wc
"
N _
(o
F=
F2
aD
at
0'0
.s"
k ;:
e0
O'
a
00
(O
r-
(0
rn
LL
CO
C')
O
CO(
O
H
.0
N
O
N
N
N
N
NCD
CO
O
a
(DN
v
t0
C
`
L
0
CD
Mie
0
CO'
0
O
O
co
o=
H
1°
N
a0
Quality assurance review 1 441
- Task'2.0.Total.,z 54`
Meet with City on ECS/Scope (completed under original contract)
DESIGN
Project site visits 1
Preliminary Design - 30 % submittal
10
C
CO
Q.
CO
CO
C
E
0)
Q
m
0)
Et
Review DEIS and Reports (completed under riginal contract) 1
Review revised DEIS and Reports
Coordinate w/ Segale for supplemental data
Calculate wetland/stream/road impacts
Biological Assessment
Prepare Draft BA based on existing data
Revise Draft based on City Comments
Respond to First Review
Respond to Second Review
Project Environmental Summary
Draft Summary from existing data
Revise Summary from City Comments
'Coordinate with Agencies and City
Agency/City Meetings (2)
Coordinate with Project Team
Supplement No. 2 Task 4 Total Hours Required
Base Mapping
Base mapping
File compliance
,Minor editing to base mapping
(Field verify base maps
Sanitary sewer base map
"':.TasO Tota(
lEnvironmental
(Review Existing Information
Task 1
Project Administration
Project management
Monthly progress reports
Monthly invoices
Coordination meetings
O.-
O O
N N
N(')V
O
c'
O
CL1
O
t-.4
2.05
1
Ox-
O O
M C7
N M
O O
C) C')
at
O
M
O
O
(h
O
O
4
O
at
N
C)
4
O
N
O
4
O
O
-4
0
O
4
15.00
0
O
N
O
(n
DEA1
Total 1
Total 1
hrs
co
CO
2301 30
o
CO
co
CV
r
CD
c0
0
CO
sr
0)
CV
CI
0
CD
CV
CNI
CV
Cl
0
sr
0
CD
(V 4c -r
.1-• 'Dr
,
CD
r--
CD
CV
CV
0
0
Cs)
C.D
LO
0
V)
03
st-
CV
LO
(V
CO
CV
LO
0
LO
sr
CO
dc
CO
00
N
V•
.4'
CV 'St
Csi .c)
I
sr
cn
0
•d•
,ct
CNI
C.0
CNI
-
=
cr,?IP:
T--
(0
co
to
r--
I • .
,
, .
' , ';
, ,
CD
a
p
0
a-
ID
Nt
e-
To
• .-•
E
=
,., ,
:, ,' •
•
CO
s•-'
0
-
4 ,
>,
D
.
0)
•
0)
cu,
.,
co
1-0
.,c
, _
, ..„,
.: •
"'•:
,
, t
.
„
a
0
CO
i.0
•-•
,_
, , ,
I, - ,
, , ,,
, ',
'2",
CCO
0
0
----1
co
irr
cu
'3
co
Cs'
•-•
0
...,
.0
.
,
'e •
, ..
co
(e)
--2,,
..,,
C
LU
(1)
d
M
a:
co
cr
CV
•-• TO
1-
.c
,
rf.
‘,
0:
1,C,
,
o
NI-
0
NI.
(0.
, ;„
'.,:-
:.
':1-
...,
'6,•':',
CV
CV
0
op
0
oo
-6
c
_1
o
<
to
0
To
-•
o
-
1.2
.c
•
0
CV
•
CO
,...
I-
E,,
._
.-
w
,,
-
CV
(0:,
•-•
I-
.c
sr .
.
0
0
"C,I$
1--
......
co
•
6
uj
0
N
i-
: t,
IN
CV
CD ID
e- tee
CO
CV
CO
N-
CV
N-
CD
•-
0V)
<
00
E
cA
co
T.
-
-
I!,
c't.
.--
co
N-
CO CD
CO 1-
0
Nr
CV
,-
CO
CD
C')
0
CI
0
C.")
C)
Nr
CD
%-•
0
Nt
CD
0
cv
0
C)
OD
03
•cl.
0
1-
CV
Cn
CD
1-
sr
(‚4(0
CD
CD
"er
CV
.-
0
sr
c0
CV
(0
%-•
0
sr
CD
sr
CO
.
'
,-
o
<
'-0
(/)
In'
T
j-
sr
CO
‘.-
CO
CO
dr
v-
CD
co
CO
CO
co
CO
CD
,-
CO
CD
,-C')
0
CV
.-
00
CV
co
sr
CV
, --
CD
to
CO
• :-.f.,
Cl
1-
CO CO
CO
CV
C")
Oa
(0
co
(0
CV
co
NI"
CV
.---
(0
.-
(0
u-)
-
'n
(S°
CD
u JC
0
co
NI' =
0
TS
"
isr
"7"`
sr
CV st
's-
st
sr
CO
CV
`-
sr
e-
c0
(.0
tD
,-
0
Cs)
0.1
e--
CV
a-
sr
•gl•
V
CV
IV
,-
CD
e-
V'
(0
e-
CO
0
CO
LI
CO
CO
V) -,
m
'n
(0
,(0
CV
sr
..t
CV
sr
sr
tO
CV
sr
CV
(0
(0
CO
Nr
"I'
CV
'I-
C.0
•ct
co
csi
Ti
12
04
,,
,-
co csi
csl
Tr
0.1
.4.
CD
CD
0
CO
Nr
CV
co
CV
CV
(0
sr
,-
,
'
e
,..,.
0
0
,--
LD
o
-c
Task
I?,
44
„cl•
ft
irtr)
..to
=
co
,,-
,..
. ,
.
.
c
0)
to
a)
0
•a•P•
0
Roadway sections
Roadway plans/profiles
Sanitary sewer main plan/profiles
Water main plan/profiles
Water mian details
Miscellaneous details
Channelization and signing plans
(0
C
to
a
To
c
cy,
.(.)
Illumination plans
Termporary ESC plans
to
c
co
z_
0)
c
i3
co
•o
5_
!Retaining wall plans/profiles
Landscape plans and details
Irrigation plans and details
Specifications
Engineers estimate / quantities
Preliminary plans production
Sub:task 6.03 (00% Design) :Total
C
0)
—
to
co
0
e
0
0)
I Incorporate intermediate review comments
Roadway sections
Roadway plans/profiles
[Sanitary sewer main plan/profiles
Water main plan/profiles
Water mian details
Miscellaneous details
IChannelization and signing plans
[Signal design
[Illumination design
Temporary erosion control plans
Preloading plans
Retaining wall plans
Landscape plans and details
Irrigation plans and details
Engineer's estimate / quantities
[Specifications
Design submittal production
' Task -6.04190% DeiliiniTigal
'Final Contract Documents (100%)
[Incorporate final review comments
[Final roadway plan and profiles
Final sanitary sewer main plans
[Water main plans and details
0)
0
..:r
o
Lri
L.r)
0
ui
DEA ITotal
N
36
57
28
28
24
38
40
16
ann,n nl
I 201
CO
OO
V
N
LO
CO
,
CO 'V,
6)10;
V
'CDM
N
C0
461 54
O
OO
CO
V
CON
N"
V Q'"
OO
N N
V'
I 50
40
90
0)
•O
7
Cn V%
N
6)
0
F
L
co ALO:
::."
O
V
V
V(
CV
CO CO
PROJECT TOTALS 54 657 687 1170 ' 22. 1454: 44 160. 220 14 44 5 64 8 24 ' 82 160
a,
1U
U6_
O„E.
o��
N
,,,,,
co
FLIIIHhI
�'
,
-6
Cn
2
1111111
£ "
W
C F
fn
to
0
(.0
N
N
Lo
a
O
f-
~
L1111111
c•-)
F-
IL
I-
I -
F:52
N
O
F
L
N CV
m
e)
r
F
F-
L
CO 10
sr
N
0
Q 0
ii
6
GO
N
NL
co
CO
m
76
I -
`�����"•
LI
NCO NNN
-
CO
Q
r
n
CN AO,
CO <'”;
00
O0
CD COO
V V
V
V
N
V-
N
6
N
(U
1V
CL
C`O
M
‘1.
M
N
N
O
I-
OL
.
L
L'MV
N V NNOONN
r N
V
Gi;
M N
ie-
NOON
•-
N
N
M
:i'::�
O
V
CO
CO
V
N
CD
CD
N
L. 81
80
1
M
N
V
V
CO CD
0
CO
V V CO CO (0
V
O
CO
CO
V
r
H
L
"""'•
'Agency Coordination
Coordination with Highline Water District
Task 9.0 Tatsti
Private Property Owner Coordination
Meetings with property owners
Final PS&E
-.,_., ,. ...�.�...;_ ,•__.:ate..„;;...:
•
::11* -7, 0,0 Tati1
Hydraulics
Review existing storm design and models
Review existing data and gather maps
Conduct field review
Prepare basin area calculations
Prepare hydraulic calculations/ plans
Confirm pond sizing 1
Prepare report drawings
Report text
'Utilities Coordination
Task
Final illumination design
Final signal design
Final channelization plans
Final temporary erosion control plans
Final wall plans
Final Engineer's cost estimate / quantities
Final specifications
Final plotting
„ [[[ 7tiisk75:050tii01:44traarTatO
Sanitary Sewer Lift Station
Data collection
[Preliminary design report
Preliminary design plans
W
oO
(/)
Ll
o
O
CD
W
oO
CO
d
0
O
6)
0,-
O O
6 6
N
O
6
M
O
6
V
O
6
C!)
O
6
CD
O
CD
0-
0
t-
0
r
CV
0
n
18.00
8,02 & 8.03
0-
O O
6 6)
0
0
O
a-
0
O
N
0
O
WiWashington State
Department of Transportation
Supplemental Agreement •�
Organization and Address
David Evans & associates, Inc.
415 ll8th Ave SE
Bellevue, WA 98005
Attn: Catherine Mirkin, PE
Agreement Number
04-025 (-6)
Project Number
Phone
(425) 519-6582
Project Title
Southcenter Parkway Extension Project
New Maximum Amount Payable
$ 430,192.00
Description of Work
The supplemental scope of services includes preparation of plans, specifications
and estimates (PS&E) for 7000 if of sanitary sewer main and 1400 if of roadway
widening on Southcenter Parkway.
The Local Agency of
City of Tukwila
desires to supplement the agreement entered into with David Evans & Associates, Inc.
and executed on April 5, 2004 and identified as Agreement No. 04-025
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
Additional work is described in Exhibit B-2
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: Completion Date: July 1, 2005
III
Section V, PAYMENT, shall be amended as follows:
Additional payment in the amount of $79,615 shall be added to the contract
(see Exhibit D-2)
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By:
C+tip✓; n c E. NII rleJn DiLtnJ evImi I Asitia,
DOT Form 140-063 EF
Revised 10/97
2f&t,
Consultant Signature
)'y --54Zve'v%.
{
By:
t it is Iv M ,',l uCLE I`
Approving Authority Signature
ENTDNOV 29200tR1G NAL
• •
Exhibit "A"
Summary of Payments
DOT Form 140-063 EF
Revised 10/97
Basic Agreement
Supplement #1
Total
Direct Salary Cost
$108,162.00
$26,088.00
$134,250.00
Overhead
(Including Payroll Additives)
$183,833.00
$44,340.00
$228,173.00
DirectNon-SalaryCosts
$ 26,133.00
$ 1,360.00
$ 27,493.00
Fixed Fee
$ 32,449.00
$ 7,827.00
$ 40,276.00
Total
$350,577.00
$79,615.00
$430,192.00
DOT Form 140-063 EF
Revised 10/97
• •
CITY OF TUKWILA ENGINEERING DESIGN SERVICES
SOUTHCENTER PARKWAY EXTENSION PROJECT
SCOPE OF SERVICES
SUPPLEMENT #1
SECTION 1.00 PROJECT DESCRIPTION AND DELIVERABLES
PROJECT DESCRIPTION
This supplemental scope of services includes preparation of plans, specifications and estimates
(PS&E) for the sanitary sewer main from South 200th Street to Minkler Boulevard (roughly
10,200 If) and 1400 If of roadway widening on Southcenter Parkway from the existing south city
limit to the future south city limit. The roadway section will include a five -lane roadway (two
lanes in each direction with a center two-way left turn lane) with curb, gutter and six-foot
sidewalks on the both sides of the road. Other improvements include an enclosed storm drainage
system, illumination, utility relocations, channelization and signing. Construction documents for
the sanitary sewer main and the additional 1400 if of roadway widening will be incorporated into
the PS&E documents being prepared under the basic scope of services for the Southcenter
Parkway Extension Project.
It is assumed the sanitary sewer main will be a gravity flow system. If a pump station is required
instead of a gravity main system it will be considered an extra service to provide that design.
1.02 PROJECT DELIVERABLES FURNISHED BY THE CONSULTANT
The Consultant shall maintain a project file for pertinent work items. These files will be
delivered to the City at the conclusion of the project. In addition to the project files, the
Consultant shall deliver the following documents and products to the City as part of this
agreement:
• PS&E contract plans for review at 60% and 90% submittals (25 sets of half-size plans
and 25 specs) and one final set of signed reproducible contract documents (10 full
size plans and 50 half-size final plans and specs
1.03 ITEMS FURNISHED BY THE CITY
• All available "As -Built" information;
• Any applicable preliminary design, geotechnical or environmental documentation;
• City of Tukwila Comprehensive Plan (sanitary sewer section only);and
c:\windows\temp\southcenter - supplemental services #l.doc
DAVID EVANS AND ASSOCIATES, INC. 1 Scope of Services
• •
SECTION 2.00 PROJECT MANAGEMENT AND QUALITY CONTROL
2.01 PROJECT MANAGEMENT
Direction of the Consultant staff and review of their work over the course of the Project shall be
provided. This work element includes preparing the monthly progress reports, invoices,
attending progress meetings, and planning work items for the following month.
Periodic monitoring of the Consultant's design budget will occur over the course of the Project.
Current status, as well as budget projections, will be developed. This work element is intended
to help monitor costs and budgets and to propose corrective actions. These actions could include
formal requests for scope modifications and respective budget adjustments.
Drawings and documents received and generated over the course of the Project will require
review, coordination and file management to be completed by the Consultant.
2.02 COORDINATION MEETINGS
No additional coordination meetings are anticipated for the roadway widening work.
Coordination meetings for the sanitary sewer design is cover under Section 6.
2.03 QUALITY CONTROL/QUALITY ASSURANCE REVIEW
This task is for QC/QA review of the Consultant's deliverables by a designated QC/QA staff
member. The review shall cover documents, reports, plans, specifications, cost estimates and
pertinent information on an ongoing basis. The QC/QA program entails the periodic review of
study criteria, design, assumptions, concepts and presentation of product format and assures that
the overall Project objectives are being fulfilled.
The City will provide additional quality review. This will be coordinated with the Consultant
Project Manager and pertinent staff members. Support groups within the City will review and
provide direction of pertinent work items and will coordinate with the Consultant Project
Manager and pertinent staff members.
c:\windows\temp\southcenter - supplemental services #1.doc
DAVID EVANS AND ASSOCIATES, INC.
2 Scope of Services
• •
3.01 BASEMAPPING
The basemapping for the 1400 if of roadway widening has been completed by Segale Business
Park (SBP) and shall be made available to the Consultant.
The Consultant shall prepare the base map for the sanitary sewer design from South 180th Street
to Minkler Blvd using the SBP survey info and City of Tukwila GIS info. If additional
topographic survey is necessary to complete the sanitary sewer design, the survey work will be
covered under Section 3.01 of the basic services agreement for the Southcenter Parkway
Extension Project.
c:\windows\temp\southcenter - supplemental services #t.doc
DAVID EVANS AND ASSOCIATES, INC.
3 Scope of Services
. •
SECTION 4.00 DESIGN
The Consultant shall design and prepare roadway plan/profiles from the existing south city limit
an additional 1400 if to the south and sanitary sewer main plans from South 200th Street to
Minkler Boulevard.
4.01 REVIEW EXISTING DATA AND ESTABLISH DESIGN STANDARDS
The Consultant shall review the following documents for relevant geometric design criteria and
establish applicable design standards for the project.
• Southcenter Parkway Extension Design Report;
• City of Tukwila Engineering Design and Development Standards;
• AASHTO Policy on Geometric Design of highways and Streets (1994);
• WSDOT Design Manual;
• WSDOT Local Agency Guidelines, and
• Manual of Uniform Traffic Control Devices.
Particular emphasis shall be placed on identifying those elements that may be subject to
interpretation, engineering judgment or modification due to adverse field conditions. All
elements shall be reviewed with City staff prior to the start of detailed design.
In preparation of the sanitary sewer main design the Consultant shall review the following
documents:
• City of Tukwila Comprehensive Plan (Sanitary Sewer Service)
• Department of Ecology Design Criteria for Sewerage Works
• City of Kent Comprehensive Plan (Sanitary Sewer Service)
• Segale Property EIS (for sanitary sewer loadings)
The Consultant shall prepare all drawings using AutoCAD R2000 in conformance with City
standards. Project schedules shall be prepared using Microsoft Project, spreadsheets in Microsoft
Excel and text documents in Microsoft Word.
4.02 PROJECT SITE VISITS (2 TOTAL)
The Consultant shall conduct one site visit with City maintenance, design, and construction staff
to review and discuss design considerations. Where appropriate, elements identified by these site
visits will be incorporated into design.
The Consultant shall conduct one additional site visit with City staff to resolve design questions
and issues.
c:\windows\temp\southcenter - supplemental services #1.doc
DAVID EVANS AND ASSOCIATES, INC.
4 Scope of Services
• •
4.03 INTERMEDIATE DESIGN (60% COMPLETION)
The Consultant shall develop the design to a 60% completion level, and participate in a review
coordination meeting to respond to City staff questions and comments (covered under the basic
services). The City will provide one consolidated set of review comments. Review comments
will be responded to and incorporated as applicable into the design. The 60% design will include
the following elements, as a minimum, prepared by the Consultant:
• Roadway plans and profiles (4 sheets);
• Miscellaneous details (1 sheet);
• Channelization and signing plans (2 sheets);
• Illumination plans (2 sheets);
• Temporary erosion/sedimentation control plans (4 sheets);
• Sanitary sewer main plan and profiles (20 sheets);
• Sanitary sewer main details (1 sheet);
• Construction Cost Estimate; and
• Specifications
4.04 FINAL DESIGN (90% COMPLETION)
The Consultant shall prepare a complete design for review by the City and participate in a review
coordination meeting to respond to City staff questions and comments (covered under the basic
services). The City will provide one consolidated set of review comments. Review comments
will be responded to and incorporated as applicable into the design. The 90% design shall include
the following elements, as a minimum, prepared by the Consultant:
• Roadway plans and profiles (4 sheets);
• Miscellaneous details (1 sheet);
• Channelization and signing plans (2 sheets);
• Illumination plans (2 sheets);
• Temporary erosion/sedimentation control plans (4 sheets);
• Sanitary sewer main plan and profiles (20 sheets);
• Sanitary sewer main details (1 sheet);
• Construction Cost Estimate; and
• Specifications
The Consultant shall calculate quantities and prepare a detailed construction cost estimate.
4.05 PREPARE FINAL CONTRACT DOCUMENTS (100% COMPLETION)
The Consultant shall prepare final contract documents in accordance with City's review
comments from the final design coordination meeting and in accordance with regulatory agency
permit conditions. The following work shall be completed as part of the final contract document
preparation:
• Plan modifications and/or revisions in response to City review comments from the
final design coordination meeting;
• Final design of project elements;
c:\windows\temp\southcenter - supplemental services # l.doc
DAVID EVANS AND ASSOCIATES, INC.
5 Scope of Services
• •
• Special provisions and listing of City standard specifications, with fill-ins, to be
incorporated in the construction contract documents, and
• Prepare a final (100% Completion) list of bid items, quantities, and a construction
cost estimate for a set of signed and reproducible construction contract documents.
The Consultant shall assemble all plan sheets, general and special provisions, cost estimate, and
associated documentation for submittal as an Ad Ready PS&E package. The Consultant shall
prepare the advertisement for bid and reproduce the construction documents. The City will
distribute plans and specifications to prospective bidders.
c:\windows\temp\southcenter - supplemental services #1.doc
DAVID EVANS AND ASSOCIATES, INC.
6 Scope of Services
• •
SECTION 5.00 UTILITY COORDINATION
It is assumed the utility coordination work for the 14001f of roadway widening can be completed
under the basic scope of services. The Consultant shall provide additional coordination and
participate in meetings as required to identify existing utilities, determine and resolve utility
conflicts with the proposed sanitary sewer design.
5.01 NOTIFICATION OF UTILITIES
The Consultant shall notify the City and franchise utility companies of the sanitary sewer design
and arrange to have the utility locations surface marked and request utility as-builts. The City
and Consultant shall collaboratively develop a list of utility companies within the existing City
right-of-way. The Consultant shall contact the utility companies.
5.02 COORDINATION MEETINGS
It is assumed that no additional coordination meetings will be required for the 1400 if of roadway
widening, and any coordination for the sanitary sewer main design will be consolidated into the
roadway coordination meetings identified in the basic scope of services.
5.03 UTILITY COORDINATION
The Consultant shall prepare the roadway widening and sanitary sewer main design to avoid
known utility conflicts if practical. The Consultant and the City shall identify utilities that need
to be potholed. Potholing will be completed by an Air/Vac System. The Consultant shall meet
with each affected utility company one (1) time in the office and one (1) time in the field. The
City will pothole city -owned utilities if necessary. Franchise utilities will pothole their own
utilities if necessary at their own expense.
All utility conflicts shall be identified and potholed prior to submittal of 60% plans.
The Consultant shall provide hard copies and electronic files of proposed plans to the utility
companies. Plan will be provided at the 60% and 90% submittals.
c:\windows\temp\southcenter - supplemental services #l.doc
DAVID EVANS AND ASSOCIATES, INC.
7 Scope of Services
• •
SECTION 6.00 AGENCY COORDINATION
The Consultant shall provide agency coordination and participate in meetings as required to
ensure full coordination with local agencies.
6.01 COORDINATION WITH CITY OF TUKWILA UTILTIES
The basic scope of services included Consultant participation in up to two (2) meetings with the
City of Tukwila Utilities Department to provide coordination for the horizontal and vertical
alignment of the proposed sanitary sewer line proposed along the Southcenter Parkway
Extension. It is anticipated an additional two (2) meetings will be required with the City Utilities
Department to complete the design work.
6.02 COORDINATION WITH CITY OF KENT/KING COUNTY
The basic scope of services included Consultant participation in up to two (2) meetings with the
City of Kent and King County regarding potential improvements south of the City of Tukwila
City limits. It is anticipated these two meetings will be sufficient to coordinate the complete
sanitary sewer design.
c:\windows\temp\southcenter - supplemental services #1.doc
DAVID EVANS AND ASSOCIATES, INC. 8 Scope of Services
• •
SECTION 7.00 PRIVATE PROPERTY OWNER COORDINATION
The Consultant shall coordinate the design of the sanitary sewer main with the private property
improvements adjacent to the Southcenter Parkway Extension project.
7.01 COORDINATION WITH LOCAL DEVELOPMENT
The Consultant shall participate in up to two (2) meetings with SBP to coordinate potential
development with the sanitary sewer main design. The Consultant shall prepare meeting minutes
and distribute them to the City within five (5) days of the meeting.
The Consultant shall also work with existing developments between South 180th Street and
Minkler Boulevard that are impacted by the sanitary sewer main design.
7.02 DESIGN ISSUES WITH LOCAL DEVELOPMENT
The Consultant shall address and coordinate design issues that arise between the potential private
development and the Southcenter Parkway Extension project. The Consultant shall work with
the private property owner to provide sanitary sewer service stub locations and inverts. The
Consultant shall also work with the private property owner to coordinate frontage improvements
along the 14001f or roadway widening.
c:\windows\temp\southcenter - supplemental services #1.doc
DAVID EVANS AND ASSOCIATES, INC.
9 Scope of Services
Exhibit D-2
a's
E
E
co
1_0
str Cs./ CNI •7 CO 'Cr CO
csj (\I (0c)
1111111111111111111111111111111 III
1111111111111111111111111111111 111
1111111111111111111111111111111 )! 111
111111111
111111111111111111111111111111111011
ill11111111111111111111111111111111111
1111111111111111111111111N111111111111
111111111111111111111111111111111111
1111111111111111111111111111111114111
1111111111111111111111111111111111111
1111111111111111111111111111(111
Et, ._ C
N fa Ca. C/) (ft N Ct.
CD Go 7) ct,
"TDC1300 Oa) OCUtptit(265„
1:1CCO-co.at CICC°W.005
CPC CO -0 -0
(DM C CD 0 0- CC$ C
osE cocoEE
0 ts—
ocmcw c
c 303 3
To"
co
co
fit CD
C
tit 73 s3
CO c
-a CO 13.
CC
(au) °
2 o-cpcoocco ° o-c=cocos
LI CY Q. to CC I— _J CO (i) cn GC 0 1— cu
LE] 11� 11
111111011I NMI
it 11
--0 =11 it 11
HEM101
1��011111 11
1IIIII1III1
EBBF 11 11
1�E0111I11 X11 }
iiiiiiinirifn-
EMI I
M0111 11�11�
1G�0111 11 s1III
1 1101111 11 11 �
1110 a �0111�111�11
O c�
'O
: m c
111111111111111111111
•
EXHIBIT D-2
Southcenter Parkway Extension Project - Estimated Person-hours/Costs Summary
Supplemental Services #1
Summary
Classification Hrs. x Rate = Cost
1 Principal/Quality Control 6 $50.00 $300
2 Project Manager 116 $46.00 $5,336
3 Sr. Engineer 142 $36.00 $5,112
4 Design Engineer 242 $30.00 $7,260
5 Sr CADD Drafter 8 $28.00 $224
6 CADD Drafter 276 $22.00 $6,072
7 Sr. Traffic Engineer 4 $40.00 $160
8 Traffic Engineer 16 $29.00 $464
9 Landscape Architect 16 $35.00 $560
12 Senior Environmental Planner 0 $43.00 $0
13 Senior Scientist 0 $35.00 $0
14 Scientist 0 $29.00 $0
15 Environmental Tech 0 $26.00 $0
16 Survey Manager 0 $45.00 $0
17 Survey Office 0 $29.00 $0
18 Survey Crew 0 $40.00 $0
19 Support / Clerical 30 $20.00 $600
Total Hrs. 856
Direct Salary Cost $26,088
Overhead Cost @
Net Fee @
Subtotal
169.96% of Direct Labor
30.00% of Direct Labor
$44,340
$7,827
$78,255
Direct Non -Salary Cost
a) Reproduction, Plans 800 Sheets @ $0.75 /Sheet $600
Reports 0 Each @ $45.00 /Each $0
b) Deliveries/ Mail 2 Each @ $15.00 /Each $30
c) Travel (Personal Miles) 100 Miles @ $0.30 /Mile $30
d) Utility locate (APS)
e) Potholing (APS) 2 holes @ $350.00 hole $700
Subtotal $1,360
Hrs.
Total $79,615
Updated 1/8/99
p/s/snox0001/132ndfee.xis Printed 11/12/2004
•
•,-(';(1/.-r%
Local Agency
Standard Consultant
Agreement
g
Consultant/Address/Telephone
David Evans and Associates, Inc.
415 - 118th Avenue SE
Bellevue, WA 98005-3518
Attn: Catherine Mirkin, P.E.
425-519-6582
Agreement Number
04 - t .-
Federal Aid Number
Project Title And Work Description
Southcenter Parkway Extension Project: Replace the
existing two-lane roadway with a five -lane facility
from S. 180th St. to the southern city limits to
include curb, gutter, and sidewalks on the both sides
of the road. Other improvements include storm
drainage, traffic signal, illumination, utility
relocations, channelization, and signing.
Agreement Type (Choose one)
❑ Lump Sum
Lump Sum Amount $
%
%
%
►_� Cost Plus Fixed Fee
Overhead Progress Payment Rate 169.96
DBE Participation
❑ Yes ❑ No %
Overhead Cost Method
❑ Actual Cost
ElActual Cost Not To Exceed
WBE Participation
❑Yes ❑ No
Federal ID Number or Social Security Number
93-066-1195
Fixed Rate 169.96
Fixed Fee $ 32,449.00
Do you require a 1099 for IRS?
❑ Yes ►:4 No
Completion Date
May 1, 2005
❑ Specific Rates Of Pay
9 Negotiated Hourly Rate
9 Provisional Hourly Rate
0 Cost Per Unit of Work
Total Amount Authorized $
Management Reserve Fund $
Maximum Amount Payable $
350,577.00
350,577.00
THIS AGREEMENT, made and entered into this day of ( s,
between the Local Agency of City of Tukwila , Washingtoh, hereinafter called the
"AGENCY" , and the above organization hereinafter called the "CONSULTANT".
WITNESSETH THAT:
WHEREAS, the AGENCY desires to accomplish the above referenced project, and
WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and therefore
deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary
services for the PROJECT; and
WHEREAS, the CONSULTANT represents that he/she is in compliance with the Washington State
Statutes relating to professional registration, if applicable, and has signified a willingness to furnish
Consulting services to the AGENCY,
NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained
herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: /
DOT Form 140-089 EF
Revised 12/99
Page 1 of 8
OR1GINAL
1 •
GENERAL DESCRIPTION OF WORK
The work under this AGREEMENT shall consist of
the above described work and services as herein
defined and necessary to accomplish the completed
work for this PROJECT. The CONSULTANT shall
furnish all services, labor and related equipment
necessary to conduct and complete the work as
designated elsewhere in this AGREEMENT.
11
SCOPE OF WORK
The Scope of Work and project level of effort for this
project is detailed in Exhibit "B" attached hereto, and
by this reference made a part of this AGREEMENT.
I11
GENERAL REQUIREMENTS
All aspects of coordination of the work of this
AGREEMENT, with outside agencies, groups or
individuals shall receive advance approval by the
AGENCY. Necessary contacts and meetings with
agencies, groups or individuals shall be coordinated
through the AGENCY.
The CONSULTANT shall attend coordination,
progress and presentation meetings with the
AGENCY or such Federal, Community, State, City
or County officials, groups or individuals as may be
requested by the AGENCY. The AGENCY will
provide the CONSULTANT sufficient notice prior
to meetings requiring CONSULTANT participation.
The minimum number of hours or days notice —
required shall be agreed to between the AGENCY
and the CONSULTANT and shown in Exhibit "B"
attached hereto and made part of this AGREEMENT.
The CONSULTANT shall prepare a monthly
progress report, in a form approved by the AGENCY,
that will outline in written and graphical form the
various phases and the order of performance of the
work in sufficient detail so that the progress of the
work can easily be evaluated. Goals for Disadvan-
taged Business Enterprises (DBE) and Women
Owned Business Enterprises (WBE) if required shall
be shown in the heading of this AGREEMENT.
All reports, PS&E n`+erials, and other data, fumished
to the CONSULTANT by the AGENCY shall be
retumed. All designs, drawings, specifications,
documents, and other work products prepared by the
CONSULTANT prior to completion or termination of
this AGREEMENT are instruments of service for this
PROJECT and are property of the AGENCY. Reuse
by the AGENCY or by others acting through or on
behalf of the AGENCY of any such instruments of
service, not occurring as a part of this PROJECT,
shall be without liability or legal exposure to the
CONSULTANT.
IV
TIME FOR BEGINNING AND COMPLETION
The CONSULTANT shall not begin any work under
the terms of this AGREEMENT until authorized in
writing by the AGENCY. All work under this
AGREEMENT shall be completed by the date
shown in the heading of this AGREEMENT under
completion date.
The established completion time shall not be extended
because of any delays attributable to the CONSULT-
ANT, but may be extended by the AGENCY, in the
event of a delay attributable to the AGENCY, or
because of unavoidable delays caused by an act of
GOD or governmental actions or other conditions
beyond the control of the CONSULTANT. A prior
supplemental agreement issued by the AGENCY is
required to extend the established completion time.
V
PAYMENT
The CONSULTANT shall be paid by the AGENCY
for completed work and services rendered under this
AGREEMENT as provided in Exhibit "C" attached
hereto, and by this reference made part of this
AGREEMENT. Such payment shall be full compen-
sation for work performed or services rendered and
for all labor, materials, supplies, equipment, and
incidentals necessary to complete the work
specified in Section II, "Scope of Work". The
CONSULTANT shall conform with all applicable
portions of 48 CFR 31.
Page 2 of 8
VI
SUBCONTRACTit
The AGENCY permits subcontracts for those items
of work as shown in Exhibit G to this Agreement.
Compensation for this subconsultant work shall be
based on the cost factors shown on Exhibit G, at-
tached hereto and by this reference made a part of this
AGREEMENT.
The work of the subconsultant shall not exceed its
maximum amount payable unless a prior written
approval has been issued by the AGENCY.
All reimbursable direct labor, overhead, direct non -
salary costs and fixed fee costs for the subconsultant
shall be substantiated in the same manner as outlined
in Section V. All subcontracts exceeding $10,000 in
cost shall contain all applicable provisions of this
AGREEMENT.
The CONSULTANT shall not subcontract for the
performance of any work under this AGREEMENT
without prior written permission of the AGENCY. No
permission for subcontracting shall create, between
the AGENCY and subcontractor, any contract or any
other relationship.
VII
EMPLOYMENT
The CONSULTANT warrants that he/she has not
employed or retained any company or person, other
than a bona fide employee working solely for the
CONSULTANT, to solicit or secure this contract, and
that it has not paid or agreed to pay any company or
person, other than a bona fide employee working
solely for the CONSULTANT, any fee, commission,
percentage, brokerage fee, gift, or any other consider-
ation, contingent upon or resulting from the award or
making of this contract. For breach or violation of this
warrant, the AGENCY shall have the right to annul
this AGREEMENT without liability, or in its discre-
tion, to deduct from the AGREEMENT price or
consideration or otherwise recover the full amount of
such fee, commission, percentage, brokerage fee, gift,
or contingent fee.
Any and all employees of the CONSULTANT or
other persons while engaged in the performance of
any work or services required of the CONSULTANT
under this AGREEMENT, shall be considered
employees of the SULTANT only and not of the
AGENCY, and any and all claims that may or might
arise under any Workmen's compensation Act on
behalf of said employees or other persons while so
engaged, and any and all claims made by a third party
as a consequence of any act or omission on the part of
the CONSULTANTs employees or other persons
while so engaged on any of the work or services
provided to be rendered herein, shall be the sole
obligation and responsibility of the CONSULTANT.
The CONSULTANT shall not engage, on a full or
part time basis, or other basis, during the period of the
contract, any professional or technical personnel who
are, or have been, at any time during the period of the
contract, in the employ of the United States Depart-
ment of Transportation, the STATE, or the
AGENCY, except regularly retired employees,
without written consent of the public employer of
such person.
VIII
NONDISCRIMINATION
The CONSULTANT agrees not to discriminate
against any client, employee or applicant for employ-
ment or for services because of race, creed, color,
national origin, marital status, sex, age or handicap
except for a bona fide occupational qualification with
regard to, but not limited to the following: employ-
ment upgrading, demotion or transfer, recruitment or
any recruitment advertising, a layoff or terminations,
rates of pay or other forms of compensation, selection
for training, rendition of services. The CONSULT-
ANT understands and agrees that if it violates this
provision, this AGREEMENT may be terminated by
the AGENCY and further that the CONSULTANT
shall be barred from performing any services for the
AGENCY now or in the future unless a showing is
made satisfactory to the AGENCY that discrimina-
tory practices have terminated and that recurrence of
such action is unlikely.
During the performance of this AGREEMENT, the
CONSULTANT, for itself, its assignees and
successors in interest agrees as follows:
A. COMPLIANCE WITH REGULATIONS: The
CONSULTANT shall comply with the Regula-
tions relative to nondiscrimination in the same
manner as in Federal -assisted programs of the
Page 3 of 8
Department of Transportation, .49, Code of
Federal Regulations, Part 21, as they may be
amended from time to time, (hereinafter referred
to as the Regulations), which are herein incorpo-
rated by reference and made a part of this
AGREEMENT. The consultant shall comply
with the American Disabilities Act of 1992, as
amended.
B. NONDISCRIMINATION: The CONSULTANT,
with regard to the work performed by it during the
AGREEMENT, shall not discriminate on the
grounds of race, creed, color, sex, age, marital
status, national origin or handicap except for a
bona fide occupational qualification in the selec-
tion and retention of subconsultants, including
procurements of materials and leases of equip-
ment. The CONSULTANT shall not participate
either directly or indirectly in the discrimination
prohibited by Section 21.5 of the Regulations,
including employment practices when the contract
covers a program set forth in Appendix II of the
Regulations.
C. SOLICITATIONS FOR SUBCONSULTANTS,
INCLUDING PROCUREMENTS OF MATERI-
ALS AND EQUIPMENT: In all solicitations
either by competitive bidding or negotiation made
by the CONSULTANT for work to be performed
under a subcontract, including procurements of
materials or leases of equipment, each potential
subconsultant or supplier shall be notified by the
CONSULTANT of the CONSULTANT's
obligations under this AGREEMENT and the
Regulations relative to nondiscrimination on the
grounds of race, creed, color, sex, age, marital
status, national origin and handicap.
D. INFORMATION AND REPORTS: The
CONSULTANT shall provide all information
and reports required by the Regulations, or
directives issued pursuant thereto, and shall
permit access to its books, records, accounts,
other sources of information, and its facilities as
may be determined by the AGENCY to be
pertinent to ascertain compliance with such
Regulations or directives. Where any information
required of the CONSULTANT is in the exclu-
another who fails or refuses to
fumish this information the CONSULTANT shall
so certify to the AGENCY, or the United States
Department of Transportation as appropriate, and
shall set forth what efforts it has made to obtain
the information.
E. SANCTIONS FOR NONCOMPLIANCE: In the
event of the CONSULTANTs noncompliance
with the nondiscrimination provisions of this
AGREEMENT, the AGENCY shall impose
such sanctions as it or the Federal Highway
Administration may determine to be appropriate,
including, but not limited to:
1. Withholding of payments to the CONSULT-
ANT under the AGREEMENT until the
CONSULTANT complies, and/or
2. Cancellation, termination or suspension of the
AGREEMENT, in whole or in part.
F. INCORPORATION OF PROVISIONS: The
CONSULTANT shall include the provisions of
paragraphs (A) through (G) in every subcontract,
including procurements of materials and leases of
equipment, unless exempt by the Regulations or
directives issued pursuant thereto. The CON-
SULTANT shall take such action with respect to
any subconsultant or procurement as the
AGENCY or the Federal Highway Administra-
tion may direct as a means of enforcing such
provisions including sanctions for noncompli-
ance; provided, however, that, in the event a
CONSULTANT becomes involved in, or is
threatened with, litigation with a subconsultant or
supplier as a result of such direction, the CON-
ULTANT may request the AGENCY to enter
into such litigation to protect the interests of the
AGENCY, and in addition, the CONSULTANT
may request the United States to enter into such
litigation to protect the interests of the United
States.
G. UNFAIR EMPLOYMENT PRACTICES: The
CONSULTANT shall comply with RCW
49.60.180.
Page 4 of 8
IX
TERMINATION OF AGREEMENT
The right is reserved by the AGENCY to terminate
this AGREEMENT at any time upon ten days written
notice to the CONSULTANT.
In the event this AGREEMENT is terminated by the
AGENCY other than for default on the part of the
CONSULTANT, a final payment shall be made to the
CONSULTANT as shown in Exhibit F for the type of
AGREEMENT used.
No payment shall be made for any work completed
after ten days following receipt by the CONSULT-
ANT of the Notice to terminate. If the accumulated
payment made to the CONSULTANT prior to Notice
of Termination exceeds the total amount that would
be due computed as set forth herein above, then no
final payment shall be due and the CONSULTANT
shall immediately reimburse the AGENCY for any
excess paid.
If the services of the CONSULTANT are terminated
by the AGENCY for default on the part of the CON-
SULTANT, the above formula for payment shall not
apply. In such an event, the amount to be paid shall be
determined by the AGENCY with consideration
given to the actual costs incurred by the CONSULT-
ANT in performing the work to the date of
termination, the amount of work originally required
which was satisfactorily completed to date of termina-
tion, whether that work is in a form or a type which is
usable to the AGENCY at the time of termination;
the cost to the AGENCY of employing another firm
to complete the work required and the time which
maybe required to do so, and other factors which
affect the value to the AGENCY of the work per-
formed at the time of termination. Under no
circumstances shall payment made under this subsec-
tion exceed the amount which would have been made
using the formula set forth in the previous paragraph.
If it is determined for any reason that the CONSULT-
ANT was not in default or that the CONSULTANT's
failure to perform is without it or it's employee's fault
or negligence, the termination shall be deemed to be a
termination for the convenience of the AGENCY in
accordance with the provision of this AGREEMENT.
In the event of the death of any member, partner or
officer of the CONSULTANT or any of its supervi-
sory personnel assigned to the project, or, dissolution
of the partnership, termination of the corporation, or
disaffiliation of the principally involved employee,
the surviving members of the CONSULTANT hereby
agree to complete the work under the terms of this
AGREEMENT, if requested to do so by the
AGENCY. The subsection shall not be a bar to
renegotiation of the AGREEMENT between the
surviving members of the CONSULTANT and the
AGENCY, if the AGENCY so chooses.
In the event of the death of any of the parties listed in
the previous paragraph, should the surviving members
of the CONSULTANT, with the AGENCY's concur-
rence, desire to terminate this AGREEMENT,
payment shall be made as set forth in the second
paragraph of this section.
Payment for any part of the work by the AGENCY
shall not constitute a waiver by the AGENCY of any
remedies of any type it may have against the CON-
SULTANT for any breach of this AGREEMENT by
the CONSULTANT, or for failure of the CONSULT-
ANT to perform work required of it by the
AGENCY. Forbearance of any rights under the
AGREEMENT will not constitute waiver of entitle-
ment to exercise those rights with respect to any
future act or omission by the CONSULTANT.
X
CHANGES OF WORK
The CONSULTANT shall make such changes and
revisions in the complete work of this AGREEMENT
as necessary to correct errors appearing therein, when
required to do so by the AGENCY, without additional
compensation thereof. Should the AGENCY find it
desirable for its own purposes to have previously
satisfactorily completed work or parts thereof
changed or revised, the CONSULTANT shall make
such revisions as directed by the AGENCY. This
work shall be considered as Extra Work and will be
paid for as herein provided under Section XIV.
Page 5 of 8
XI
DISPUTES
Any dispute conceming questions of fact in connec-
tion with the work not disposed of by AGREEMENT
between the CONSULTANT and the AGENCY shall
be referred for determination to the Director of Public
Works or AGENCY Engineer, whose decision in the
matter shall be final and binding on the parties of this
AGREEMENT, provided however, that if an action is
brought challenging the Director of Public Works or
AGENCY Engineer's decision, that decision shall be
subject to de novo judicial review.
XII
VENUE, APPLICABLE LAW AND
PERSONAL JURISDICTION
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 hereto agree that any such action shall be
initiated in the Superior court of the State of Washing-
ton, situated in the county the AGENCY is located in.
The parties hereto agree that all questions shall be
resolved by application of Washington law and that
the parties to such action shall have the right of appeal
from such decisions of the Superior court in accor-
dance with the laws of the State of Washington. The
CONSULTANT hereby consents to the personal
jurisdiction of the Superior court of the State of
Washington, situated in the county in which the
AGENCY is located in.
XIII
LEGAL RELATIONS AND INSURANCE
The CONSULTANT shall comply with all Federal,
State, and local laws and ordinances applicable to the
work to be done under this AGREEMENT. This
AGREEMENT shall be interpreted and construed in
accord with the laws of Washington.
The CONSULTANT shall indemnify and hold the
AGENCY and the STATE, and their officers and
employees harmless from and shall process and
defend at its own expense all claims, demands, or
suits at law or equity arising in whole or in part from
the CONSULTANT's negligence or breach of any of
its obligations under this AGREEMENT; provided
that nothing herein shall require a CONSULTANT to
indemnify the AGENCY and the STATE against and
hold harmless the AGENCY and the STATE from
claims, demands or suits based solely upon the
conduct of the AGENCY and the STATE, their
agents, officers and employees and provided further
that if the claims or suits are caused by or result from
the concurrent negligence of (a) the
CONSULTANT's agents or employees and (b) the
AGENCY and the STATE, their agents, officers and
employees, this indemnity provision with respect to
(1) claims or suits based upon such negligence, (2) the
costs to the AGENCY and the STATE of defending
such claims and suits, etc. shall be valid and enforce-
able only to the extent of the CONSULTANT's
negligence or the negligence of the CONSULTANT's
agents or employees.
The CONSULTANT's relation to the AGENCY shall
be at all times as an independent contractor.
The CONSULTANT specifically assumes potential
liability for actions brought by the CONSULTANT's
own employees against the AGENCY and, solely for
the purpose of this indemnification and defense, the
CONSULTANT specifically waives any immunity
under the state industrial insurance law, Title 51
RCW. The CONSULTANT recognizes that this
waiver was specifically entered into pursuant to the
provisions of RCW 4.24.115 and was the subject of
mutual negotiation.
Unless otherwise specified in the AGREEMENT, the
AGENCY shall be responsible for administration of
construction contracts, if any, on the project. Subject
to the processing of an acceptable, supplemental
agreement, the CONSULTANT shall provide on-call
assistance to the AGENCY during contract adminis-
tration. By providing such assistance, the
CONSULTANT shall assume no responsibility for:
proper construction techniques, job site safety, or any
construction contractor's failure to perform its work
in accordance with the contract documents.
The CONSULTANT shall obtain and keep in force
during the terms of the AGREEMENT, or as other-
wise required, the following insurance with
companies or through sources approved by the State
Insurance Commissioner pursuant to RCW 48.
Page 6 of 8
•
Insurance Coverage
A. Worker's compensation and employer's liability
insurance as required by the STATE.
B. General commercial liability insurance in an
amount not less than a single limit of one million
and 00/100 Dollars ($1,000,000.00) for bodily
injury, including death and property damage
per occurrence.
Excepting the Worker's Compensation insurance and
any professional liability insurance secured by the
CONSULTANT, the AGENCY will be named on all
certificates of insurance as an additional insured. The
CONSULTANT shall furnish the AGENCY with
verification of insurance and endorsements required
by this AGREEMENT. The AGENCY reserves the
right to require complete, certified copies of all
required insurance policies at any time.
All insurance shall be obtained from an insurance
company authorized to do business in the State of
Washington. The CONSULTANT shall submit a
verification of insurance as outlined above within
14 days of the execution of this AGREEMENT to
the AGENCY.
No cancellation of the foregoing policies shall be
effective without thirty (30) days prior notice to
the AGENCY.
The CONSULTANT's professional liability to the
AGENCY shall be limited to the amount payable
under this AGREEMENT or one million dollars,
whichever is the greater unless modified by
Exhibit H. In no case shall the CONSULTANT's
professional liability to third parties be limited in
any way.
The AGENCY will pay no progress payments
under Section V until the CONSULTANT has fully
complied with this section. This remedy is not exclu-
sive; and the AGENCY and the STATE may take
such other action as is available to them under other
provisions of this AGREEMENT, or otherwise in law.
•
XIV
EXTRA WORK
A. The AGENCY may at any time, by written order,
make changes within the general scope of the
AGREEMENT in the services to be performed.
B. If any such change causes an increase or decrease
in the estimated cost of, or the time required for,
performance of any part of the work under this
AGREEMENT, whether or not changed by the
order, or otherwise affects any other terms and
conditions of the AGREEMENT, the AGENCY
shall make an equitable adjustment in the
(1) maximum amount payable; (2) delivery or
completion schedule, or both; and (3) other
affected terms and shall modify the AGREE-
MENT accordingly.
C. The CONSULTANT must submit its "request
for equitable adjustment" (hereafter referred to
as claim) under this clause within 30 days from
the date of receipt of the written order. However,
if the AGENCY decides that the facts justify it,
the AGENCY may receive and act upon a claim
submitted before final payment of the
AGREEMENT.
D. Failure to agree to any adjustment shall be a
dispute under the Disputes clause. However
nothing in this clause shall excuse the CON-
SULTANT from proceeding with the
AGREEMENT as changed.
E. Notwithstanding the terms and condition of
paragraphs (a) and (b) above, the maximum
amount payable for this AGREEMENT, shall
not be increased or considered to be increased
except by specific written supplement to this
AGREEMENT.
XV
ENDORSEMENT OF PLANS
The CONSULTANT shall place his endorsement on
all plans, estimates or any other engineering data
furnished by him.
Page 7 of 8
XVI
XVIII
FEDERAL AND STATE REVIEW COMPLETE AGREEMENT
The Federal Highway Administration and the
Washington State Department of Transportation
shall have the right to participate in the review or
examination of the work in progress.
XVII
CERTIFICATION OF THE CONSULTANT
AND THE AGENCY
Attached hereto as Exhibit "A-1", are the
Certifications of the Consultant and the Agency,
Exhibit "A-2" Certification regarding debarment,
suspension and other responsibility matters - primary
covered transactions, Exhibit "A-3" Certification
regarding the restrictions of the use of Federal funds
for lobbying, and Exhibit "A-4" Certificate of Current
Cost or Pricing Data. Exhibits "A-3" and "A-4" are
only required in Agreements over $100,000.
This document and referenced attachments contains
all covenants, stipulations and provisions agreed upon
by the parties. No agent, or representative of either
party has authority to make, and the parties shall not
be bound by or be liable for, any statement, represen-
tation, promise or agreement not set forth herein. No
changes, amendments, or modifications of the terms
hereof shall be valid unless reduced to writing and
signed by the parties as an amendment to this
AGREEMENT.
XIX
EXECUTION AND ACCEPTANCE
This AGREEMENT may be simultaneously executed
in several counterparts, each of which shall be
deemed to be an original having identical legal effect.
The CONSULTANT does hereby ratify and adopt all
statements, representations, warranties, covenants,
and agreements contained in the proposal, and the
supporting materials submitted by the CONSULT-
ANT, and does hereby accept the AGREEMENT and
agrees to all of the terms and conditions thereof.
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year first
above wrjten.
- O. 66.7e,>,ll eei//es:r :,.d
lam -
Consultant William R. Garing, P.E.
By
By
Agency City of Tukwila
Page 8 of 8
• •
Exhibit A-1
Certification Of Consultant
Project No.
Local Agency
I hereby certify that I am William R. Garing, P.E.
representative of the firm of David Evans and Associates, Inc.
and duly authorized
whose address is
415 - 118th Avenue SE Bellevue, WA 98005-3518 and that neither I nor the above
firm I here represent has:
(a) Employed or retained for a commission, percentage, brokerage, contingent fee or other consideration, any
firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to
solicit or secure this contract.
(b) Agreed, as an express or implied condition for obtaining this contract, to employ or to retain the services of
any firm or person in connection with carrying out the contract.
(c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely
for me or the above CONSULTANT) any fee, contribution donation or consideration of any kind for, or in
connection with procuring or carrying out the contract; except as here expressly stated (if any):
I further certify that the firm I hereby represent is authorized to do business in the State of Washington and
that the firm is in full compliance with the requirements of the board of Professional Registration.
I acknowledge that this certificate is to be available to the State Department of Transportation and the Federal
Highway Administration, U.S. Department of Transportation, in connection with this contract involving
participation of Federal aid funds and is subject to applicable State and Federal laws, both criminal and civil.
/ - 4 / GC/
1 date
Certification of Agency Official
I hereby certify that I am the AGENCY Official of the Local Agency of
Sign
re
City of Tukwila Washington
and that the above consulting firm or their representative has not been required, directly or indirectly as an
express or implied condition in connection with obtaining or carrying out this contract to:
(a) Employ or retain, or agree to employ or retain, any firm or person, or
(b) Pay or agree to pay to any firm, person or organization, any fee, contribution, donation or consideration of
any kind, except as here expressly stated (if any).
I acknowledged that this certificate is to be available to the Federal Highway Administration, U.S. Department of
Transportation, in connection with this contract involving participation of Federal aid highway funds and it
subject to applicable State and Federal laws, both criminal and civil.
K
1. (� /.�te9(.( �/
• •
Exhibit A-2
Certification Regarding Debarment, Suspension, and Other Responsibility
Matters -Primary Covered Transactions
1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its
principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions by any federal department or agency;
(b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission or fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public
transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery,
bribery, falsification or destruction of records, making false statements, or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal,
state, or local) with commission of any of the offenses enumerated in paragraph 1.b. of this certification;
and
(d) Have not within a three-year period preceding this application/proposal had one or more public
transactions (federal, state, or local) terminated for cause or default.
2. Where the prospective primary participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to this proposal.
Consultant (Firm): David Evans and Associates, Inc.
(Date)
LJ c zL - C ' !- - 2 Sc i1. L . y CLf s
(Signature) President or Authorized Off%ial of Consultant
• •
Exhibit C-2
Payment
(Cost Plus Fixed Fee)
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided hereinafter. Such payment shall be full compensation for all work performed or
services rendered and for all labor, materials, equipment, and incidentals necessary to complete the work
specified in Section II, "Scope of Work." The CONSULTANT shall conform with the applicable portion of 48
CFR 31.
A. Actual Costs
Payment for all consulting services for this project shall be on the basis of the CONSULTANT's actual cost
plus a fixed fee. The actual cost shall include direct salary cost, overhead, and direct nonsalary cost.
1. Direct Salary Costs
The direct salary cost is the direct salary paid to principals, professional, technical, and clerical personnel
for the time they are productively engaged in work necessary to fulfill the terms of this AGREEMENT.
2. Overhead Costs
Overhead costs are those costs other than direct costs which are included as such on the books of the
CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the
rate shown in the heading of this AGREEMENT, under "Overhead Progress Payment Rate." Total
overhead payment shall be based on the method shown in the heading of the AGREEMENT. The three
options are explained as follows:
a. Actual Cost Not To Exceed Maximum Percent: If this method is indicated in the heading of this
AGREEMENT, the AGENCY agrees to reimburse the CONSULTANT at the actual overhead rate
verified by audit up to the maximum percentage shown in the space provided. Final overhead payment
when accumulated with all other actual costs shall not exceed the total maximum amount payable
shown in the heading of this AGREEMENT.
b. Fixed Rate: If this method is indicated in the heading of the AGREEMENT, the AGENCY agrees to
reimburse the CONSULTANT for overhead at the percentage rate shown. This rate shall not change
during the life of the AGREEMENT.
A summary of the CONSULTANT's cost estimate and the overhead computation are attached hereto as
Exhibit D-1 and by this reference made part of this AGREEMENT. When an Actual Cost method, or the
Actual Cost Not To Exceed method is used, the CONSULTANT (prime and all subconsultants) will
submit to the AGENCY within three months after the end of each firm's fiscal year, an overhead
schedule in the format required by the AGENCY (cost category, dollar expenditures, etc.) for the purpose
of adjusting the overhead rate for billing purposes. It shall be used for the computation of progress
payments during the following year and for retroactively adjusting the previous year's overhead cost to
reflect the actual rate.
Failure to supply this information by either the prime consultant or any of the subconsultants shall
cause the agency to withhold payment of the billed overhead costs until such time as the required
information is received and an overhead rate for billing purposes is approved.
• •
The STATE and/or the Federal Government may perform an audit of the CONSULTANT's books and
records at any time during regular business hours to determine the actual overhead rate, if they so desire.
3. Direct Nonsalary Costs
Direct nonsalary costs will be reimbursed at the actual cost to the CONSULTANT. These charges may
include, but are not limited to the following items: travel, printing, long distance telephone, supplies,
computer charges, and fees of subconsultants. Air or train travel will only be reimbursed to economy class
levels unless otherwise approved by the AGENCY. Automobile mileage for travel will be reimbursed at
the current rate approved for AGENCY employees and shall be supported by the date and time of each trip
with origin and destination of such trips. Subsistence and lodging expenses will be reimbursed at the same
rate as for AGENCY employees. The billing for nonsalary cost, directly identifiable with the Project, shall
be an itemized listing of the charges supported by copies of original bills, invoices, expense accounts, and
miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting
documents shall be provided to the AGENCY upon request. All of the above charges must be necessary
for the services to be provided under this AGREEMENT.
4. Fixed Fee
The fixed fee, which represents the CONSULTANT's profit, is shown in the heading of this
AGREEMENT under Fixed Fee. This amount does not include any additional fixed fee which could be
authorized from the Management Reserve Fund. This fee is based on the scope of work defined in this
AGREEMENT and the estimated man -months required to perform the stated scope of work. In the event
a supplemental agreement is entered into for additional work by the CONSULTANT, the supplemental
agreement may include provisions for the added costs and an appropriate additional fee. The fixed fee will
be prorated and paid monthly in proportion to the percentage of work completed by the CONSULTANT
and reported in the monthly progress reports accompanying the invoices.
Any portion of the fixed fee earned but not previously paid in the progress payments will be covered in the
final payment, subject to the provisions of Section IX, Termination of Agreement.
5. Management Reserve Fund
The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement
Administrator the flexibility of authorizing additional funds to the AGREEMENT for allowable
unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in
this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $50,000
or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount
included for the Management Reserve Fund is shown in the heading of this agreement. This fund may be
replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess of
the "Management Reserve Fund" shall be made in accordance with Section XIV, "Extra Work."
6. Maximum Total Amount Payable
The maximum total amount payable, by the AGENCY to the CONSULTANT under this AGREEMENT,
shall not exceed the amount shown in the heading of this AGREEMENT.
The Maximum Total Amount Payable is comprised of the Total Amount Authorized, which includes the
Fixed Fee and the Management Reserve Fund. The Maximum Total Amount Payable does not include
payment for extra work as stipulated in Section XIV, "Extra Work."
. •
B. Monthly Progress Payments
The CONSULTANT may submit invoices to the AGENCY for reimbursement of actual costs plus the
calculated overhead and fee not more often than once per month during the progress of the work. Such
invoices shall be in a format approved by the AGENCY and accompanied by the monthly progress reports
required under Section III, General Requirements, of this AGREEMENT. The invoices will be supported by
an itemized listing for each item including direct salary, direct nonsalary, and allowable overhead costs to
which will be added the prorated Fixed Fee. To provide a means of verifying the invoiced salary costs for
CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist
of recording the names, titles, and present duties of those employees performing work on the PROJECT at the
time of the interview.
C. Final Payment
Final payment of any balance due the CONSULTANT of the gross amount earned will be made promptly
upon its verification by the AGENCY after the completion of the work under this AGREEMENT,
contingent upon receipt of all PS&E, plans, maps, notes, reports, and other related documents which are
required to be furnished under this AGREEMENT. Acceptance of such final payment by the
CONSULTANT shall constitute a release of all claims for payment which the CONSULTANT may have
against the AGENCY unless such claims are specifically reserved in writing and transmitted to the
AGENCY by the CONSULTANT prior to its acceptance. Said final payment shall not, however, be a bar
to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY
may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the
appropriateness of any item and that at the time of final audit, all required adjustments will be made and
reflected in a final payment. In the event that such final audit reveals an overpayment to the
CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within ninety (90)
days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any
claims relating to the validity of a finding by the AGENCY of overpayment.
D. Inspection of Cost Records
The CONSULTANT and the subconsultants shall keep available for inspection by representatives of the
AGENCY and the United States, for a period of three years after final payment, the cost records and
accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the
following exception: if any litigation, claim, or audit arising out of, in connection with, or related to this
contract is initiated before the expiration of the three-year period, the cost records and accounts shall be
retained until such litigation, claim, or audit involving the records is completed.
1libIIiIihIiIiiIhilF1hiiiI1
111111111111111111111111111111111
1111111111111111111111111111111111,,,
11111111111111111111111111111111111
11111111111111111111111111111111
11111111111111111111111111111111
1111111111111111111111111111111141111111111011111111111iiiillir
1111111111111111111111111111111111
s
uiiiiniiiiiriiuiiniiitiiiii
{
1111111111111111111111111111111111
111111011111111111111111111111111
111111111111111111111111111111111
111111111111111111111111111111111
Q
0
0
vU)
0
0
0
Develop and update the schedule
Quality assurance review
C
0)
2
N
A
0
ri
N
O
O
0)
E
E
C
O
E
O
C
C
0
0)
a)
a,
rE
C
O
a
r
a)
0
EW
N,
.4" /9
Q >;I
(73
11111! 1111111111iII !!IilIlIIIIiIII111
N
U
0)
L
0
Q
a
LC
0)E
a
E
0)
a
0)
0
co
0)
O
0)
0
0)
z
v0
0
Z
W
.y
a)
N
U
O
0
N
0)
2
C
(0
`)
c0
E
0)
E
C
co
v
`)
a)
0)
0
Design - 30 % submittal
E
a
N
m
2
C
a)
(0
C
E
0)
plan production
N
C
E
a
a
a`
COLO CO to c) a000D(O -^•< O C)oOc0N st
tO (+) C) r CO to )D (O N 'Cr t[) CD CD CO CD
t �
3 O N� ;.1';
�
O N A R L
111 11101110 11111111110 III
c
111111111111111111111111[11111111111111111111111111 "
IoiInuhIIiiIlIIIt,iIIIllllIIIiInuIIiIIlIIo
11 1111110 1111001 000 ix
U c �✓ �;
0 1-
- any
C
W
C07
to
c
c
E
E
O
U
1)
W
0
(O
CO
O)
CO
H
c
C
CO
-J
ii iiiiiriiiiiiiniiiin
annum]
gill011111111 1111111111011111111
MORMON 11111111 11111111111M31111111 11111111 MINIM1111011111111 11111111 11111111111
1E01111111111 11111111 11111111111
111011111111 MIMI 11111111111geoloommounionomon1121011111111 1111101 1111111M1111111111111 111111111N
IRMO& 11111111 1111111111111E111E1 11111111
SEEMIllii 11111111 11111111111
11111011111111 11111111 11E11011 1
11
18003111111 MIMI 11111111111 1
0
0
0
0
a`)
m
0
0
0
0
0
V
C
O
co
U
O
O
a)
co
0)
To
c
N
E
ro
112h
c
0
0
a)
N
0)
Coordination with WSDOT Local Proarams
Owner Coordination
c
0
0
a)
O
.c
c
0
co
c
U
0
O
U
C
.N
a)
0
IlIlIlIlIlIlIll! NII !II !!!!!II!IIM1It 1111
co
cD
• •
EXHIBIT D-1
Southcenter Parkway Extension Project - Estimated Person-hours/Costs Summary
Summary
Classification Hrs. x Rate = Cost
1 Principal/Quality Control 36 $50.00 $1,800
2 Project Manager 608 $46.00 $27,968
3 Sr. Engineer 310 $36.00 $11,160
4 Design Engineer 985 $30.00 $29,550
5 Sr CADD Drafter 24 $28.00 $672
6 CADD Drafter 846 $22.00 $18,612
7 Sr. Traffic Engineer 32 $40.00 $1,280
8 Traffic Engineer 92 $29.00 $2,668
9 Landscape Architect 64 $35.00 $2,240
10 Right of Way Manager 0 $28.00 $0
11 Certified Appraiser 0 $26.00 $0
12 Senior Environmental Planner 48 $43.00 $2,064
13 Senior Scientist 74 $35.00 $2,590
14 Scientist 16 $29.00 $464
15 Environmental Tech 44 $26.00 $1,144
16 Survey Manager 8 $45.00 $360
17 Survey Office 30 $29.00 $870
18 Survey Crew 40 $40.00 $1,600
19 Support/Clerical 156 $20.00 $3,120
Total Hrs. 3413
Direct Salary Cost $108,162
Overhead Cost @
Net Fee @
Subtotal
169.96% of Direct Labor
30.00% of Direct Labor
$183,833
$32,449
$324,444
Direct Non -Salary Cost
a) Reproduction, Plans 4000 Sheets @ $0.75 /Sheet $3,000
Reports 125 Each @ $45.00 /Each $5,625
b) Deliveries/ Mail 20 Each @ $15.00 /Each $300
c) Travel (Personal Miles) 2000 Miles @ $0.30 /Mile $600
d) Utility locate (APS)
e) Potholing (APS) 0 holes @ $350.00 hole
Subtotal
DEA Subtotal
Outside Consultants
Pan Geo
Design Subtotal
Hrs.
$9,525
$333,969
$16,608
$350,577
Updated 1/8/99
p/s/snox0001/132ndfee.xls Printed 3/23/2004
• •
Exhibit E
Davit! Evans and Associates, Inc.
2003 Provisional Overhead Rate --
Total
Unallawab1e Cost FAR Allowable Cost
Indirect Labor 13,471,485 71,112 13,400,374
Labor eurden 15,.969,369 15.969,389
A4ministradve Expenses
Public Relations Expense 223.143
Seeing Expense 360,862
Occupancy 6,825,762
C mmunicapuny 1,214,559
8up1'des 1,905,027
Pubecetan and Memberships 298,631
Total Computer and Primo Costs 733,900
vesicle Weasel!' 911,147
General AdmtNssative 706.176
Training Expenses 555.561
Employee Recruiting and Rsentlon 785.943
Professional Services 1,054.767
business insurance 963,337
Taxes. Licenses ant Fees 720,.509
Depreciation and Amortization 1,727,999
gad Debt Expenses 77,551
Contribulions 188,598
Sesceatineous Expenses (9,540)
401K and ESOP Contna,rcns 617.634
Probe Sturm Exporters 2.246,112
Interest Expense 401,884
Finance Charges 1.265
Gain or toss on Sale or Fixed Assets (259.375)
Rental booms -External (114.936)
Miscellaneous Ober income (276,092)
Income Taxes 210.765
Total) Admtrbtrafive Expense 22,023,254
Total M Overhead des 51,484,109
Rate Calculations
Direct Labor
28,202,345
223,148 -
23,379 337,483
70,841 6,555,141
1,274,559
51,710 1,853.317
(347) 2299,028
733.900
58.082 855,066
11,241 694,935
565,561
482,383 303.580
1,056,767
22.033 941,304
. 72.0.509
2,000 1,725.999
77,551
188,596
(9.540)
617.634
2,061.266 184.826
491,884
1,285
(250.375)
(114,938)
(254,133) (21958)
20504 2.726
3,715.443 18,307.811
3,788,555 47,677.553
Labor Burden Rate 1.5.969,369 Divided by 26.202.345 56.62%
General and Atimirtstraticn Rate 35,494,740 Divided by 28,202.345 125.86%
Total Company Overhead Rata 51,4434.109 Divided by 28,202,345 182.4e%
FAR Overhead Rate 47,677,553 Divided by 24 202,345 189.06%
Facer"lrss Capita/ Cost efifortel450•Adschec0 090%
FY 2003 Combined Overhead and FCCA►Rare 169.6614
The 2003 Provisional Rate es based on 2002 actual cost information.
Form CASE-CMF
FACILITIES CAPITAL
COST OF MONEY FACTORS COMPUTATION
2003 Provisional Rats
ADDRESS: 2100 SW River Parkway
Portland, OR 97201
e+ v
U
,
I§
Ing
tea
h
N
x
m
6
14
Nen
NO
M
N
N
m
y
U
Ci
O
`75'
m
O
o
It
a :44:
(4,D
Basis of
Allocation
_
8
c7
w
T
_
O
G.
-t
CONTRACTOR: David Evans and Associates, Inc.
BUSINESS UNIT: Same
2 c14
7
e
iN
C7
.o
.o
,
O
, .fl
r
e
Leased Property
Corporate or Group
O
h-
Undistributed 1
la
•
a
-
T:5
O
a.
u
N
i
4
0
TOTAL
COST ACCOUNTING PERIOD:
BUSINESS
UNIT
FACILITES
CAPITAL
O
Udf i
� 84 CI
La °-
0
G&A EXPENSE
POOLS
Note: The 2003 Provisional Rate Is based on 2002
Exhibit E
TRANSPORTATION DEPARTMENT
PA sox 7129 . • SODA ID • 03707.1129 • MO 334:000
d,,,odu„a L. art,
iktiaota, i�,� 9700/
RE: Approved Overhead Rate
Our Internal Review Section has reviewed the information you provided recently to establish or
update your overhead rate. They have advised us that the information is acceptable. Your
maximum supportable overhead rate for new professional agreements is %/< 194%
Remember, we now require annual updates of the overhead rate, so next year you should
automatically submit new information for review lfyou have any, questions regarding this,
please give me a call at (208) 334-8495.
N17/lm
,. An Equal Opportunity Employer
•
Exhibit F
Payment Upon Termination of Agreement
By the Agency Other Than for
Fault of the Consultant
(Refer to Agreement, Section IX)
Lump Sum Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made shall
total the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the
total work required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra
work completed.
Cost Plus Fixed Fee Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made, shall
total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is
to the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra
work completed.
Specific Rates of Pay Contracts
A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this
AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT.
Cost Per Unit of Work Contracts
A final payment shall be made to the CONSULTANT for actual units of work completed at the time of
termination of this AGREEMENT.
Exhibit G
Subcontracted Work
The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT:
Pan Geo will he performing geotechnical investigations as required.
Ms. Catherine Mirkin
March 12, 2004
File No. P-598
Southcenter Parkway Extension
Tukwila, WA
Exhibit G-1
Prepared for: Ms. Catherine Mirkin - David Evans and Associates
Proj. No.:
P-598
Date:
3/12/2004
Prepared By:
WPG
Revised:
$225
$70
$20
$240
$6
ESTIMATED LABOR:
WORK TASK DESCRIPTION
Direct Salary Costs:
Data Collection & Review
Locate Test Holes/Utility Locate
Drilling Plan (utility cont/permits/traffic)
.. �t
Site Reconaissance/Hand Borings
Log Test Borings
Select Samples for Lab Testing
Review Lab Test Results
Boring Log Production
Develop Subsurface Profiles
Geologic Site Characterization
Embankment Settlement and Stability
Pavement Evaluation
Drainge Requirement Analysis
Draft Geotechnical Report
PanGEO Labor Hours & 2004 Hourly Rates
Principal
5145.00
5
4
2
2
4
2
Sr. Engr.
595.00
1
1
2
2
1
1
1
1
4
4
4
12
8
Project Management
6
2
Geot. Eng.
575.00
Sr. Geologist
585.00
2
4
1
10
10
2
ac;
2
4
4
4
Staff Eng.
570.00
Admin,
545.00
8
4
4
4
2
COST
$265.00
$340.00
$180.00
$1,040.00
$1,040.00
$265.00
$265.00
$435.00
$435.00
$435.00
$1,520.00
$670.00
$670.00
$2,240.00
$1,230.00
$870.00
5380.00
TOTAL LABOR:
22
43
0
LABORATORY TEST SUMMARY
Test
Est. No.
Tests
Unit
Cost
Total
Cost
Shear Strength (rock core or soil)
Sieve Analysis
Percent Fines
Consolidation Testing
Moisture Content
0
2
4
1
8
$225
$70
$20
$240
$6
$0
$140
$80
$240
$48
TOTAL LABORATORY TESTING:
$508
Assumed Conditions:
1. Drill crew subcontracted to PanGEO.
2. Right -of -entry provided by David Evans and Associates.
3. Minimum traffic control/no flagging required
4. Permits and right of entry, if necessary, provided by DEA.
5. Drill cuttings to be disposed of on site
6. Truck mounted drilling equipment assumed.
P-598 SouthCtrPkwy Proposal and Scope RI .doc
47
8
10
ESTIMATED LABOR COST:
512,280.00
512,280.00
ESTIMATED DIRECT EXPENSES:
Per diem (4/ $85/day (0 days) $0
Mileage 400 @ $0.365/mi. $40
Reproduction & Field Consumables $80
TOTAL DIRECT EXPENSES: 5120
SUBCONTRACTOR COSTS:
Traffic Control/cones and barriers $50
Drill Rig Mobilization $200
Drill holes (4 borings, 60 0. total) $1,400
Cone Penetrometer Rig Mobilization $250
Cone Pene. holes (6 tests, 100 ft. total) $1,800
TOTAL SUBCONTRACT COSTS: S3,700
COST SUMMARY:
Total Labor Cost $12,280
Lab Testing $508
Direct Expenses $120
Subcontractor Costs $3,700
TOTAL: 516,608 I
PanGEO, Inc.
s •
Exhibit G -1A
Subconsultant Fee Determination - Summary Sheet
PanGEO, Inc. Fee Schedule
Discipline or Job Title
Hourly Rate
Overhead @
Profit @
Rate Per Hour
0%
0%
Principal
$145.00
$0.00
$0.00
$145.00
Sr. Geotechnical Engineer
$95.00
$0.00
$0.00
$95.00
Staff Geotechnical Engineer
$70.00
$0.00
$0.00
$70.00
Sr. Geologist
$85.00
$0.00
$0.00
$85.00
Administrator
$45.00
$0.00
$0.00
$45.00
PanGEO, Inc. Geotechnical Consultants
Direct Labor Costs
Direct NonSalary Costs
Indirect Officers Salaries
Indirect Administrative Wages
Indirect Technical Salaries
Bonus
SEP -IRA Contribution
Medical Insurance
Payroll Taxes
Advertising
Amortization expense
Bank Service Charges
Computers
Depreciation Expense
Dues and Subscriptions
Employee Morale
Employee Recruitment
Equipment Rental
Field supplies
Furniture and fixtures < $500
General Liability Insurance
Professional Liability Insuranc
Licenses and Permits
Office Supplies
Postage and Delivery
Printing and Reproduction
Professional Development
Professional Fees
Reference (books/maps/etc)
Rent
Repairs
Section 179 depreciation expens
B&O Taxes
Property Taxes
Telephone
Entertainment
Meals/Travel
Utilities
Total
Exhibit G-2: PanGEO, Inc.
Overhead Schedule for 2002
256,559.73
$ 121,885.24
58,707.07
12,965.00
37,251.66
144,110.79
107,682.21
23,421.73
34,269.71
842.87
928.00
19.78
8,986.29
2,843.00
2,420.00
695.59
1,376.00
2,394.35
387.92
356.46
362.00
24,956.00
1,227.00
2,753.80
1,049.02
545.69
741.23
1,363.05
1,154.60
13,750.00
56.59
5,625.00
18,514.34
1,647.20
7,376.47
1,334.37
5,768.08
1,146.67
Adjustments Ref.
$ (121,885.24) A
(5,371.52) B
(224.25) B
(1,275.51) B
(78,037.00) C
(525.65) B
(842.87) A,B
(179.50) B
(14.27) B
(1,334.37) A
(742.29) B
$ 650,914.78 $ (210,432.47)
Adjusted
Amount
$0.00
53,335.55
12,740.75
35,976.15
66,073.79
107,682.21
23,421.73
33,744.06
0.00
928.00
19.78
8,986.29
2,843.00
2,420.00
695.59
1,376.00
2,394.35
387.92
356.46
362.00
24,956.00
1,227.00
2,753.80
869.52
531.42
741.23
1,363.05
1,154.60
13,750.00
56.59
5,625.00
18,514.34
1,647.20
7,376.47
0.00
5,025.79
1,146.67
$ 440,482.31
A. Unallowable amounts removed per various FARs cites.
B. Advertising and public relations costs unallowable per 48 CFR 31.2051(d)
C. Adjustment for WSDOT Bonus Policy. Maximum allowable amount is 15% of total
allowable overhead
Percent
0.00%
20.79%
4.97%
14.02%
25.75%
41.97%
9.13%
13.15%
0.00%
0.36%
0.01%
3.50%
1.11%
0.94%
0.27%
0.54%
0.93%
0.15%
0.14%
0.14%
9.73%
0.48%
1.07%
0.34%
0.21%
0.29%
0.53%
0.45%
5.36%
0.02%
2.19%
7.22%
0.64%
2.88%
0.00%
1.96%
0.45%
171.69%
• •
INFORMATION MEMO
To: Mayor Mullet
From: Public Works Directo
&I
Date: March 17, 2004
Subject: Southcenter Parkway Extension — S 180"' St to South City Limits
P.S. & E. Contract
ISSUE
Authorize the Mayor to sign a design contract with David Evans & Associates, Inc., to provide
P.S. & E. for the Southcenter Parkway Extension project.
BACKGROUND
The City has received grant funds from the Transportation Improvement Board ($150,000) and
Federal funds ($200,000) to design improvements on Southcenter Parkway from S 180th St to
the South City Limits. David Evans & Associates, Inc., is the consultant selected to provide
Plans, Specifications, and an Engineer's Estimate for bidding and construction. The contract
and 2004 budget amounts are:
Preliminary Engineering
ANALYSIS
Contract Budget
$ 350,577 $ 381,000
A contract with David Evans & Associates, Inc., for preparation of P.S. & E., has been
negotiated in the amount of $350,577.00. This contract is within budget and will provide
design services including advertisement for construction bids.
RECOMMENDATION
Authorize the Mayor to sign the contract with David Evans & Associates, Inc., in the amount
of $350,577.00.
attachments: Consultant Agreement
Transportation Committee Minutes 2-23-04
(P:Projects\A- RW & RS Projects\84RW37 57 Ave Ext\TCMEMO)
• •
Exhibit A-3
Certification Regarding The Restrictions
of The use of Federal Funds for Lobbying
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
1. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of any federal agency, a member of
Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with
the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the
entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any federal contract, grant, loan, or cooperative agreement.
2. If any funds other than federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any federal agency, a member of Congress,
an officer or employee of Congress, or an employee of a member of Congress in connection with this federal
contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard
Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require
that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and
that all such subrecipients shall certify and disclose accordingly.
Consultant (Firm): David Evans and Associates, Inc.
(Date)
(Signature) President or Aut meld Official of Consultant
• •
Exhibit A-4
Certificate of Current Cost or Pricing Data
This is to verify that, to the best of my knowledge and belief, the cost or pricing data (as defined in
section 15.801 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.804-2)
submitted, either actually or by specific identification in writing, to the contracting officer or to the
contracting officer's representative in support of
54. fes. % t �L�_.�:�� �� �� ;
* are accurate, complete, and current as of i .. . **. Thi certification includes
the cost or pricing data supporting any advance agreements and forward pricing rate agreements between
the offeror and the Government that are part of the proposal.
Firm David Evans and Associates, Inc.
it
Name William R. Garing, P.E.
Title Sr. Associate
Date of Execution***
* Identify the proposal, quotation, request for price adjustment, or other submission involved,
giving the appropriate identifying number (e.g., RFP No.).
Insert the day, month, and year when price negotiations were concluded and price agreement
was reached.
*** Insert the day, month, and year of signing, which should be as close as practicable to the date
when the price negotiations were concluded and the contract price was agreed to.
**
• •
Exhibit B-1
CITY OF TUKWILA ENGINEERING DESIGN SERVICES
SOUTHCENTER PARKWAY EXTENSION PROJECT
TABLE OF CONTENTS
SECTION 1.00 PROJECT DESCRIPTION AND DELIVERABLES 1
1.01 Project Description 1
1.02 Project Deliverables Furnished by the Consultant 1
1.03 Items furnished by the City 2
SECTION 2.00 PROJECT MANAGEMENT AND QUALITY CONTROL 3
2.01 Project Management
2.02 Subconsultant Coordination
2.03 Develop and Maintain the Schedule
2.04 Monthly Progress Report
2.05 Monthly Invoices
2.06 Coordination Meetings
2.07 Quality Control/Quality Assurance Review
3
3
3
4
4
4
4
SECTION 3.00 BASEMAPPING 5
3.01 Basemapping 5
SECTION 4.00 ENVIRONMENTAL DOCUMENTATION
6
4.01 Review Existing Information 6
4.02 Environmental Studies 6
4.02.1 Biological Assessment/Biological Evaluation 6
4.02.2 Sensitive Areas Report 6
4.02.3 Historical/Cultural Analysis 7
4.02.4 Hazardous Materials Analysis 7
4.03 SEPA Checklist 7
4.04 Permits 7
4.04.1 Shoreline Permit 8
4.04.2 Hydraulic Project Approval 8
4.04.3 404 Nationwide Permit and 401 Water Quality Certification 8
4.04.4 NPDES Permit 8
SECTION 5
5.01
5.02
5.03
5.04
5.05
5.06
5.07
.00 DESIGN 9
Review Existing Data and Establish Design Standards 9
Project Site Visits (8 total) 9
Alignment Analysis Technical Memo 9
Preliminary Design (30% Completion) 10
Value Engineering Study 10
Intermediate Design (60% Completion) 10
Final Design (90% Completion) 11
s:\transker\tukwila\new scope_032304.doc
DAVID EVANS AND ASSOCIATES, INC. i Scope of Services
• •
5.08 Prepare Final Contract Documents (100% Completion) 11
SECTION 6.00 GEOTECHNICAL REPORT 13
Project Understanding 13
Key Assumptions 13
Scope of Geotechnical Services 14
6.01 Site Reconnaissance & Utility Locate 14
6.02 Field Explorations 14
6.03 Prepare Final Boring Logs and Subsurface Profiles 14
6.04 Geotechnical Engineering Analyses 14
6.05 Draft Geotechnical Report 15
6.06 Final Geotechnical Report 15
SECTION 7.00 HYDRAULICS 16
7.01 Drainage Report 16
SECTION 8.00 UTILITY COORDINATION 17
8.01 Notification of Utilities 17
8.02 Coordination Meetings 17
8.03 Utility Coordination 17
SECTION 9.00 AGENCY COORDINATION 18
9.01 Coordination with WSDOT Local Programs 18
9.02 Coordination with City of Tukwila Utilities 18
9.03 Coordination with City of Kent/King County 18
SECTION 10.00 PRIVATE PROPERTY OWNER COORDINATION 19
10.01 Coordination with Local Development 19
10.02 Design Issues with Local Development 19
10.03 Council Briefings 19
s:\trans\cer\tukwila\new scope_032304.doc
DAVID EVANS AND ASSOCIATES, INC. ii Scope of Services
• •
CITY OF TUKWILA ENGINEERING DESIGN SERVICES
SOUTHCENTER PARKWAY EXTENSION PROJECT
SCOPE OF SERVICES
SECTION 1.00 PROJECT DESCRIPTION AND DELIVERABLES
1.01 PROJECT DESCRIPTION
The objective of this project is to prepare construction documents including plans, specifications
and estimates (PS&E) of construction cost for the Southcenter Parkway Extension Project. The
project proposes to replace the existing two-lane roadway with a five -lane facility from South
180t Street south to the southern city limit, approximately 0.7 miles. The roadway section will
include a five -lane roadway (two lanes in each direction with a center two-way left turn lane)
with curb, gutter and six-foot sidewalks on the both sides of the road. Other improvements
include an enclosed storm drainage system, detention and water quality facilities, traffic signal
upgrade, illumination, utility relocations, channelization and signing. Construction funding has
not been secured, so no specific construction schedule has been set. Construction documents are
scheduled to be completed in Spring 2005.
1.02 PROJECT DELIVERABLES FURNISHED BY THE CONSULTANT
The Consultant shall maintain a project file for pertinent work items. These files will be
delivered to the City at the conclusion of the project. In addition to the project files, the
Consultant shall deliver the following documents and products to the City as part of this
agreement:
• Final topographic base mapping and electronic files;
• Alignment Analysis Technical Memo;
• Sensitive Areas Report (one draft and one final);
• WSDOT ECS with SEPA Section A (one draft and one final);
• NPDES Permit Application;
• Geotechnical Report (one draft and three final);
• Hydraulic Report (one draft and three final);
• PS&E contract plans for review at 30%, 60%, and 90% submittals (25 sets of half-
size plans and 25 specs) and one final set of signed reproducible contract documents
(10 full size plans and 50 half-size final plans and specs; and
• Supporting documents for environmental permits.
s \trans\cer'tukwila\new scope032304.doc
DAVID EVANS AND ASSOCIATES, INC. 1 Scope of Services
•
1.03 ITEMS FURNISHED BY THE CITY
• All available "As -Built" information;
• Existing right-of-way alignment and plans, legal descriptions, records of survey plats,
short plats and right-of-way negotiations;
• City of Tukwila horizontal and vertical control tied to the right-of-way alignment;
• Updated underground utility information for City owned utilities;
• City of Tukwila boilerplate specifications in electronic format;
• AutoCAD layering standards;
• Any applicable preliminary design, geotechnical or environmental documentation;
• Segale property Environmental Impact Statement; and
• All City issues permits required for the project.
s:\trans\cer\tukwila\new scope032304.doc
DAVID EVANS AND ASSOCIATES, INC. 2 Scope of Services
• 1
SECTION 2.00 PROJECT MANAGEMENT AND QUALITY CONTROL
2.01 PROJECT MANAGEMENT
Direction of the Consultant staff and review of their work over the course of the Project shall be
provided. This work element includes preparing the monthly progress reports, invoices,
attending progress meetings, and planning work items for the following month.
Periodic monitoring of the Consultant's design budget will occur over the course of the Project.
Current status, as well as budget projections, will be developed. This work element is intended
to help monitor costs and budgets and to propose corrective actions. These actions could include
formal requests for scope modifications and respective budget adjustments.
Drawings and documents received and generated over the course of the Project will require
review, coordination and file management to be completed by the Consultant.
It is assumed this project will extend for 12 months.
2.02 SUBCONSULTANT COORDINATION
Direction of Subconsultants and review of their work over the course of the Project shall be
provided by the Consultant. This work element includes reviewing monthly progress, invoices,
attending meetings, and scheduling and coordinating work items for the following month.
Monthly monitoring of the Subconsultant's design budget will occur over the course of the
Project. Current status, as well as projections, will be developed. This work element is intended
to help monitor costs and budgets and to propose corrective actions. These actions could include
formal requests for scope modifications and respective budget adjustments.
2.03 DEVELOP AND MAINTAIN THE SCHEDULE
Upon receipt of Notice to Proceed, the project schedule shall be developed by the Consultant in
cooperation with the City. The schedule shall be submitted to the City for review and approval.
The schedule shall be updated monthly to reflect the current status of the project. The schedule
will be arranged to meet key target dates for the following:
• Alignment analysis;
• 30%, 60%, and 90% design;
• City Reviews;
• Final Contract Documents;
• Geotechnical Report;
• Environmental Documentation;
• Hydraulic Report;
• Environmental Permits;
• Right-of-way Acquisition; and
• Property Owner Coordination.
s:\trans\cer\tukwila\new scope032304.doc
DAVID EVANS AND ASSOCIATES, INC. 3 Scope of Services
2.04 MONTHLY PROGRESS REPORT
Monthly reports shall be prepared by the Consultant in a format agreed to with the City Project
Manager, and shall include a written report of work performed by the Consultant and
Subconsultants for the prior billing period. Progress reports shall be submitted with the monthly
invoices.
2.05 MONTHLY INVOICES
Monthly invoices shall be prepared by the Consultant for work activities for the prior month.
These shall also include Subconsultants work.
2.06 COORDINATION MEETINGS
This work element provides for the preparation for, attendance at, and documentation of
meetings for the duration of the contract. These meetings shall be the forums for the City to
provide input and guidance for the duration of the project. They will also be used to discuss
project issues, approve submittals, and develop potential solutions.
The Consultant shall prepare for, attend, and document up to twenty (20) coordination meetings
with the City. The meetings will be held at the City offices. The Consultant shall prepare and
distribute meeting notes (minutes) to all meeting participants, and the City Project Manager
within ten (10) working days following the meeting. The Consultant shall prepare for and attend
one (1) office and one (1) field meeting with each of the affected utility companies. The
Consultant will attend up to ten (10) meetings with utility companies.
2.07 QUALITY CONTROL/QUALITY ASSURANCE REVIEW
This task is for QC/QA review of the Consultant's deliverables by a designated QC/QA staff
member. The review shall cover documents, reports, plans, specifications, cost estimates and
pertinent information on an ongoing basis. The QC/QA program entails the periodic review of
study criteria, design, assumptions, concepts and presentation of product format and assures that
the overall Project objectives are being fulfilled.
The City will provide additional quality review. This will be coordinated with the Consultant
Project Manager and pertinent staff members. Support groups within the City will review and
provide direction of pertinent work items and will coordinate with the Consultant Project
Manager and pertinent staff members.
s:\trans\cer\tukwila\new scope032304.doc
DAVID EVANS AND ASSOCIATES, INC.
4 Scope of Services
. •
SECTION 3.00 BASEMAPPING
3.01 BASEMAPPING
The City will supply available records relating to the utility as-builts and the location of the
existing Southcenter Parkway right-of-way. The City shall supply a field topographic survey and
topographic base maps of the project area from a third party surveyor.
• The survey shall include the existing alignment centerline and Right -of -Way Resolution;
• The City shall supply the location of Southcenter Parkway alignment;
• The third party surveyor shall supply a topographic survey 60 feet each side of the proposed
roadway alignment centerline at a 50' cross section interval. The survey will be conducted by
the owners of the Segale property. Survey shall include all significant features including
roadway, edge of pavement, signs, trees, driveways, houses, fences, walkways, walls, utility
structures with measurements to pipe inverts and other significant topographic features.
• The survey shall include 50 foot profiles for each driveway and cross street;
• The third party surveyor shall coordinate with underground utility locator to determine
location of underground utilities. All costs for one -call utility locating and potholing will be
paid for by the third party surveyor.
• The third party surveyor shall field verify base map accuracy which may include some
potholing for utilities.
• The third party surveyor shall stake centerline at 100 foot intervals including PC's, PT's and
angle points; and
• The third party surveyor shall supply base maps and horizontal and vertical intervisible
control points which shall be tied to existing monument control and defined on the plans.
The plan boundaries shall extend from 20 feet south of the City Limits to 50' north of the
intersection at South 180th Street. All elevations shall refer to the North American vertical
datum. (NAVD 1988). Horizontal control referenced shall be NAD 83-91.
The Consultant shall perform quality control "spot checks" of the third party surveyor/City
supplied topographic map to verify the horizontal and vertical accuracy of the topo maps. No
Right -of -Way or alignment checks will be performed for this survey. The consultant shall also
perform 3 limited topographic surveys of 3 areas no larger than 100' by 100' within the project
site.
s:\trans\cer\tukwila\new scope_032304.doc
DAVID EVANS AND ASSOCIATES, INC. 5 Scope of Services
SECTION 4.00 ENVIRONMENTAL DOCUMENTATION
4.01 REVIEW EXISTING INFORMATION
The Consultant shall review available information that pertains to the environmental conditions
within the project area. Information to be reviewed could include maps, resource inventories,
aerial photographs, previous reports and environmental documents, and raw data from previous
studies.
Deliverables: None
4.02 ENVIRONMENTAL STUDIES
The Consultant shall complete the following supporting environmental studies for the project.
4.02.1 Biological Assessment/Biological Evaluation
A Biological Assessment/Biological Evaluation (BA/BE) is assumed to not be necessary for this
project. The Consultant will provide coordination with agency personnel to verify this
assumption. Should the project require a BA/BE, this task can be performed as an extra service.
Deliverables: None
4.02.2 Sensitive Areas Report
The Consultant will rely on existing documentation and/or studies prepared by others to provide
the information necessary to prepare a sensitive areas report. The Consultant will prepare a
sensitive areas report that documents the sensitive areas identified by others within the project
area. The sensitive areas report will include information on wetland vegetation, soils, and
hydrology, and aquatic features such as streams. The presence of steep slopes and other geologic
hazard areas will be discussed. The report will include maps and figures as necessary to
document the findings of the field investigation.
Note: This scope of work does not include conducting a wetland determination, stream survey, or
other field identification and documentation of sensitive areas. Should the existing
documentation not provide sufficient information to prepare the sensitive areas report and
additional field investigations are required, such additional investigations are considered extra
services and are not covered under this authorization.
This scope of work also does not include the preparation of mitigation plans. Should the project
require impacts to sensitive areas, conceptual and final mitigation plans can be prepared as an
extra service.
Deliverables:
• One draft Sensitive Areas Report for review by Client
• One final Sensitive Areas Report
s:\trans\cer\tukwila\new scope032304.doc
DAVID EVANS AND ASSOCIATES, INC. 6 Scope of Services
• •
4.02.3 Historical/Cultural Analysis
The SEPA documentation for the Segale project is assumed to provide an historical/cultural
analysis that will adequately addresses the project area. Therefore, this authorization does not
include an historical/cultural analysis.
Deliverables: None
4.02.4 Hazardous Materials Analysis
The SEPA documentation for the Segale project is assumed to provide a hazardous materials
analysis that will adequately addresses the project area. Therefore, this authorization does not
include a hazardous materials analysis.
Deliverables: None
4.03 SEPA CHECKLIST
The Consultant will provide the appropriate level of documentation to support a SEPA
Determination of Non -significance. This documentation will also serve as the NEPA
Documented Categorical Exclusion (DCE). As specified by WSDOT and concurred by the
Ecology, WSDOT's existing DCE documentation form (Environmental Classification Summary
[ECS]) also serves as the SEPA checklist, provided that Section A (Background) of the SEPA
checklist is also included with the ECS form. Therefore, the consultant will prepare a WSDOT
ECS with Section A (Background) from the SEPA checklist to serve as both the SEPA and
NEPA documentation. The documentation from other tasks in this scope of work and from the
Segale property SEPA analysis will be used, as appropriate, to support the findings and
conclusions of the ECS checklist.
Following review by the lead agency, the ECS and Section A of the SEPA checklist will be
revised as necessary for signature.
Deliverables:
• One draft WSDOT ECS with SEPA Section A (Background) and supporting material for
review by Client
• One final WSDOT ECS with SEPA Section A (Background) and supporting material
4.04 PERMITS
The Consultant shall prepare and submit permit applications and all required support
documentation including exhibits, reports and calculations. The submittal of a Joint Aquatic
Resources Application (JARPA) form is typically required to initiate most environmental
permits. The following environmental permits are often required for road projects. However,
given the location of the project and lack of design information, a Shoreline permit, Hydraulic
Project Approval (HPA), 404 Permit, and 401 Water Quality Certification are assumed to not be
required for this project. The status of permit requirements will be reassessed once the
appropriate level of information is obtained. Should the project require any of these permits,
acquisition of these permits can be performed as an extra service.
s:\trans\cer\tukwila\new scope_032304.doc
DAVID EVANS AND ASSOCIATES, INC. 7 Scope of Services
4.04.1 Shoreline Permit
A shoreline permit is assumed to not be necessary for this project. The Consultant will provide
coordination with agency personnel to verify this assumption. Should the project require a
shorelines permit, this task can be performed as an extra service.
Deliverables: None
4.04.2 Hydraulic Project Approval
The Consultant shall prepare an HPA permit application for this project. The Consultant will
provide coordination with Corps of Engineers and Washington State Department of Fish and
Wildlife to verify the need for the HPA and submittal requirements. It is assumed there will be
one site visit by the Consultant to meet with agency staff.
Deliverables: HPA Permit Application
4.04.3 404 Nationwide Permit and 401 Water Quality Certification
A Section 404 Nationwide permit and 401 Water Quality Certification are assumed to not be
required for this project. Therefore, acquisition of these permits and approvals are not included
in this scope of work. The Consultant will provide coordination with agency personnel to verify
this assumption. Should the project require impacts to wetlands under COE jurisdiction, this task
can be performed as an extra service.
Deliverables: None
4.04.4 NPDES Permit
The Consultant will prepare the required temporary erosion control and sedimentation plan. This
includes plan sheets and the associated notes and text. This task assumes that the project will
result in greater than 5 acres of disturbed ground.
Deliverables:
• Completed NPDES permit application
• Temporary erosion control and sedimentation plan
• Plan sheets and associated notes and text necessary to support the application
s:\trans\cer\tukwila\new scope032304.doc
DAVID EVANS AND ASSOCIATES, INC. 8 Scope of Services
. •
SECTION 5.00 DESIGN
The Consultant shall design and prepare roadway plan/profiles, drainage plans, channelization
plans, illumination plans, signing plans, traffic signal plans, and erosion control plans for ad -
ready PS&E as discussed in this section for Southcenter Parkway from South 180th Street to the
South City Limits.
5.01 REVIEW EXISTING DATA AND ESTABLISH DESIGN STANDARDS
The Consultant shall review the following documents for relevant geometric design criteria and
establish applicable design standards for the project.
• Southcenter Parkway Extension Design Report;
• City of Tukwila Engineering Design and Development Standards;
• AASHTO Policy on Geometric Design of highways and Streets (1994);
• WSDOT Design Manual;
• WSDOT Local Agency Guidelines; and
• Manual of Uniform Traffic Control Devices.
Particular emphasis shall be placed on identifying those elements that may be subject to
interpretation, engineering judgment or modification due to adverse field conditions. All
elements shall be reviewed with City staff prior to the start of detailed design.
The Consultant shall prepare all drawings using AutoCAD R2000 in conformance with City
standards. Project schedules shall be prepared using Microsoft Project, spreadsheets in Microsoft
Excel and text documents in Microsoft Word.
5.02 PROJECT SITE VISITS (8 TOTAL)
The Consultant shall conduct one site visit with City maintenance, design, construction, drainage,
landscape and environmental staff to review and discuss design considerations. Where
appropriate, elements identified by these site visits will be incorporated into design.
The Consultant shall conduct two additional site visits with City staff to resolve design questions
and issues and five site visits to resolve design issues.
5.03 ALIGNMENT ANALYSIS TECHNICAL MEMO
The City shall provide the Consultant with a proposed alignment for Southcenter Parkway. The
Consultant shall review the proposed alignment to ensure it meets AASHTO standards, TIB and
Federal Funding requirements. The Consultant shall have a design engineer spend 20 hours of
time and a project manager spend 12 hours of time conducting an alternatives analysis on the
proposed alignment to determine if minor changes to the alignment would be beneficial. The
Consultant shall prepare a technical memo and preliminary plan/profile sheets of the alignment
for review by the City and participate in a review coordination meeting to respond to City staff
s.\trans\cer\tukwila\new scope_032304.doc
DAVID EVANS AND ASSOCIATES, INC.
9 Scope of Services
• •
questions and comments. Review comments will be responded to and incorporated as applicable
into the design.
5.04 PRELIMINARY DESIGN (30% COMPLETION)
The Consultant shall then submit a 30% design for review by the City and to be used in the Value
Engineering Study. The submittal shall include the following elements, as a minimum, prepared
by the Consultant:
• Typical roadway sections (3 sheets);
• Roadway plan/profiles (8 sheets);
• Channelization plans (4 sheets); and
• Construction Cost Estimate.
5.05 VALUE ENGINEERING STUDY
The Consultant shall recommend a Certified Value Specialist to serve as facilitator for the VE
Team and be responsible for compilation of the findings, recommendations, and production of
the report for final review. The Certified Value Specialist will contract directly with the City and
costs for the CVS, the VE Team and their work are not included in this scope of work.
The Certified Value Specialist shall be responsible for assembling the VE Team. The City and
TIB shall have input on the selection of the VE Team members. The City will be responsible for
providing a facility for the VE Team to conduct the study.
The Consultant shall prepare and furnish exhibits and design information for the project, and
participate in two presentations and one briefing meeting in support of the VE study. The
Consultant will not be members of the VE Team, but will be available as needed to provide
information throughout the VE study process.
The Consultant shall review and respond to the VE Team recommendations in written format.
For budget purposes it is assumed 60 hours of engineering time will be spent responding to
recommendations. Additional work required to evaluate VE Team recommendations will be
considered an extra service and is not included in the scope of this contract.
5.06 INTERMEDIATE DESIGN (60% COMPLETION)
The Consultant shall develop the design to a 60% completion level, and participate in a review
coordination meeting to respond to City staff questions and comments. The City will provide
one consolidated set of review comments. Review comments will be responded to and
incorporated as applicable into the design. The 60% design will include the following elements,
as a minimum, prepared by the Consultant:
• Cover sheet including a vicinity map (1 sheet);
• Typical roadway sections (2 sheets);
• Roadway plans and profiles (8 sheets);
• Miscellaneous details (2 sheets);
• Drainage conveyance and runoff quality/quantity control facilities plans, profiles and
details (4 sheets);
s:\trans\cer\tukwila\new scope_032304.doc
DAVID EVANS AND ASSOCIATES, INC. 10 Scope of Services
• •
• Channelization and signing plans (4 sheets);
• Signalization plans (3 sheets);
• Illumination plans (4 sheets);
• Temporary erosion control plans (8 sheets);
• Landscape details (1 sheet);
• Construction Cost Estimate; and
• Specifications.
5.07 FINAL DESIGN (90% COMPLETION)
The Consultant shall prepare a complete design for review by the City and participate in a review
coordination meeting to respond to City staff questions and comments. The City will provide
one consolidated set of review comments. Review comments will be responded to and
incorporated as applicable into the design. The 90% design shall include the following elements,
as a minimum, prepared by the Consultant:
• Cover sheet including a vicinity map (1 sheets);
• Typical roadway sections (2 sheets);
• Roadway plans and profiles (8 sheets);
• Miscellaneous details (2 sheets);
• Drainage conveyance and runoff quality/quantity control facilities plans, profiles and
details (4 sheets);
• Retaining wall profiles and typical wall details (4 sheets);
• Channelization and signing plans (4 sheets);
• Signalization plans (3 sheets);
• Illumination plans (4 sheets);
• Temporary erosion control plans (4 sheets);
• Landscape plans and details (1 sheet);
• Construction Cost Estimate; and
• Special provisions.
The Consultant shall calculate quantities and prepare a detailed construction cost estimate.
5.08 PREPARE FINAL CONTRACT DOCUMENTS (100% COMPLETION)
The Consultant shall prepare final contract documents in accordance with City's review
comments from the final design coordination meeting and in accordance with regulatory agency
permit conditions. The following work shall be completed as part of the final contract document
preparation:
• Plan modifications and/or revisions in response to City review comments from the
final design coordination meeting;
• Final design of project elements;
• Special provisions and listing of City standard specifications, with fill-ins, to be
incorporated in the construction contract documents; and
• Prepare a final (100% Completion) list of bid items, quantities, and a construction
cost estimate for a set of signed and reproducible construction contract documents.
s:\trans\cer\tukwila\new scope032304.doc
DAVID EVANS AND ASSOCIATES, INC.
11 Scope of Services
• •
The Consultant shall assemble all plan sheets, general and special provisions, cost estimate, and
associated documentation for submittal as an Ad Ready PS&E package. The Consultant shall
prepare the advertisement for bid and reproduce the construction documents. The City will
distribute plans and specifications to prospective bidders.
The Consultant shall prepare any addenda necessary during bidding, attend the bid opening,
prepare a bid tabulation, check contractor references, and preparing an award recommendation
letter.
The Consultant shall attend the pre -construction conference with the successful bidder.
s:\trans\cer\tukwila\new scope032304.doc
DAVID EVANS AND ASSOCIATES, INC. 12 Scope of Services
i •
SECTION 6.00 GEOTECHNICAL REPORT
Project Understanding
The improved roadway will be elevated above the FEMA flood plane level and will include
signalization, channelization and construction of curbs and sidewalks.
The existing roadway has experienced some settlement at the bridge abutments located just
south of South 180th Street and a section of the roadway near Segale's Yard has also settled and
is experiencing a bearing capacity failure as related to the presence of soft and compressible soils
beneath the roadway. Hence, the objective of the geotechnical study will be to use the existing
subsurface information for the alignment to the extent possible, but the Consultant will drill new
borings along the alignment in the areas of observed distress to better define the subsurface
conditions and provide recommendations for the roadway improvements.
Key Assumptions
Assumptions for this phase of work include:
• Right -of -entry and permits, if necessary, to be provided by David Evans and Associates,
Inc. In particular, this includes right -of -entry to private lands adjacent to the existing road.
• Drill crew subcontracted to PanGEO.
• Borings will be by low ground pressure track mounted drill equipment on sites adjacent to
but off the road alignment.
• Cone penetrometer probes will be advanced with truck -mounted equipment at selected
locations, on the road shoulder or on ground next to the road shoulder.
• Mobilization and drilling can be accomplished during normal daylight work hours.
• Minimal traffic control will be required for the cone penetrometer (cones and barriers), and
no traffic control will be required for the borings. Loading and unloading of the track -
mounted drill will take place at sites off the road alignment.
• The project will be developed using English units of measure.
• Attendance at not more than one project meeting is assumed.
• This scope of work does not include evaluation of chemical properties of soil and
groundwater, or the potential presence of hazardous materials on site. This work will be
provided by the City/private developer.
• This proposal does not include assessment of the presence or absence of wetlands at the
project site.
s:\trans\cer\tukwila\new scope032304.doc
DAVID EVANS AND ASSOCIATES, INC. 13 Scope of Services
•
Scope of Geotechnical Services
The proposed geotechnical engineering scope is stated below, with labor estimate by subtask and
hours included in the enclosed worksheet. Assumptions regarding each item are also indicated.
6.01 SITE RECONNAISSANCE & UTILITY LOCATE
Prior to mobilizing drill or cone Penetrometer equipment, the Consultant will perform a site
reconnaissance to identify and mark preferred borehole and cone drilling locations. Some initial
exploratory hand borings may be conducted at this time. Marked boring locations will be
checked for utilities using the one -call locate service.
6.02 FIELD EXPLORATIONS
The Consultant anticipates using a low ground pressure track mounted drill rig to access and drill
the proposed boring locations, and proposes to drill a total of approximately 4 test holes to
maximum depths of about 10 feet at the selected locations (see Figure 1). The borings will be
drilled with hollow stem augers. Standard Penetration Test samples will be obtained at 2.5 -foot
intervals. If soft soils are encountered thin-walled (Shelby) tube samples will be obtained. An
engineering geologist or geotechnical engineer from the Consultant's firm will log the test holes.
Cone penetrometer probes will be advanced to a depth of 15 feet. The Consultant anticipates
conducting cone penetrometer tests at approximately 6 locations.
The soil samples recovered from the test borings will be visually described and grouped based on
similar characteristics. Selected samples from the identified soil groups will be submitted for
laboratory index testing (e.g. moisture content, grain size analysis and fines content) and
classification according to the Unified Soil Classification System. Selected undisturbed soil
samples may also be tested for compressibility characteristics. Please note that this proposed
scope of services does not include analyzing for the presence or absence of soil or ground water
contaminants.
6.03 PREPARE FINAL BORING LOGS AND SUBSURFACE PROFILES
The laboratory test results will be used in conjunction with the field soil descriptions to prepare
final edited boring and cone penetrometer logs containing the factual subsurface data obtained
from the subsurface exploration and lab tests. A subsurface profile will be prepared that
summarizes the geologic and groundwater information from the explorations. A geologic site
characterization will be prepared based on the site-specific information and the geologic
information for the area.
6.04 GEOTECHNICAL ENGINEERING ANALYSES
The Consultant will perform analyses with respect to the proposed design and construction of the
Southcenter Parkway Extension, and will then prepare specific recommendations for design and
construction of the road prism. Particular attention will be paid to road design on soft and
s:\trans\cer\tukwila\new scope_032304.doc
DAVID EVANS AND ASSOCIATES, INC.
14 Scope of Services
• •
potentially compressible organic subgrade design and construction. This includes, but is not
limited to, stripping requirements, road base material gradation and thickness, compaction
recommendations and pavement design recommendations. Recommendations for permanent
drainage and embankment sloping and retention, as appropriate, will also be presented.
Foundation options will be presented for signal pole foundations.
It is the intent that this scope of work will be sufficient to support plans, specifications and
estimates (PS&E) for the project.
Meetings
The Consultant assumes not more than three meetings will be needed to bring this scope of work
to completion.
6.05 DRAFT GEOTECHNICAL REPORT
A draft geotechnical report will be prepared and submitted for review by the City. It is assumed
that there will be one meeting with the design team to discuss any revisions that may be
necessary for the final report.
6.06 FINAL GEOTECHNICAL REPORT
The Consultant will incorporate comments or revisions to the draft report and submit a final
geotechnical report for the project.
s:\trans\cer\tukwila\new scope032304.doc
DAVID EVANS AND ASSOCIATES, INC. 15 Scope of Services
• •
SECTION 7.00 HYDRAULICS
The Consultant shall prepare a Drainage Report for the Southcenter Parkway Extension Project.
The elements of the drainage report are listed below.
7.01 DRAINAGE REPORT
The Consultant shall prepare the Drainage Report in accordance with City of Tukwila Drainage
Code and the Washington State Department of Ecology Storm Water Manual. The Drainage
Report shall include
• Project description;
• Off-site and on-site basin delineation, analysis and hydrologic calculations;
• Water quantity/water quality calculations;
• Conveyance calculations;
• Verification of existing pond sizing;
• Downstream analysis, and
• Vicinity map, off-site basin map, on-site basin map, schematic proposed facilities.
Existing drainage reports for development within the corridor shall be incorporated into the
Drainage Report, and not simply referenced.
Three (3) copies of the draft Drainage Report shall be submitted to the City for distribution,
review, and comment for each project. The City will review the Drainage Report and provide
written comments within four weeks.
The Consultant shall provide written response to the draft review comments and incorporate, as
appropriate, the review comments. The Consultant shall provide three (3) copies of the final
Drainage Report.
s:\trans\cer\tukwila\new scope_032304.doc
DAVID EVANS AND ASSOCIATES, INC. 16 Scope of Services
• •
SECTION 8.00 UTILITY COORDINATION
The Consultant shall provide coordination and participate in meetings as required to identify
existing utilities, determine and resolve utility conflicts with proposed design.
8.01 NOTIFICATION OF UTILITIES
The Consultant shall notify the City and franchise utility companies and arrange to have the
utility locations surface marked and request utility as-builts. The third party surveyor shall
survey these locations as marked and incorporate them into the base mapping. The City and
Consultant shall collaboratively develop a list of utility companies within the existing City right-
of-way. The Consultant shall contact the utility companies.
8.02 COORDINATION MEETINGS
The Consultant shall prepare for, attend, and document up to four (4) coordination meetings with
the utility companies. The Consultant shall prepare and distribute meeting notes (minutes) to all
meeting participants, and the City Project Manager within five (5) working days following the
meeting. The Consultant shall prepare for and attend one (1) office and one (1) field meeting
with each of the affected utility companies. The Consultant will attend up to ten (6) meetings
with utility companies.
8.03 UTILITY COORDINATION
The Consultant shall prepare the design to avoid known utility conflicts if practical. The
Consultant and the City shall identify utilities that need to be potholed. Potholing will be
completed by an Air/Vac System. The Consultant shall meet with each affected utility company
one (1) time in the office and one (1) time in the field. The City will pothole city -owned utilities
if necessary. Franchise utilities will pothole their own utilities if necessary at their own expense.
All utility conflicts shall be identified and potholed prior to submittal of 60% plans.
The Consultant shall provide hard copies and electronic files of proposed plans to the utility
companies. Plan will be provided at the 60% and 90% submittals.
s:\trans\cer\tukwila\new scope_032304.doc
DAVID EVANS AND ASSOCIATES, INC. 17 Scope of Services
• •
SECTION 9.00 AGENCY COORDINATION
The Consultant shall provide agency coordination and participate in meetings as required to
ensure full coordination and with WSDOT and local agencies.
9.01 COORDINATION WITH WSDOT LOCAL PROGRAMS
The Consultant shall participate in up to one (1) meeting with and provide coordination with
WSDOT Local Programs to ensure compliance with federal funding.
9.02 COORDINATION WITH CITY OF TUKWILA UTILITIES
The Consultant shall participate in up to two (2) meetings with the City of Tukwila Utilities
Department to provide coordination for the horizontal and vertical alignment of the proposed
sanitary sewer line proposed along the Southcenter Parkway Extension.
9.03 COORDINATION WITH CITY OF KENT/KING COUNTY
The Consultant shall participate in up to two (2) meetings with the City of Kent and King County
regarding potential improvements south of the City of Tukwila City limits.
s:\trans\cer\tukwila\new scope_032304.doc
DAVID EVANS AND ASSOCIATES, INC.
18 Scope of Services
• •
SECTION 10.00 PRIVATE PROPERTY OWNER COORDINATION
The Consultant shall provide support to the City in coordinating private property improvements
adjacent to the Southcenter Parkway Extension project.
10.01 COORDINATION WITH LOCAL DEVELOPMENT
The Consultant shall participate in up to four (4) meetings with local developers in the first two
months of the project to coordinate potential development with the Southcenter Parkway
Extension Project. Up to four people from the Consultant will attend those four meetings.
Following the initial meetings, the one or two staff from the Consultant will meet six (6) times
over the course of the next 10 months with the developers and City staff. The Consultant shall
prepare meeting minutes and distribute them to the City within five (5) days of the meeting.
10.02 DESIGN ISSUES WITH LOCAL DEVELOPMENT
The Consultant shall address and coordinate design issues that arise between the potential private
development and the Southcenter Parkway Extension project. The Consultant shall review plans
provided by the private developer, incorporate design requests into the City project and provide
review drawings to the City and the private developer. Design requests may include left turn
pocket locations, driveway access points, utility connections, and frontage improvement issues.
10.03 COUNCIL BRIEFINGS
The Consultant shall prepare for and attend two council meetings to brief the council on the
status of the Southcenter Parkway Extension project. Preparation of graphics for the meeting is
included in this task.
s:\trans\cer\tukwila\new scope_032304.doc
DAVID EVANS AND ASSOCIATES, INC. 19 Scope of Services