HomeMy WebLinkAboutCOW 2004-03-22 Item 4G - Agreement - Southcenter Parkway Extension with David Evans & Associates for $350,577CAS Number: 04-042
Agenda Item Title:
Original Sponsor:
Timeline:
Sponsor's Summary:
Recommendations:
Sponsor:
Committee:
Administration:
Cost Impact (if known):
Fund Source (if known):
Meeting Date
03/22/04
Meeting Date
03/22/04
COUNCIL AGENDA SYNOPSIS
Meeting Date
03/22/04
ot* o'1/4 a
Southcenter Parkway Extension Consultant's Agreement
Council
Initials
Prepared NA. !Mayor's review! Council review 1
RT 1 I I, Li?, ict
1
i
ITEM
4
ITEM INFORMATION
Original Agenda Dater(November 24, 2003) Mar 22, 2004
Admin. Public Works
The consultant's agreement is for an engineering design report for roadway improvements on
Southcenter Parkway from S 180 St to the South City Limits. The improvements include
widening the road and adding curbs, gutters, sidewalks, and drainage. Sixteen proposals were
submitted and nine firms were interviewed. David Evans Associates was chosen as
providing quality design services as well as experience coordinating with private development
issues.
Authorize the Mayor to sign the agreement with David Evans Associates.
Forward to COW and then to Regular Council.
Same as Sponsor.
$350, 577
104/02 Commerical Streets (pg. 112, 2004 Proposed CIP)
RECORD OF COUNCIL ACTION
Action
APPENDICES
Attachments
Information Memo dated March 17, 2004
Consultant's Agreement
Transportation Committee Meeting Minutes from February 23, 2004
((Presented to Transportation Committee on 3/22/04 and then on to COW that same night)
(P:ProJecuIRW184RW371CAS SC: Flory Er/ David Evans AG 3 -22-04)
To: Mayor Mullet
From: Public Works Director
Date: March 17, 2004
Subject: P.S. E. Contract
Southcenter Parkway Extension S 180 St to South City Limits
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 180` 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:
ANALYSIS
Preliminary Eng.
INFORMATION MEMO
Contract Budaet
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: Contract
Local Agency
Standard Consultant
Agreement
Agreement Number
Federal Aid Number
Agreement Type (Choose one)
Lump Sum
Lump Sum Amount
0 Cost Plus Fixed Fee
Overhead Progress Payment Rate
Overhead Cost Method
Actual Cost
o Actual Cost Not To Exceed
Fixed Rate
Fixed Fee
Specific Rates Of Pay
Negotiated Hourly Rate
O Provisional Hourly Rate
Cost Per Unit of Work
THIS AGREEMENT, made and entered into this
between the Local Agency of City of Tukwila
DOT Form 140 -089 EF Page 1 of 8
Revised 12/99
Consultant/Address/Telephone
David Evans and Associates, Inc.
415 118th Avenue SE
Bellevue, WA 98005 -3518
Attn: Catherine Mirkin, P.E.
425 -519 -6582
1 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.
DBE Participation
D Yes No
WBE Participation
Yes No
Federal ID Number or Social Security Number
93- 066 -1195
Do you require a 1099 for IRS? Completion Date
p Yes El No
Total Amount Authorized
Management Reserve Fund
Maximum Amount Payable
day of
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,
Washington, 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
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:
350,577.00
350,577.00
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
fumish all services, labor and related equipment
necessary to conduct and complete the work as
designated elsewhere in this AGREEMENT.
II
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.
III
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.
Page 2 of 8
All reports, PS &E materials, and other data furnished
to the CONSULTANT by the AGENCY shall be
returned. 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.
VI
SUBCONTRACTING
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 otheuwise 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
Page 3 of 8
employees of the CONSULTANT 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 CONSULTANT's 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
Department of Transportation, Title 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-
Page 4 of 8
sive possession of another who fails or refuses to
furnish 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 CONSULTANT's 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.
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.
Page 5 of 8
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.
XI
DISPUTES
Any dispute concerning 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
Page 6 of 8
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 CONSULTANTS
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 taw, 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.
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 shalt 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.
Page 7 of 8
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.
XVI
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.
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year first
above written.
By
consultant William R. Goring, P.E.
By
Page 8 of 8
Agency City of Tukwila
XVIII
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.
Exhibit A -1
Certification Of Consultant
I hereby certify that I am William R. Garing, P.E.
representative of the firm of David Evans and Associates, Inc.
415 118th Avenue SE Bellevue, WA 98005 -3518
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.
Date Signature
Certification of Agency Official
Project No.
Local Agency
and duly authorized
whose address is
and that neither I nor the above
I hereby certify that I am the AGENCY Official of the Local Agency of 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.
Date Signature
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) (Signature) President or Authorized Official of Consultant
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 Authorized 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
are accurate, complete, and current as of This 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.
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.
CITY OF TUKWILA ENGINEERING DESIGN SERVICES
SOUTHCENTER PARKWAY EXTENSION PROJECT
SCOPE OF SERVICES
SECTION 1.00 PROJECT DESCRIPTION AND DELIVERABLES
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
180 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;
AIignment Analysis Technical Memo;
Biological Assessment (two draft and one final);
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
c: \mmp\southc -1.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.
c:\tonp\southc -1.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 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
c:@mp\southc -d.doc
DAVID EVANS AND ASSOCIATES, INC. 3 Scope of Services
2.04 MONTHLY PROGRESS REPORTS
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.
DAVID EVANS AND ASSOCIATES, INC. 4
cAtemP\soulho -I.doc
Scope of Services
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;
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 180 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.
DAVID EVANS AND ASSOCIATES, INC. 5 Scope of Services
Deliverables: None
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.
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
DAVID EVANS AND ASSOCIATES, INC. 6
c:Uemp\southc ^1.doc
Scope of Services
4 02 2 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.
c :\temp■southc -I.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
DAVID EVANS AND ASSOCIATES, INC. 8
e:Uemp\mutho-i.doo
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 180 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.
DAVID EVANS AND ASSOCIATES, INC. 9
c:temp\soulhe -I.doc
Scope of Services
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
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.
cAtemn\soume —l.doo
DAVID EVANS AND ASSOCIATES, INC. 10 Scope of Services
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);
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.
c:Vempkowho -1400
DAVID EVANS AND ASSOCIATES, INC. 1 Scope of Services
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.
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.
DAVID EVANS AND ASSOCIATES, INC. 12
cUemp\somhe —Ldoc
Scope of Services
PROJECT UNDERSTANDING
KEY ASSUMPTIONS
SECTION 6.00 GEOTECHNICAL REPORT
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 180 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 we 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.
Our 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.
c:kemp\soulho-l.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, we 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
We anticipate using a low ground pressure track mounted drill rig to access and drill the
proposed boring locations. We propose 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 our firm will log the test holes.
Cone penetrometer probes will be advanced to a depth of 15 feet. We anticipate 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 our 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
We will perform analyses with respect to the proposed design and construction of the
Southcenter Parkway Extension. We will then prepare specific recommendations for design and
construction of the road prism. Particular attention will be paid to road design on soft and
DAVID EVANS AND ASSOCIATES, INC. 14
c:UanP \southc -l.doo
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
We assume not more than three meeting 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 David Evans and
Associates, Inc. We will meet with the design team to discuss any revisions that may be
necessary for the final report.
6.06 FINAL GEOTECHNICAL REPORT
We will incorporate comments or revisions to the draft report and submit a final geotechnical
report for the project.
DAVID EVANS AND ASSOCIATES, INC. 15
c:4emp\southc —I.doc
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.
DAVID EVANS AND ASSOCIATES, INC. 16
c:\tenP soulhc —I.doc
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 AirNac 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.
o1remp\souma -t.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 UTILTIES
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.
c:Vemp\somhe. -I.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.
DAVID EVANS AND ASSOCIATES, INC. 19
c:1temp\wuthc -I.doc
Scope of Services
Exhibit C -3
Payment
(Negotiated Hourly Rate)
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 work performed or services
rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. The
CONSULTANT shall conform with all applicable portions of 48 CFR 31.
I. Hourly Rates
The CONSULTANT shall be paid by the AGENCY for work done, based upon the negotiated hourly rates
shown in ExhibitsD and E attached hereto and by this reference made part of this AGREEMENT. The rates
listed shall be applicable for the first 12 -month period and shall be subject to negotiation for the following
12 -month period upon request of the CONSULTANT or the AGENCY. If negotiations are not conducted for
the second or subsequent 12 -month periods within 90 days after completion of the previous period, the rates
listed in this AGREEMENT or subsequent written authorization(s) from the AGENCY shall be utilized for
the life of the AGREEMENT. The rates are inclusive of direct salaries, payroll additives, overhead, and fee.
In the event renegotiation of the hourly rates is conducted, the AGENCY reserves the right to audit for any
change in the overhead rate currently in use by the CONSULTANT and modify the hourly rates to be paid to
the CONSULTANT subsequent to the renegotiation accordingly. Any changes in the CONSULTANT'S
fixed hourly rates may include salary or overhead adjustments.
2. 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 as the current rate
approved for AGENCY employees and shall be supported by the date and time of each trip with origin and
designation 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 the original bills, invoices, expense accounts, and miscellaneous
supporting data retained by the CONSULTANT. Copies of the original supporting documents shall be
supplied to the AGENCY upon request. All above charges must be necessary for the services provided under
this AGREEMENT.
3. 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."
4. Maximum Amount Payable
The maximum amount payable for completion of work under this AGREEMENT shall not exceed the amount
shown in the heading of this AGREEMENT. The maximum amount payable includes the Management
Reserve Fund, but does not include payment for extra work as stipulated in Section XIV, "Extra Work." No
minimum amount payable is guaranteed under this AGREEMENT.
5. Monthly Progress Payments
Progress payments may be claimed on a monthly basis for all costs authorized in 1 and 2 above. The monthly
invoices shall be supported by detailed statements for hours expended at the rates established in Exhibits D and
E, including names and classifications of all employees, and invoices for all direct nonsalary expenses. To
provide a means of verifying the invoiced salary costs for the consultant's employees, the agency may conduct
employee interviews. These interviews may consist of recording the names, titles, salary rates, and present
duties of those employees performing work on the project at the time of the interview.
6. Inspection of Cost Records
The CONSULTANT and his/her subconsultants shall keep available for inspection by representatives of the
AGENCY, STATE, 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 following
exception: if any litigation, claim, or audit is started before the three -year period, the records shall be retained
until all litigation, claims, or audit findings involving the records have been resolved. The three -year retention
period begins when the CONSULTANT receives final payment.
7. 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 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 or any claims relating to the validity of a finding by the AGENCY of
overpayment.
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 $9,525
Hrs.
DEA Subtotal $333,969
Outside Consultants
Pan Geo 516,608
Design Subtotal $350,577
Updated 1/8/99
p /s /snox0001 /132ndfee.xls Printed 3/17/2004
Southcenter Parkway Extension Project
Estimated Person - hours summary
Southcenter Parkway Extension Project
Estimated Person-hours Summary
N N r r r r N N
r
m
O
r O
O. 3 m r
N c
0 O
N N r O
o F'.
O
H m
r m
q 2 o
o H
O)
N
C C C) r gym_, L a
w a e Ic
LO
a V 0
0 N gy .c
O
H
0
co
C 0 m C
m �,z: 0 E m
o 0 m o
Y m 2? 5. m c c m H
N C TO o C o t(? N Q N O>
0 C c C C O U t d c c C C 03 0
c o 0
°o a1m o a) g3 °am) p
Q a c.� o s 1- Z V, K o y c c c 0 c 0 0 F 2 ,N a la 'a m C 2 y a) O V m co N c c c 9 c C 9 3 G 7 co E c .E n 5 u a o v,,. c c° F LL 2J S a c c v v a
E c m m C m c o O c o 0
'N U 2 o w 2 g o `°m a l .8 0 O Or E N 9 o N N 10 co G
co m co co co m m CO 0 o o m H N o O O D> c c y 0 co
C C C m r o c m Lac m o 2 2 2 03 5
IL it it it LL LL I L LL [0 .2 t O CO LL it O 0 LL S K U LL d a d d rC LL
O r N CO V 0 CO
0 0 0 0 0 0
c dm0 0 Ord 0
O CO N O V 0 0 10 N 0
C0
CO V
m m N O't m m m
N m NI' O V O N O Q
0 0 0 0 0 0 0 0 0
nn rr; r n r,
N T1' 0
O
c a) '2
000
m c
m a 0
c o
0 O 2 E 8
`o C Z
U o c
0 5 C D
Lc o °o
Z U 7
O r N f
O O O O
03 m m 03
N N r
0
E N c
oc
a`5
m
0 s
J m
c 0 O
0 0 L2
C= 5
C t
O
1 C C C
o c c c
0 0 0 0
U 5 Y
>C c c
c 000
0 o 0 0
0 o O o
Q U U U
O r N C)
O O O O
oi co Oi 6
10 0
CD
'Q N
0
C
o
U ail
c o
c o
O; c
n fo
2 C
o a
2 3 o
0-o
2 °1
0 0
o. O o
O r N
O 0 0
G 6 c
0)
a
0
0
Exhibit G
Subcontracted Work
The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT:
Pan Geo will he perfonningg investi ations as required
Transportation Committee
February 23, 2004
Present: Joan Hernandez, Chair; Joe Duffie, Pam Carter
Bob Giberson, Robin Tischmak, Cyndy Knightori, Steve Lancaster, Gail Labanara,
Frank lriarte, Jon Harrison, Lucy Lauterbach; Jack Latteman- Metro; Sue Carlson
1. Metro Draft Route Changes Jack Latteman from Metro explained that Metro is investigating the
possibility of changing two routes that go through Tukwila. This is being done in response to requests
from employees in Tukwila who want to take the bus without going to downtown Seattle first. The
portion of Route 39 that brought riders to Tukwila from Rainier Beach midday had very low ridership,
and will be dropped and replaced by Route 126 that would (during peak hours) go the local route from
Rainier Beach to East Marginal Way, 42 Ave. .S and eventually Strander Blvd and the Sounder
Station. There could be a new shelter at S. 144 /42n Over time, bus service to the Sounder Station
will increase as ridership and trips per day on rail increase. Pam said it would.be good to notify nearby
citizens of the new service. The Hazelnut could be useful there, as the service is slated to change in
September. Jack said any formal comments the City had could be given to him in March, though the
formal comment period is over. Information.
2. ACC Interlocal Agreement The ACC Technical Committee of City Managers, Administrators
and others has worked on crafting a new Interlocal, which the Executive Committee of ACC approved.
Some of the changes in the new interlocal are that it increases avenues of communication; adds more
non elected city manager or chief administrative officers to the Executive Committee (though each city
still only has one vote); and replaces the Technical Committee with an Administrative Committee that
will provide recommendations to the Executive Committee. Language was added to require ACC to
develop a mitigation proposal that would meet the needs of the parties and encourages meeting with
the Port to seek to minimize impact upon the ACC communities. Pam approved the increased channels
of information. The Committee recommended some editing improvements, and recommended the
Agreement to that evening's meeting. Recommend Agreement to 2/23 COW.
3. Southcenter Parkway Extension Robin explained they had some federal and TIB funding for
designing Southcenter Parkway south of S. 180` They asked for proposals and received 16 proposals.
They rated the nine best of those, and chose David Evans and Associates highest. Sue Carlson said she
wanted to be in on the contract negotiations for him. Segale proposes to move the road south of S.
180 toward the hillside, thereby saving more land for development. The design proposal is from S.
180 to the City limits and Segale will work on eventually extending that to S. 200 According to
Sue, Segale will donate the ROW to the City for the road improvements. Negotiate contract; bring
selection and contract to both Transportation and COW March 8
4. King County Trans Valley ITS Interlocal The County is putting in Intelligent Transportation
System (ITS) components on S. 180 eastward to Renton. Though Tukwila does not contribute money
to this project, we will install some previously planned fiber optic cable, and extend it into Renton. The
Green River Interconnect project will put in fiber optic cable between Southcenter Parkway and
Oaksdale, on S. Carr between 106 -SR 515 and on 515 between Carr and Benson Highway. The
County will buy new controllers that will fit with our own system which we can use. Recommend
Interlocal to COW and Regular Meeting.