HomeMy WebLinkAboutTrans 2009-11-16 Item 3C - Contract Supplement #8 - Tukwila Urban Center Access (Klickitat) Design with HNTBTO:
City of Tukwila
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
FROM: Interim Public Works Director
DATE: November 12, 2009
SUBJECT: Tukwila Urban Center Access (Klickitat) Project
Project No. 84 -RW19, Contract No. 05 -071
Supplemental Agreement No. 8
Jim Haggerton, Mayor
ISSUE
Approve Supplemental Agreement No. 8 to the HNTB contract #05 -071 for final design and final bid documents
associated with the Tukwila Urban Center Access (Klickitat) Project.
BACKGROUND
The design of the Tukwila Urban Access Project was shelved at the 100% design in May of 2007. At the time it
was shelved, there were a number of outstanding issues requiring resolution once the project design efforts
resumed. Those issues included: WSDOT approvals, design of the buttonhook ramp, right of way acquisition,
property coordination and associated design efforts, construction phasing and staging.
The Supplemental Agreement is for the work necessary to complete the project design and prepare ad -ready
contract documents. It also includes the work to redesign certain aspects of the project as required by WSDOT and
any potential changes to existing conditions which may have occurred since the project was shelved.
Delays in the project timeline have been primarily associated with extensive coordination and negotiation with
WSDOT on certain design issues as well as difficulties in obtaining right -of -way. The right -of -way acquisition is
essentially complete and agreement between the City and WSDOT on the outstanding design requirement issues
is imminent. However, WSDOT is requiring certain changes to the project design in order to accommodate
movement of large trucks through the Southcenter Parkway /Klickitat Drive intersections. Those changes have
resulted in additional design and permitting work not originally anticipated when the project was shelved.
DISCUSSION
Because of the extremely tight timeline to bring this project to construction in 2010, staff has negotiated the
Supplemental Agreement with HNTB in a highly unusual manner. Although staff feels that agreement between
Tukwila and WSDOT on the design changes is imminent, the final details are not yet known. The attached
Supplemental Agreement is based on certain assumptions of what the final requirements will be by WSDOT.
Waiting for final agreement with WSDOT before beginning negotiations with HNTB would have resulted in a long
delay in the project schedule, possibly resulting in not being able to construct the project in 2010. Waiting until the
Supplemental Agreement included all necessary work that may be required by WSDOT before bringing to the
Transportation Committee for review would have also resulted in a long delay in getting the designers working on
the final product. The attached supplemental agreement does not include anything but the most simple redesign
efforts. It is anticipated that substantial redesign of certain elements may still be required by WSDOT
RECOMMENDATION
Approve Supplement #8 with HNTB for final design and PS &E work in the amount of $147,384 consider this item at
the November 23, 2009 COW followed by a Special Meeting that same evening.
attachments: Supplemental Agreement No. 8
W: \PW Eng \Old P drive \Cyndy \Klickitat \INFOMATION MEMO Supplement #8 Final PS &E 11- 12 -09.doc
Scope of Work
Final Design /PS &E
Tukwila Urban Access Improvement Project
Supplement 8
November, 2009
INTB
TABLE OF CONTENTS
I. SUPPLEMENT PURPOSE 1
II. PROJECT DESCRIPTION 2
III. PROJECT GOALS 3
IV. DESIGN CRITERIA 3
V. PROJECT SCHEDULE 4
VI. ITEMS AND SERVICES TO BE FURNISHED BY THE CITY 5
VII. ABBREVIATIONS 5
VIII. PROJECT DOCUMENTATION 6
IX. WORK TASKS 6
TASK 1 PROJECT MANAGEMENT 8
Task 1.1 Issues Resolution 8
Task 1.2 Measure Project Requirements 9
Task 1.3 Measure Budget Conformance 9
Task 1.4 Measure Schedule Conformance 9
Task 1.5 Communicate Progress 9
Task 1.6 Lead the Project CONSULTANT Team 9
Task 1.7 Manage Quality 9
Task 1.8 Manage Change 10
TASK 2 COORDINATION AND PUBLIC INFORMATION 10
Task 2.1 Coordinate Activities with Southcenter Place Building, Doubletree Hotel and
McDonald's restaurant and other property owners 10
3.0 WSDOT COORDINATION 11
Task 3.1 WSDOT Coordination 11
TASK 4 DEVELOP CONSTRUCTION STAGING PLAN AND SCHEDULE 12
Task 4.1 Construction Staging and Scheduling 12
TASK 5 UPDATE CONSTRUCTION COST ESTIMATE 12
Task 5.1 Construction Cost Estimate 12
TASK 6 REVIEW OF DRAINAGE DESIGN 12
Task 5.1 Review of Drainage Design Concepts 12
c: \docume- 1\cyndy-1.tuk\ locals -1\ temp\ xpgrpwise \exhibit_a_scope_of_work_sup v1a_1 .docx
Printed 11/13/2009
INNTB
Page i
During the term of this Agreement, the engineering Consultant (CONSULTANT) shall perform
professional services for the CITYfinal design and assistance during construction, in connection
with the:
Tukwila Urban Access Improvement:
Klickitat Drive /Southcenter Parkway Area Project
This document shall be used to plan, conduct and complete the work on the project.
I. SUPPLEMENT PURPOSE
The design of the Tukwila Urban Access Improvement Project was shelved at the 100% design in
May of 2007. The purpose of this supplement is to finalize the project specifically: 1) complete
the work not completed at the time the project was schelved; 2) updating the shelved design to
reflect changes in standards and specifications and 3) design revisions required to meet WSDOT
design approval requirements. Specific items to be addressed in finalizing the design from May
2007 include:
WSDOT approval materials including deviations and channelization plans.
Acquiring permits and revising permit conditions for improvements made after the
project was shelved.
Updates to project specifications.
Structural analysis and design of overhead sign supports
Design changes at the south buttonhook ramp to accommodate a WB -67 design vehicle
and related potential impacts to Hydrology report, drainage design, plans, grading,
removals, erosion control and site preparation plans for project.
Design work at McDonald's entrance and parking.
Design work on Doubletree and Legacy properties.
Maintenance of Traffic and Construction Phasing and Staging plans.
Design updates to reflect changed conditions in project area.
Coordination with property owners adjacent to the project to convey the current design
which has new curb, gutter, sidewalk, driveway and storm sewer reconstruction on the
west side of the project
Address the removal and re- setting of pnvate business monument signs on the project.
(These are located on the Doubletree and Legacy properties)
Confirm final paving limits between disciplines.
WSDOT review and approval of signing plans.
In addition, at the time this scope was developed for the City of Tukwila, WSDOT and the HNTB
design team coordinated to develop design modifications to accommodate a WB 67 design
vehicle. The WB 67 design vehicle was a change over the original project assumption of a WB
50 design vehicle. This change in design vehicle has so far resulted in the following changes to
the shelved project design which are used as the basis of redesign. Tese changes reflect
modifications resulting from meetings between the City, WSDOT and the Consultant on
November 3 2009. Any subsequent changes will require this scope of work to be revised.
c: \docume-1 cyndy- 1.tuk\locais-1\ temp\ xpgrpwise\ exhibit_a_scope_of_work_sup a_1.docx
Printed 11/13/2009
aINTB
Page 1
Elimination and reduction of landscape islands at the intersection of Klickitat Drive and
Southcenter Parkway.
Widening of the southwest quadrant of the Klickitat Drive and Southcenter Parkway.
intersection resulting in additional impervious area, modifications to the intersections
curb radius, ADA ramp modifications, relocation of existing traffic signal, controller
cabinet, conduit, pavement markings, possible new retaining wall, additional grading,
changes to site preparation.
Traffic signal timing/synchronization modifications.
Relocation of traffic signal pole Type III at Sta. 16 +08.
Crosswalk modifications.
Modifications to traffic island at the north buttonhook reduce island size and associated
landscaping.
Addition of a fillet on the north bridge abutment providing a cantilever to accommodate
wider truck turning movements.
Extension of c -curb on Southcenter Parkway.
ROW and Limited Access line locations will be as shown on the 100% shelf submittal.
II. PROJECT DESCRIPTION
The Southcenter Access Improvement: Klickitat Dnve /Southcenter Parkway Area Project,
hereinafter referred to as the PROJECT, consists of the following features:
A two lane widening of northbound Southcenter Parkway. Widening will be supported
by construction of a new retaining wall along the existing slope east of Southcenter
Parkway.
Grade separation of southbound Southcenter Parkway. Grade separation will be
accomplished by depressing the southbound alignment under the Klickitat intersection
using a bridge structure and retaining walls.
Reconstruction of the northbound lanes of Southcenter Parkway, south of Strander
Boulevard. This construction is required to channelize traffic to the new northbound
widening.
Safety and pedestrian improvements.
Signal modifications at the Klickitat Drive intersection and signal coordination between
Strander Blvd., Klickitat Drive, and the Nordstrom shopping entrance intersection.
New signal at westbound Klickitat Drive and southbound Interstate 5 on ramp.
Horizontal and vertical alignment consistent with current design speed standards.
Utility adjustments and relocations associated with the new improvement.
Construction of detention and water quality facilities.
c: \docume- 1 \cyndy- 1.tuk\ locals -1\ temp \xpgrpwise \exhibit_a_scope_of work_sup8_v1a_1.docx
Printed 11/13/2009
CINTB
Page 2
III. PROJECT GOALS
The specific goals for the project are:
Improve traffic flow in the project area
Improve operations at area traffic signals
Minimize delay for motorists
Improve safety
Benefit transit route efficiency and allow for future transit improvements
Provide a solution compatible with WSDOT and I -405 and I -5 improvements
Minimize impacts on current business and property owners
Maintain or improve freight access
Develop a design that creates a visual signature for the Urban Center
IV. DESIGN CRITERIA
Documents developed as part of this scope of work will be in accordance with the latest edition
and amendments to the following documents, as of the date the AGREEMENT is signed.
Changes in any design standards or requirements after work has begun may result in the need for
Extra Work.
City of Tukwila Publications:
a. Year 2004 Comprehensive Plan
b. City of Tukwila Development Guidelines and Design and Construction Standards, 2003
WSDOT Publications:
a. Standard Specifications for Road, Bridge and Municipal Construction, English edition
(2008) (M41 -10)
b. Standard Plans for Road, Bridge and Municipal Construction, English edition (M21 -01)
c. Design Manual, (M22 -01)
d. Hydraulic Manual, (M23 -03)
e. Plans Preparation Manual, (M22 -31)
f. Bridge Design Manual, (M23 -50)
g. Amendments and General Special Provisions
c: \docume-1 \cyndy -1.tuk \locals -1\ temp \xpgrpwise \exhibit_a_scope_ot work_sup8_v1a_1.docx
Printed 11/13/2009
INTB
Page 3
h. Standard Item Table
i. Traffic Manual, (M51 -02)
j. Highway Runoff Manual, (M31 -16)
k. Utilities Manual, (M22 -87)
1. Local Agency Guidelines, (M36- 63(PA))
m. Environmental Procedures Manual, (M31 -11)
American Association of State Highway and Transportation Officials (AASHTO) Publications:
a. A Policy on Geometric Design of Highways and Streets, 5 Edition (2004)
b. Standard Specifications for Highway Bridges, Seventeenth Edition, (2002)
c. Highway Design and Operational Practices Related to Highway Safety, (1997)
U.S. Department of Transportation (USDOT) Publications:
a. Manual of Uniform Traffic Control Devices for Streets and Highways, 2001
b. Highway Capacity Manual
Other Publications/Design Guides:
a. National Electrical Code
b. Standards of the American Waterworks Association
c. Book of American Society for Testing and Materials Standards
d. American Public Works Association standards
e. Americans With Disabilities Act (ADA)
f. General Electric's ALADAN program (Illumination design)
V. PROJECT SCHEDULE
The preliminary project schedule will be developed upon notice to proceed.
The duration of the reviews by the CITY, and by others, will be given in the project schedule.
Mutually agreeable changes to the project schedule, whether initiated by the CITY or
CONSULTANT, may be the basis for adjustments in the project budget.
c: \docume -1 \cyndy- 1.tukUocals -1\ temp \xpgrpwise \exhibit_a_scope_of work_sup8_v1a_1.docx
Printed 11/13/2009
C'INTB
Page 4
VI. ITEMS AND SERVICES TO BE FURNISHED BY THE CITY
The CITY will provide the following items and services to the CONSULTANT that will facilitate
the preparation of the documents for work within the limits of the PROJECT. The
CONSULTANT is entitled to rely on the accuracy and completeness of this and other data
furnished and represented by the CITY and others, including but not limited to, survey and traffic
data.
The City will be responsible for leading WSDOT coordination, permitting, preparation of
agreements and private property coordination.
Reviews of CONSULTANT submittals at the mutually agreed upon times set forth in the
project schedule and the consolidation of all review comments by others onto one review
set prior to return to the CONSULTANT.
Lighting requirements and design criteria per CITY requirements, if available (DCD).
CITY will prepare and provide documents for rights -of -entry upon all lands necessary for
the performance of the design work. Official notices to property owners and agencies.
Arrangements for the public meetings, including meeting place, announcements, etc.
Assistance with public involvement and information for the PROJECT, including the
responsibilities discussed in Task 4.0.
Payment of all review and/or permit fees.
Computer generated files supplied by the CITY will be in AutoCAD, and in a format
compatible with the CONSULTANT'S hardware /software. Any reformatting or
reconfiguration or hardware /software purchase necessary to make the supplied files
compatible will be considered Extra Work.
VII. ABBREVIATIONS
The following abbreviations are referred to throughout this scope of work:
AASHTO American Association of State Highway and Transportation Officials
BDM WSDOT Bridge Design Manual
DCE Documented Categorical Exemption
DFW Washington State Department of Fish and Wild Life
DNR Washington State Department of Natural Resources
DOE Washington State Department of Ecology
ESA Endangered Species Act
FEMA Federal Emergency Management Agency
c: \docume ^1 \cyndy -1.tuk \locals -1\ temp \xpgrpwise \exhibit_a_scope_o1 work_sup8_v1a_1.docx
Printed 11/13/2009
a1NTB
Page 5
FHWA Federal Highway Administration
LOS Level of service
NEPA National Environmental Projection Act
NMFS National Marine Fisheries Service
NPDES National Pollutant Discharge Elimination System
NRHP National Register of Historic Places
ROW Right -of -way
PS &E Plans, specifications, and estimates
SEPA State Environmental Protection Act
TDM Transportation Demand Management
TS &L Type, Size and Location
WSDOT Washington State Department of Transportation
USFWS United States Fish and Wildlife Service
VIII. PROJECT DOCUMENTATION
The documents listed as "Deliverables" in the Work Tasks, Section IX of this scope of work, and
other exhibits or presentations for the work covered by this AGREEMENT and associated
supplements, if necessary, will be furnished by the CONSULTANT to the CITY upon completion
of the various tasks of work. Whether the documents are submitted in electronic media or in hard
copy, any use of the materials on another project or on extensions of this project beyond the use
for which they were intended, or any modification of the materials or conversion of the materials
to an alternate system or format will be without liability or legal exposure to CONSULTANT.
The CITY will assume all risks associated with such use, modifications, or conversions. The
CONSULTANT may remove from the electronic materials delivered to the CITY, all references
to the CONSULTANT involvement and will retain a tangible copy of the materials delivered to
the CITY which will govern the interpretation of the materials and the information recorded.
Electronic files are considered working files only; the CONSULTANT is not required to maintain
electronic files beyond 90 days after the project final bilking, and makes no warranty as to the
viability of electronic files beyond 90 days from date of transmittal.
IX. WORK TASKS
General Assumptions:
The level of effort for each phase and task of work is limited to the amount of labor and
expenses indicated in Exhibit C. These costs are itemized in Exhibit C to aid in project
tracking purposes only. The budget may be transferred between tasks, provided the total
c: \docume -1 \cyndy -1.tuk \locals -1\ temp\ xpgrpwise \exhibit_a_scope_of_wark sup8_v1a_1.docx
Printed 11/13/2009
C•INTB
Page 6
contracted amount is not exceeded. Additional services beyond these limits will be
considered Extra Work.
The preliminary project schedule is as shown in Exhibit B.1. The CONSULTANT is
responsible for meeting deadlines for their tasks only; having no control over those portions
of the schedule related to the tasks performed by the CITY or any third party.
Subsurface investigation and remedial action associated with hazardous wastes located within
the project limits are not within this scope of services. No hazardous, dangerous, or
contaminated soil /ground water is anticipated on or within the project limits. Should any of
these materials be encountered, it will be considered Extra Work.
Electronic files of PS &E contract documents will be delivered to the CITY in AutoCAD
format (latest version) at the conclusion of Phase 2 Final Design. Preparation of the record
drawings (as builts) will be the responsibility of the CITY.
The analyses, design, plans, specifications, and estimate performed or prepared as part of the
PROJECT will be in English units. Metric units will not be used on this PROJECT.
The plans will be prepared in accordance with City of Tukwila drafting standards, with
WSDOT /APWA standards being the default standards to follow.
c: \docume- 1 \cyndy-1.tuk\ locals -1\ temp \xpgrpwise \exhibit_a_scope_of work_sup8_v1a_1.docx
Printed 11/13/2009
a1NTB
Page 7
TASK 1 PROJECT MANAGEMENT
In this task are described those services necessary to plan, perform, and control the various
elements of the project so that the needs and expectations of the CITY and other project
stakeholders will be met or exceeded.
Assumvtions:
To accurately establish and manage the total project budget, the CITY will provide to the
CONSULTANT their anticipated administrative costs through construction. The
CONSULTANT shall generate the estimated right -of -way acquisition costs.
The CONSULTANT's Project Manager and/or deputy Project Manager will meet with the
C1TY's Project Manager on biweekly basis throughout Phases the completion of the project.
The Consultant shall submit monthly invoices with a written summary of project progress to -date
and activities expected for the next month.
The workplan components developed in Phase 1 of the project will be used as the guidelines for
performing the work in this supplement. Issues may arise that are beyond the provisions of this
scope of work. Flexibility will be maintained in the workplan to address these urgent project
issues; however, the reallocation of resources may result in justification for Extra Work.
Internal project team coordination meetings will be held on an as- needed basis.. These meetings
will be in addition to the coordination meetings held with the CITY, but budgeted as part of the
specific work tasks, separate from Task 1 Project Management.
The project duration will be 5 months.
Task 1.1 Issues Resolution
In accordance with the Change Management Plan, this task may involve:
Identifying and assessing a given issue relative to schedule, budget, resources,
and risk.
Initiating the appropriate action(s) by assigning the issue to specific team
member(s) for resolution using the Communication Plan provisions as a
guideline.
Monitors the issue resolution progress.
Providing assurance for the timely resolution of issues.
Adjusting the project work plan components as required.
The level of effort associated with each individual issue is contained within the appropriate
task(s) available to the team member(s) responsible for its resolution.
c: \docume -1 \cyndy -1.tuk \locals -1 temp\ xpgrpwise\ exhibit_a_scope_of_work_sup8_v1 a_1.docx
Printed 11/13/2009
a1NTB
Page 8
Task 1.2 Measure Project Requirements
Maintain the focus of the team members on satisfying the project purpose, objectives, and scope
of work. Monitor and confirm that the technical aspects of the project are being performed and
prepared in compliance with the CITY's expectations. Verify that the information generated on
the project is being filed.
Task 1.3 Measure Budget Conformance
On a monthly basis, monitor the Phase 1 engineenng budget. Monitor the planned versus actual
rate of expenditure for each element, and identify trends, taking corrective actions if necessary by
implementing the applicable provisions of the Change Management Plan.
Task 1.4 Measure Schedule Conformance
Monitor and modify the Project Schedule on a monthly basis or as needed to determine potential
impacts of proposed changes. Adjust the durations, predecessor relationships, constraints,
linkages, deliverable descriptions and dates, reviews, percent completes, milestones, cntical path,
and task completion dates to reflect the current status of the project and the revisions made to the
work breakdown structure.
Task 1.5 Communicate Progress
Conduct ongoing, proactive, responsive communications with the CITY staff involved in the
direction and execution of the project. Coordinate the schedule of the reviews to be performed by
the CITY. Prepare and submit a monthly progress report that will include identification of work
performed in the previous month's schedule, measures for mitigating schedule slippage and
identification and discussion of potential problems that may arise. Prepare meeting minutes if
necessary and distribute to attendees.
Task 1.6 Lead the Project CONSULTANT Team
Provide direction to the project CONSULTANT team. Conduct project coordination meetings as
required with appropriate task leaders. Monitor the planned versus actual rate of expenditure for
each task and take corrective actions if necessary. Collect from each task leader, the percent
complete as measured by how much work is left to be accomplished on a task by task basis.
Maintain a high exposure to the project team of the issues to be resolved and their potential
impacts to the measures of success for the project.
Task 1.7 Manage Quality
Implement the processes described in the Quality Management Plan to meet the project objectives
established by the stakeholders. Perform continual Quality Planning to reaffirm which quality
standards are relevant and how they are to be satisfied. Verify that Quality Control has been
provided for each technical specialty to evaluate the overall project performance on a regular
basis and to build confidence that the project will satisfy the current quality standards for the
design, drawings, specifications, and cost estimates. Confirm that specific project results are
being monitored by each technical specialty through Quality Control activities to determine if
they are in compliance with the quality standards and, if not, that potential solutions to eliminate
the cause(s) of unsatisfactory performance have been identified and implemented. Facilitate the
c: \docume -1 \cyndy- 1.tuk\ locals -1\ temp \xpgrpwise \exhibit_a_scope_of work_sup8_v1a_1.docx
Printed 11/13/2009
•NTB
Page 9
identification and assignment of appropriate senior reviewers for each technical specialty.
Confirm that the current Quality Control activities are clearly indicated in the Project Schedule.
Task 1.8 Manage Change
Based on the project budget established by the CITY:
1. Identify, Analyze Develop Change Strategies. Orchestrate the Change Management
Plan by logging and tracking potential changes identified from any source (Step 1);
facilitating the analysis of the change and determination of its impacts (Step 2), and
facilitating the development of a response strategy (Step 3). The specific activities
associated with completing Steps 2 3 on a given potential change will be largely the
responsibility of each technical specialty staff.
2. Identify Analyze Risk of Change. Identify and analyze the likelihood of the potential
change introducing risk into the project. Characterize the risk to the extent possible and
outline control measures for minimizing its negative effects.
3. Change Authorization. Communicate the proposed strategy(s) to resolve the change and
make appropriate revisions as necessary to gain endorsement for the change (Step 4).
Obtain a written change authorization from the CITY, by the City Public Works Director,
and from the CONSULTANT, by its Project Manager, as representatives of the project
stakeholders.
4. Workplan Revisions. Prior to undertaking the work as a result of the change, revise the
project workplan (Step 5) to avoid misunderstandings, discontent, and poor project
performance. Monitor the implementation of the change using the standard project tools
and techniques.
TASK 2 COORDINATION AND PUBLIC INFORMATION
The objectives of this task are: the development of a successful design through coordination with
project stakeholders.
Task 2.1 Coordinate Activities with Southcenter Place Building,
Doubletree Hotel and McDonald's restaurant and other property
owners
Assumptions:
The Consultant shall schedule and conduct one meeting with McDonalds and one joint meeting
with the Doubletree Hotel and Legacy Partners during the Final Design of the project. The
purposes of the meetings are: to solicit input on the reconfiguration of parking, right -of -way
impacts and pedestrian facilities on each owner's property and to describe impacts during
construction. This task shall include the development of one sketch for each property to showing
the agreed upon parking lot configuration.
c: \docume -1 \cyndy- 1.tuk\locals -1\ temp \xpgrpwise \exhibit_a_scope_of work_sup8_v1a_1.docx
Printed 11/13/2009
a1NTB
Page 10
Deliverables:
One sketch for each revised parking lot layout for the three parcels.
Prepare meeting minutes for two meetings.
3.0 WSDOT COORDINATION
Task 3.1 WSDOT Coordination
WSDOT coordination and approvals will be required on several items including channelization
and signing plans, limited access issues, deviations or evaluate upgrades and other project
elements potentially within WSDOT's purview.
Assumvtions:
The City of Tukwila will write and assemble any deviations required for the project.
WSDOT design coordination assume coordination and approvals are only required for
the Buttonhook Ramp design, Klickitat Dr. Southcenter Parkway Intersection geometry,
northern I -5 ramp terminal intersection with Southcenter Parkway, and areas of
Southcenter Parkway within WSDOT limited access boundaries that require WSDOT
review and approval.
WSDOT design coordination assumes that the 2007 100% plans will only require
minimal changes.
WSDOT design coordination assumes there will no redesign or reconstruction of existing
WSDOT interstate ramp elements beyond the intersection returns with Southcenter
Parkway.
Four Channelization plan sheets plus 4 design vehicle intersection turning template sheets
will be required and prepared for WSDOT approval.
It is estimated that up to seven design deviations or evaluate upgrades will be required
and prepared by the CITY for WSDOT approval.
For budgeting purposes 48 hours have been included to support the CITY in the
preparation of design deviations and the project analysis report, including the preparation
of exhibits. Time required beyond 48 hours shall be considered Extra Work.
Attendance will be required at meetings with WSDOT to present information and discuss
design issues. It is assumed that two CONSULTANT staff will attend 4 meetings with
WSDOT staff. Each meeting is assumed to be 4 hours duration including preparation and
travel time.
Deliverables:
WSDOT Channelization Plans for Approval and preparation of Project Development
Package.
Prepare meeting minutes for up to four meetings.
c: \docume -1 \cyndy- 1.tuk\ locals -1\ temp \xpgrpwise \exhibit_a_scope_of work_sup8_v1a_1.docx
Printed 11/13/2009
•1NTB
Page 11
TASK 4 DEVELOP CONSTRUCTION STAGING PLAN AND
SCHEDULE
Task 4.1 Construction Staging and Scheduling
The purpose of this task is to develop a feasible approach to staging the construction over a two
year period. The two year construction period will meet the requirements of the City's
construction moratorium. In this task the consultant shall:
Develop one staging concept.
Identify potential cost savings or escalation for staging concept at a planning level of cost
estimation.
Identify traffic impacts for staging concept developed.
Develop a critical path schedule for the each staging concept.
Deliverables:
Technical memorandum of construction staging concept, related impacts and critical path
schedules.
TASK 5 UPDATE CONSTRUCTION COST ESTIMATE
Task 5.1 Construction Cost Estimate
The CONSULTANT shall update the Engineer's Estimate of Probable Construction Cost
developed for the 2007 shelf submittal with current unit bid prices.
The costs shown in the estimate represent an estimate of probable costs prepared in good faith
with reasonable care. HNTB has no control over the costs of construction labor, materials or
equipment, nor over competitive bidding or negotiating methods and does not make any
commitment or assume any duty to assure that bids or negotiated pnces will not vary from this
estimate.
Deliverables:
Updated Engineer's Estimate of Probable Construction Cost.
TASK 6 REVIEW OF DRAINAGE DESIGN
Task 5.1 Review of Drainage Design Concepts
c: \docume -1 \cyndy -1.tuk \locals- 1 \temp\xpgrpwise \exhibit a_scope_of work_sup8_vla_1.docx
Printed 11/13/2009
•INTB
Page 12
The CONSULTANT shall review the drainage design from the 2007 shelf submittal to identify
opportunities to optimize drainage facilities based on current drainage requirements from
Washington State DOE and WSDOT HRM.
Deliverables:
Brief Technical Memorandum documenting potential cost savings opportunities.
c: \docume -1 \cyndy -1.tuk \locals -1 temp\ xpgrpwise\ exhibit_a_scope_of_work_sup8_v1 a_1.docx
Printed 11/13/2009
a1NTB
Page 13
M
M
M
Exhibit C1
HNTB Corporation
Consultant Fee Determination
Summary Sheet (Lump Sum)
Tukwila Urban Center Access Project: Klickitat/Southcenter Parkway
Supplement No. 8 Final Design
DIRECT SALARY COSTS
Staff Classification Hours Rate Total Cost
Principal 8 $269.34 $2,155
Project Manager 230 $186.65 $42,929
Construction Program Manager 40 $233.60 $9,344
Sr. Engineering Manager 0 $158.38 $0
Sr. Architectural Manager 0 $175.43 $0
Senior Project Engineer 176 $177.54 $31,246
Project Engineer 24 $137.12 $3,291
Design Engineer /Traffic Engineer 32 $90.87 $2,908
Landscape Architect 0 $92.97 $0
Technician 24 $96.48 $2,315
Project Administrator 38 $113.06 $4,296
Admin. Asst. /Clerical 0 $67.74 $0
Total Hours
TOTAL SALARY COSTS
REIMBURSEABLE COSTS
572
Local Travel (Mileage /Parking): $100
Reproduction: $400
Other: $100
TOTAL REIMBURSEABLE COSTS $600
SUBCONSULTANT COSTS
HDR Engineering, Inc. $48,3031
TOTAL FEE $147,3871
C: \DOCUME -1 \CYN DY -1.TU K\LOCALS -1 \Temp\XPg rpwise1Exhibits_B_ &_C_supp8_v1 a
Exhibit_C- 1_HNTB
11/13/200911:50 AM
$98,4841