Loading...
HomeMy WebLinkAboutTrans 2014-09-22 COMPLETE AGENDA PACKETCity of Tukwila Transportation Committee ❖ Allan Ekberg, Chair • Dennis Robertson Kate Kruller AGENDA Distribution: A. Ekberg D. Robertson K. Kruller D. Quinn Mayor Haggerton D. Cline L. Humphrey B. Giberson F. Iriarte R. Tischmak G. Labanara P. Brodin R. Turpin M. Hart Clerk File Copy 2 Extra Place pkt pdf on Z: \TC -UC Agendas e -mail cover to: A. Le, C. O'Flaherty, D. Almberg, B. Saxton, S. Norris, M. Hart, L. Humphrey MONDAY, SEPTEMBER 22, 2014 — 5:15 PM FOSTER CONFERENCE Room — 6300 BUILDING (formerly known as Conference Room #1) 1. PRESENTATION(S) 2. BUSINESS AGENDA a) 2015 Overlay and Repair Program Consultant Selection and Agreement b) 2014 Bridge Inspections and Repairs Supplemental Agreement #2 3. SCATBd c) • July 15, 2014 Meeting Summary • September 16, 2014 Meeting Agenda 4. MISCELLANEOUS 5. ANNOUNCEMENTS a) Forward to 10/6/14 Regular Consent Agenda b) Forward to 10/6/14 Regular Consent Agenda c) Information Only Future Agendas: • Automated Traffic Enforcement Pg. 1 Pg. 17 Pg. 41 Next Scheduled Meeting: Monday, October 13, 2014 The City of Tukwila strives to accommodate individuals with disabilities Please contact the Public Works Department at 206 -433 -0179 for assistance. TO: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Transportation Committee FROM: Bob Giberson, Public Works Director BY: David Sorensen, Project Manager DATE: September 19, 2014 SUBJECT: 2015 Overlay and Repair Program Project No. 91510401 Consultant Selection and Agreement ISSUE Execute a contract with KPG, Inc. to provide design services for the 2015 Overlay and Repair Program. BACKGROUND Five engineering firms were evaluated to provide design services for the 2015 Overlay and Repair Program (see attached scoring & selection matrix). Each consulting firm provides services with expertise in multiple engineering disciplines. All of the firms are qualified, but KPG, Inc. provides a unique knowledge and understanding of the City's program that provides efficiency and benefits which cannot be matched at this time by any other firm. KPG, Inc. has prepared construction plans for the 2014 Overlay and Repair Program and has also performed very well on other City projects. Starting the design process in the fall and advertising for construction bids in the first quarter of each year allows the City to take advantage of an optimal bidding climate. The list of streets for the 2015 Overlay and Repair Program was developed using the City's Pavement Management System, with input from engineering and maintenance staff. DISCUSSION KPG, Inc. has provided a contract, scope of work, and fee estimate to complete design of the 2015 Overlay and Repair Program and advertise for construction bids. Locations in Design Contract 1) S 124th St — 42nd Ave S to 50th PI S 2) 48th Ave S - Interurban Ave S to east dead end 3) Gateway Dr — Loop road east of Interurban Ave S 4) Southcenter Blvd — Interurban to Macadam 5) Tukwila Pkwy — Andover Pk W to "T" line bridge 6) S 180th St — Southcenter Pkwy to S 180th St Bridge (Spot Improvements) 7) 53rd Ave S — S 144th St to S 139th St 8) S 164th St — Repair rutting in eastbound approach to 51St Ave S Contract 2015 Design Budget 2016 Begin Design Budget 2015 Design Budget $100,000.00 $25,000.00 2014 Remaining Budget 36,727.28 2015 Design Contract $136,727.28 TOTAL $136,727.28 $136,727.28 $25,000.00 RECOMMENDATION Council is being asked to approve the design contract with KPG, Inc. for the 2015 Overlay and Repair Program in the amount of $136,727.28 and consider this item on the Consent Agenda of the October 6, 2014 Regular Meeting. Attachments: Consultant Selection Scoring Matrix Vicinity Map Page 18, Proposed 2015 CIP Consultant Agreement, Scope of Work and Fee Estimate W:1PW EngIPROJECTS\A- RW & RS ProjectslAnnual Overlay & Repair Programs12015 Overlay & Repair Program\DesignIDesign Consultant Selection\To TC\Info Memo Consult Select 2015 Overlay- sb.docx 2015 Overlay Program — Contract for Design Services Jason Engineering David Evans Associate BCRA, Inc. KPG, Inc. AHBL Engineering Paving Project Design Experience with the City. 0 0 0 5 0 Knowledge of FHWA, State, and Tukwila Standards and Procedures 3 3 1 5 2 Environmental Experience 4 4 4 4 4 Experience with Similar Projects. 3 3 2 5 4 Traffic Control Design Expertise. 1 1 2 2 2 Experienceed Design Project Manager. 2 1 2 3 3 Small Scale Project Experience. 2 2 1 4 2 Utilities Corrdination Expierence. 2 2 3 3 3 Stormwater, Drainage, and Detention Design. 2 2 3 4 4 Public Outreach Experience. 2 2 3 4 4 Survey Crew In- House. 2 1 4 4 1 TOTALS 23 21 25 43 29 For each category, highest score is 5 (with the lowest or worst score 1) Consultant with the highest score is ranked the best. Staff: Dave Sorensen Selection Date: 8/27/14 Selected Consultant: KPG, Inc. Selection Justification: While all firms have pavement design experience. The selected firm has demonstrated relevant pavement project design experience on multiple past federal and locally funded city paving projects. And have exceptional familiarity with City Public Works systems, WSDOT and FHWA standards. Based on overall score KPG prevailed. 2 RAIN ER COLE k CWNTRE cEUe 5118 Sr sr S11 sr ST r5 S1 S. 124TH ST. GATEWAY DR. S 121ST s 12 sr ' sas sr FOSTER COW COURSE 48TH AVE S. 53RD AVE. S. S 118 sr 117 ST ORr DENT PAR s1.s sr IOsr Sl s 5151st sll 1ST ST SOUTHCENTER BLVD. TUKWILA PARKWAY S. 164TH ST. SEPJLE NT OR frf 5181 ST S. 180TH ST. (SPOT REPAIRS) 2015 OVERLAY PROGRAM CANDIDATE STREET SEGMENTS 3 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 PROJECT: Annual Overlay and Repair Program Project No, 91310401 DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets. JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects, STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay, MAINT. IMPACT: Reduces annual maintenance COMMENT: Ongoing project. Only one year actuals shown in first column„ FINANCIAL Through Estimated in $000's 2012 2013 2014 2015 2016 2017 2018 2019 BEYOND TOTAL EXPENSES Design 194 100 100 125 125 150 150 175 175 1,294 Land (RMl) 0 Const. Mgmt. 165 175 175 175 200 200 225 225 1,540 Construction 969 1,225 1,250 1,260 1,300 1,320 1,325 1,325 9,974 TOTAL EXPENSES 1,328 100 1,500 1,550 1,560 1,650 1,670 1,725 1,725 12,808 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 1,328 100 1,500 1,550 1,560 1,650 1,670 1,725 1,725 12,808 TOTAL SOURCES 1,328 100 1,500 1,550 1,560 1,650 1,670 1,725 1,725 12,808 2014 - 2019 Capital Improvement Program 15 4 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: CONSULTANT AGREEMENT FOR ENGINEERING DESIGN SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City ", and KPG, Inc., hereinafter referred to as "the Consultant ", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform engineering design services in connection with the project titled `2015 Overlay Program'. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2015, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than December 31, 2015 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $136,727.28 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 5 5, Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7, Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. CA revised 2012 Page 2 6 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self- insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. CA revised 2012 Page 3 7 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non - Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, 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 City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. CA revised 2012 Page 4 8 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: KPG, Inc. 753 - 9th Avenue N. Seattle, WA 98109 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. DATED this day of 20 CITY OF TUKWILA CONSULTANT Mayor By: Printed Name: Nelson Davis, KPG Tile: Principal Attest/Authenticated: Approved as to Form: City Clerk Office of the City Attorney CA revised 2012 Page 5 9 EXHIBIT A City of Tukwila 2015 Overlay Program Scope of Work September 8, 2014 The Consultant shall prepare final Plans, Specifications and Estimates for the 2014 Overlay Program. Specific projects will be determined from the following list of candidate streets: ❑ 48th Ave S ❑ 48th Avenue S ❑ Gateway Drive ❑ Southcenter Boulevard ❑ Tukwila Parkway ❑ S 180th Street ❑ S 124th Street ❑ 53rd Avenue S ❑ S 164th Street Interurban Ave S to east dead end Interurban east to dead end Fort Dent Way to S 143rd St Interurban to Macadam Andover Park West to T line bridge Southcenter Parkway to Bridge (Spot repairs only) 42nd Avenue S to S 50th Place S 144th Street to S 139th Street Repair rutting in eastbound approach to 51St Ave S The Consultant shall provide all necessary field reviews, base mapping, and utility notification required to complete final bid documents for the 2015 Overlay Program. The Consultant shall also prepare the bid tabulation, check low bidder(s) references, and provide a recommendation for award to the City. The 2015 Overlay Program will be bid as a single bid package as budget allows. The anticipated construction budget is approximately $1.2 Million for the 2015 Overlay Program. Projects may be re- prioritized or deferred to a future overlay program based on available budget and other considerations. Detailed estimates will be prepared at the 50% design or earlier to verify the final project list to be included in the 2015 Overlay Program and carried through final design. The City of Tukwila may require other services of the consultant. These services could include additional design, right of way, environmental documentation, construction phase services, or other work tasks not included in the scope of work. At the time these services are required, the Consultant will provide the City with a detailed scope of work and an hour and fee estimate. The Consultant will not proceed with the work until the City has authorized the work and issued a Notice to Proceed. SCOPE OF WORK TASK 1 — MANAGEMENT /COORDINATION /ADMINISTRATION 1.1 The Consultant shall provide continuous project management and administration for the duration of the Project. (Estimate 6 months). City of Tukwila KPG, Inc. 2015 Overlay Program Page 1 of 4 September 8, 2014 10 • Hold project coordination meetings with the City to update progress and review submittals. Assume (4) meetings. • The Consultant shall provide monthly status reports and billings. 1.2 The Consultant shall provide independent QA/QC reviews by senior in -house staff of all deliverables prior to submittal to the City. TASK 2 — PREPARE PLANS, SPECIFICATIONS AND ESTIMATE 2.1 The Consultant shall prepare base maps for the all project segments using field measurements, available record drawings and /or ortho - photography. 2.2 The Consultant shall prepare 50 %, 90% and final Plans for the proposed improvements including the following: • Plans shall be prepared with such provisions in such detail as to permit field layout and construction within a degree of accuracy acceptable to the City and per industry standards. • Plan sheets will be prepared at 1"=20' scale full size (22" X 34 "), 1"=40' at reduced scale (11" X 17 "). • Typical sections and details will be prepared for items not available as standard details from the City, State, or APWA standard drawings. • Plans will identify curb ramp replacement limits and pedestrian push button modifications in accordance with ADA requirements. • The Plans shall illustrate complete details of construction of the proposed improvements including limits of construction and removals, utility adjustments, surfacing depths and details, and applicable channelization and signing for the segments selected for final design. • The Consultant shall perform Project site walkthroughs with the City maintenance staff to determine extent of roadway improvements /resurfacing (Estimate 2 meetings) and to prioritize candidate streets within the available budget. • Pavement sections will be determined through consultation with the City's maintenance staff and previous experience. No geotechnical investigations are anticipated. 2.3 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction Cost for each review submittal and the bid documents. Projects will be prioritized in collaboration with the City following the 50% Submittal to determine the final project segments 2.4 The Consultant shall prepare the Contract Specification per 2014 WSDOT Standard Specifications at the 90% and Final submittals. City of Tukwila KPG, Inc. 2015 Overlay Program Page 2 of 4 September 8, 2014 11 2.5 The Consultant shall distribute 50% and 90% review submittals to franchise utility owners for utility adjustments within the Project limits. 2.6 The consultant shall assist the City with Project Advertisement and Award by uploading plans and specifications to bxwa.com, preparing addenda, bid tabulation, and recommendation for award. Assumptions • Field survey will not be required. • Typically, only surface utilities requiring adjustment to grade will be shown. • No federal funding is anticipated for the Project engineering or construction.. • No utility upgrades are anticipated in the project design. • Drainage & Water Quality Reports will not be required. • Geotechnical Engineering services will not be required. • Environmental Documentation will not be required. Deliverables • Preliminary estimate for prioritization • 50% review submittal with Plans and Estimate for potential street segments • 90% review submittal with Plans, Specifications, and Estimate for selected segments • Bid Documents and Engineer's Estimate • 6 sets of Plans (11" X 17 ") and specifications provided for each review submittal. • 10 sets of Plans (11" X 17 ") and specifications for the Bid Documents. • Coordinate upload of Plans and Specifications to Builders Exchange. • Bid analysis and recommendation for award TASK 3 — PAVEMENT MANAGEMENT SYSTEM UPDATE 3.1 The Consultant shall coordinate the preparation of an updated Pavement Management Plan utilizing Pavement Engineers as a subconsultant. The pavement segments will be evaluated using the distress conditions described in the Pavement Surface Condition Rating Manual, as developed by the Northwest Pavement Management Systems Users Group. We will use the new definitions of pavement distress that are currently being incorporated in the upcoming new condition manual. Our last survey in 2008 evaluated 81.75 centerline miles of streets. The enclosed figure indicates the street segments we evaluated in 2008. This map also shows the streets that have been identified in the King County GIS maps. Excluding 1 -5, 1 -405 and ramps to these freeways; there are several miles of street in the City that have not been surveyed — possibly due to these unsurveyed streets being private or undeveloped. If we do find these streets have been developed or are not private, we will add them to our survey. All data will be entered into an updated version of PMSPro and provided to the City City of Tukwila KPG, Inc. 2015 Overlay Program Page 3 of 4 September 8, 2014 12 3.2 The Consultant shall review cost analysis information in PMSPro and update the cost assumptions based on recent history with City of Tukwila overlay projects. 3.3 The Consultant shall prepare a final report including a full discussion of the work accomplished during this project. It will contain charts and graphs that explain the condition of the City's pavements and the recommendations for maintenance and rehabilitation. All streets will be presented in the report (PCR = 100 and lower). This report will include the updating of the WSDOT functional class and state route numbers if necessary. One group of charts that will be included is the average PCR for each of the four categories of streets: Principal Arterial, Minor Arterial, Urban Collector, and Neighborhood. We will also provide the results of a cost analysis for this report based on the information collected in Task 2. Recommendations for major rehabilitation (i.e. Overlay, Reconstruction) will be general in nature and may require further engineering analysis such as non - destructive deflection testing and analysis. 3.4 The Consultant shall upgrade the PMSPro software program to work with Windows 7 computers. Deliverables • Final Pavement Report in .pdf format • Updated PMSPro software City of Tukwila KPG, Inc. 2015 Overlay Program Page 4 of 4 September 8, 2014 13 City of Tukwila State Functional Class State FC masterMap.USER2 14 HOUR AND FEE ESTIMATE Project: City of Tukwila 2015 Overlay Program EXHIBIT B KPG • Architecture • Landscape Architecture • Civil Engineering • Task Description Labor Hour Estimate Project I Senior Project Design I CAD Coast Survey Senior Manager ! Engineer Engineer Engineer Technician Inspector I Crew Admin 5 179.26 1 $ 143.57 S 115.36 $ 9945 I $ 86.18 1 5 10204 1 5 139.96 I $ 112.71 Total Fee Office Admin $ 74.24 Fee Task1 - Management/coordination/administration 1.1 Management and administration (estimate 6 months 1.2 QA/QC reviews Reimbursable - Milea e Reimbursable - Re roduction Task Totals 1,746.40 2,582.62 $ 25.00 25.00 6 4,379.03 14 0 0 0 0 2 Task 2 - Plans. Specifications and Estimate 2.1 Base Maps 4 2.2 Project Plans (50%, 90%, and Final) 2.3 Project Cost Estimates (50%, 90%. and Final) 2.4 Project Specifications (90% and Final) 2.5 Utiliiy Coordination 40 4 8 4 8 80 8 24 0 40 100 16 40 16 60 120 24 16 8 60 180 16 0 0 0 0 0 0 60 0 0 0 0 0 0 0 0 0 16 0 26.015.10 58,825.86 7,476 95 11,679.17 3,952.26 6,241.12 500.00 1,500.00 116.190.46 8 8 2.6 Protect Advertisement and Award 16 Reimbursable - Milea e Reimbursable - Reproduction Task Total $ 64 128 228 236 264 60 4 40 $ Task 3 - Payment Management System Update 3.1 Coordinate Field Survey 3.2 Update Cost Information 3.3 Final Report 3.4 U 2 4 2 0 0 0 4 2 0 0 0 4 0 0 0 0 0 0 0 0 2 0 0 $ $ 0 0 1.39010 1.178.46 589.23 Software Reimbursable - Pavement Engineers Task Totals 10 4 $ $ 13,000.00 16.157.79 Ho rates are based on the followin Direct Sal Total Estimated Fee: $ 136,727.28 Costs: $ 65.00 52.06 $ 41.83 Overhead Rate Fixed Fee 36.06!$ 31.25$ $ 50.751 $ 40.871$ 26.92 145.78% 30% 9/8/2014 16 TO: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Transportation Committee FROM: Bob Giberson, Public Works Director- BY: DATE: Grant Griffin, Senior Program Manager September 19, 2014 SUBJECT: 2014 Annual Bridge Inspections and Repairs Bridge Funding Assistance Services Project No. 91410402, Contract No. 14 -019 Supplemental Agreement No. 2 with DEA, Inc. ISSUE Approve Supplemental Agreement No. 2 to consultant Contract No. 14 -019 with David Evans and Associates, Inc. (DEA) for additional bridge analysis. BACKGROUND Base Contract No. 14 -019 with DEA provided engineering services for the 2014 Call for Bridge Projects. Since the base contract was less than $40,000, it was signed by the Mayor without any Council approval. This work required scour analysis on the 42nd Avenue South Bridge. While researching this work, DEA discovered that the US Army Corps of Engineers had developed computer flow models for the entire reach of the Green /Duwamish River, over which numerous Tukwila bridges span. These models, along with the other scour work that DEA has already done, will allow Tukwila to obtain scour analyses for 12 City owned bridges at a substantial savings over the cost of beginning from scratch. DEA's Contract Amendment No. 2 will provide scour analysis reports for 12 bridges including emergency work done on the Klickitat Elevated Walkway after the land slide last spring. ANALYSIS DEA will perform scour analyses as required by the National Bridge Inspection Standards (NBIS), 23 CFR 650C. This portion of the Code of Federal Regulations requires that all bridges listed in the National Bridge Inventory be analyzed for scour risk during high water events. BUDGET SUMMARY The cost estimate submitted by DEA is $26,209.63 increasing the maximum amount payable to $64,403.83. Since this amendment increases the total contract cost from less than $40,000 to more than $40,000, Council approval is required. Funds will be supplemented from the construction budget to cover the contract costs. Contract 2014 Supplement Design Budget Bridge Funding Assistance Services $38,194.20 $26,209.63 $40,000.00 RECOMMENDATION Council is being asked to approve Contract Amendment No. 2 to Contract No. 14 -019 for engineering services with David Evans and Associates, Inc. in the amount of $64,403.83 for the Bridge Funding Assistance Services Project and consider this item on the Consent Agenda at the October 6, 2014 Regular Meeting. Attachments: Contract Amendment No. 2 Contract Amendment No. 1 Consultant Agreement W: \PW Eng \ PROJECTS \A- RW & RS Projects Bridge Inspection Programs \Bridge Inspections 2014 (91410402) \DEA BRAG Data \Info Memo DEA Bridge Data Contract Sup2- sb.doc City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 14-019 CONTRACT FOR SERVICES Amendment #2 Between the City of Tukwila and David Evans and Associates, Inc. That portion of Contract No. 14-019 between the City of Tukwila and David Evans and Associates, Inc. is amended as follows: •Added Scope of Work as Shown in Exhibit Al •Added Fee relative to new Scope, as shown in Exhibit B. New maximum amount payable: $64,403.83 *Extended Contract End Date to June 30th, 2015 All other provisions of the contract shall remain in full force and effect. Dated this day of , 20 CITY OF TUKWILA CONTRACTOR Jim Haggerton, Mayor Printed Name/Title: Richard Hovde, PE, Associate ATTEST/AUTHENTICATED APPROVED AS TO FORM City Clerk City Attorney CA: 2012 Pagel of 1 18 Exhibit A Summary of Payments DOT Form 140 -063 EF Revised 10/97 19 1 asic r ppTeme t# 1 Suppiement k2 Total z Direct Salary Cost $ 12,291.00 $ 8,668.05 $ 20,959.05 Overhead (including Payroll Additives) $ 21,700.50 $ 14,817.16 $ 36,517.66 Direct Non -Salary Costs $ 515.40 $ 124.00 $ 639.40 Fixed Fee $ 3,687.30 $ 2,600.42 $ 6,287.72 Total $ 38,194.20 $ 26,209.63 $ 64,403.83 DOT Form 140 -063 EF Revised 10/97 19 EXHIBIT A -1 AMENDMENT 2- ADDITIONAL SCOUR ANALYSIS CITY OF TUKWILA BRIDGE FUNDING PROJECT SCOPE OF WORK I. PROJECT DESCRIPTION AND DELIVERABLES PROJECT DESCRIPTION David Evans and Associates, Inc. (CONSULTANT) will provide professional engineering and support services in support of the Bridge Funding Project (PROJECT) under the direction of City of Tukwila (CITY) as described in this Scope of Work (SCOPE). The CITY is responsible for thirteen bridges that cross over the Green /Duwamish River. CONSULTANT will conduct scour analysis on twelve of these bridges as described in the following SCOPE. Ilea ure id badge no bridge name feature intersected 08561400 TUKWILA -02 FRANK ZEPP BRIDGE GREEN RIVER 08544400 TUKWILA 03 LOIS T NEWTON GREEN RIVER !0014269D TUKWILA-05 SC BLVD, GREEN RIVER BR GREEN RIVER 08166200 TUKWILA 06 FOSTER 56 AVE SO DUWAMISH RIVER 08110200 TUKWILA -09 EAST MARGINAL WAY DUWAMISH RIVER 08651500 TUKWILA -15 TUKWILA INTL BLVD DUWAMISH RIVER 08104300 TUKWILA 16 SO 118TH PED DUWAMISH RIVER 08584100 TUKWILA -17 FOSTER GOLF COURSE PED GREEN RIVER 08584200 TUKWILA -18 GREEN RIVER PED & UTILIT GREEN RIVER 08742500 TUKWILA -19 INTERURBAN TRAIL BRIDGE GREEN RIVER 08328300 TUKWILA -21 FORT DENT PARK BRIDGE GREEN RIVER 08718400 TUKWILA -22 FORT DENT TRAIL BRIDGE GREEN RIVER 1.0 PROJECT MANAGEMENT AND QUALITY CONTROL The CONSULTANT shall provide professional engineering management and supervision throughout the duration of the PROJECT. This effort will include the following elements: 1.1. Overall project management; 1.2. Progress monitoring; 1.3. Quality management, including review and back check of all deliverables; 1.4. Scheduling; 1,5. Monthly invoices and progress reports. David Evans and Associates, Inc. 1 Amendment 2, Tukwila Bridge Funding Project Scope of Work September 16th, 2014 20 Deliverables: 1) One monthly invoice with a progress update for the duration of the PROJECT. 2.0 BRIDGE SOUNDINGS 2.1. The CONSULTANT shall conduct soundings from the upstream rail on twelve (12) City of Tukwila bridges. The data collected from the soundings will be analyzed in spreadsheet forin. The datum will be matched to NAVD 88 and compared to as -built information to determine if significant scour has occurred over time. Results of the sounds will be included in the Summary Report listed in Task 4. Assumptions: 1) Plans for all twelve bridges exist in order to get as -built ground line. Deliverables: 1) One printed and one electronic scour sounding sheet for each bridge showing current ground line and as -built ground line. 3.0 SCOUR ANALYSIS 3.1. The CONSULTANT shall conduct a scour analysis on twelve (12) City of Tukwila bridges. The existing US Army Corps of Engineers HEC RAS model will be used for this analysis. Modeled cross sections will be compared to the sounding data collected in Task 1, but the model will not be modified. 3.2. The CONSULTANT shall prepare a Summary Report that includes the results of the scour analysis. This will serve as an addendum to the report already provided for the Tukwila 14 bridge over 42nd Avenue. A draft copy will be provided to the City for review and comment. Comments will be integrated into the final report. Assumptions: 1) As -built foundation plans and pile driving logs exist. Deliverables: 1) An electronic copy (PDF) of the Draft Report 2) An electronic copy (PDF) of the Final Report 4.0 KLICKITAT AVENUE PEDESTRIAN BRIDGE EMERGENCY RESPONSE On March 24, 2014, the City requested the CONSULTANT to respond to an emergency hillside slide that damaged a portion of the Klickitat Avenue pedestrian bridge. The CONSULTANT responded that day by inspecting the damage and then followed up with developing cost estimates for the City's FEMA application. The labor expended was 15 hours. II. GENERAL ASSUMPTIONS This Scope of Services is based on the following assumptions: David Evans and Associates, Inc. 2 Amendment 2, Tukwila Bridge Funding Project Scope of Work September 16th, 2014 21 1. The budget for the Scope of Services is based on a project schedule of 6 months. 2. The level of effort for a given work task is limited to the amount of labor and expenses indicated in Exhibit B. Out -of -scope services beyond these limits will be provided as Extra Work. DEA reserves the opportunity to shift budget between work tasks and between labor and expenses. IILDOCUMENTS TO BE FURNISHED BY DEA The documents, exhibits, or other presentations as described as Deliverables under SCOPE OF SERVICES ( "Documents ") will be furnished by DEA to the CITY upon completion of the various tasks. Whether the Documents are submitted in electronic media or in tangible format, any use of the Documents on another project or on extensions of this project beyond the use for which they were intended, or any modification of the Documents, or conversion of the Documents to an alternate system or format will be without liability or legal exposure to DEA. The CITY will assume all risks associated with such use, modifications, or conversions. DEA may remove from the electronic Documents delivered to the CITY all references to DEA's involvement and will retain a tangible copy of the Documents delivered to the CITY which will govern the interpretation of the Documents and the information recorded. Electronic files are considered working files only —DEA is not required to maintain electronic files beyond 90 days after project final billing, and makes no warranty as to the viability of electronic files beyond 90 days from date of transmittal. IV. ITEMS AND SERVICES TO BE FURNISHED BY THE CITY The CITY will provide the following items and services to DEA: 1. Unlimited access to all bridges DEA performs services on; 2. Bridge plans and pile driving records David Evans and Associates, Inc. 3 Amendment 2, Tukwila Bridge Funding Project Scope of Work September 16th, 2014 22 City of Tukwila Bridge Funding Program Contract # 14 -019, Supplement #2 David Evans and Associates, Inc. 2 4 5 18 Exhibit B Work Element # Work Element di r ct rates 1.0 Project Management 8 quality Control 1,1 Project Management 1.2 Subconsultant Coordination 1.3 Develop and Update the Schedule 1.4 'Monthly Progress Reports and Invoices 1.5 Coordination Meetings 1.6 quality Assurance/Quality Control Review Work Element 1.0 Total 2.0 Structural Inspection 2.1 !Soundings Work Element 2.0 Total 3.0 Scour Analysts 3.1 Scour Analysis 3.2 Scour Analysis -Report Work Element 10 Total 4.0 Kilckltat Avenue Pedestrian Bridge Emergency Response Work Element 4.0 Total EXPENSES Total hrs 6 4 11 10.0 16 40 10 16 40 3 2 18 72 5 90 5.5 6 5.5 6 a $25.30 Total hrs 4 1 12 21 2 DEA Total I� hrs PROJECT WORK ELEMENTS TOTALS 31.5 6 107 42 23 209.5 DEA Total $340 66 $457,43 $1 „714.'t $3,891.15 $6,326,36 $6,328.38 $3,046.82 $10,464.59 $13,513.71 $2 „354 40 $2,354.40 $124.00 $26,209,.63 % of Total Hours 4,77% 18.23% 31.50% 31.50% 10.02% 35.32% 45.35% 6.92% 8.92% 100.00% 23 Exhibit B City of Tukwila Bridge Funding Program Contract # 14-019, Supplement #2 David Evans and Associates, Inc. Direct Classification Hrs. x Rate = Cost 1 Project Manager (1=)MGR) Rich Hovde 32 $ 57.50 1,811.25 2 Construction Manager (CONM) Mo Sheikhizadeh 6 $ 65.00 390.00 4 Water Resources Engineer (WREN) Karen Comings 107 $ 46.70 4,996.90 5 Design Engineer (DEEN) Collin Fox ley 42 $ 19.50 819.00 18 Project Administrator (PADM) Jodi Wills 23 $ 28.30 650.90 Total Hrs. 210 Salary Cost Salary Escalation Cost (estimated) Escalation - % of Labor Cost 0% per year @ 0 year(s) Total Salary Cost Overhead Cost @ Net Fee @ Total Overhead & Net Fee Cost 170,94% of Direct Labor 30.0% of Direct Labor 8,668.05 0.00 8,668.05 14,817.16 2,600.42 17,417.58 Direct Expenses No. Unit Each Cost Reproduction Costs Copies 200 pages @ $0.06 /page $ 12.00 Reports 0 reports @ $15 /report $ Plans 0 sets @ $2 /set $ - Parking 0 @ $8 $ Mail/Deliveries/Fed Ex 0 @ $20 $ Mileage 200 miles @ $0.560 /mile $ 112.00 Subtotal David Evans and Associates Total 124.00 26,209.63 24 CONTRACT FOR SERVICES Amendment # 1 Between the City of Tukwila and DEA Inc. That portion of Contract No. 14 -019 between the City of Tukwila and DEA, Inc. is amended as follows: Section 3: Duration of Agreement; Time for Performance. This agreement shall be in full force and effect for a period commencing upon execution and ending December 31St, 2015, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work produce required pursuant to this Agreement no later than June 30th - ", 2015 unless an extension of such time is granted in writing by the City. All other provisions of the contract shall remain in full force and effect. Dated this day of , 20 CITY OF TUKWILA CONSULTANT Jim Haggerton, Mayor Printed Name /Title: ATTEST /AUTHENTICATED APPROVED AS TO FORM City Clerk City Attorney 25 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 14 -019 Council Approval N/A CONSULTANT AGREEMENT FOR BRIDGE FUNDING ASSISTANCE SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City ", and David Evans and Associates, Inc., hereinafter referred to as "the Consultant ", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform Bridge Funding Assistance services in connection with the project titled City of Tukwila Bridge Funding Project. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31St, 2014, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perfo«u all services and provide all work product required pursuant to this Agreement no later than September 30th, 2014 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed 38,194.20 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. ,_ 6k( // /--L s 26 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be pecinitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in perfoiming the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, to the extent arising out of or resulting from the negligent acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the negligence of the City. Should a court of competent jurisdiction deteiinine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the perfoimance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) faun CA 00 01 or a substitute form providing equivalent liability coverage. CA revised : 1 -2013 Page 2 27 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self - insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days' notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. CA revised : 1 -2013 Page 3 28 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work perfoinied by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non - Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, 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 City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any teiui of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any Willi, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. CA revised : 1 -2013 Page 4 29 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be "sent to the following address: cyck-bv, to/ r leN L'Ji1 ct)cX 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. DATED this I .LS 1)1 day of ho 4b J t,{ cej , 201 . CITY OF TUKWILA Mayor I 'm Hagge Attest/Authenticated: City Clerk, C y O'Flah`erty CA revised : 1 -2013 CONSULTANT By: Printed Name: Jeff Parker, PE Title: Senior Associate Approved as to Form: 3 ' u Office of the City Attorney Page 5 30 EXHIBIT A SCOPE OF SERVICES CITY OF TUKWILA BRIDGE FUNDING PROJECT L PROJECT DESCRIPTION and DELIVERABLES PROJECT DESCRIPTION David Evans and Associates, Inc. (CONSULTANT) will provide professional engineering and support services in support of the Bridge Funding Project (PROJECT) under the direction of the City of Tukwila (CLIENT) as described in this Scope of Services. 1.0 PROJECT MANAGEMENT The CONSULTANT shall provide professional engineering management and supervision throughout the duration of the PROJECT. This effort will include the following elements: 1.1 Overall Project Management; 1.2 Total Project Cost Estimate(s); 1.3 Project Schedule; 1.4 Progress Monitoring and Reporting; 1.5 Client Coordination; 1.6 Monthly Invoices; 1.7 Quality Assurance. DELIVERABLES 1) One invoice per month along with a progress report for the duration of the PROJECT. 2.0 BRIDGE INSPECTION CONSULTANT will perform an unscheduled special inspection of the lower chords, gusset plates and floor beams of the truss to determine the amount of section loss present in support of grant funding applications towards bridge replacement or rehabilitation to the following bridge: TUKWILA -14, 42`d Ave South (SID 08109700) ASSUMPTIONS 1) King County maintenance crews will thoroughly clean the lower chords and panel points prior to inspection by DEA. DEA bears no responsibility for costs incurred from cleaning efforts. 2) Equipment rental CUBIT) will be provided by CLIENT. DELIVERABLES DAVID EVANS and ASSOCIATES, INC. 1 SCOPE of SERVICES 31 1) One unscheduled special inspection report detailing the amount of section loss in lower chords, gusset plates and floor beams. 2) Updated NBI codes, BMS quantities, and inspection report Notes 113, 126,152 and added BMS element 133 with notes. 4.0 SCOUR ANALYSIS The CONSULTANT will provide the following services to the following bridge to determine if the bridge is scour critical: TUKWILA -14, 42nd Ave South (SID 08109700) 4.3) Determine hydrology of drainage basin to estimate flows up to 500 -year flow; 4.4) Estimate scour calculation variables by using readily available information; 4.5) Perform scour analysis using HEC -18, Evaluating Scour at Bridges, Fifth Edition. ASSUMPTIONS 1) Basic information needed for performing scour analysis may be obtained from existing hydraulic studies on the Green and Duwamish Rivers by the US Army Corps of Engineers and will be utilized to reduce the costs to the CLIENT as opportunities present themselves and are agreeable to both CLIENT and CONSULTANT; 2) All foundation depths will be known, such that a complete scour analysis can be performed. DELIVERABLES 1) One scour analysis memorandum; 2) Updated NBI codes and inspection report Note 680. 5.0 LOAD RATING The CONSULTANT will use AASHTO's Manual for Bridge Evaluation 2011 2 "d edition, WSDOT's Bridge Design Manual 2012, and WSDOT's TRIAGE Gusset Plate analysis spreadsheet to provide the following services to determine the load carrying capacity of the lower gusset plates for the following bridge: TUKWILA -14, 42na Ave South (SID 08109700) 5.3) Review existing plans and documents; 5.4) Load rate the steel truss's lower gusset plates using WSDOT's TRIAGE Gusset Plate analysis spreadsheet, LRFR methods and sections from existing plans, and new sections from unscheduled special inspection. DELIVERABLES 1) One stamped and signed load rating; 2) Updated NBI codes and inspection report Note 11. ASSUMPTIONS 1) Existing bridge load rating will be modified as needed to reflect new conditions. 2) Gusset plates will be load rated using WSDOT's Triage gusset plate load rating program. DAVID EVANS and ASSOCIATES, INC. 2 SCOPE of SERVICES 32 7.0 SPECIAL STUDIES and FUNDING ASSISTANCE The CONSULTANT will provide the following services to the CLIENT in support of grant funding applications towards bridge replacements or rehabilitations up to the limit provided by the labor estimate in Exhibit B: DELIVERABLES 1) Summary recommendation of findings for all bridges. 7.5 BRIDGE SEISMIC PROGRAM The CONSULTANT will use minimal analysis and examination of existing bridge plans of the superstructure and substructure to identify opportunities where standard seismic retrofit designs would seismically strengthen the following bridges: TUKWILA -08, Grady Way Bridge (SID 08543600) TUKWILA-02, Frank Zepp Bridge (SID 08561400) ASSUMPTIONS 1) Our understanding is limited to that necessary for funding application assistance and not intended to identify a complete design for construction. DELIVERABLES 1) Redline markups of existing plans with standard seismic retrofit designs and locations; 2) A total project cost estimate that includes Preliminary Engineering, Final Design, Construction, Construction Management, Construction Engineering, and Construction Inspection for each bridge and as a combined seismic program for the four bridges. 7.6 BRIDGE PAINT PROGRAM The CONSULTANT will provide a visual paint inspectionand will review and update the NBI codes and BMS quantity to accurately reflect the deterioration of the paint for the following bridges: TUKWILA -13, Beacon Avenue South (SID 07996800) TUKWILA -02, Frank Zepp Bridge (SID 08561400) DELIVERABLES 1) Written paint assessment; 2) Updated NBI codes, BMS quantities, and notes on paint condition. 3) A total project cost estimate that includes Preliminary Engineering, Final Design, Construction, and Construction Inspection for each bridge. ASSUMPTIONS 2) Our understanding is limited to that necessary for funding application assistance and not intended to identify a complete design for construction. 3) It is assumed that there is existing lead paint on Tukwila -13 and the cost estimate will reflect removal or encapsulation of this lead paint. DAVID EVANS and ASSOCIATES, INC. 3 SCOPE of SERVICES 33 7.7 BRIDGE DECK & JOINT PROGRAM The CONSULTANT will provide a visual deck assessment, chain drag test to determine extent of delaminations, and will review and update the NBI codes and BMS quantity to accurately reflect the deterioration of the deck and joints for the following bridge: TUKWILA -02, Frank Zepp Bridge (SID 08561400) DELIVERABLES 1) Written assessment of deck and joint condition; 2) A total project cost estimate that includes Preliminary Engineering, Final Design, Construction, and Construction Inspection for a deck overlay project, a joint replacement project, and a combined deck & joint project. 3) Updated NISI codes, BMS quantities, and notes on deck and joint condition. II. GENERAL ASSUMPTIONS This Scope of Services is based on the following assumptions: 1. The budget for the Scope of Work is based on a project schedule of six months; 2. The level of effort for a given work task is limited to the amount of labor and expenses indicated in Exhibit B. Out -of -scope services beyond these limits will be provided as Extra Work. DEA reserves the opportunity to shift budget between work tasks and between labor and expenses. III. DOCUMENTS TO BE FURNISHED BY DEA The documents, exhibits, or other presentations as described as DELIVERABLES under SCOPE OF SERVICES ( "Documents ") will be furnished by DEA to the CLIENT upon completion of the various tasks. Whether the Documents are submitted in electronic media or in a tangible format, any use of the Documents on another project or on extensions of this project beyond the use for which they were intended, or any modification of the Documents, or conversion of the Documents to an alternative system or format will be without liability or legal exposure to DEA. The CLIENT will assume all risks associated with such use, modifications, or conversions, DEA may remove from the electronic Documents delivered to the CLIENT all references to DEA's involvement and will retain a tangible copy of the Documents delivered to the CLIENT which will govern the interpretation of the Documents and infoiuiation recorded. Electronic files are considered working files only — DEA is not required to maintain electronic files beyond 90 days after project final billing, and makes no warranty as to the viability of electronic files beyond 90 days from date of transmittal. IV. ITEMS AND SERVICES TO BE FURNISHED BY THE CLIENT The CLIENT will provide the following items and services to DEA: 1. Under Bridge Inspection Truck (UBIT) for the unscheduled special inspection; 2. Traffic control for all of the unscheduled special inspections; 3. Unlimited access to all bridges DEA performs services on; 4. Bridge plans, pile driving records, and other pertinent files to assist DEA fulfill the contract efficiently. DAVID EVANS and ASSOCIATES, INC. 4 SCOPE of SERVICES 34 Cost Estimate Summary City of Tukwila Bridge Funding Program Project COST HOURS LABOR TOTAL $ 37,678.80 267 PROJECT MANAGEMENT $ 3,485.54 30 BRIDGE INSPECTION $ 4,929.42 37 TUNNEL INSPECTION $ - 0 SCOUR ANALYSIS /MITIGATION $ 6,486.72 40 LOAD RATING $ 8,982.09 54 ASSET MANAGEMENT $ - 0 SPECIAL STUDIES & FUNDING ASSISTANCE $ 13,795.02 106 DIRECT COST TOTAL $ 515.40 Total Reproduction Costs $ 12.00 Total Travel Costs $ 203.40 Total Subconsultant Costs $ Total Equipment Costs $ 300.00 TOTAL NOT -TO- EXCEED $ 38,194.20 EXHIBIT B 35 TukwilaBridgeFunding -V2- RPH.xlsx Summary 1/30/2014 1.0 1.1 1.2 1.3 1.4 1.5 1.6 1.7 2.0 2.1 2.2 2.3 2.31 2.32 2.33 2.34 2.35 2.4 2.5 2.6 2.7 3.0 3.1 3.2 3.3 3.4 3.5 3.6 3.7 4.0 4.1 4.2 4.3 4.4 4.5 4.6 4.7 4.8 4.81 4.82 4.83 4.84 4.9 5.0 5.1 5.2 5.3 5.4 5.5 5.6 6.0 6.1 6.2 6.3 6.4 6.5 7.0 7.1 7.2 7.3 7.4 7.41 7.42 Labor Estimate City of Tukwila Bridge Funding Program Project PROJECT MANAGEMENT David Evans & Associates Subconsultants _ C 9 E C o5. a t m` .E c m `v n c`+ w o ` `off Q u G t 3cw u ua C vw ° 4 Project Management 6 3 Bridge Inspections TUKWILA -14 Routine Cost Estimates 2 4 2 Bridge Replacement Program Fracture Critical Project Schedules 4 1 Special Feature Progress Monitoring & Reporting 1 1 Underwater Client Coordination 2 2 Unscheduled Special Monthly Invoices 5 8 8 Inspection Reports Quality Assurance 10 4 8 Repair List Project Management Total Hours 19 BRIDGE INSPECTION 11 0 0 0 0 0 0 0 0 0 0 Scheduling TUKWILA -14 1 Travel 4 6 4 Bridge Inspections TUKWILA -14 Routine 2 4 2 Bridge Replacement Program Fracture Critical 4 40 Special Feature 1 Underwater 20 5 Unscheduled Special 2 8 8 Inspection Reports 2 8 Repair List Executive Summary Quality Control Review 1 1 Bridge Inspection Total Hours TUNNEL INSPECTION 5 11 0 20 0 0 0 0 0 Scheduling Travel Inspection Inspection Reports Repair List Executive Summary Quality Control Review Tunnel Inspection Total Hours 0 0 0 0 0 0 0 0 0 0 0 0 SCOUR ANALYSIS /MITIGATION TUKWILA -14 Travel Review Existing Files Site Visit & Review Existing Data 6 Grant Applications 10 Hydrology 2 4 2 Bridge Replacement Program Survey, Cross Sections 4 40 Hydraulic Modeling 1 Scour Analysis /Hydraulic Report 20 5 Update NBI Codes/Report 2 Scour Mitigation Design Repair Alternatives Analysis Permit Assistance CAD Support P5 &E Quality Control Review 2 2 2 Scour Analysis /Mitigation Total Hours 2 36 0 2 0 0 0 0 0 0 0 0 LOAD RATING TUKWILA -14 Travel Review Existing Files Site Visit Grant Applications 10 Document Review 4 2 Bridge Replacement Program Load Rate 40 Summary Sheet /Update NBI 1 Quality Control Review 2 5 Load Rating Total Hours ASSET MANAGEMENT 3 49 0 0 0 0 0 0 0 0 Travel Asset Definition Inventory Assets Minimum Performance Level Develop Action Plan Asset Management Total Hours 0 SPECIAL STUDIES & FUNDING ASSISTANCE 0 0 0 0 0 0 0 0 0 0 0 Travel Review Existing Files Grant Applications 10 Bridge Replacement Program Site Visit /Scoping Notes New Bridge Alignment - aerial TukwilaBridgeFund ' ng -V2- RPH.xlsx Hours EXHIBIT B $ 38,194.20 7.43 7.44 7.5 7.51 7.52 7.53 7.6 7.61 7.62 7.63 7.7 7.71 7.72 7,73 QA Review /Funding Assistance Total Hours Labor Estimate City of Tukwila Bridge Funding Program Project Q David Evans &Associates 5ubconsultants _ 2 c �° Y c Q 2 �_ M _ u N a O _ o 2 V n V ' 0 = i 3 LL Plan /Elevation /Cross Section Cost Estimate Bridge Seismic Program TUKWILA -08, TUKWILA-02 Plan Review 10 Seismic Retrofit Sketches 10 Seismic Retrofit Cost Estimate 5 2 10 Bridge Paint Program TUKWILA-13, TUKWILA-02 Paint Inspection 2 2 Paint Assessment 2 6 Paint Cost Estimate 9 4 6 Update NBI & BMS 1 Bridge Deck & Joints Program TUKWILA -02 Deck & Joint Inspection 6 6 Inspection Assessment 2 2 2 Deck & Joint Cost Estimate 4 2 4 30 20 30 0 26 0 0 TukwilaBridgeFunding -V2- RPH.xlsx Hours 0 0 0 0 0 EXHIBIT B $ 38,194.20 Reproduction Direct Costs City of Tukwila Bridge Funding Program Project Unit Quantity Cost Rate EXHIBIT B Cost Copies 30 Page 200 $ 0.06 $ 12.00 Reports Mileage, Olympia to Tukwila Each 3 $ 15.00 $ - Plans $ 169.50 Set $ 2.00 $ - Binders $ - Each $ 3.00 $ - Mail & Deliveries Fed Ex Each 0 $ 20.00 $ - Travel RT Distance Trips Unit Total Reproduction Costs Quantity Cost Rate 12.00 Cost Mileage, Bellevue to Tukwila 30 2 Mile 60 $ 0.565 $ 33.90 Mileage, Olympia to Tukwila 100 3 Mile 300 $ 0.565 $ 169.50 Lodging Day $ - $ 100.00 $ - Per Diem Day $ - $ 46.00 $ - Parking 0 Day $ - $ 20.00 $ - Subconsultants Vendor Unit Quantity Total Travel Costs $ 203.40 Cost Rate Cost Geotechnical Engineers Shannon & Wilson Hour $ - Divers Collins Hour $ - Underwater Report Collins Each $ - Flaggers National Barricade Hour $ - Paint Testing King County Lab Each 0 $ 3,000.00 $ - Equipment Vendor Unit Total Subconsuitant Costs $ Quantity Cost Rate Cost UB -30 Hi -Rail Bridge Access Specialties Hour $ - UB -30 Driver Bridge Access Specialties Hour $ - UB-30 Operator Bridge Access Specialties Hour $ - UB-30 Mobilization fee Bridge Access Specialties Each $ - UB-60 City of Seattle Hour $ 250.00 $ UB-60 Driver City of Seattle Hour $ 100.00 $ - U B -60 Operator City of Seattle Hour $ 100.00 $ - Bucket Truck Hertz Day $ - Genie Lift Hertz Day $ - Ultrasonics, D -meter Inspection Technologies Week 1 $ 300.00 $ 300.00 Total Equipment Costs $ 300.00 Total Direct Costs Tukwila BridgeFunding- V2- RPH.xlsx Direct Costs $ 515.40 c 3 . aJ 'Y O ro m o £ 0 = m 2 0 .0 c 0) 00 v_ '2; Subconsultants, 0)0000 0 0 0 0 01 0 0 JaauiSug yoayoag 0 0 0 0 0 0 0 Jaaui2u3 0J)nosay iale0 0 0 0 0 0 0 0 JoAaojns 0 0 0 0 0 0 0 J0Aa0JnS Sid 0 0 0 0 0 0 0 OVS 0 0 0 0 0 0 0 132020 W u0ilanJlsuop 0 0 0 0 0 0 0 id Evans & As Z Jaaut3u3 0° 0 0 N 9Z 0 EJ39u10 3 0 0 0 N 0 0 0 Jaaui2u3 eSpiJf J0 uas T 0 o o c o rto 1a2eueW uoileJedo 22pJe r' 01 0 m m o Ja2eueW aDWjio 61 0 1) 0 0 0 0 0 0 0 O 0 0 0 0 a N 00 01 $ 45.30 I $ 200.00 I $ 300.00 SS.00 I $ 40.00 I_$ 0 an O N Vr 0 0 a c 0 0 N O t^ o N u e o o 0' 1 W 0 N a m h H a° 30 w o O M h 6 0 `^ w m 6 0 N `^ m n a° a° (0 O N CI 6 0 (0 0 N 0- 6 21 4- 0 ro 01 6 O N Cl m 0 0 to 01 0 th ti 01 ry 0 0 V1 0 0 to N C a O N +r+ O O O m 0. CR m to 00 0 N V in 0 01 00 CO ri 0 m ri w 00 N H rA O r CO LO V m ti O N W 0 U O M 0 o 0 N N Pt 0 vii V 00 r o 0o 0 0 co O 0 6 (0 2 0 ( ( 0 01 Q 01 N co U 00 N 00 00 C1 h Y C 01 C 01 h 6 0 t9 (0 00 m h t F m e CO H m -, T 6 O O 0 a° O 0 6 O rrt a' 10 0 0 01 (0 0 a° 0 0 01 O 01 0 e (1 0 rrt a° 0 n 01 O th 01 J�v yr ut 00 to v/T V1 +/t 01 to to to to vT .r. to to 00 a N 01 01- 0 N th CO Vt to 0) c N 04 th w 00 N OJ V? 00 N W CO 0 CO CO to c W O 0 00 0 0 vF m m M ti 1M1 00 n n tri N t/} 0 0 a �p O O O (0 0 0 0 0 0 0 0 00 u u u z 00010101010) a y MI , v u v 1) 0 0 s aci 0 -C J i N d C C y 4 > > 00 a 0. ¢ , m CO -0 A O 0 w c -2 -2 0 0 c4 o 2 0 6, ' 2? u ` e. V 0 0 W o m F v a 0- v m 0 a ~ an 00 ti th 01 a G1.1 Sir c 39 40 SOUTH COUNTY AREA TRANSPORTATION BOARD (SCATBd) July 15, 2014 MEETING SUMMARY Members Councilmember Marcie Palmer (Chair) Councilmember Bill Peloza (Vice- Chair) Councilmember Carol Benson Councilmember Dana Ralph Councilmember Wayne Snoey Councilmember Mike Sando Deputy Mayor Jeannie Burbidge Councilmember Linda Johnson Mayor Dave Hill Chelsea Levy Stacy Trussler Councilmember Jerry Robison Chelsea Levy Michelle Allison Mayor Leanne Guier Councilmember Jeanette Burrage Councilmember Kathy Hougardy Elizabeth Leavitt City of Renton City of Auburn City of Black Diamond City of Kent City of Covington City of Enumclaw City of Federal Way City of Maple Valley City of Algona Sound Transit WSDOT City of Burien Sound Transit King County (Alternate) City of Pacific City of Des Moines City of Tukwila Port of Seattle I. Open Meeting After opening comments and introductions the Board adopted the meeting summary of their June 17, 2014 meeting. II. Reports, Communications and Citizens Requests to Comment Vice -Chair Peloza passed out a Washington State Council of Fire Fighters article regarding oil train safety, the Council has called for the halting of oil by rail traffic through Washington until completion of a safety study recently authorized by Gov. Jay Inslee. Chair Palmer reported that she was invited to attend an Eastside Transportation Alliance meeting and speak on behalf of SCATBd; she said she declined the invitation. Councilmember Wayne Snoey asked for the Board's opinion on a possible meeting with caucus leaders Senator Fain and Representative Sullivan to discuss SCATBd's desire to get transportation legislation passed, the Board said it was a good idea and Mr. Snoey said he would work on setting up the meeting. III. WSDOT Strategic Plan (2014 -2017) Update — Lorena Eng Lorena Eng, WSDOT's Northwest Region Administrator briefed the Board on WSDOT's new strategic plan called "Results Washington ". The strategic plan directs WSDOT to get the most capacity out of the entire multimodal transportation system, to leverage WSDOT's limited funding and engage with communities and partners. Ms. Eng said the plan places more emphasis on working across all modes. The plan includes ten reforms: ensure efficiency and accuracy through strong management direction; reward innovation in cost effective design and construction management; develop their workforce; increase opportunities for disadvantaged 41 business enterprise; implement Practical Design; strengthen quality assurance protocols; expand and strengthen construction contracting methods and protocols; implement vessel construction and maintenance improvements and develop cost - effective protocols to staff every scheduled ferry sailing; lean, more cost - effective operations; and streamline tolling operations, costs and efficiencies. Ms. Eng said the strategic plan is intended to be a living document and will be periodically updated, refined and improved. WSDOT is now in the process of developing implementation plans which will move WSDOT closer to achieving their desired outcomes with limited resources. IV. Washington State Freight Plan Briefing — Barb Ivanov Ms. Ivanov, WSDOT's Freight Systems Director, said the Washington State Freight Plan and will address the period from 2014 to 2030 and contains both near- and long -term freight policy, operational and project investment strategies. The Freight Plan is multimodal, and incorporated freight rail recommendations from the State Rail Plan. Policy recommendations came from WSDOT, the Washington State Freight Advisory Committee, and discussions with other freight stakeholders. The Plan is guided by three principals: the urban goods movement systems that support jobs, the economy, and clean air for all, and provide goods delivery to residents and businesses; the rural economies' farm -to- market, manufacturing and resource industry sectors; and Washington's competitive position as a Global Gateway to the nation with intermodal freight corridors serving trade and international and interstate commerce. Ms. Ivanov said the Plan will develop and prioritize freight transportation system improvement strategies that support and enhance trade and sustainable economic growth, safety, the environment, and goods delivery needs in Washington State. The Plan will make a strong case for funding Washington state freight priority projects and programs in the reauthorization of the federal transportation bill and future state transportation packages, and will help guide capital and operating investments in the state's freight systems. IV. Federal Way Link Extension — Cathal Ridge Cathal Ridge, Sound Transit's South Corridor Development Manager briefed the Board on the Federal Way Link Extension project. The Federal Way Link Extension project will extend light rail from the future Angle Lake Station at South 200th in SeaTac, which is under construction, to Kent /Des Moines by 2023. The project also develops a shovel -ready plan for extending light rail to the Federal Way Transit Center when additional funding is secured. Sound Transit is now preparing a Draft EIS that examines potential environmental impacts and benefits of four identified light rail alternatives. The four alternative alignments include a SR 99 alignment, a I -5 alignment, a SR 99 to I -5 alignment and a I -5 to SR 99 alignment. All four alternatives include stations at South 240th Street, South 272 °d Street, and at the Federal Way Transit Center. Potential additional stations, depending on the preferred alignment, are located in the vicinity of South 216th and South 260th streets Mr. Ridge said the Draft EIS is expected to be available for public and agency review in late 2014 or early 2015. The Sound Transit Board will consider the findings in the Draft EIS and review public and agency comments before identifying the preferred alternative. The preferred 42 alternative will then be described and evaluated in the Final EIS. After the Final EIS is completed, the Sound Transit Board will select the project to be built. Other Attendees: Eli McMeen, Kent Maryanne Zukowski, Normandy Park Monica Whitman, Kent Tamie Deady, Black Diamond Andrew Merges, Des Moines Scott Wile, Normandy Park Barb Ivanov, WSDOT Lorena Eng, WSDOT Cathal Ridge, Sound Transit Paul Takamine, King County Jim Seitz, Renton Maiya Andrews, Burien Tom Gut, SeaTac Rick Perez, Federal Way Doug Levy 43 SOUTH COUNTY AREA TRANSPORTATION BOARD (SCATBd) MEETING Tuesday, September 16, 2014 9:00 — 11:00 a.m. SeaTac City Hall 4800 South 188th Street SeaTac Agenda 1. Open Meeting • Introductions • Approve summary of July 15, 2014 SCATBd Meeting (Attachment A) Action 9:00 a.m. 2 Reports, Communications and Citizen Requests to Comment • Chair or Vice Chair • Participant Updates from RTC and Other Regional Committees • Proposed Rule Making for Oil and Flammable Material Transport • Public Comment Reports and Discussion 9:05 a.m. 3. PSRC's Pacific Gate Way (Coal) Terminal Economic Impact Study — Sean Ardussi, PSRC Report and Discussion 9:40 a.m. 4. Sound Transit /King County Metro Integration Initiative — Chris ()Claire (KC Metro), Racheal Smith (Sound Transit) Report and Discussion 10:10 a.m. 5. • Treats for October 21, 2014 Meeting — Kent • For the Good of the Order • Adjourn 44