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