HomeMy WebLinkAboutTrans 2014-09-22 Item 2B - Contract Supplement #2 - 2014 Annual Bridge Inspections and Repairs with DEA IncW
i City of Tukwila
TO:
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director- f
BY: Grant Griffin, Senior Program Manager
DATE: 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 BRAC 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
Page 1 of 1
18
Exhibit A
Summary of Payments
DOT Form 140 -063 EF
Revised 10/97
19
Basic Agreement
Supplement #1
Supplement #2
Total
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.
structure_ id bridge_no
bridge_name
feature _intersected
08561400 TUKWILA -02
FRANK ZEPP BRIDGE
GREEN RIVER
108544400 TUKWILA -03
0014269D fUKWILA -05
LOIS T NEWTON
GREEN RIVER
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
8328300
TUKWILA -21
FORT DENT PARK BRIDGE
GREEN RIVER
x08718400
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 form.
The datum will be matched to NAVD 88 and compared to as -built information to deteunine 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.
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 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
Exhibit B
City of Tukwila
Bridge Funding Program
Contract # 14 -019, Supplement #2
David Evans and Associates, Inc. 1 2 4 5 18
$.
sources Engineer
Engineer [DEEN}
Project Administrator (PADM)
Work
Element # Work Element
1
1
6
DEA
DEA
% of
direct rates:
557,50 ', 585,00 546.70 519.50 525.30
Total Total Total Total Total
Total
Total
Total
hrs hrs hrs hrs hrs
hrs
$
Hours
1.0 Protect Management 8, Quality Control
4.779E
1.1 Project Management
6 4
10
$1,378.91
1.2 Subconsultant Coordination
1.3 Develop and Update the Schedule
1.4 Monthly Progress Reports and Invoices
4
4
$340 66
1.91%
1.5 Coordination Meetings
1 1 1 1
4
$457,43
1.91%
1.6 Quality Assurance/Quality Control Review
4 12
16
$1,714 15
7.64%
Work Element 1.0 Total
11 1 1 21
34
53,891.15
16.23%
2.0 Structural inspection
2.1 Soundings
10.0 16 40
66
$6.326 36
31.50%
Work Element 2.0 Total
10 16 40
68
36,326.36
31.50%
3.0 Scour Analysis
3.1 Scour Analysis
3 18
21
$3.048.82
10.02%
3.2 Scour Analysis -Report
2 72
74
$10,464 89,
35.32%
Work Element 3.0 Total
5 90
95
813,513.71
45.35%
4.0 Klickltat Avenue Pedestrian Bridge Emergency Response
5.5 6 1 2
15
$2,354 40
6,92%
Work Element 4.0 Total
5.5 6 1 2
15
$2,354.40
6.92%
EXPENSES
$124.00,
PROJECT WORK ELEMENTS TOTALS
31.5 6 107 42 23
209.5
826,209.63
100.00%
23
Exhibit B
City of Tukwila
Bridge Funding Program
Contract # 14-019, Supplement #2
David Evans and Associates, Inc.
Classification
1 Project Manager (PMGR) Rich Hovde
2 Construction Manager (CONM) Mo Sheikhizadeh
4 Water Resources Engineer (WREN) Karen Comings
5 Design Engineer (DEEN) Collin Fox ley
18 Project Administrator (PADM) Jodi Wills
Direct
Hrs. x Rate
32 $ 57.50
6 $ 65.00
107 $ 46.70
42 $ 19.50
23 $ 28.30
Cost
1,811.25
390.00
4,996.90
819.00
650.90
Total Hrs. 210
Salary Cost
Salary Escalation Cost (estimated)
Escalation - % of Labor Cost
Total Salary Cost
Overhead Cost @
Net Fee @
Total Overhead & Net Fee Cost
0% per year @
170.94% of Direct Labor
30.0% of Direct Labor
year(s)
8,668.05
0.00
8,668.05
14,817.16
2,600.42
17,417.58
Direct Expenses
Reproduction Costs
Copies
Reports
Plans
Parking
Mail/Deliveries/Fed Ex
Mileage
Subtotal
David Evans and Associates Total
No. Unit Each Cost
200 pages @ $0.06 /page $ 12.00
0 reports @ $15 /report $
0 sets @ $2 /set $ -
0 @ $8 $
0 @ $20 $
200 miles @ $0.560 /mile $ 112.00
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 30t11 , 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.
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 perform 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. M) ai 6 //t�r_S
e
2.
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 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, 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 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
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 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.
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 performed 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 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 : 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:
y Cov t C cVLt' \`' (LV''C,k
5 t S*" -
r AitY LJt-1 ` c()C'
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 , 1 day of "�A JIB J LA 0-',) , 201 t f .
CITY OF TUKWILA CONSULTANT
Mayor m Hagge
Attest/Authenticated:
y 0 Flaherty
City Clerk, C
CA revised : 1 -2013
By:
Printed Name: Jeff Parker, PE
Title: Senior Associate
Approved as to Form:
1 K�
Office of the City Attorney
Page 5
30
EXHIBIT A
SCOPE OF SERVICES
CITY OF TUKWILA
BRIDGE FUNDING PROJECT
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 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 (UBIT) 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 2nd 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, 42nd 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
73 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 NBI 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
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 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
"O e c
m 0 'S-
c
w
c
w
- c
ii
u
u
a
2
v"
VJ
° .6e
c w
el
o f
l7 w
4
Project Management
6
3
Bridge Inspections
TUKWILA -14
Routine
Cost Estimates
2
4
2
Fracture Critical
Project Schedules
4
1
Special Feature
Progress Monitoring & Reporting
1
1
Underwater
Client Coordination
2
2
Unscheduled Special
Monthly Invoices
5
B
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
Fracture Critical
4
40
Special Feature
1
Underwater
20
5
Unscheduled Special
2
B
8
Inspection Reports
2
8
Repair List
Executive Summary
Quality Control Review
1.
1 1
Bridge Inspection Total Hours
TUNNEL INSPECTION
1
5
11
0
20
0
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
Site Visit & Review Existing Data
6
Hydrology
2
4
2
Survey, Cross Sections
4
40
Hydraulic Modeling
1
Scour Analysis /Hydraulic Report
20
5
Update N81 Codes /Report
2
Scour Mitigation Design
Repair Alternatives Analysis
Permit Assistance
CAD Support
PS &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
Site Visit
Document Review
4
2
Load Rate
40
Summary Sheet /Update N81
1
Quality Control Review
2
5
Load Rating Total Hours
ASSET MANAGEMENT
0
3
49
0
2
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
TukwilaBridgeFunding -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
CIA Review /Funding Assistance Total Hours
Labor Estimate
City of Tukwila Bridge Funding Program Project
30
20
30
0
26
0
0
TukwilaBridgeFunding -V2- RPH.xlsx Hours
0
EXHIBIT B
$ 38,194.20
David Evans & Associates
Subconsultants
O
tl 0
c0
u
u
o f
V
V
�n
v
�' c w
eo
w
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 N8I & BM5
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
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 Subconsultant 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
$ -
U B -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
Project Management Total Hours
Bridge Inspection Total Hours
Tunnel Inspection Total Hours
Scour Analysis /Mitigation Total Hours
Load Rating Total Hours
Asset Management Total Hours
QA Review /Funding Assistance Total Hours
Total Labor Hours per Discipline
2014 Cost Rates
Overhead Rate
Fee
Labor Cost
Overhead Cost
Fee Cost
Effective Adjusted Rate
Hours, Overhead and Fee Breakdown
City of Tukwila
Bridge Funding Program Project
David Evans & Associates
Subconsultants
Office Manager
Bridge Operation
Manager
Senior Bridge
Engineer
Engineer 3
Engineer 2
Construction
Manager
0
u
PLS Surveyor
Surveyor
Water Resource
Engineer
Geotech Engineer
30.0%
19
11
0
0
0
0
0
0
0
0
0
0
1
5
11
0
20
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
2
36
0
2
0
0
0
0
0
0
0
0
0
3
49
0
2
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
30
20
30
0
26
0
0
0
0
0
0
0
Project Management Cost
Bridge Inspection Cost
Tunnel Inspection Cost
Scour Analysis Cost
Load Rating Cost
Asset Management Cost
QA Review /Funding Assist Cost
Total Labor Cost by Discipline
52
75
90
2
48
0
0
0
0
0
0
0
$ 28.00 1 $ 55.00 I $ 55.00 I $ 40.00 I $ 35.00' $ 65.00 I $ 37.20 I $ 48.00 I $ 34.00 I $ 45.30 I $ 200.00 I $ 300.00
176.556%
176.556%
176.556%
176.556%
176.55656
176.55656
176.55656
176.556%
176.556%
176.556%
0%
0%
30.0%
30.0%
30.0%
30.0%
30.0%
30.0%
30.0%
30.0%
30.0%
30.0%
0%
0%
$ 1,456.00
$ 4,125.00
$ 4,950.00
$ 80.00
$ 1,680.00
$ -
$
$ -
$ -
$ -
$ 200.00
$ 300.00
$ 2,570.66
$ 7,282.94
5 8,739.52
$ 141.24
$ 2,966.14
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ 436.80
$ 1,237.50
$ 1,485.00
$ 24.00
5 504.00
$ -
$ -
$ -
5 -
$ -
$ -
$
306.6% 306.6% 306.6% 306.6% 306.6% 306.6% 306.6% 306.695 306.6% 306.6% 100.0% 100.0%
$ 1,631
$ 1,855
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ 86
5 843
$ 1,855
$ -
$ 2,146
5 -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$
$ -
$ -
$ -
$
$ -
$ 172
$ 6,070
$ -
$ 245
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ 506
$ 8,262
$ -
$ 215
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ 2,575
$ 3,372
$ 5,058
$
$ 2,790
$ -
$ -
$ -
5 -
$ -
$ -
$ -
$ 4,463 $ 12,645 $ 15,175 $ 245 $ 5,150 j$
Total Labor Cost
by Task
3,485.54
4,929.42
0.00
6,486.72
8,982.09
0.00
13,795.02
9.3%
13.1%
0.0%
17.2%
23.8%
0.0%
36.6%
37,678.80 100.0%
EXHIBIT R