Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Trans 2015-07-06 Item 2A - Consultant Selection and Agreement - 2015 3 Bridges Project
City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM T0: Mayor Haggerton ' Transportation Committee J FROM: Bob Giberson, Public Works Director BY: Grant Griffin, Senior Engineer DATE: July 2, 2015 SUBJECT: Major Maintenance on 3 Bridges 2015 Proiect Project Numbers 91510406, 91510407,91510408 Consultant Selection and Agreement ISSUE Approve consultant to provide preliminary engineering services for the Major Maintenance on 3 Bridges 2015 Project. BACKGROUND The Washington State Department of Transportation (WSDOT) approved Major Maintenance funding for 3 Tukwila Bridges in December 2014 and funding acceptance was approved by Council on February 2, 2015. The City advertised a Request for Qualifications (RFQ) soliciting proposals from consultants to provide engineering services on April 27 and May 4, 2015. Four engineering firms responded with proposals on May 21, 2015. DISCUSSION A selection committee comprised of City staff reviewed and scored the submittals and two of the four engineering firms were chosen for an interview based on the proposal scores. Total Score David Evans and Associates, Inc. 272 points KPFF Consultant Engineers 272 points Lochner 259 points BergerABAM 227 points Following the interviews, David Evans and Associates, Inc. (DEA) was chosen to perform the design project. DEA attended a scoping meeting with the City and has subsequently provided a scope of work and a fee schedule. FINANCIAL IMPACT Tukwila has been authorized to use Federal Bridge Program funds in the amount of $ $866,291.00 for the preliminary engineering phase by WSDOT Highways & Local Programs. Authorization for the construction will occur in future supplements. The Federal Bridge Program requires a 10% local match for the design phase only on Major Maintenance Projects and the Annual Bridge Program funds will supply the budget for the City's match. DEA has provided a cost not to exceed $689,290.00 to perform the Major Maintenance on 3 Bridges design services. Contract Budget City PE Match Design Services $ 689,290.00 $ 866,291.00 $ 68,929.00 RECOMMENDATION Council is being asked to approve the design contract with David Evans and Associates, Inc. in the amount of $689,290.00 for the Major Maintenance on 3 Bridges 2015 Project and consider this item on the Consent Agenda at the July 20, 2015 Regular Meeting. Attachment: Contract Boilerplate, Scope of Work and Fee 1 W: \PW Eng\PRDJECTSIA- RW & RS Projects\Bridge Inspection Programs\Bridge Inspections 2015 (91510402)\Major Maintenance on 3 Bridges 2015\DEA Design Contractllnfo Memo MM on 3Brs Consult Select 07 -02 -15 gl - sb.docx Local Agency Standard Consultant Agreement Consultant/Address/Telephone David Evans and Associates, Inc. 415 - 118th Avenue SE Bellevue, WA 98005 0 Architectural /Engineering Agreement ❑ Personal Services Agreement Agreement Number Project Title And Work Description Major Maintenance on Three Bridges Federal Aid Number Agreement Type (Choose one) ❑ Lump Sum Lump Sum Amount $ 0 Cost Plus Fixed Fee Overhead Progress Payment Rate % DBE Participation % Overhead Cost Method • Yes • No • Actual Cost Federal ID Number or Social Security Number • Actual Cost Not To Exceed • Fixed Overhead Rate % Do you require a 1099 for IRS? ■Yes • No Completion Date Fixed Fee $ ❑ Specific Rates Of Pay • Negotiated Hourly Rate Total Amount Authorized $ Management Reserve Fund Maximum Amount Payable $ • Provisional Hourly Rate $ ❑ Cost Per Unit of Work Index of Exhibits (Check all that apply): ❑ Exhibit A -1 Scope of Work ❑ Exhibit A -2 Task Order Agreement ❑ Exhibit B -1 DBE Utilization Certification ❑ Exhibit C Electronic Exchange of Data ❑ Exhibit D -1 Payment - Lump Sum ❑ Exhibit D -2 Payment - Cost Plus ❑ Exhibit D -3 Payment - Hourly Rate ❑ Exhibit D-4 Payment - Provisional ❑ Exhibit E -1 Fee - Lump/Fixed/Unit ❑ Exhibit E -2 Fee - Specific Rates ❑ Exhibit F Overhead Cost ❑ Exhibit G Subcontracted Work ❑ Exhibit G -1 Subconsultant Fee ❑ Exhibit G -2 Fee -Sub Specific Rates ❑ Exhibit G -3 Sub Overhead Cost ❑ Exhibit H Title VI Assurances ❑ Exhibit I Payment Upon Termination of Agreement ❑ Exhibit J Alleged Consultant Design Error Procedures ❑ Exhibit K Consultant Claim Procedures ❑ Exhibit L Liability Insurance Increase ❑ Exhibit M -la Consultant Certification ❑ Exhibit M -lb Agency Official Certification ❑ Exhibit M -2 Certification - Primary ❑ Exhibit M -3 Lobbying Certification ❑ Exhibit M-4 Pricing Data Certification ❑ App. 31.910 Supplemental Signature Page THIS AGREEMENT, made and entered into this between the Local Agency of and the above organization hereinafter called the "CONSULTANT". DOT Form 140 -089 EF Revised 09/2013 day of , Washington, hereinafter called the "AGENCY" , Page 1 of 8 2 WITNESSETH THAT: WHEREAS, the AGENCY desires to accomplish the above referenced project, and WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the PROJECT; and WHEREAS, the CONSULTANT represents that he /she is in compliance with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish Consulting services to the AGENCY, NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: I General Description of Work The work under this AGREEMENT shall consist of the above described work and services as herein defined and necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall furnish all services, labor, and related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT. II Scope of Work The Scope of Work and projected level of effort required for this PROJECT is detailed in Exhibit "A" attached hereto and by this reference made a part of this AGREEMENT. III General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings with the AGENCY and/or such Federal, State, Community, City or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in written and graphical form the various phases and the order of performance of the work in sufficient detail so that the progress of the work can easily be evaluated. The CONSULTANT, and each SUBCONSULTANT, shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The CONSULTANT, and each SUBCONSULTANT, shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT- assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT that may result in the termination of this AGREEMENT. Participation for Disadvantaged Business Enterprises (DBE), if required, per 49 CFR Part 26, or participation of Minority Business Enterprises (MBE), and Women Business Enterprises (WBE), shall be shown on the heading of this AGREEMENT. If D/M/WBE firms are utilized, the amounts authorized to each firm and their certification number will be shown on Exhibit `B" attached hereto and by this reference made a part of this AGREEMENT. If the Prime CONSULTANT is a DBE firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY'S "DBE Program Participation Plan". The mandatory DBE participation goals of the AGREEMENT are those established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the AGENCY. All Reports, PS &E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C." All designs, drawings,, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this PROJECT, shall be without liability or legal exposure to the CONSULTANT. Page 2 of 8 3 IV Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under completion date. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental agreement issued by the AGENCY is required to extend the established completion time. V Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided in Exhibit "D" attached hereto, and by reference made part of this AGREEMENT. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31. A post audit may be performed on this AGREEMENT. The need for a post audit will be determined by the State Auditor, WSDOT External Audit Office and/or at the request of the AGENCY'S PROJECT Manager. VI Sub - Contracting The AGENCY permits sub - contracts for those items of work as shown in Exhibit "G" attached hereto and by this reference made part of this AGREEMENT. Compensation for this sub - consultant work shall be based on the cost factors shown on Exhibit "G." The work of the sub - consultant shall not exceed its maximum amount payable unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, overhead, direct non -salary costs and fixed fee costs for the sub - consultant shall be substantiated in the same manner as outlined in Section V. All sub - contracts shall contain all applicable provisions of this AGREEMENT. With respect to sub - consultant payment, the CONSULTANT shall comply with all applicable sections of the Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT shall not sub - contract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY. No permission for sub - contracting shall create, between the AGENCY and sub- contractor, any contract or any other relationship. A DBE certified sub - consultant is required to perform a minimum amount of their sub - contracted agreement that is established by the WSDOT Local Programs Project Development Engineer in consultation with the AGENCY. VII Employment The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from the AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a Page3of8 4 third party as a consequence of any act or omission on the part of the CONSULTANTS employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been, at any time during the period of the contract, in the employ of the United States Department of Transportation, or the STATE, or the AGENCY, except regularly retired employees, without written consent of the public employer of such person. VIII Nondiscrimination During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in interest agrees to comply with the following laws and regulations: Title VI of the Civil Rights Act of 1964 (42 USC Chapter 21 Subchapter V Section 2000d through 2000d -4a) Federal -aid Highway Act of 1973 (23 USC Chapter 3 Section 324) Rehabilitation Act of 1973 (29 USC Chapter 16 Subchapter V Section 794) Age Discrimination Act of 1975 (42 USC Chapter 76 Section 6101 et seq.) Civil Rights Restoration Act of 1987 (Public Law 100 -259) American with Disabilities Act of 1990 (42 USC Chapter 126 Section 12101 et. seq.) 49 CFR Part 21 23 CFR Part 200 RCW 49.60.180 In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "H" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "H" in every sub - contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. IX Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten (10) days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT as shown in Exhibit "I" for the type of AGREEMENT used. No payment shall be made for any work completed after ten (10) days following receipt by the CONSULTANT of the Notice to Terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth herein above, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT, the above formula for payment shall not apply. Page 4 of 8 5 In such an event, the amount to be paid shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or a type which is usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the AGENCY of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been made using the formula set forth above. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S failure to perform is without the CONSULTANT'S or it's employee's default or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs in accordance with the termination for other than default clauses listed previously. In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervisory personnel assigned to the PROJECT, or dissolution of the partnership, termination of the corporation, or disaffiliation of the principally involved employee, the surviving members of the CONSULTANT hereby agree to complete the work under the terms of this AGREEMENT, if requested to do so by the AGENCY. This subsection shall not be a bar to renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the AGENCY so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the CONSULTANT, with the AGENCY'S concurrence, desire to terminate this AGREEMENT, payment shall be made as set forth in the second paragraph of this section. Payment for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform work required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT. X Changes of Work The CONSULTANT shall make such changes and revisions in the complete work of this AGREEMENT as necessary to correct errors appearing therein, when required to do so by the AGENCY, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under Section XIV. XI Disputes Any dispute concerning questions of fact in connection with the work not disposed of by AGREEMENT between the CONSULTANT and the AGENCY shall be referred for determination to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided, however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to de novo judicial review. If the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit "J ", and disputes concerning claims will be conducted under the procedures found in Exhibit "K ". XII Venue, Applicable Law, and Personal Jurisdiction In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT, the parties hereto agree that any such action shall be initiated in the Superior court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties to such action shall have the right of appeal from such decisions of the Superior court in accordance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated in the county in which the AGENCY is located. Page 5 of 8 6 XIII Legal Relations The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be done under this AGREEMENT. This contract shall be interpreted and construed in accordance with the laws of the State of Washington. The CONSULTANT shall indemnify and hold the AGENCY and the STATE and its officers and employees harmless from and shall process and defend at its own expense all claims, demands, or suits at law or equity arising in whole or in part from the CONSULTANT'S negligence or breach of any of its obligations under this AGREEMENT; provided that nothing herein shall require a CONSULTANT to indemnify the AGENCY or the STATE against and hold harmless the AGENCY or the STATE from claims, demands or suits based solely upon the conduct of the AGENCY or the STATE, their agents, officers and employees; and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT'S agents or employees, and (b) the AGENCY or the STATE, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon such negligence (2) the costs to the AGENCY or the STATE of defending such claims and suits shall be valid and enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S agents or employees. The CONSULTANT'S relation to the AGENCY shall be at all times as an independent contractor. The CONSULTANT shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT'S own employees against the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. Unless otherwise specified in the AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the PROJECT. Subject to the processing of a new sole source, or an acceptable supplemental agreement, the CONSULTANT shall provide On -Call assistance to the AGENCY during contract administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of the AGREEMENT, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability written under ISO Form CG 00 01 12 04 or its equivalent with minimum limits of one million dollars ($1,000,000) per occurrences and two million dollars ($2,000,000) in the aggregate for each policy period. C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000) combined single limit. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance secured by the CONSULTANT, the AGENCY will be named on all policies as an additional insured. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by the AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of this AGREEMENT to the AGENCY. No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY. The CONSULTANT'S professional liability to the AGENCY shall be limited to the amount payable under this AGREEMENT or one million ($1,000,000) dollars, whichever is the greater, unless modified by Exhibit "L ". In no case shall the CONSULTANT'S professional liability to third parties be limited in any way. Page 6of8 7 The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY and the STATE may take such other action as is available to it under other provisions of this AGREEMENT, or otherwise in law. XIV Extra Work A. The AGENCY may at any time, by written order, make changes within the general scope of the AGREEMENT in the services to be performed. B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the work under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of the AGREEMENT, the AGENCY shall make an equitable adjustment in the (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify the AGREEMENT accordingly. C. The CONSULTANT must submit any "request for equitable adjustment ", hereafter referred to as "CLAIM ", under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of the AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and conditions of paragraphs (A) and (B) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XV Endorsement of Plans If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. XVI Federal and State Review The Federal Highway Administration and the Washington State Department of Transportation shall have the right to participate in the review or examination of the work in progress. XVII Certification of the Consultant and the Agency Attached hereto as Exhibit "M -1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "M -2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions, Exhibit "M -3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "M -4" Certificate of Current Cost or Pricing Data. Exhibit "M -3" is required only in AGREEMENTS over $100,000 and Exhibit "M-4" is required only in AGREEMENTS over $500,000. XVIII Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this AGREEMENT. XIX Execution and Acceptance This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof. Page7of8 8 In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date" box on page one (1) of this AGREEMENT. By By Consultant Agency DOT Page8of8 9 EXHIBIT A CITY OF TUKWILA MAJOR MAINTENANCE ON THREE BRIDGES Scope of Services Prepared by: David Evans and Associates, Inc. 415118th Avenue SE Bellevue, WA 98005 June 30, 2015 10 TABLE OF CONTENTS TASK 1.0 PROJECT DESCRIPTION, DESIGN CRITERIA, AND DELIVERABLES 1 1.01 Project Description 1 1.02 Design Criteria 1 1.03 Project Deliverables. Furnished by CONSULTANT 1 1.04 Responsibilities and Services Provided by the CLIENT 1 1.05 General Project Assumptions 1 TASK 2.0 PROJECT MANAGEMENT AND QUALITY CONTROL 3 2.01 Project Management. 3 2.02 SUBCONSULTANT Coordination 3 2.03 Develop Project Schedule 3 2.04 Monthly Invoices /Progress Reports 3 2.06 Change Management 4 TASK 3.0 FRANK ZEPP BRIDGE MAINTENANCE 4 3.01 FRANK ZEPP Bridge Project Progress Meetings 4 3.02 FRANK ZEPP BRIDGE Environmental Documentation 4 3.03 FRANK ZEPP BRIDGE PS &E Preparation 5 3.04 FRANK ZEPP BRIDGE Load Rating 7 3.05 FRANK ZEPP BRIDGE Geotechnical Services 7 TASK 4.0 BEACON AVENUE BRIDGE MAINTENANCE 8 4.01 BEACON Avenue Project Progress Meetings 8 4.02 BEACON Avenue Environmental Documentation 8 4.03 BEACON AVENUE BRIDGE PS &E Preparation 9 4.04 BEACON AVENUE BRIDGE Load Rating 11 4.04 BEACON AVENUE BRIDGE Geotechnical Services 11 TASK 5.0 GRADY WAY BRIDGE MAINTENANCE 12 5.01 GRADY WAY Project Progress Meetings 12 5.02 GRADY WAY BRIDGE Environmental Documentation 12 5.03 GRADY WAY BRIDGE PS &E Preparation 13 5.04 GRADY WAY BRIDGE Load Rating 15 5.05 GRADY WAY BRIDGE Geotechnical Services 15 5.06 GRADY WAY BRIDGE Maintenance Cost Estimate, Optional Maintenance Items 16 5.07 GRADY WAY BRIDGE PS &E for Optional Maintenance Items (CONTINGENCY item) 16 TASK 6.0 ASSISTANCE DURING BID PERIOD 16 TASK 7.0 CONSTRUCTION ADMINISTRATION AND ENGINEERING SERVICES 17 TASK 8.0 LOAD RATING 17 TIME FOR PERFORMANCE 17 M:IPursuits111Tukwila WA, City oAPursuits%2015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeewMajor Malnt 3 Bridge Bundle Scope 2015-0630 - RPH2.doca City of Tukwila i Scope of Services Major Maintenance on 3 Bridges June 30, 2015 11 TASK 1.0 PROJECT DESCRIPTION, DESIGN CRITERIA, AND DELIVERABLES 1.01 Project Description The City of Tukwila (CLIENT) is requesting professional services from David Evans and Associates, Inc. (CONSULTANT) for development of bridge repairs and construction contract documents for: 08561400 TUKWILA -02 FRANK ZEPP BRIDGE 07996800 TUKWILA -13 BEACON AVENUE BRIDGE 08543600 TUKWILA -08 GRADY WAY BRIDGE The major features of the project include: • Structural design and seismic analysis • Civil design and maintenance of traffic • Environmental permitting and coordination • Plans, Specifications, and Estimate (PS &E) Preparation 1.02 Design Criteria The design will be based on the requirements of the City of Tukwila Infrastructure Design and Construction Standards, AASHTO's Load Resistant Factor Rating (LRFD), WSDOT's Bridge Design Manual (BDM), and FHWA's DRAFT Bridge Maintenance Reference Manual. 1.03 Project Deliverables Furnished by CONSULTANT CONSULTANT shall maintain a project file for pertinent work items. The CLIENT review sets will be returned with each subsequent revision, illustrating that each review comment has been addressed as stated, or how /why it was not addressed. CONSULTANT shall deliver the following documents and products to the CLIENT as part of this agreement (AGREEMENT): • Project schedule and monthly updates. • Monthly invoices with direct and indirect expenditures 1.04 Responsibilities and Services Provided by the CLIENT The CLIENT will: • Provide all available existing as -built plans, right -of -way plans, geotechnical reports, horizontal and vertical monument information, GIS maps, and other mapping information. • Review all submittals made to the CLIENT within 10 working days, or as agreed in writing, and return them to the CONSULTANT with consolidated written comments regarding changes or revisions requested. 1.05 General Project Assumptions • All drawings will be prepared in AutoCAD 2012 format and utilizing CONSULTANT's CADD standards. Only 11 "x17" plans will be developed for this Scope of Services (SCOPE). • The project duration is assumed to be nine (9) months from NTP to bid opening. • The CONSULTANT shall use Tukwila's GIS and aerial photograph as the basis for traffic control and detour plans. • Based on the preliminary research, CONSULTANT assumes that only two bridges (FRANK ZEPP and BEACON AVENUE) will require reconnaissance level of recordation and evaluation for listing in the KCLL, WHR, and /or NRHP. Upon conclusion of fieldwork, HRA will prepare two HPI forms. M:WursuitslTlTukwila WA, City oiWursufst2015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMajor Maint 3 Bridge Bundle Scope 2015-0630 - RPH2.doc c City of Tukwila 1 DRAFT Scope of Services Major Maintenance on Three Bridges June 30, 2015 12 • The three bridges will be combined into one construction contract document. The contract provisions will include three bid schedules (one schedule for each bridge) with optional bid items reflecting the additional maintenance tasks not funded by BRAC. • The following table (Table 1) shows items to be included at each PS &E submittal. Table 1. Plans, Specifications and Estimate Submittal Items Cover Sheet FRANK ZEPP Bridge Layout FRANK ZEPP Deck Repair Details FRANK ZEPP Painting Details FRANK ZEPP Seismic Details FRANK ZEPP Striping Plan FRANK ZEPP Traffic Control Plans (MOT) FRANK ZEPP Detour Plans FRANK ZEPP Pedestrian Access Plans FRANK ZEPP Approach Roadway Plans e de �S age` ans Kr = P' T'Cf9Ci 'C,' Drat ae -ir`., BEACON AVENUE Bridge Layout BEACON AVENUE Demolition Plan BEACON AVENUE Deck Replacement Details. BEACON AVENUE Rail Details BEACON AVENUE Painting Details & Steel Repair BEACON AVENUE Striping Plan BEACON AVENUE Traffic Control Plans (MOT) BEACON AVENUE Detour Plans BEACON AVENUE Pedestrian Access Plans BEACON AVENUE Approach Roadway Plans B 6©'. V 4,110 ecj . a e /sta L;;.g'R a s s. MTO AWE' WE ES Ia an 1 2 2 2 1 X X X X X X 1 X X X X X X X X X X 1 3 1 5 1 X X X X X X X X X IVs 'sz% - e*a ✓ �,. � sue, d i - GRADY WAY Bridge Layout. GRADY WAY Seismic Retrofit Details GRADY WAY Optional Repair Details GRADY WAY Traffic Control Plans (MOT) Engineer's Estimate V44-U` .MA"z"a'{.0? . -.xsrtF _ter- �a`�;•''�- ?r'^_�7""�': Special Provisions 1 X X �Ikb- t+112< 1 X [17=1,1,5 k 1l X X X X X X X X X X X X X M:IPursuitslTlTukwlle WA, City ollPursuRsl2015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScape and FeelMaJor Mafnf 3 Bridge Bundle Scope 2015-0630 - RPH2,docx City of Tukwila Major Maintenance on Three Bridges 2 DRAFT Scope of Services June 30, 2015 13 TASK 2.0 PROJECT MANAGEMENT AND QUALITY CONTROL 2.01 Project Management Direction of CONSULTANT staff and review of their work over the course of the project shall be provided. This work element includes preparing monthly progress reports that include the status of individual work elements, number of meetings attended, outstanding information required, and work items planned for the following month. Monitoring of the CONSULTANT'S design budget will occur over the course of the project. This work element is intended to help monitor costs and budgets, and to propose corrective actions. These actions may include formal requests for increases, modifications, or reductions in scope and /or budget. Drawings and documents received and generated over the course of the project require review, coordination, and file management. The status of requested information will also be maintained. 2.02 SUBCONSULTANT Coordination The following subconsultants are anticipated to be used on this PROJECT: • TranTech Engineering LLC (TRANTECH)— Bridge Engineering • PanGeo, Inc. (PANGEO) — Geotechnical Engineering • Historical Research Associates (HRA) — Historical Evaluation and Cultural Resources Direction of the SUBCONSULTANT over the course of the project shall be provided by CONSULTANT. Monthly monitoring of SUBCONSULTANT's design budget will occur over the course of the project. Current status, as well as projections, will be developed. This work element is intended to help monitor costs and budgets, and to propose corrective actions. These actions could include formal requests for increases, modifications, or reductions in scope and /or budget. 2.03 Develop Project Schedule The CONSULTANT and the CLIENT will jointly develop an overall project schedule showing all major and supportive activities. The schedule shall be prepared to reflect a 9 -month completion of the design project. The schedule shall be arranged to meet key target dates. CONSULTANT shall update the schedule monthly to reflect the current status of the project. Deliverables: 1. Project schedule and monthly updates. 2.04 Monthly Invoices /Progress Reports Monthly invoices will be prepared by the CONSULTANT per CLIENT requirements for work activities for the prior month. These invoices shall also include SUBCONSULTANT work and will be accompanied by monthly progress reports. Invoices will include back -up material for all expenses and will show approved budget and amount expended to date. Deliverables: 1. Monthly invoices and progress reports (10 total). M:%PUrsuitslflTukwfa WA, City of1Pursuifs12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMajorMalnt 3 Bridge Bundle Scope 2015-0630- — RPH2.docx City of Tukwila 3 DRAFT Scope of Services Major Maintenance on Three Bridges June 30, 2015 14 2.06 Change Management Project Managers for the CLIENT and CONSULTANT are responsible for managing changes to the scope and schedule. The CLIENT is responsible for the authorization of any changes to the scope, budget, and /or schedule. Team members will work within the defined project scope, schedule, and budget. When issues, actions, or circumstances occur that could cause a change in scope, personnel, cost, or schedule, team members must communicate potential changes to the Project Manager as early as possible. Project Managers will determine whether the potential change issue will lead to a change in scope, cost, or schedule. CONSULTANT shall obtain written authorization from the CLIENT before implementing any change to this Scope of Services, schedule, or budget. All changes shall be documented using the WSDOT Project Change Order Form or applicable WSDOT form. TASK 3.0 FRANK ZEPP BRIDGE MAINTENANCE 3.01 FRANK ZEPP Bridge Project Progress Meetings This work element provides for the preparation, attendance, follow -up, and documentation of meetings during the length of the project including initial project kick -off meeting. These meetings will be the . forums for agencies to provide input and guidance for the direction of the project. They will also be used to discuss project issues, approve submittals, and develop potential solutions. CONSULTANT shall prepare for, attend, and document up to nine (9) meetings with an average of four DEA staff, including a project kickoff meeting, with CLIENT staff. Meetings will be required for coordination with the CLIENT and other affected agencies. CONSULTANT will attend one meeting every month with the CLIENT's project manager for the duration of the project. The meetings will be held in a location acceptable to the CLIENT and CONSULTANT. For budgeting purposes we have assumed half the meetings at CLIENT office and half at CONSULTANT Olympia office. Deliverables: 1. Meeting minutes (combined 9 total for all three bridges). 3.02 FRANK ZEPP BRIDGE Environmental Documentation CONSULTANT shall prepare the following environmental documents: • WSDOT Categorical Exclusion Documentation (CED) Form for purposes of NEPA clearance. Document shall include "no effect determination" for listed species. DEA shall prepare a draft for CLIENT review. After incorporation of CLIENT comments, a draft for WSDOT review will be prepared. After incorporation of WSDOT comments, a final version in electronic (.pdf) and paper form will be prepared and submitted to CLIENT. • Shoreline Exemption Memorandum. DEA will prepare a technical memorandum documenting how the project meets City shoreline exemption criteria. A draft will be provided to CLIENT in electronic form for review. After incorporation of comments, a final electronic (.pdf) and paper form will be provided to CLIENT. • SEPA Exemption Memorandum. DEA will prepare a technical memorandum documenting how the project meets SEPA exemption criteria. A draft will be provided to CLIENT in electronic form for review. After incorporation of comments, a final electronic (.pdf) and paper form will be provided to CLIENT. • Subconsultant, Historical Research Associates, Inc. (HRA) will conduct the following activities: M:IPursw7slTlTukwila WA, City ot1Pursultsl2015 Badge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMajor Melnt 3 Bridge Bundle Scope 2015-0630 - RPH2.docc City of Tukwila 4 DRAFT Scope of Services Major Maintenance on Three Bridges June 30, 2015 15 o Prepare of map of the Area of Potential Effect (APE) and a work plan. Both documents shall be submitted to CLIENT, WSDOT, and Washington State Department of Archeological and Historic Preservation (DAHP) for approval. o Conduct a records search of the DAHP archives, HRA reference library and local repositories. o Conduct an archaeological pedestrian survey of each APE. HRA will excavate up to six archeological shovel probes at each bridge to assess the probability for buried cultural materials. Any findings will be documented on site inventory forms and with photographs and handheld GPS locations. o Prepare a brief cultural resources technical report summarizing results of the field work. A draft report will be prepared for electronic review by CLIENT and WSDOT. Assumptions: 1. No separate documentation will be prepared for listed species outside the CED form. 2. No separate documentation or field work will be necessary to adhere to the City's critical areas ordinance. 3. CONSULTANT team will have complete property access to APE. 4. No more than one archaeological site will be encountered at each bridge. 5. APEs will only include area immediately adjacent to the bridges, where repair and maintenance work is proposed. 6. Formal consultation with Native American tribes is not included. 7. No evaluation of the bridges as historic structures will be provided. Deliverables: 1. CED Form. Two review drafts in electronic form and a final in .pdf and paper form. 2. Shoreline Exemption Memorandum — draft and final 3. SEPA Exemption Memorandum — draft and final 4. Cultural APE map and work plan — draft and final 5. Cultural Technical Report-draft and final 3.03 FRANK ZEPP BRIDGE PS &E Preparation Plans, Specification and Design for the Frank Zepp Bridge will be performed by the subconsultant, Trantech (TRANTECH). TRANTECH shall prepare concept and final designs, construction plans, engineer's estimate, and special provisions (PS &E) for FRANK ZEPP BRIDGE repair and maintenance. Tasks to be performed are as follows: • Structural Design: TRANTECH shall develop design and plans for the bridge layout, deck repair details, deck joint replacements, bridge painting details, and seismic retrofit details. This subtask includes the following activities /elements: o Field inspection o Phase 1 Seismic retrofit design o Bridge deck overlay design o Painting and containment specifications o Bridge joint replacement details at Piers 1 and 4 o Bearing replacements at Piers 2 and 3 o Approach slab design o Crack and spall repair details • Civil Design: TRANTECH shall develop design and plans for the following: M.1Pursults1TlTukwfa WA, City oAPursuitsl2015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMajor Maint 3 Bridge Bundle Scope 2015-0630 - RPH2.docx City of Tukwila 5 DRAFT Scope of Services Major Maintenance on Three Bridges June 30, 2015 16 Mobility of Traffic (MOT) Plans TRANTECH will provide Mobility of Traffic (MOT) plans for the construction phase of the Frank Zepp Bridge Rehabilitation. This subtask involves the following activities: o Initial coordination with PROJECT team, CLIENT, and other stakeholders on traffic control strategies and options based on design alternatives, including full closure and partial closure options; o Develop up to three (3) concepts for traffic control plans and review with project team and agency stakeholders; o Attend one (1) PROJECT public meeting to discuss traffic control strategies and get input from public; o Meet with PROJECT team and CLIENT to select preferred traffic control strategy; o Review comments on 90% plans and incorporate into 100% plans for traffic control, way finding, and business access. Construction Sequence /Staging Plans The design team will prepare Construction Sequence /Staging Plans showing the general construction sequence. It is assumed that up to three phases may be necessary. Three (3) General Site Plans will be used for each phase with one additional detail sheet per phase as necessary. Information from the construction sequencing plans will also be used to develop the temporary traffic control / detour plans. Temporary Erosion and Sedimentation Control (TESC) Plans The design team will produce Temporary Erosion and Sedimentation Control Plans and TESC detail drawings. The plans and details will incorporate Best Management Practices (BMPs) as outlined in the Department of Ecology's "Stormwater Management Manual for Western Washington Volume II, 2005 edition ". Roadway Plans & Sections The design team will produce typical roadway sections and providing general information pertaining to the roadway cross section such as roadway, and sidewalk width. The plans will cover construction access, roadway, sidewalks, and ADA ramps. Drainage Plans and Profiles Drainage Plans will show the locations and approximate size of the drainage facility; the conveyance system including direction of flow, approximate pipe sizes and outfall location; locations of easements. Striping Plans The design team will prepare striping sheets to reflect final striping conditions when the project is completed. Stationing, offsets and details will be included in subsequent submittals. M:Wursuits%TlTukwila WA, City ol%Pursuftsl2015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FealMajorMaint 3 Bridge Bundle Scope 2015-0630 - RPH2.docc City of Tukwila 6 DRAFT Scope of Services Major Maintenance on Three Bridges June 30, 2015 17 • Utility Coordination: TRANTECH shall coordinate with utility providers to identify locations of existing utilities and relocations necessary to perform PROJECT work. • Quality Assurance /Quality Control: CONSULTANT will perform QA/QC in .compliance with the established PROJECT Quality Plan for each milestone submittal. • Plans Preparation: TRANTECH will prepare a plan set package with the items identified in Table 1 at 30 %, 90% and 100% completion. Plans submitted at 30% and 90% will be reviewed by CLIENT, and CLIENT comments will be addressed by CONSULTANT as part of the 90% and 100% submittals, respectively. • Special Provisions: CONSULTANT will prepare 90% and final special provisions as one document for all three bridges. TRANTECH will provide CONSULTANT with special provisions for Frank Zepp Bridge to be included in this document. • Cost Estimate: CONSULTANT shall prepare an Engineer's Opinion of Probable Cost (Cost Estimate) at 30 %, 90% and 100% for all three bridges. TRANTECH will provide CONSULTANT with a cost estimate for Frank Zepp Bridge to be included in this document. Assumptions: 1. CLIENT will perform public relations tasks in notifying business owners and traveling public of bridge closures and restrictions. 2. The seismic retrofit will be designed for Level 1 Life Safety criteria. Deliverables: 1. FRANK ZEPP 30% Plans and Estimate (11x17) 2. FRANK ZEPP 90% Plans, Specifications, and Estimate (11x17) 3. FRANK ZEPP 100% Plans, Specifications, and Estimate (11x17) 4. FRANK ZEPP Utility Memorandum (if necessary) 3.04 FRANK ZEPP BRIDGE Load Rating TRANTECH shall prepare a draft Toad rating report. The load rating will be finalized after construction and as -built drawings are completed as part of a supplement to this AGREEMENT. Deliverables: 1. FRANK ZEPP Draft Load Rating Report 3.05 FRANK ZEPP BRIDGE Geotechnical Services Subconsultant PanGeo, Inc. (PANGEO) will perform the following services: • Review existing available geologic and geotechnical information in the vicinity of the bridge and conduct a visual site reconnaissance of the bridge site. • Based on the information review, conduct a seismic hazard analysis, including liquefaction potential evaluation. Develop seismic design criteria in accordance with AASHTO LRFD Bridge Design Specifications, 7th Edition. Develop lateral pile analysis parameters (p -y response) for use with LPILE software or similar. • Based on review of preliminary plans developed by other members of the design team, prepare geotechnical constructability considerations. • Prepare and submit for review and comment a draft geotechnical report summarizing the findings and conclusions of the data review and seismic hazard analysis. M: PursuitslTlTukwila WA, City ol.Pursults12015 Badge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeeWajor Maint 3 Badge Bundle Scope 2015-0630 - RPH2.docr City of Tukwila 7 DRAFT Scope of Services Major Maintenance on Three Bridges June 30, 2015 18 • Prepare and submit a final report addressing responses to review comments received on the draft report submittal. Assumptions: 1. CLIENT will furnish CONSULTANT with existing geotechnical data. It is assumed that existing geotechnical data is sufficient to develop seismic design parameters used in seismic analysis. 2. The existing subsurface information for the Frank Zepp Bridge is sufficient for the above scope items. Borings and field explorations are not included for this phase of work. If additional field explorations are deemed necessary based on the outcomes of the work they would be completed under a supplemental scope of work for a future phase of the project. 3. The geotechnical report will be a combined deliverable for the Frank Zepp Bridge, the Beacon Avenue Bridge and the Grady Way Bridge. Deliverables: 1. Draft and final Geotechnical Report in electronic (pdf) format TASK 4.0 BEACON AVENUE BRIDGE MAINTENANCE 4.01 BEACON Avenue Project Progress Meetings This work element provides for the preparation, attendance, follow -up, and documentation of meetings during the length of the project. These meetings will be the forums for agencies to provide input and guidance for the direction of the project. They will also be used to discuss project issues, approve submittals, and develop potential solutions. CONSULTANT shall prepare for, attend, and document up to nine (9) meetings, including a project kickoff meeting, with CLIENT staff. Meetings will be required for coordination with the CLIENT and other affected agencies. CONSULTANT will attend one meeting every month with the CLIENT's project manager for the duration of the project. The meetings will be held in a location acceptable to the CLIENT and CONSULTANT. Deliverables: 1. Meeting minutes (up to 9 for all three bridges). 4.02 BEACON Avenue Environmental Documentation CONSULTANT shall prepare the following environmental documents: • WSDOT Categorical Exclusion Documentation (CED) Form for purposes of NEPA clearance. Document shall include "no effect determination" for listed species. DEA shall prepare a draft for CLIENT review. After incorporation of CLIENT comments, a draft for WSDOT review will be prepared. After incorporation of WSDOT comments, a final version in electronic (.pdf) and paper form will be prepared and submitted to Client. • SEPA Exemption Memorandum. DEA will prepare a technical memorandum documenting how the project meets SEPA exemption criteria. A draft will be provided to CLIENT in electronic form for review. After incorporation of comments, a final electronic (.pdf) and paper form will be provided to CLIENT. • Subconsultant, Historical Research Associates, Inc. (HRA) will conduct the following activities: M: Pursul tslTlTukwiIaWA , City oAPursuitst2015 Bridge Bundle - Beacon Ave, Fronk Zepp, GradyWay1Scope and FeelMajorMaint3 Bridge Bundle Scope 2015.0630 - RPH2.dacx City of Tukwila 8 DRAFT Scope of Services Major Maintenance on Three Bridges June 30, 2015 19 o Prepare of map of the Area of Potential Effect (APE) and a work plan. Both documents shall be submitted to CLIENT, WSDOT, and Washington State Department of Archeological and Historic Preservation (DAHP) for approval. o Conduct a records search of the DAHP archives, HRA reference library and local repositories. o Conduct an archaeological pedestrian survey of each APE. HRA will excavate up to six archeological shovel probes at each bridge to assess the probability for buried cultural materials. Any findings will be documented on site inventory forms and with photographs and handheld GPS locations. o Prepare a brief cultural resources technical report summarizing results of the field work. A draft report will be prepared for electronic review by CLIENT and WSDOT. Assumptions: 1. No separate documentation will be prepared for listed species outside the CED form. 2. No separate documentation or field work will be necessary to adhere to the CLIENT's critical areas ordinance 3. CONSULTANT team will have complete property access to APE 4. No more than one archaeological site will be encountered at each bridge 5. APEs will only include area immediately adjacent to the bridges where repair and maintenance work is proposed. 6. Formal consultation with Native American tribes is not included. 7. No evaluation of the bridges as historic structures will be provided. Deliverables: 1. CED Form. Two review drafts in electronic form and a final in .pdf and paper form. 2. SEPA Exemption Memorandum — draft and final 3. Cultural APE map and work plan — draft and final 4. Cultural Technical Report-draft and final 4.03 BEACON AVENUE BRIDGE PS &E Preparation CONSULTANT shall prepare concept and final designs, construction plans, engineer's estimate, and special provisions for BEACON AVENUE BRIDGE repairs and maintenance. Tasks to be performed are as follows: • Structural Design: CONSULTANT shall develop design plans for the bridge layout, deck replacement, approach roadway and backwall repair, rail details, and bridge painting details. This subtask will involve the following activities /elements: o Field inspection o Painting and containment o Construction clearances specifications o Deck replacement design o Expansion joint design o Rail replacement design o Approach slab design o Abutment repair design o Crack and spall repair details • Civil Design: CONSULTANT shall develop design and plans for the following: Site Preparation and Demolition Plans CONSULTANT will prepare Site Preparation and Demolition Plans. These plans will show topography, existing utilities, existing surface features and items for demolition. This M: %Pur;ults%TlTukwsa WA, City ol1Pursults12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMajor Malnt 3 Bridge Bundle Scope 2015-0630. RPH2.docx. City of Tukwila 9 DRAFT Scope of Services Major Maintenance on Three Bridges June 30, 2015 20 SCOPE assumes two (2) Site Preparation and Demolition Plan sheets for the entire project area. Mobility of Traffic (MOT) Plans CONSULTANT will provide Mobility of Traffic (MOT) plans for the construction phase of the Beacon Avenue Bridge repair and maintenance. This subtask involves the following activities: o Initial coordination with PROJECT team, CLIENT, and other stakeholders on traffic control strategies and options based on design alternatives, including full closure and partial closure options; o Develop up to three (3) concepts for traffic control plans and review with project team and agency stakeholders; o Attend one (1) PROJECT public meeting to discuss traffic control strategies and get input from public; o Meet with PROJECT team and agency stakeholders to select preferred traffic control strategy; o Review comments on 90% plans and incorporate into 100% plans for traffic control, way finding, and business access. Construction Sequence /Staging Plans CONSULTANT shall prepare Construction Sequence /Staging Plans showing the general construction sequence. It is assumed that up to three phases may be necessary. Three (3) General Site Plans will be used for each phase with one additional detail sheet per phase as necessary. Information from the construction sequencing plans will also be used to develop the temporary traffic control / detour plans. Temporary Erosion and Sedimentation Control (TESC) Plans CONSULTANT shall produce Temporary Erosion and Sedimentation Control Plans and TESC detail drawings. The plans and details will incorporate Best Management Practices (BMPs) as outlined in the Department of Ecology's "Stormwater Management Manual for Western Washington Volume II, 2005 edition ". Roadway Plans & Sections The design team will produce typical roadway sections and providing general information pertaining to the roadway cross section such as roadway, and sidewalk width. The plans will cover construction access, roadway, sidewalks, and ADA ramps. Drainage Plans and Profiles Drainage Plans will show the locations and approximate size of the drainage facility; the conveyance system including direction of flow, approximate pipe sizes and outfall location; locations of easements. Striping Plans M: tPursuitsl71Tukwla WA, City oAPursufs12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WeylScope and FeelMajorMaint 3 Bridge Bundle Scope 2015.0630- RPH2.docx City of Tukwila 10 DRAFT Scope of Services Major Maintenance on Three Bridges June 30, 2015 21 The design team will prepare striping sheets to reflect final striping conditions when the project is completed. Stationing, offsets and details will be included in subsequent submittals. Traffic Signal Plans Working hand -in -hand with the City Traffic Operations, the design team will prepare any desired signal plans or modifications for the intersection of West Valley Highway and S 180th Street. • Utility Coordination: CONSULTANT shall coordinate with utility providers to identify locations of existing utilities and relocations necessary to perform PROJECT work. • Quality Assurance /Quality Control: Subconsultant TRANTECH will perform QA /QC in compliance with the established PROJECT Quality Plan for each milestone submittal. • Plans Preparation: CONSULTANT will prepare a plan set package with the items identified in Table 1 at 30 %, 90% and 100% completion. Plans submitted at 30% and 90% will be reviewed by CLIENT, and CLIENT comments will be addressed by CONSULTANT as part of the 90% and 100% submittals, respectively. • Special Provisions: CONSULTANT will prepare 90% and 100% special provisions • Cost Estimate: CONSULTANT shall prepare an Engineer's Opinion of Probable Cost (Cost Estimate) at 30 %, 90% and 100% Assumptions: 1. CLIENT will perform public relations tasks in notifying business owners and traveling public of bridge closures and restrictions. 2. A seismic analysis is not required for this bridge. Deliverables: 1. BEACON AVENUE 30% Plans and Estimate 2. BEACON AVENUE 90% Plans, Specifications, and Estimate 3. BEACON AVENUE 100% Plans, Specifications, and Estimate 4. BEACON AVENUE Utility Memorandum (if necessary) 4.04 BEACON AVENUE BRIDGE Load Rating CONSULTANT shall prepare a draft Toad rating report. The Toad rating will be finalized after construction and as -built drawings are completed as part of a supplement to this AGREEMENT. Deliverables: 1. BEACON AVENUE Draft Load Rating Report 4.04 BEACON AVENUE BRIDGE Geotechnical Services Subconsultant PanGeo, Inc. (PANGEO) will perform the following services: • Review existing available geologic and geotechnical information in the vicinity of the bridge and conduct a visual site reconnaissance of the bridge site. • Prepare recommendations for geotechnical aspects of bridge maintenance, including repair and /or rehabilitation of bridge approaches and earthwork construction considerations. M:tPursukstTlTukwila WA, City ofPursuitsl2015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WayiScope and FeelMaJor Maint 3 Bridge Bundle Scope 20150630- RPH2.docx City of Tukwila 11 DRAFT Scope of Services Major Maintenance on Three Bridges June 30, 2015 22 Assumptions: • Borings and field explorations are not planned for this phase of work. If additional field explorations are deemed necessary based on the outcomes of this phase of work they would be completed under a supplemental scope of work for a future phase of the project. • The geotechnical report will be a combined deliverable for the Frank Zepp Bridge, the Beacon Avenue Bridge and the Grady Way Bridge. Deliverables: 1. Draft and final geotechnical report in electronic (pdf) format TASK 5.0 GRADY WAY BRIDGE MAINTENANCE 5.01 GRADY WAY Project Progress Meetings This work element provides for the preparation, attendance, follow -up, and documentation of meetings during the length of the project. These meetings will be the forums for agencies to provide input and guidance for the direction of the project. They will also be used to discuss project issues, approve submittals, and develop potential solutions. CONSULTANT shall prepare for, attend, and document up to nine (9) meetings, including a project kickoff meeting, with CLIENT staff. Meetings will be required for coordination with the CLIENT and other affected agencies. CONSULTANT will attend one meeting every month with the CLIENT's project manager for the duration of the project. The meetings will be held in a location acceptable to the CLIENT and CONSULTANT. Deliverables: 1. Meeting minutes (9 total for all three bridges). 5.02 GRADY WAY BRIDGE Environmental Documentation CONSULTANT shall prepare the following environmental documents: • WSDOT Categorical Exclusion Documentation (CED) Form for purposes of NEPA clearance. Document shall include "no effect determination" for listed species. DEA shall prepare a draft for CLIENT review. After incorporation of CLIENT comments, a draft for WSDOT review will be prepared. After incorporation of WSDOT comments, a final version in electronic (.pdf) and paper form will be prepared and submitted to Client. • SEPA Exemption Memorandum. DEA will prepare a technical memorandum documenting how the project meets SEPA exemption criteria. A draft will be provided to CLIENT in electronic form for review. After incorporation of comments, a final electronic (.pdf) and paper form will be provided to CLIENT. • Subconsultant Historical Research Associates, Inc. (HRA) will conduct the following activities: o Prepare of map of the Area of Potential Effect (APE) and a work plan. Both documents shall be submitted to CLIENT, WSDOT, and Washington State Department of Archeological and Historic Preservation (DAHP) for approval. o Conduct a records search of the DAHP archives, HRA reference library and local repositories. M: PursuitslTlTuIm 4a WA, City, ofPursufs12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMajor Meint 3 Bridge Bundle Scope 2015-0630 - RPH2docr City of Tukwila 12 DRAFT Scope of Services Major Maintenance on Three Bridges June 30, 2015 23 o Conduct an archaeological pedestrian survey of each APE. HRA will excavate up to six archeological shovel probes at each bridge to assess the probability for buried cultural materials. Any findings will be documented on site inventory forms and with photographs and handheld GPS locations. o Prepare a brief cultural resources technical report summarizing results of the field work. A draft report will be prepared for electronic review by CLIENT and WSDOT. Assumptions: 1. No separate documentation will be prepared for listed species outside the CED form. 2. No separate documentation or field work will be necessary to adhere to the CLIENT's critical areas ordinance. 3. CONSULTANT team will have complete property access to APE. 4. No more than one archaeological site will be encountered at each bridge. 5. APEs will only include area immediately adjacent to the bridges where repair and maintenance work is proposed. 6. Formal consultation with Native American tribes is not included. 7. No evaluation of the bridges as historic structures will be provided. Deliverables: 1. CED Form. Two review drafts in electronic form and a final in .pdf and paper form. 2. SEPA Exemption Memorandum — draft and final 3. Cultural APE map and work plan — draft and final 4. Cultural Technical Report-draft and final 5.03 GRADY WAY BRIDGE PS &E Preparation CONSULTANT shall prepare concept and final design, construction plans, engineer's estimate, and special provisions for GRADY WAY BRIDGE repairs and maintenance. Tasks to be performed are as follows: • Structural Design: CONSULTANT shall develop design and plans for the bridge layout, seismic retrofit, and incidental seismic repairs. This subtask involves the following activities /elements: o Field inspection o Seismic retrofit design o Construction clearances o Crack and spall repair • Civil Design: CONSULTANT shall develop design and plans for the following: Mobility of Traffic (MOT) Plans CONSULTANT will provide Mobility of Traffic (MOT) plans for the construction phase of the GRADY WAY Bridge Repair. This subtask involves the following activities: M:IPursultslTlTukwila WA, City onPUrsuits12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMa/or Malnt 3 Bridge Bundle Scope 2015.0630- RPH2.docx City of Tukwila 13 DRAFT Scope of Services Major Maintenance on Three Bridges June 30, 2015 24 o Initial coordination with PROJECT team, CLIENT, and other stakeholders on traffic control strategies and options based on design alternatives, including full closure and partial closure options; o Develop up to three (3) concepts for traffic control plans and review with project team and agency stakeholders; o Attend one (1) PROJECT public meeting to discuss traffic control strategies and get input from public; Construction Sequence /Staging Plans CONSULTANT will prepare Construction Sequence /Staging Plans showing the general construction sequence. It is assumed that up to three phases may be necessary. Three (3) General Site Plans will be used for each phase with one additional detail sheet per phase as necessary. Information from the construction sequencing plans will also be used to develop the temporary traffic control / detour plans. Temporary Erosion and Sedimentation Control (TESC) Plans CONSULTANT will produce Temporary Erosion and Sedimentation Control Plans and TESC detail drawings. The plans and details will incorporate Best Management Practices (BMPs) as outlined in the Department of Ecology's "Stormwater Management Manual for Western Washington Volume II, 2005 edition ". • Quality Assurance /Quality Control: Subconsultant TRANTECH will perform QA /QC in compliance with the established PROJECT Quality Plan for each milestone submittal. • Plans Preparation: CONSULTANT will prepare a plan set package with the items identified in Table 1 at 30 %, 90% and 100% completion. Plans submitted at 30% and 90% will be reviewed by CLIENT, and CLIENT comments will be addressed by CONSULTANT as part of the 90% and 100% submittals, respectively. • Special Provisions: CONSULTANT will prepare 90% and 100% special provisions. • Cost Estimate: CONSULTANT shall prepare an Engineer's Opinion of Probable Cost (Cost Estimate) at 30 %, 90% and 100% milestones. Assumptions: 1. CLIENT will perform public relations tasks of notifying business owners and traveling public of roadway closures and restrictions. 2. Although seismic retrofit is near railroad lines, it is not anticipated that railroad flagging will be needed. 3. The seismic retrofit will be designed for Level 1 Life Safety criteria. 4. The City of Renton will approve the design. M:Pursuits 11Tukwlla WA City oAPursuits12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMajor Maint 3 Bridge Bundle Scope 2015-0630 - RPH2.docc City of Tukwila 14 DRAFT Scope of Services Major Maintenance on Three Bridges June 30, 2015 25 Deliverables: 1. GRADY WAY 30% Plans and Estimate 2. GRADY WAY 90% Plans, Specifications, and Estimate 3. GRADY WAY 100% Plans, Specifications, and Estimate 5.04 GRADY WAY BRIDGE Load Rating Load Rating: CONSULTANT shall prepare a draft load rating report. The load rating will be finalized after construction and as -built drawings are completed, as part of a supplement to this AGREEMENT. Deliverables: 1. GRADY WAY Draft Load Rating Report 5.05 GRADY WAY BRIDGE Geotechnical Services Subconsultant PanGeo, Inc. (PANGEO) will perform the following services: • Attend project kick -off meeting. • Review existing available geologic and geotechnical information in the vicinity of the bridge and conduct a visual site reconnaissance of the bridge site. • Based on the information review, conduct a seismic hazard analysis, including liquefaction potential evaluation. Develop seismic design criteria in accordance with AASHTO LRFD Bridge Design Specifications, 7th Edition. Develop lateral pile analysis parameters (p -y response) for use with LPILE software or similar. • Based on review of preliminary plans developed by other members of the design team, prepare geotechnical constructability considerations. • Prepare and submit for review and comment a draft geotechnical report summarizing the findings and conclusions of the data review and seismic hazard analysis. • Prepare and submit a final report incorporating responses to review comments received on the draft report submittal. Assumptions: 1. CLIENT will furnish CONSULTANT with existing geotechnical data. It is assumed that the existing subsurface information for the Grady Way Bridge or the adjacent I -405 bridge is available and is sufficient for the above scope items. 2. No borings or field explorations are planned for this phase of work. If additional field explorations are deemed necessary based on the outcomes of this phase of work they would be completed under a supplemental scope of work for a future phase of the project. 3. The geotechnical report will be a combined deliverable for the Frank Zepp Bridge, the Beacon Avenue Bridge and the Grady Way Bridge. Deliverables: 1. Draft and final geotechnical report in electronic (pdf) format M:IPursuIts 11Tukwlla WA, City oAPursuits12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMapor Malnt 3 Bddge Bundle Scope 2015-0630 - RPH2.docr City of Tukwila 15 DRAFT Scope of Services Major Maintenance on Three Bridges June 30, 2015 26 5.06 GRADY WAY BRIDGE Maintenance Cost Estimate, Optional Maintenance Items CONSULTANT will prepare a cost estimate for optional maintenance items: epoxy cracks in girders, patching of spalls in rails, repair of expansion joints, and repair of approach slab settlement. CLIENT will review and direct CONSULTANT to include or not include the optional maintenance items in the Optional PS &E (Task 5.07). Assumptions: 1. Railroad flagging /coordination will be needed for patching the spalls in the rail and will be included in the estimate. 2. The City of Renton will approve the design. Deliverables: 1. GRADY WAY Maintenance Cost Estimate 5.07 GRADY WAY BRIDGE PS &E for Optional Maintenance Items (CONTINGENCY item) CONSULTANT shall prepare plans, specifications and a cost estimate for the optional maintenance items as directed by the CLIENT. Optional maintenance items will to be included in PS &E: o Approach slab design o Reseal expansion joints o Repair of rail spalls Assumptions: 1. All optional maintenance repairs will fit on two plan sheets. 2. Some optional repairs will require additional traffic control plans and railroad flagging. Deliverables: 1. GRADY WAY Plans, Specifications, and Estimate for Maintenance Items (CONTINGENCY) TASK 6.0 ASSISTANCE DURING BID PERIOD CONSULTANT shall provide assistance during the bid and award of the construction contract. The following tasks will be provided by CONSULTANT on an as- needed basis: • If requested, CONSULTANT shall attend a pre- construction meeting with the construction contractor to assist the CLIENT in responding to questions and inquires. • If requested, CONSULTANT shall assist the CLIENT during the bid period to answer any questions that arise concerning the PS &E documents, and will assist the CLIENT in preparing any addenda required. M:1PursuitslTlTukwda WA, Clly ollPursuils12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeetMaJor Malnt 3 Bridge Bundle Scope 2015-0630 - RPH2.doIX City of Tukwila 16 DRAFT Scope of Services Major Maintenance on Three Bridges June 30, 2015 27 Deliverables: 1. Attend and participate in the pre- construction meeting. 2. Prepare response to bidder questions and bid document addenda. TASK 7.0 CONSTRUCTION ADMINISTRATION AND ENGINEERING SERVICES The CLIENT may, at its discretion, supplement this AGREEMENT to include Construction Administration and Construction Engineering Services. Since the level of effort is unknown at this time, it will be negotiated as a supplement to this AGREEMENT. TASK 8.0 LOAD RATING CONSULTANT will provide final, post rehabilitation bridge load rating reports for the Frank Zepp, Beacon Avenue and Grady Way Bridges. This task will be negotiated as a supplement to this AGREEMENT. Deliverables: 1. Final Toad rating reports for the Frank Zepp, Beacon Avenue and Grady Way Bridges. TIME FOR PERFORMANCE Within two weeks of Notice -to- Proceed, a detailed schedule will be prepared based on CLIENT and CONSULTANT feedback. An estimated PROJECT milestone submittal schedule is listed below. CONSULTANT Notice -to- Proceed July 13, 2015 30% Design Submittal September 14, 2015 90% PS &E Submittal December 14, 2015 100% PS &E Submittal January 5, 2016 Project Advertisement February 16, 2016 M: Pursuits %T{Tukwfa WA, City atlPursuitst2015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady Way1Scope and FeelMajor Maint 3 Bridge Bundle 201 50630- RPH2.docx City of Tukwila 17 DRAFT Scope of Services Major Maintenance on Three Bridges June 30, 2015 28 City of Tukwila Major Maintenance on 3 Bridges David Evans and Associates, Inc. Direct Classification Hrs. x Rate = Cost 1 Project Manager (PMGR) 240 $ 60.00 $14,400 2 Managing Professional Engr (MGPE) 128 $ 64.00 $8,192 3 Engineering Manager (ENGM) 10 $ 88.00 $880 4 Professional Engineer (PFEN) 101 $ 42.00 $4,242 5 Bridge Engineer (BREN) 827 $ 40.00 $33,080 6 Sr. Bridge Engineer (SBEN) 246 $ 58.00 $14,268 7 Sr. CADD Technician (SCAD) 266 $ 41.00 $10,906 8 CADD Technician (CADD) 486 $ 28.00 $13,608 9 Managing Scientist (MSCI) 0 $ 30.45 $0 10 Senior Scientist (SSCI) 185 $ 44.00 $8,140 11 Scientist (SCIT) 180 $ 34.00 $6,120 12 Senior Planner (SPLN) 0 $ 38.00 $0 13 Construction Manager (CONM) 88 $ 68.00 $5,984 14 Senior Graphic Specialist (SGRP) 0 $ 19.50 $0 15 Survey Technician (SVTE) 0 $ 21.00 $0 16 Party Chief (PCHF) 0 $ 18.50 $0 17 Instrument Person (INST) 0 $ 26.00 $0 18 Executive Administrator (EXAD) 18 $ 36.00 $648 19 Project Administrator (PADM) 137 $ 29.50 $4,042 20 0 $0 21 0 $0 Total Hrs. 2912 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 @ 1 year(s) 181.98% of Direct Labor 30.0% of Direct Labor $ 124,510 $0 $ 124,510 $ 226,582 $ 37,353 $ 263,935 Direct Expenses No. Unit Each Cost Reproduction Costs Copies Reports Plans Parking Mail /Deliveries /Fed Ex Mileage Subtotal David Evans and Associates Total Subconsultants 500 pages @ $0.06 /page $ 30.00 12 reports @ $15 /report $ 180.00 9 sets @ $2 /set $ 18.00 0 @ $8 $ 3 @ $20 $ 60.00 1000 miles @ $0.575 /mile $ 575.00 $ 863 $ 389,308 W /DBE M /DBE Hrs $ Total TranTech, Inc. 1980 $ 266,940 PanGeo, Inc. 192 $ 23,032 HRA Associates, Inc. 132 $ 10,010 Total 0.0% 0.0% 0.0% 2,304 Subconsultant Total 0% $ 299,982 Direct Expenses Sub -Total (including Subconsultants) $ 300,845 Total Costs $ 689,290 Page 1 of 1 M: \Pursuits \T\Tukwila WA, City of\Pursuits\2015_Bridge Bundle - Beacon Ave, Frank Zepp, Grady Way \Scope and Fe&Alajor maint 3 bridge bundle_Budgefi dktin6t_z6($062S-tlmHi.2606 PM 29 30