HomeMy WebLinkAboutTrans 2015-07-06 COMPLETE AGENDA PACKETCity of Tukwila
Transportation Committee
• Joe Duffie, Chair
❖ Allan Ekberg
❖ Kathy Hougardy
Distribution:
J. Duffie
A. Ekberg
K. Hougardy
K. Kruller
D. Robertson
Mayor Haggerton
D. Cline
L. Humphrey
B. Giberson
F. Iriarte
R. Tischmak
G. Labanara
P. Brodin
R. Turpin
M. Hart
Clerk File. Copy
2 Extra
Place pkt pdf on Z: \TC -UC
Agendas
e -mail cover to: A. Le,
C. O'Flaherty, J. Duffle,
D. Almberg, B. Saxton,
S. Norris, M. Hart,
L. Humphrey
AGENDA
MONDAY, JULY 6, 2015 — 5:15 PM
FOSTER CONFERENCE ROOM — 6300 BUILDING
(formerly known as Conference Room #1)
Next Scheduled Meeting: Monday, July 20, 2015
The City of Tukwila strives to accommodate individuals with disabilities
Please contact the Public Works Department at 206- 433 -0179 for assistance,
1.
PRESENTATION(S)
2.
BUSINESS AGENDA
a) Major Maintenance on 3 Bridges 2015 Project
a)
Forward to 7/20/15 Regular
Pg. 1
Consultant Selection and Agreement
Consent Agenda
b) Interurban Ave S (S 143`d St to Fort Dent Way)
b)
Forward to 7/20/15 Regular
Pg. 31
CM — Environmental Compliance, Amendment #1
Consent Agenda
c) TUC Pedestrian /Bicycle Bridge Over Green River Project
c)
Forward to 7/27/15 C.O.W.
Pg. 35
Ordinance for Acquisition of Right -of -Way
Public Hearing & 8/3/15
Regular
3.
SCATBd
4.
MISCELLANEOUS
d) Update on new signage installation at multiple locations
throughout the City
d)
Information Only
5.
ANNOUNCEMENTS
Future Agendas:
Next Scheduled Meeting: Monday, July 20, 2015
The City of Tukwila strives to accommodate individuals with disabilities
Please contact the Public Works Department at 206- 433 -0179 for assistance,
Transportation Committee - 2015 Work Plan
• }�. .} <,:•�wk"�x'j;G"','xi3' ! +?> .: Y• , �6 a
• 1. }�Descr�pt�on sa
;,ta
Qtr,,
•`�•vA"ctt0
peptq�
Oi
.4tatus
Br' v:
1`+'�5«,R •,
, *�
BNSF Int modalFac�iity�Acce s� '�f" .2
a- ._.ru+am�e�e,..om.infie«,w dv..«..e�n A. ,N�. -N.l Sx ,� - H"f .�,a
E
�a
`� T•.. 2Rd d?:
k 4s�
x*- ^+....[ax....
e i'1 -
Design contract (to COW only)y
1
PW
A
Complete
42IRv"�,4ywyrP� *. •d ' t Slrv".- `4�'es � 4a� +�K � �
venue 5out�h Phase Illy' :.
.xA V `�'f'.' S.
.. ,
. 'i'c4$} `S
r ,.,
'
Design Contract Supplement — design undergrounding
2
PW
A
Seattle City Light underground agreement
4
PW
A
Follow -up on potential for coordination with SeaTac
2
PW
B
Avero ,- gyres °. "..grz Tt`^ 'w 31 k .w rc
DADA mprovements��� y- ��..,;:�..;
A
° Y `
�t
'
Design contract and bid award
2
PW
A
1 nualrOve_ tlik•and Repai al? gr "
..
x
.,. •
� ... ,;
Bid Award
2
PW
A
M.:�a� w&Yfi''c`s��#& a�*�r+- "th�'�.`- '°2L`�tTthfi �� aL n' ¢ -. '�
O, rta nwelSt(501374 1 �...4
{;! * -''�
"r r.+- Inc
,�• r
Funding and Design contract
2
PW
A
53rd Ave S Water Main Replacement, Sewer Rehab (from
Utilities)
A
011:14, mew Safe Routes t hoof J `�
msw.:as. �<_ a :u€?wv�v- aa�rAw2.<:.cv... Sankaz.w >xY:r.����':~ „h?sQx�'�.�d,..
r
Y '
'
.�in�`tt
�'�•a�7TX.���..
`
-a.s:.
Closeout .
3
PW
A
` if over P fi Westktil,P ns Rgi t'dr
PW
A
Closeout
e
grf kr§ae Routeto Shoo
P
ve
s z
Closeout
3
PW
A
'rY 'R�= a= '°•`P^'�+" 5:i 'mss" ` :;.'� ''.M
Boeiilltatess Road €fiver BNR,R�Br�id 11,12 Wb� .� _ "t
r.y:`' .;.'
�� �
a, •r �
Bid Award 0
3
PW
A
F,i ' ^�'�i`�F ��?llryrf .�'��fi.,�r,F":�i35F�°' ,� .� YR'i ..� � bra E -'
: ResidentialStreetlmpr�ovementss�� «.u. �'
7�3 m'F '�'
es ate
° ":
"
Design contract
2
PW
A
Safety -based priority list
4
PW
B
Program update
4
PW
B
TUCP /BkeB[t!dge �a _.n"�
�'.z
"�
.,�..
Right -of -way and easement acquisition
1
PW
A
Complete
Bid Award
4
PW
A
Interurb4F.ArfPue (S 1x43 , „For 1 ent ,i4
Status update
4
PW
B
a *r °- 4rsar :
514StPhase IIt('42"d AIe516 ::��; fi ..
�
��"
Bid award
4
PW
A
WnTJ> s �. "t", `a.;;"th4' "P°'7
ros All Petition ript,, wtHcm� "
��
._
'
• t .c :,
`'' • : - �,.„.•,
Present engineering analysis
3
PW
B
BOTHER... �:
TIB pedestrian bulb replacement (test locations)
2
PW
B
Allentown Roadside Barriers — outreach and design alternatives
2
PW
B
Complete
Duwamish/ S 119th Ped Bridge — present condition and repairs
1
PW
B
Complete
(briefing)
Transit plan update contract
4
PW
A
TIP Resolution
2
PW
A
Complete
Standard Re orts /B14fings�
gfire uen •,
•
R54,1: '
Facility Tours
As needed
PW
SCATBD
Semimonthly
PW
Committee Work Plan
Council, Staff
City of Tukwila
Updated 6/8/15
City of Tukwila
TO:
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director
BY: Grant Griffin, Senior Engineer
DATE: July 2, 2015
SUBJECT: Major Maintenance on 3 Bridges 2015 Project
Project Numbers 91510406, 91510407191510408
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\ PROJECTS W- RW 8 RS ProjectslBridge Inspection Programs Bridge Inspections 2015 (91510402)\Major Maintenance on 3 Bridges 2015\DEA Design Cantractlnro 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
CI 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 $
e 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 -1b 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 day of
between the Local Agency of
and the above organization hereinafter called the "CONSULTANT".
DOT Form 140 -089 EF
Revised 09/2013
Page 1 of 8
, Washington, hereinafter called the "AGENCY" ,
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.
1I1 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 Iiability 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 CONSULTANT'S 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 fmal 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 6 of 8
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.
Page 7 of 8 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 ProjectAssumptions 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: IPursuftslTlTukwila WA, City ofPursuitst2015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and Fee%Major Maint 3 Bridge Bundle Scope 2015-0630 -
RPH2.docx
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:IPursuitslTlTukwda WA, City o/Pursults12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WayiScape and Fee Major Maint 3 Bridge Bundle Scope 2015-0630 -
RPH2.doca
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 con tract 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
1
X
X
FRANK ZEPP Bridge Layout
X
X,
X
FRANK ZEPP Deck Repair Details
"X
FRANK ZEPP Painting Details
X
X
FRANK ZEPP Seismic Details
X
X
FRANK ZEPP Striping Plan
X
FRANK ZEPP Traffic Control Plans (MOT)
X
FRANK ZEPP Detour Plans
2
X
FRANK ZEPP Pedestrian Access Plans
1
X
FRANK ZEPP Approach Roadway Plans
1
X
Aa , , -BpPCson std
00
eq
e:,Ge
gH
;i
F`Y °NK' E
a
ag = MTY'r 4
BEACON AVENUE Bridge Layout
X
X
X
BEACON AVENUE Demolition Plan
2 •
X
X
X
BEACON AVENUE Deck Replacement Details
3
X
BEACON AVENUE Rail Details
1
X
X
BEACON AVENUE Painting Details & Steel Repair
3
X
BEACON AVENUE Striping Plan
X
X
BEACON AVENUE Traffic Control Plans (MOT)
X.
X
BEACON AVENUE Detour Plans
X
BEACON AVENUE Pedestrian Access Plans
2
BEACON AVENUE Approach Roadway Plans
1
X
isrigirrommli
VE
P,
ABE 1 ;O
kaog ans
r.
e.
GRADY WAY Bridge Layout.
X
X
X
GRADY WAY Seismic Retrofit Details
2
GRADY WAY Optional Repair Details
2
X
GRADY WAY Traffic Control Plans (MOT)
1
X
X
Engineer's Estimate
T
X
X
X
Special Provisions
X
M:1PursuttsillTukwlle WA, CI , otlPurau@s12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeetMajor Main! 3 Bridge Bundle _Scope 20150630-
RPH2.aba
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:Pursulls%TlTukwta WA, City oAPursuks12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady Way%Scope and FeelMajor Maint 3 Bridge Bundle Scope 2015-0630 -
RPHZ.docc
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:1PursuitslT%TukwAa WA, City oAPursuits12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady Way$Scope and Fee1Major Maint 3 Bridge Bundle Scope 2015-0630•
RPH2.docx
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:1PursufstTlTukwlla WA, City ot'Pursutts12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMa%or Malnt 3 Bridge Bundle Scope 2015-0630 -
RPH2docx
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:IPursuits%TlTukwila WA, City oIPursuitst2015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMajorMaint 3 Bridge Bundle Scope RPH2.dacx
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, 7u' 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: %PUrsuitslT%Tukwila WA, City ottPursuits12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMajor Maint 3 Bridge Bundle Scope 2015-0630-
RPH2.docx
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:IPur;uitslTlTukwIa WA, City o%Pursuds12015 adage Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMajorMaint 3 Badge Bundle Scope 2015.0630 -
RPH2.docc
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:IPursultslTlTukwda WA, City oAPursults12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady Way%Scope and FeelMajor Malnt 3 Bridge Bundle Scope 2015-0630 -
RPHZdocx.
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:IPursuitslTlTukwta WA, City oAPursuits12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and Fee1Ma/or Malnt 3 Bridge Bundle Scope 2015-0630 -
RPH2.doar
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 load 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:tPursuitslTlTukwiia WA, City of Pursuits12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylSeope and Fee1Ma/or Maint 3 Bridge Bundle Scope 2015-0630 -
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:1PursuitslT%Tukwda WA, City o$Pursuds12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMajor Maid 3 Bridge Bundle Scope 2015-0630-
RPH2docx
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:IPursuitstTlTukwila WA, City ot'PursuIts12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMajor Maint 3 Bridge Bundle 2015-0630 -
RPi12.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:IPursultsVITukwAa WA, City otlPursuitsl2015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMajor Maint 3 Bridge Bundle Scope 2015.0630-
RPH2.docx
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 1 -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 :IPursuftslT1Tukwfla WA, City oAPursuits12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeeiMapor Mainf 3 Bridge 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:IPursuitsU71Tukwda WA, City ofPursufs12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMaJorMaint 3 Bridge Bundle 2015-0630 -
RPH2.docx
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 Toad 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 load 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:1PursuitslTlTukwda WA. City allPursults12015 Bridge Bundle - Beacon Ave, Frank Zepp, Grady WaylScope and FeelMajor Maint 3 Bridge Bundle 2015-0630 -
RPH2.docc
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 (SEEN) 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 (SV"E) 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
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
David Evans and Associates Total
Subconsultants
$ 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 Fee\Major maint 3 bridge bundle_BudgeRriiktliii_264X36213-16) - 1121106 PM
29
30
City of Tukwila
Jim Haggerton, Mayoi
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director.
BY: Robin Tischmak, City Engineer
DATE: July 2, 2015
SUBJECT: Interurban Ave South (S 143rd St to Fort Dent Wav)
Project No. 90310402, Contract No. 14 -111
Amendment No. 1, Construction Management - Environmental Compliance
ISSUE
Execute Contract Amendment No. 1 with DGK Inc., dba Widener & Associates, to monitor environmental
compliance during construction of the Interurban Ave S roadway improvement project.
BACKGROUND
The Interurban Ave S project is in the final phase of constructing improvements to the entire corridor
between 42 "d Ave S and 1 -405. The improvements will include curbs, gutters, sidewalks, illumination, storm
drainage, street reconstruction, and other urban roadway improvements. Several environmental permits
were required for construction, including a Shoreline Permit, NPDES, and a King County Sewer Discharge
Permit.
Each environmental permit included certain conditions that were required to be met as well as regular
monitoring and reporting of activities. Widener & Associates provided support for obtaining the permits and
have and will continue to monitor compliance during construction.
ANALYSIS
Construction activities have exposed contaminated groundwater and soils that have specific requirements
for disposal. The contaminants have caused the contractor to modify construction methods. The original
contract with Widener & Associates did not include coordination efforts to deal with contaminated materials,
but they have the expertise and experience to assist City staff in this effort. Contract Amendment No. 1,
including the scope of work and an estimate of fees, has been prepared to perform the additional
compliance monitoring to dispose of contaminated materials properly.
BUDGET AND BID SUMMARY
Contract Amendment No. 1 with Widener & Associates is for $37,280.09, making the total contract amount
$73,019.29. The $1,139,675.00 contingency will be used for this Amendment and to date, after this
amendment, there is a balance of $363,571.80.
RECOMMENDATION
Council is being asked to approve Contract Amendment No. 1 with DGK, Inc. in the amount of $37,280.09
for construction management environmental compliance support and consider this item on the Consent
Agenda at the July 20, 2015 Regular Meeting.
Attachment: Contract Amendment No. 1
W:1PW Eng1 PROJECTS \A- RW 8 RS Projects Interurban Ave S (90310402)1Info Memo Widener Amd #1 07-02-15 gl - sb.doac
31
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number:
CONTRACT FOR SERVICES
Amendment # 1
Between the City of Tukwila and DGK Inc., Widener & Associates
That portion of Contract No. 14 -111 between the City of Tukwila and
DGK Inc.; Widener & Associates is amended as follows:
Article 2. Scope of Services, shall be supplemented with the following:
The Consultant agrees to perform the services, identified on Exhibit `A" attached hereto,
including the provision of all labor, materials, equipment and supplies.
Article 4. Payment, shall be modified 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
for this work shall not exceed $37,280.09 without express written modification of the
Agreement signed by the City.-The new total contract shall not exceed $73,019.29
without express written modification of the Agreement signed by the City.
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:
ATTEST /AUTHENTICATED APPROVED AS TO FORM
City Clerk City Attorney
CA: 2012
Page 1 of 1
32
Exhibit "A"
Construction Support
Interurban Avenue Project
Contamination Remediation
Scope of Work
This supplement scope of work provides for the environmental compliance testing and
monitoring on the contamination. The included the following tasks:
•. Coordination with King County Metro to increase discharge rates and
contaminate concentration limits as needed.
• Provided for the testing and monitoring of the vault site.
• Coordination of the test results with King County and complete the reporting
requirements.
33
Environmental
Cost Estimate
Exhibit B
Project Name Interurban Construction Support
Client City of Tukwila /Robin Tischmak
Location Interurban Blvd. Tukwila . Date 5/26/2015
Project
Manager
Project
Biologist
Hours
Hours
Task 1 Site Contamination i
79.5
36.5
Task 2 Additional Site contamination & utilty coordination
40
20
- Total hours
119.5
56.5
Summary
Hours
Rate*
Cost
Project Manager
119.5
$140.00
$16,730.00
Project Biologist
56.5
$86.80
$4,904.20
Total Labor
$21,634.20
Outside Services ( testing)
$15,645.89
TOTAL ESTIMATED COST
$37,280.09
34
TO:
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director
BY: Cyndy Knighton, Senior Program Manager
DATE: July 2, 2015
SUBJECT: TUC PedestrianBicvcle Bridge over the Green River Project
Project No. 90510403
Ordinance for Acquisition of Right -of -Way
ISSUE
Ordinance to acquire property for the Tukwila Urban Center Pedestrian/Bicycle Bridge Project.
BACKGROUND
Final design for the TUC Pedestrian /Bicycle Bridge is nearly complete. Right -of -way (ROW) is needed along
the project in order to construct the proposed improvements. In December 2014, the Transportation
Committee discussed the design revisions studied as part of the Supplemental Type, Size, and Location
Report and an earlier ordinance for ROW acquisition for the single family home at 16113 West Valley
Highway. That ROW ordinance was adopted on February 17, 2015 as Ordinance No. 2467. At that time, the
limits of ROW needed on the west side of the Green River were not fully known.
DISCUSSION
Additional ROW is necessary on the west side of the Green River to construct the TUC Pedestrian/Bicycle
Bridge Project. Small slivers of land must be acquired in an easement form from the Riverview Plaza office
park. The existing trail was not constructed fully within the easement boundaries. While the design has
attempted to minimize the encroachment, small amounts of land must be acquired to avoid significant impacts
to the US Army Corps of Engineers certified levee. In no case will the new trail be built beyond where the
current trail exists today. Additionally, a small amount of Temporary Construction Easements (TCE) are
necessary in order to accommodate the construction.
Parcel No.
Owners
TCE Required (SF)
ROW Required (SF)
252304 -9077
BCRP
1170
252304 -9039
BCRP
1291
191
The attached ordinance provides the authority to acquire the needed property. As with previous projects that
have involved acquiring additional property, the City will do everything within its power to work cooperatively
with the property owners. However, should the City not be successful in these efforts, condemnation of the
property would be required. Letters have been mailed to the owners notifying them of this potential
condemnation and the Council's schedule for ordinance approval.
FINANCIAL IMPACT
None. Once a purchase price has been negotiated and accepted, the funds will come out of the right -of -way
funds within the budgeted CIP project.
RECOMMENDATION
Council is being asked to approve the Ordinance authorizing acquisition /temporary construction easements
for two parcels and consider this item at the July 27, 2015 Committee of the Whole for the Public Hearing and
subsequent August 3, 2015 Regular Meeting.
Attachments: Ordinance with legal descriptions and maps
35
W:\PW Eng\PROJECTSIA- RW & RS Projects \TUC Ped Bicycle Bridge (90510403)1ROW\INFO MEMO ROW Acquisition 07 -03 -15 gl- sb.docc
DRAFT
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF
TUKWILA, WASHINGTON, AUTHORIZING AND PROVIDING FOR
THE ACQUISITION OF INTERESTS IN LAND FOR THE
PURPOSE OF COMPLETING THE TUKWILA URBAN CENTER
PEDESTRIAN- BICYCLE BRIDGE PROJECT; PROVIDING FOR
CONDEMNATION, APPROPRIATION, TAKING OF LAND AND
PROPERTY RIGHTS NECESSARY THEREFORE; PROVIDING
FOR PAYMENT THEREOF AND DIRECTING THE INITIATION OF
APPROPRIATE PROCEEDINGS IN THE MANNER PROVIDED BY
LAW AND FOR SAID CONDEMNATION; PROVIDING FOR
SEVERABILITY; AND ESTABLISHING AN EFFECTIVE DATE.
WHEREAS, on January 20,- 2009, the City Council adopted the `Walk and Roll
Plan," -the City's non - motorized functional plan, by Ordinance No. 2222, which
established a plan and guiding principles and practices for transportation improvements
to encourage walking, bicycling and transit use; and
WHEREAS, on October 21, 2013, the City Council amended the Transportation
Element and the Southcenter/Tukwila Urban Center Element of the Comprehensive
Plan, by Ordinance No. 2413, calling for funding to support a pedestrian- bicycle bridge
to connect the Southcenter Mall to the Sounder Commuter Rail Station; and
WHEREAS, on June 2, 2014, the City Council adopted the Southcenter Subarea
Plan, by Resolution No. 1832, which lists the Pedestrian - Bicycle Bridge Project as a
high priority project necessary to connect Tukwila's two transit hubs and complement
adjacent land uses (both existing and future); and
WHEREAS, on June 2, 2014, the City Council repealed and reenacted certain
sections of Tukwila Municipal Code Chapter 18.28, by Ordinance No. 2443, which
implemented the goals and policies of the Tukwila Comprehensive Plan and the
Southcenter Subarea Plan and specifically established the Transit Oriented
Development Neighborhood District and established a future pedestrian walkway
connecting the Tukwila Transit Center and the Sounder Commuter Rail /Amtrak Station
along the proposed bridge alignment; and
WHEREAS, on November 17, 2014, the City Council adopted the 2015 -2020
Capital improvement Program (CIP), by Resolution No. 1848; and
W: Word Processing\OrdinancesWcquisition #2 for Pedestrian - Bicycle Bridge Project 6 -30 -15
CK:bjs
Page 1 of 3
36
WHEREAS, the City Council has found that the public health, safety, necessity and
convenience demand that the Tukwila Urban Center Pedestrian - Bicycle Bridge Project
be undertaken at this time and that in order to carry out the project it is necessary at this
time for the City to acquire interests and rights to the property described herein; and
WHEREAS, the City Council finds and declares it necessary and in the best interest
of the public that interests in the land and property rights hereinafter described be
condemned, appropriated, and taken for public use, subject to the making or paying of
just compensation to the owners thereof in the manner provided by law; and
WHEREAS, the City is authorized by RCW 35A.64.200 and Chapter 8.12 RCW to
initiate eminent domain proceedings for the condemnation of the property; and
WHEREAS, on February 17, 2015, the City Council passed Ordinance No. 2467,
which states that the land and property rights commonly known as 16113 West Valley
Highway are necessary for construction of the Tukwila Urban Center Pedestrian - Bicycle
Bridge Project; and
WHEREAS, a Notice of Final Action was duly noticed in accordance with RCW
8.25.290, and on July 27, 2015, the Tukwila City Council accepted public comments
relating to the property described herein;
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, HEREBY ORDAINS AS FOLLOWS:
Section 1. The land and property rights within the City of Tukwila, King County,
Washington, commonly known as portions of 16000 Christensen Road and 16040
Christensen Road, Tukwila, Washington, and further described in the attached Exhibit
A, Exhibit B, and Exhibit C, are necessary for construction of the Tukwila Urban Center
Pedestrian - Bicycle Bridge Project ( "the Project ") described above, subject to making or
paying just compensation to the owners thereof in the manner provided by law.
Section 2. The City of Tukwila specifically finds construction of the Project to be a
public use, specifically the construction of a new pedestrian- bicycle bridge across the
Green River, associated ramp approaches to the bridge, and new or improved trail
approaches to provide non - motorized connection from the City's roadway network to the
bridge connecting the Southcenter "core," with its planned land use mix of compact
development including residential, employment, shopping and entertainment, to the
Sounder Commuter Rail /Amtrak Station and surrounding Transit Oriented Development
Neighborhood District. The City Council specifically finds construction of the Project to
be necessary, and in the best interests of the citizens.
Section 3. The cost and expense of acquiring said property rights shall be paid
from the 2013 -2015 Regional Mobility Grant awarded to Tukwila by the Washington
State Department of Transportation, from general funds of the City of Tukwila, and from
other monies applicable thereto that the City may have available or may obtain. The
Director of the Public Works Department or his designee is hereby authorized to
negotiate with and make offers to the owners of said land or property for the purposes
of making or paying just compensation, and to approve the payment of just
compensation as negotiated with said owners or as ordered by the Court.
W: Word ProcessingkOrdinances1Acquisition #2 for Pedestrian - Bicycle Bridge Project 6 -30-15
CKbjs
Page 2 of 3
37
Section 4. In the absence of negotiated purchases with the affected property
owners, the City Attorney is hereby authorized and directed to undertake proceedings
provided by law to condemn, appropriate, and take the property necessary to carry out
the provisions of this ordinance. The City Attorney is further authorized to approve and
enter into any and all such agreements, stipulations, and orders necessary to carry out
the provisions of this ordinance, including for the payment of just compensation as
agreed to with the property owners, or as ordered by the Court.
Section 5. Corrections by-City Clerk or Code Reviser. Upon approval of the
City Attorney, the City Clerk and the code reviser are authorized to make necessary
corrections to this ordinance, including the correction of clerical errors; references to
other local, state oi' federal laws, codes, rules, or regulations; or ordinance numbering
and section /subsection numbering.
Section 6. Severability. If any section, subsection, paragraph, sentence, clause
or phrase of this ordinance or its application to any person or situation should be held to
-be invalid or unconstitutional for any reason by a court of competent jurisdiction, such
invalidity or unconstitutionality shall not affect the validity or constitutionality of the
remaining portions of this ordinance or its application to any other person or situation.
Section 7. Effective Date. This ordinance or a summary thereof shall be
published in the official newspaper of the City, and shall take effect and be in full force
five days after passage and publication as provided by law.
PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at
a Regular Meeting thereof this day of , 2015.
ATTEST /AUTHENTICATED:
Christy O'Flaherty, MMC, City Clerk
APPROVED AS TO FORM BY:
Rachel B. Turpin, City Attorney
Jim Haggerton, Mayor
Filed with the City Clerk:
Passed by the City Council:
Published:
Effective Date:
Ordinance Number:
Attachments: Exhibit A — Legal Description and Map, Parcel No. 252304 -9039,
Right of Way
Exhibit B — Legal Description and Map, Parcel No. 252304 -9039,
Temporary Construction Easement
Exhibit C — Legal Description and Map, Parcel No. 252304 -9077,
Temporary Construction Easement
W: Word Processing \Ordinances■cquisition #2 for Pedestrian - Bicycle Bridge Project 6-30-15
CK:bjs
Page 3 of 3
38
EXHIBITS/
PARCEL NO. 252304-9039
TRAIL EASEMENT
THAT PORTION OF REVISED LOT 1, BOUNDARY LINE ADJUSTMENT NO. 81- 40 -BLA, RECORDED
DECEMBER 16, 1981 UNDER RECORDING NO. 8112160540, KING COUNTY RECORDS, WA,
DESCRIBED AS FOLLOWS:
BEGINNING AT THE NW CORNER OF SAID LOT 1;
THENCE SOUTH 03° 38' 31" WEST ALONG THE WESTERLY LINE OF SAID LOT 1, A DISTANCE OF 26.82
FEET TO POINT "M "AND THE SOUTHEASTERLY LINE OF THAT EASEMENT FOR A PEDESTRIAN TRAIL
RECORDED UNDER RECORDING NO. 8009190876, KING COUNTY, WA.
THENCE ALONG SAID SOUTHEASTERLY LINE THE FOLLOWING COURSES:
NORTH 72° 29' 01" EAST, 65.85 FEET;
NORTH 49° 59' 53" EAST, 30.96 FEET TO THE TRUE POINT OF BEGINNING;
NORTH 49° 59' 53" EAST, 24.71 FEET;
SOUTH 88° 22' 06" EAST, 24.71 FEET TO A NON TANGENT CURVE TO THE LEFT;
THENCE ALONG SAID CURVE WHOSE CENTER BEARS SOUTH 01° 37' 54" WEST, 65.00 FEET, AN ARC
DISTANCE OF 47.23 FEET TO THE TRUE POINT OF BEGINNING.
CONTAINING 71 SQUARE FEET, MORE OR LESS.
TOGETHER WITH:
BEGINNING AT POINT "M
THENCE NORTH 72° 29' 01" EAST ALONG SAID SOUTHEASTERLY LINE OF SAID PEDESTRIAN TRAIL
EASEMENT, 59.18 FEET TO A NON TANGENT CURVE TO THE RIGHT.
THENCE ALONG SAID CURVE WHOSE CENTER BEARS NORTH 29° 15' 15" WEST, 145.46 FEET, AN ARC
DISTANCE OF 59.60 TO POINT "M':
CONTAINING 120 FEET, MORE OR LESS.
TOTAL EASEMENT AREA CONTAINING 191 SQUARE FEET, MORE OR LESS.
252304 -9039 ESMT
06 -2S- &2
Page 1 of 1
ICPG
TACOMA- SEATTLE
39
S 03'38'31" W
:PROPERTY LINE
NW 1/4, SEC. 25, T. 23 N., R. 4 E, W.M.
26.821 POB
cis
NW .CORNER
LOT 1 (81- 40 -BLA)
TRAIL EASEMENT
AREA = 120 S.F.±
TAX LOT NUMBER 6:67'
252304 -9039
TOTAL TRAIL EASEMENT
AREA =191 S.F.±
DATE: 6/25/2015
MOB
TRAIL EASEMENT
AREA = 71 S.F.±
a`
-o_
i
CO
00
it
0
• 1-
W
L
w
—J
• Q
FILE: 252304 -9039 ESMT.DWG
KpG
75398i Ave N 2502 Atom Ave
Sea10e, WA 99109 Tama, WA 95402
(20(1)299 -1610 (253)x4120
EXHIBIT
PARCEL 252304 -9039
TRAIL EASEMENT
40
EXHIBIT
PARCEL No. 252304-9039
TEMPORARY CONSTRUCTION EASEMENT
THAT PORTION OF REVISED LOT 1, BOUNDARY LINE ADJUSTMENT NO 81- 40 -BLA, RECORDED
DECEMBER 16, 1981 UNDER RECORDING NO 8112160540, KING COUNTY RECORDS, WA,
DESCRIBED AS FOLLOWS:
BEGINNING A T THE NW CORNER OF SAID LOT 1;
THENCE SOUTH 03° 38' 31" WEST ALONG THE WESTERLY LINE OF SAID LOT 1, A DISTANCE OF 26.82 FEET
TO POINT "M" AND THE SOUTHEASTERLY LINE OF THAT EASEMENT FOR A PEDESTRIAN TRAIL
RECORDED UNDER RECORDING NO. 8009190876, KING COUNTY, WA.
THENCE ALONG SAID SOUTHEASTERLY LINE THE FOLLOWING. COURSES:
NORTH 72° 29' 01" EAST; 65.85 FEET,
NORTH 49° 59' 53" EAST, 55.67 FEET;
SOUTH 88° 22' 06" EAST, 110.49 FEET;
NORTH 66° 48' 01" EAST, 45.60 FEET TO THE TRUE POINT OF BEGINNING;
NORTH 66° 48' 01" EAST, 21.61 FEET TO THE NORTHEASTERLY LINE OF SAID LOT 1;
THENCE ALONG SAID NORTHEASTERLY LINE THE FOLLOWING COURSES ::
SOUTH 40° 15' 25" EAST, 3.19 FEET;
SOUTH 28° 23'00" EAST, 49.69 FEET;
THENCE SOUTH 78° 23' 25" WEST, 10.44 FEET TO THE WESTERLY LINE OF THAT RIVER PROTECTION
EASEMENT RECORDED UNDER RECORDING NO. 7608040557, KING COUNTY RECORDS, WA;
THENCE ALONG SAID WESTERLY LINE NORTH 28° 23' 00" WEST, 41.49 FEET;
THENCE NORTH 78° 16' 00" WEST, 15.92 FEET TO THE TRUE POINT OF BEGINNING:
CONTAINING 572 FEET, MORE OR LESS.
TOGETHER WITH:
BEGINNING AT POINT "M;
THENCE SOUTH 03° 38' 31" WEST ALONG THE WESTERLY LINE OF SAID LOT 1 A DISTANCE
OF 4.54 FEET,
THENCE NORTH 84° 00' 44" EAST, 1.90 FEET TO A CURVE TO THE LEFT;
THENCE ALONG SAID CURVE WHOSE CENTER BEARS NORTH 05 59' 16" WEST, 131.00 FEET, AN ARC
DISTANCE OF 65.37 FEET;
THENCE NORTH 55° 25' 11" EAST, 42.52 FEET TO A CURVE TO THE RIGHT;
252304 -9039 TCE Page 1 of 2
TACOMA- SEATTLE
41
THENCE ALONG SAID CURVE WHOSE CENTER BEARS SOUTH 34° 34' 49" EAST, 53.00 FEET, AN ARC
DISTANCE OF 32.66 FEET;
THENCE SOUTH 89° 16' 24" EAST, 67.98 FEET TO A CURVE TO THE LEFT,,
THENCE ALONG SAID CURVE WHOSE CENTER BEARS NORTH 00° 43' 36" EAST, 65.00 FEET, AN ARC
DISTANCE OF 16.35 FEET TO THE SOUTH LINE OF SAID PEDESTRIAN TRAIL EASEMENT;
THENCE NORTH 88° 22' 06" WEST ALONG SAID SOUTH LINE, 82.10 FEET TO A CURVE TO THE LEFT;
THENCE ALONG SAID CURVE WHOSE CENTER BEARS SOUTH 01° 37' 54" WEST, 65.00 FEET, AN
ARC DISTANCE OF 47.23 FEET TO THE SOUTHEASTERLY LINE OF SAID PEDESTRIAN TRAIL
EASEMENT
THENCE ALONG SAID SOUTHEASTERLY LINE THE FOLLOWING COURSES:
SOUTH 49° 59' 53" WEST, 30.96 FEET;
SOUTH 72° 29' 01" WEST, 6.67 FEET TO A NON TANGENT CURVE TO THE RIGHT;
THENCE ALONG SAID CURVE WHOSE CENTER BEARS NORTH 29° 15' 15° WEST, 145.46 FEET, AN ARC
DISTANCE OF 59.60 FEET TO POINT "M':
CONTAINING 719 FEET, MORE OR LESS.
TOTAL EASEMENT AREA CONTAINING 1291 SQUARE FEET, MORE OR LESS.
252304 -9039 TCE Page 2 of 2
TACOMA- SEATTLE
42
S 0318131"
PROPERIYLiNE
1,90'
•NW 1/4, SEC. 25, T. 23 N., R. 4 E., W.M.
4.54'
!FM" 26.62'
111011-471/M-31•01!--
(/)
NW CORNER
LOT 1 (81-40-BLA)
TAX LOT NUMBER
252304-9039
TOTAL TEMPORARY CONSTRUCTION
EASEMENT
AREA=1291 S.F.±
DATE: 6/25/2015
TEMP CONSTRUCTION EASEMENT
AREA = 719 S.F.±
SEE SHEET 2
ALE: 252304-9039 TCE.DWG
TO 9th kos N
Seaftle, WA 98109
(206236464,5
wftrappom
2502 Jellason Ava
Tong WA 98402
(253)6274720
EXHIBIT SHEET 1
PARCEL 252304-9039
TEMPORARY CONSTRUCTION EASEMENT
43
NW 1/4, SEC. 25, T. 23 N., R. 4 E., W.M.
SEE SHEET 1
�ci
R= 65.00', L=16.35'
3.68'
TAX LOT NUMBER
252304 -9039
00
a/
01104
CO
w
0
TEMP CONSTRUCTION EASEMENT
AREA = 572 S.F.±
0
a
0
TPOB
DATE: 6/25/2015
3.19'
.FILE: 252304 -9039 TCE.DWG.
I PG
753 90 Ave N 2502 Jeefffne i Ave
Seel*WA98109
(206) 286-1840
Tao3se;WA98402.
(253)6274720
EXHIBIT SHEET 2
PARCEL 252304 -9039
TEMPORARY CONSTRUCTION EASEMENT
44
EXHIBIT �!
PARCEL NO. 252304-9077
TEMPORARY CONSTRUCTION EASEMENT
THAT PORTION OF REVISED LOT 2, BO UNDARY LINE ADJUSTMENT NO. 81.40 -BLA, RECORDED
DECEMBER 16, 1981 UNDER RECORDING Na 8112160540, KING COUNTY: RECORDS, WA,
DESCRIBED AS FOLLOWS:
BEGINNING AT THE INTERSECTION OF THE SOUTHWESTERLY MARGIN OF CITY OF SEATTLE PIPELINE
RIGHT OF WAY, A.F. NO. 4106155 AND THE EASTERLY MARGIN OF CHRISTENSON ROAD;
THENCE ALONG SAID EASTERLY MARGIN FOLLOWING COURSES:
NORTH 01° 10' 54" EAST, 37.80 FEET TO POINT "I';'
NORTH 01° 10' 54" EAST 184.01 FEET,
SOUTH 88° 22' 06" EAST, 9.08 FEET TO. THE. SOUTHWESTERLY LINE OF THAT EASEMENT FOR A
PEDESTRIAN TRAIL RECORDED UNDER RECORDING NO. 8009190876, KING COUNTY, WA;
THENCE SOUTH 61° 42' 17" EAST ALONG SAID SOUTHWESTERLY. LINE, 1.03 FEET TO POINT "J" AND THE
EASTERLY LINE OF THAT SIDEWALK EASEMENT SHOWN ON THE BOUNDARY. LINE ADJUSTMENT
NO. 81 -40 -BLA RECORDED UNDER RECORDING NO. 8112160540, KING COUNTY, WA;
THENCE ALONG SAID SOUTHWESTERLY LINE OF SAID PEDESTRIAN TRAIL THE FOLLOWING COURSES:
SOUTH 61° 42' 17" EAST, 58.36 FEET TO. POINT `K"
SOUTH 61° 42' 17" EAST, 11.60 FEET ;;
SOUTH 36° 49' 37 " EAST, 70.90 FEET,
SOUTH 56° 32' 27" EAST, 111.62 FEET;
SOUTH 83° 10' 26" EAST, 17.98 FEET TO POINT "L ";
SOUTH 83° 10' 26" EAST, 114.83 FEET;
NORTH 72° 29' 01" EAST, 2.54 FEET TO THE TRUE POINT OF BEGINNING;
NORTH 72° 29' 01' EAST, 18.19 FEET TO A POINT ON THE EAST LINE OF SAID
LOT 2, SAID POINT BEING SOUTH 03° 38' 31" WEST, 26.82 FEET FROM
THE NORTHEAST CORNER OF SAID LOT 2;
THENCE SOUTH 03° 38' 31" WEST ALONG SAID EAST LINE, 4.54 FEET;
THENCE SOUTH 84° 00' 44" WEST 1.07 FEET TO A CURVE TO THE RIGHT;
THENCE ALONG SAID CURVE TO THE RIGHT WHOSE CENTER BEARS NORTH 05° 59' 16 "WEST, 151.00
FEET AN ARC DISTANCE OF 14.28 FEET;
THENCE SOUTH 89° 25' 53" WEST, 1.74 TO THE TRUE POINT OF BEGINNING;
CONTAINING 41 SQUARE FEET, MORE OR LESS;
252304 -9077 TCE Page 1 of lECIPC4r
TACOMA. SEATTLE
45
TOGETHER WITH
BEGINNING AT POINT "I
THENCE NORTH 01° 10' 54" EAST ALONG THE EASTERLY MARGIN OF CHRISTENSON ROAD, 32.00 FEET'
THENCE SOUTH 88° 49' 06" EAST, 15.00 FEET;
THENCE SOUTH 01° 10' 54" WEST, 32.00 FEET;
THENCE NORTH 88° 49' 06" :WEST., 15.00 FEET TO POINT "I
CONTAINING 480 FEET, MORE OR LESS.
TOGETHER. WITH:
BEGINNING AT POINT "J
THENCE SOUTH 61° 42' 17 "EAST 5.00. FEET.
THENCE SOUTH 31° 08:28" WEST, 8.91 FEET TO THE EASTERLY LINE OF SAID SIDEWALK EASEMENT,`
THENCE NORTH 01° 10' 54" EAST ALONG SAID EASTERLY LINE, 10:00 FEET TO POINT "J';
CONTAINING 22 SQUARE FEET, MORE OR LESS.
TOGETHER WITH:
BEGINNING AT POINT "K;,
THENCE SOUTH 61° 42' 17" EAST, 11.60 FEET;
THENCE SOUTH 36° 49' 37" EAST, 63.05 FEET TO A NON TANGENT CURVE;
THENCE ALONG SAID CURVE, TO THE RIGHT WHOSE CENTER BEARS NORTH 36° 44'25 "" EAST,
111.00 FEET, AN ARC DISTANCE OF 30.93;
THENCE NORTH 37° 17' 33 .WEST, 43.08 FEET TO POINT "K".
CONTAINING 268 SQUARE FEET, MORE OR LESS.
252304 -9077 TCE Page 2 of 3
C
TACOMA- SEATTLE
46
TOGETHER WITH.:
BEGINNING AT POINT "L
THENCE SOUTH 83° 10' 26" EAST, 109.09 FEET,'
THENCE SOUTH 89° 25' 53" WEST, 24.17 FEET TO A CURVE TO THE RIGHT ;;
THENCE ALONG SAID CURVE WHOSE CENTER BEARS NORTH 00° 34' 07" WEST, 221.00 FEET, AN ARC
DISTANCE OF 37.20 FEET;
THENCE NORTH 80° 55' 24" WEST, 18.75 FEET TO A CURVE TO THE RIGHT;
THENCE ALONG SAID CURVE WHOSE CENTER BEARS NORTH 09° 04' 36" EAST, 151.00 FEET, AN ARC
DISTANCE OF 29.59 FEET TO POINT "L':
CONTAINING 359 SQUARE FEET MORE OR LESS.
TOTAL EASEMENT AREA CONTAINING 1170 SQUARE FEET, MORE OR LESS.
252304 -9077 TCE
Page 3 of 3
Kl"G
TACOMA- SEATFLE
47
9.08' NW 1/4, SEC. 25, T. 23 N., R. 4 E., W.M.
c? j SEE
DETAIL "A" .'
0 I K �' .i0
6 o 4 0. . r �b .otp q2
Ee o I "'. , �A N:T.S.
crl z f
0
00
0
Z N
Z TEMPORARY CONSTRUCTION EASEMENT
F",< AREA = 480 S.F.±
Z W i
1- 15.00'
a
'I
. . .
c., ,...,c, ..,
TEMPORARY CONSTRUCTION EASEMENT
AREA = 268 S.F.±
R =111.00', L= 30.93'
83.05'
7.85
TAX LOT NUMBER
252304 -9077 Au
TOTAL EASEMENT
AREA =1170 S.F.±
I>- TEMPORARY CONSTRUCTION EASEMENT
3 AREA = 22 S.F,±
9.08'
DETAIL "A"
POINT "J"
1.03'-- T l SOp
20'
ROW
m
POB
DATE:
Z
CITY OF SEATTLE F
PIPELINE R/W i'
AF # 4106155
753 Rh Ave N 2502 Jeffers:4i Ave
Seattle, WA 98109 Tacoma, WA 96402
fzu9) es-tec9 (2SI) 627-0120
wvw kgmm
FILE: 252304 -9077 TCE.DWG
EXHIBIT SHEET 1
PARCEL 252304 -9077
TEMPORARY CONSTRUCTION EASEMENT
48
DETAIL "B"
NW 1/4, SEC. 25, T. 23 N., R. 4 E., W.M.
TEMPORARY CONSTRUCTION EASEMENT
AREA = 41 S.F.±
H
t1)
W
�b
ti
4,7
Jk
17.98'
TEMPORARY CONSTRUCTION EASEMENT
AREA = 359 S.F.±
NE CORNER
LOT 2 (81- 40 -BLA)
DATE: 6/25/2015. FLE: 252304 -9077 TCE,DWG
7539th Ave N
Seale, WA 98109
)
2502Je0ersbnAve
Taws, WA98401
(253)627-0720
EXHIBIT SHEET 2
PARCEL 252304 -9077
TEMPORARY CONSTRUCTION EASEMENT
49