HomeMy WebLinkAboutTrans 2016-02-01 COMPLETE AGENDA PACKETCity of Tukwila
Transportation Committee
❖ Dennis Robertson, Chair
❖ Verna Seal
❖ De'Sean Quinn
AGENDA
Distribution:
p Brodin
D. Robertson
R. Turpin
V. Seal
M. Hart
D. Quinn
Clerk File Copy
J. Duffie
2 Extra
Mayor Ekberg
2.
D. Cline
Place pkt pdf on Z: \TC -UC
L. Humphrey
Agendas
B. Giberson
e-mail cover to: A. Le,
F. Iriarte
C. O'Flaherty, D. Robertson,
R. Tischmak
D. Almberg, B. Saxton,
G. Labanara
S. Norris, M. Hart,
Consultant Selection and Agreement
L. Humphrey
MONDAY, FEBRUARY 1, 2016 — 5:30 PM
FOSTER CONFERENCE ROOM — 6300 BUILDING
Next Scheduled Meeting: Tuesday, February 16, 2016 (due to holiday)
SThe City of Tukwila strives to accommodate individuals with disabilities
Please contact the Public Works Department at 206 - 433 -0179 for assistance.
Item
Recommended Action
Rage
1.
PRESENTATION(S)
2.
BUSINESS AGENDA
a) Cascade View Safe Routes to School Phase II
a)
Forward to 2/8/16 C.O.W.
Pg.
1
Consultant Selection and Agreement
and 2/16/16 Regular
b) 2015 Overlay and Repair Program
b)
Forward to 2/16/16 Regular
Pg.
47
Project Completion and Acceptance
Consent Agenda
c) Boeing Access Rd Over BNRR Bridge Rehab Project
c)
Forward to 2/16/16 Regular
Pg.
51
Jacobs Supplemental Agreement No. 3
Consent Agenda
d) Strander Boulevard Extension Phase 3
d)
Forward to 2/16/15 Regular
Pg.
59
Consultant Contract, Scope of Work, and Fees
Consent Agenda
*Chair Robertson 1/25/16 memo
For Discussion
Pg.
108
3.
SCATBd
4.
MISCELLANEOUS
e) Transportation Committee - 2016 Work Plan
e)
For Discussion
Pg.
109
5.
ANNOUNCEMENTS
Future Agendas:
Next Scheduled Meeting: Tuesday, February 16, 2016 (due to holiday)
SThe City of Tukwila strives to accommodate individuals with disabilities
Please contact the Public Works Department at 206 - 433 -0179 for assistance.
Public Works Department - Bob Giberson, Director
TO:
Mayor Ekberg
Transportation Committee
FROM:
Bob Giberson, Public Works Director
BY:
Dave Sorensen, Project Manager
DATE:
January 29, 2016
SUBJECT:
Cascade View Safe Routes to School Phase 11
Project No. 91510302
Consultant Selection and Agreement
Allan Ekberg, Mayor
ISSUE
Execute a contract with KPG, Inc. to provide design services for the Cascade View Safe Routes to School Phase II Project.
BACKGROUND
In September 2015, the City was awarded a federally funded grant as part of the Safe Routes to School Program that is to be
used for Cascade View Elementary School Phase II. The project will provide construction of a traffic circle at 33rd Ave S/S
1401h St and sidewalks on the east side of 33rd Ave S between S 1401h St and S 144th St and the south side of S 1401h St
between Military Rd S and 341h Ave S.
DISCUSSION
Consulting firms were selected for consideration from a review of firms listed on the MRSC Roster. Consultants who scored in
the top five of the firms reviewed from the MRSC Roster were contacted to provide a Statement of Qualifications. Three of the
five firms provided a Statement of Qualifications and were then interviewed. KPG prevailed to provide engineering design
services for the project (see attached consultant scoring matrix).
FINANCIAL IMPACT
KPG has prepared the attached contract, scope of work, and fee estimate to provide the necessary engineering services for
the Cascade View Safe Routes to School Phase II Project. As Phase II was originally funded after 2020 in the adopted 2015
CIP, the November 2015 budget amendment added $134,000 for design and $794,000 for construction with $838,950 in grant
funding. As the consultant contract is $138,205.30, additional funding will come from the construction budget.
Design Budget
Construction Budget Used for Design
KPG Design Contract
RECOMMENDATION
Contract Nov. Budget Amendment
$134,000.00
5,000.00
138 205.30 $ 139,000.00
Council is being asked to approve the contract with KPG, Inc. in the amount of $138,205.30 for design of the Cascade View
Safe Routes to School Phase II Project and consider this item at the February 8, 2016 Committee of the Whole Meeting and
subsequent February 16, 2015 Regular Meeting.
attachments: Vicinity Map
Consultant Selection Scoring Matrix
Page 3, Existing 2015 CIP and Budget Amendment CIP sheet
Contract, Scope of Work and Fee Estimate
WAPW Eng \PROJECTS\A- RW & RS Projects \Safe Routes to School - Cascade View Phase 11 (91510302) \Design \Consultant Selection \Dccs to TC \Info Memo KPG PE Consult Select 01 -29 -16 gI (2).docx
u 0 we
o`� •°° F° . 1 '0
a r co c�
Cascade View / i� y� �y�°jr ��
Elementary Safe a o,° oao
Routes to School PH2 .
ro. ° g r •° ar ar
Consultant oiy mo' �' * Fq o` o`
0 co co co 0
Scoring Matrix - Inter
Jr �� c� J° ,,o ,ko .9 ,`o
w. n �¢� O
views Monday io, 1 °` � °i °��c ��a� ��a� �o�a ��
November 30, 2015 Q Q 4./k, / V Q' Q /
Total Possible Points
15
20
50
20
10
15
20
150
KPG
15
15
15
20
10
13
20
108
David Evans
15
11
15
14
8
11
17
91
2
Perteet
11
14
15
15
9
11
15
90
3
Parsons Brinkerhoff
Did not submit SOQ
Paramatrix
Did not submit SOQ
These firms were rendered down from a review of firms as listed on the MRSC roster. Consultants whom scored in the top five
of the firms reviewed from the MRSC roster will be contacted to provide a statement of qualifications. Three of the five firms
contacted to provide a statement of qualifications did so. The selection out come was based solely on the in person
interviews. KPG prevailed
Reviewer Name: Combined Average Scores from three Reviewers
Ryan Larson, Robin Tischmak, Dave Sorensen
Selection Justificaiton These firms were rendered down from a review of firms as listed on the MRSC roster. Consultants whom score in the top five will be contacted to provide a
statement of qualifications.The selection out come was based soley on the in person interviews. KPG prevailed
Date: 11/30/15
W: \PW Eng \PROJECTS\A- RW & RS Projects \Safe Routes to School - Cascade View Phase II (91510302) \Design \Consultant Selection \Docs to
TC \Scoring Matrix.xlsScoring Matrix.xls
w
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2015 to 2020
PROJECT:
Cascade View Safe Routes to School Project No. 91210301
Construct an off - street, paved shared use path, sidewalks, and a traffic circle at 33rd Ave S and S 140th St.
DESCRIPTION:
This route was identified in the Walking Audit prepared for the Cascade View school zone. S 140th St is one
of the high priority missing sidewalk areas prioritized as part of the Walk and Roll Plan.
JUSTIFICATION:
Enhance safety for students walking to Cascade View Elementary School and encourage transportation choices
for Cascade View neighborhood residents.
STATUS:
Phase I is construction of an off - street, paved shared use path between S 137th St and S 140th St.
29
Phase II includes a traffic circle at 33rd Ave S/S 140th St. Also includes sidewalks on the east side of 33rd Ave S
between S 140th St & S 144th St and the north side of S 140th St between Military Rd S and 34th Ave S.
MAINT. IMPACT:
New trail, traffic circle, and sidewalks will need to be maintained.
COMMENT:
WSDOT Safe Routes to School State grant for $428K for Phase I. Funding for Phase II in beyond will be part of a
Land(R/W)
future grant application.
FINANCIAL Through Estimated
(in snnn,s1 2n13 2n14 2n1s 2n1R 2n17 2n1R 2n19 2n2n RFYnNn TnTAI
EXPENSES
Phase II
Design
30
68
29
183
310
Land(R/W)
7
63
70
Const . Mgmt.
25
10
126
161
Construction
264
85
530
879
TOTAL EXPENSES1
37
1 4201
124
1 01
01
01
01
01
839
1 1,420
FUND SOURCES
Awarded Grant
30
398
428
School District Grant
Portion
29
29
Proposed Grant
750
750
Mitigation Expected
0
City Oper. Revenue
7
22
95
0
0
0
0
0
89
213
TOTAL SOURCES
37
420
124
0
0
0
0
0
839
1,420
OProject Location
4
i
S
2015 - 2020 Capital Improvement Program 3
4
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2016 to 2021
FINANCIAL Through Estimated
(in $000's) 2014 2015 2016 2017 2018 2019 2020 2021 BEYOND TOTAL
EXPENSES
Phase 11
Phase II
Design
59
24
134
217
Land (R/W)
65
65
Const . Mgmt.
46
43
50
90
229
Construction
247
63
225
429
964
TOTAL EXPENSES1
417
1 130
1 409
1 519
1 0
1 0
1 0
1 01
0
1 1,475
FUND SOURCES
Awarded Grant
368
29
384
455
1.236
School District Grant
Portion
29
29
Proposed Grant
0
Mitigation
37
37
City Oper. Revenue
49
72
25
27
0
0
0
0
0
173
TOTAL SOURCES
417
130
409
519
0
0
0
0
0
1,475
Draft 2016 - 2021 Capital Improvement Program 3
t.
,-
Draft 2016 - 2021 Capital Improvement Program 3
Local Agency A &E Professional Services
Cost Plus Fixed Fee Consultant Agreement
Agreement Number:
Firm/Organization Legal Name (do not use dba's):
Scope of Work
KPG, Inc.
DBE Participation
Address
Federal Aid Number
753 9th Ave N, Seattle, WA 98109
Prime Consultant Cost Computations
UBI Number
Federal TIN or SSN Number
601 248468
91-1477622
Execution Date
Completion Date
Exhibit H
December 31, 2016
1099 Form Required
Federal Participation
❑ Yes ❑ No
❑ Yes ❑ No
Project Title
Cascade Elementary Safe Routes to School - Phase 2
Description of Work
Prepare Final Plans, Specifications, and Estimates for the
Cascade View Elementary Safe Routes to School
Phase 2 Project.
❑ Yes ❑ No DBE Participation
Total Amount Authorized: $139,205.30
❑ Yes 0 No MBE Participation
Management Reserve Fund: $0.00
❑ Yes No WBE Participation
F] Yes No SBE Participation
Maximum Amount Payable: $139,205.30
•' • �7 I i!'
Exhibit A
Scope of Work
Exhibit B
DBE Participation
Exhibit C
Preparation and Delivery of Electronic Engineering and Other Data
Exhibit D
Prime Consultant Cost Computations
Exhibit E
Sub-consultant Cost Computations
Exhibit F
Title VI Assurances
Exhibit G
Certification Documents
Exhibit H
Liability Insurance Increase
Exhibit I
Alleged Consultant Design Error Procedures
Exhibit J
Consultant Claim Procedures
Agreement Number:
Local AgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 1 of 14
Revised 411012015
THIS AGREEMENT, made and entered into us shown io the "Execution Date" box on page one (l) of this
AGRR6M[NIb���udzc �iko[Tub�la
. ' ,
horciuuber called the "AGENCY,"" and the ^^yh�u / Organization Name" referenced on page one (l) of this
AGREEMENT, hereinafter called the "CONBUC[&Nl"
WHEREAS, the AGENCY desires to accomplish the work referenced in "'Description of Work-on page one (1)
of this AGREEMENTand hereafter called the "SERVICES;" and does not have sufficient staff to meet the required
commitment and therefore deems it advisable and desirable 10 engage the assistance of C(]y48D|T&N'T1opoovidc
the necessary SERVICES; and
YV||]B|<B}\S, the CONSU[|7\Nl'coprosoniu that they cncny]y with the Washington 8tuic Statutes relating
to professional registration, if applicable, and has signified uvvi|}iogucos to furnish consulting services to
tbc/\OENCY.
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:
U. General Description of Work
The work under this AGREEMENT shall consist of the above-described SERVICES as herein defined, and
ncccssory to accomplish the conop|ciod work for this yr 'cc1. The CONSULTANT shall furnish all services, labor,
and related equipment and, if applicable.. sub-consultants and subcon tractors necessary to conduct and complete tile
SERVICES as designated elocp/borc in this AGREEMENT.
00, General Scope of Work
The Scope nf Work and prqjected |cve|oFeDortroquircdfhrthcoe5BRVlCEBiadcacrihediuIlzbibit^^}\``xUucbcd
hereto and by this reference made u pail of this AGREEMENT. The General Scope of Work was developed
utilizing performance based contracting methodologies.
Ill. General Requirements
All aspects of coordination of the work ofthis AGREEMENT witli outside agencies., groups, or individuals shall
receive advance approval bythe A(]BC4ClI Necessary contacts and meetings with agencies. groups, and/or
individuals shall bc coordinated tbrnuab the AGENCY The CONSULTANT shall attend coordination, progress,
and presentation meetings with the AGENCY and/or such State, Federal, Community, City, or County officials,
groups or individuals as may be requested by the AGENCY The AGENCY will provide the C()NSOLIANT
sufficient notice prior to roocdnga requiring CONS lJ[T}\NI part lciputiou. The coioioouou required hours or days*
notice shall be agreed to between the AGENCY and the CONSULTANTand shown in Exhibit "A."
The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, whicii will
outline in written and graphical form the various phases and the order o[per5aonunco of the SERVICES in
sufficient detail so that the progress of the SERVICES can easily be evaluated.
The CONSULTANT, any eub-cousu}1outy, and the AGENCY shall comply with all Federal, State, and local laws,
rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under
this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws ofthe S1u1c
of Washington.
Aarcernent Number:
Local AgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 2of/4
Rpvised 41101205
Participation for Disadvantaged Business Enterprises (DBE) or Small Business Enterprises (SBE)., if required,
per 49 CFR Part 26, shall he shown on the heading of this AGREEMENT. If DBE firms are utilized at the
commencement of this AGREEMENT' the amounts authorized to each firm and their certification number will
be shown on Exhibit "B" attached hereto and by this reference made part of this AGREEMENT. If the Prime
CONSULTANT is a DBE certified firm they must comply with the Commercial Useful Function (CUF) regulation
outlined in the AGENCY's "DBE Program Participation Plan" and perform a minimum of 30% of the total amount
of this AGREEMENT. It is recommended, but not required, that non-DBE Prime CONSULTANTS perform
a minimum of 30% of the total amount of this AGREEMENT.
The CONSUIAANTI on a monthly basis, is required to submit DBE Participation of the amounts paid to all DBE
firms invoiced for this AGREEMENT.
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 —
Preparation and Delivery of Electronic Engineering and other Data."
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
these SERVICES, 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 SERVICE, shall be
without liability or legal exposure to the CONSULTANT.
Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other
party by (i) certified mail, return receipt requested, or (ii) by email or facsimile, to the address set forth below:
If to AGENCY: If to CONSULTANT:
Name: David Sorensen Name: Nelson Davis
Agency: City of Tukwila Public Works Dept. Agency: KPG, Inc.
Address: 6300 Southcenter Boulevard Address: 753 9th Ave N
City: Tukwila State: WA Lip: 98188 City: Seattle State: WA 'Lip: ip: 98109
Email: david.sorenscn(a�
jukwilawa.gov Email: neIson(&&pg.corn
Phone: (206) 431-3653 Phone: (206) 267-1052
Facsimile: Facsimile:
IV. Time for Beginning and Completion
The CONSUI-TANT shall not begin any work under the terms of this AGREEMENT Until authorized in writing
C�
by the AGENCY. All work under this AGREEMENT be completed by the date shown in the heading of this
I C�
AGREEMENT titled "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, 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.
Agreement Number:
LocalAgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 3 of 14
Revised 411012015
The CONSULTANT shall te paid hvthe AGENCY for completed SERVICES rendered under this AGREEMENT
us provided hereinafter. Such payment shall bcfb|\ compensation for SERVICES performed urSERVICES
rendered and for all labor, 0001orioJo, ooyp|ica, equipment, and iooklco1a|o necessary to complete SERVICES,
specified in Section 11""8copeo[Work=. The CONSULTANT shall conform tn all applicable portions oy48CPll
Part 3l (vvx»w.oc[igov). The estimate in support of the Cost Plus Fixed Fee amount is attached hereto as Exhibits
^^I)`` and ^`D" and hy this reference made part o[ this AGREEMENT.
A. Actual Costs: Payment for all consulting services for this PROJECT shall be on the basis of the
ZD
CONSULTANT'S actual cost Plus o fixed fee. The actual cost shall include direct salary ood, indirect cost rate,
and direct non-salary costs,
]� Direct Labor Cost : Ibo Direct Labor Cwo1 is the direct salary ook] to
ioou, technical. and clerical personnel for the time |kcvare productively engaged io work necessary
to fulfill the terms nfthis AGREEMENT. De CONSQLIANTshal1 maintain support data to verify the
diozu| on]ory costs billed to the AGENCY.
2
Indirect Cost Rate OCR) Costs: |CB{,osie are those ooaio` other than direct costs, which are included as
ouobonihchooksoftbeCONSUIJi\N[io{bcnorouolcveryduykuep|ogufitybooka. yrogrcaoyoyrucuta
shall br made u1 the ICI{ rates shown in attached Exhibits ^"D" and '^8" o[ this AGREEMENT. Total
1C0 payment shall be based on Actual Costs. The AGENCY agrees tu reimburse the CONSULTANT
the actual ICR costs verified by audit, up to the MaximurnTotal Amount Payable, authorized Linder this
A0Kf6MBNlwbonuummu|atodwithalloLhcrAciuulCoatm.
A sun-imary of the CONSULTANT'S cost estimate and the ICR percentage is shown in Exhibits "D" and
"E", attached hereto and by this reference made pail uf this AGREEMENT. The CONSULTANT (prime
and all auh'uunsu|Luota)vvD| submit tothe AGENCY within six (0) months after the end of each firm's fiscal
year. on |CR schedule in the [brmu( required by the AGENCY (cost category, dollar expenditures, etc.) for
the purpose of octiusting the ICR rate for billings received and paid during the fiscal year represented by the
lCD anbedn|C. It shall also bcuxedfbrthe computation of progress payments during the following year and
for retroactively u/Sox1iug1bc previous year's lC|l cost io reflect the actual rate. The lCDL schedule will be
sent to |Gcnui|: [on sultan \ Rate o��vvudoi.v/a. gon
Failure to Supply this iufhrnnu1jmn by either the prime CONSULTANT nrany of their sub-consultants obx||
cause the AGENCY to withhold payment or the billed ICR costs until such time as the required information
ia received and mn overhead rate for billing purposes ixapproved.
The /\O8NCY"a Project Managcruud/ortbcFcdera((}ovccnnooutcnayperfb/TonnnuditofUho
CONGULJi\l4T"Bhookouudrcoorduuiuuybnocducingregu|urbuxiuemuboucotodnteuuioctboociva1]CK
rate, i[ they oodesire,
3. Direct Non-Salary Coots: Direct Non-Salary Costs will be reimbursed at the Actual Cost to the
CONS DLl}\y4][ These oharoca may iuc|ude, but are not limited to, the following items: travel, printing
long distance telephone, supplies, computer charges and fees of sub-consultants. Air nr train travel will he
reimbursed only to economy class levels no|coa otherwise approved by the AGENCY. The C()NSUlJ}\N'[
shall comply with the rules and regulations regarding travel costs (excluding air, train., and z:nto| car costs)
iu accordance with YY8[)OT`sAccounting Manual Ml3-82, Chapter |U— Travel Rules and Procedures, and
revisions thereto. Air, train, and rcoiul car costs abul| bc reimbursed iu u000rduooc with 48 Code of Federal
Regulations (Cy8) Part 3l.ZO5-46 "Travel Cosia."Tho billing for Direct Non-Salary Costs shall include uu
itemized |ioiiog, of the cboq§cs directly identifiable with the PROJECT. The CONS UL`1)\Nl' aboU cnoiotmio
the original supporting documents in their office. Copies o[ the original supporting documents shall he
supplied to the AGENCY upon request. All above oborgoo must be necessary for the services provided
Linder this AGREEMENT.
bocalAgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 4ofY4
4. Fixed Fee: The Fixed Fee, which represents the CONS ULIANT'S profit, is shown in attached Exhibits "D"
and ^E`ofthis AGREEMENT. This fee is based oo the Scope o{ Work defined in this AGREEMENT and
the estimated yczmoo-bonosrequired to per[oro-i the stated Scope ofWork. }n the event the C(}NSiJL[AyJI
co1on into a supplemental /\G>lEIIMEYqT [bz additional work, the supplemental AGREEMENT may
include provisions for the added costs and un appropriate additional fee. The Fixed Fee will hcprorated
and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported
in the Monthly Progress Reports accompanying the billings. Any portion of the Fixed Fee earned but not
previously paid in the progress payments will be covered ill the final payment, subject to the provisions of
Section l}{ entitled '`Ternnioubouuf/\greorncoi"
Management Reserve Fund (MRF): The AGENCY may desire hestablish MRF to provide the Agreement
Administrator with the flexibility to authorize additional funds to the AGREEMENT for allowable
unforeseen costs. orrci the CONSULTANT for additional work beyond that already defined ill
this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $100,000 or
l0%o[tho1b1ul Amount Authorized us shown iu the heading of this /\GRE6K8lIN][ The amount included
for the MTO'is shown in the heading of this AGREEMENT. This fund may not bcreplenished. Any
changes requiring additional costs in excess ofthe M)lE sboU be made in accordance with Section >{lU`
"[huuguso[Work."
6. MaximumTotal ArnoouiPayable: ThoMaximum'l'otal Amount Payable bythc AGENCY tothc
CONSULTANTunder this AGREEMENTshall not exceed the amount shown in the heading of this
AGREEMENT. The Maximum Total Amount Payable is comprised of theTotal Amount Authorized, and
the MR[ The Moxil000u Total Amount Payable does not Include puynoco1 for Extra Work oa stipulated in
Section ){U|, ^^Chu/)geo ofWock."No cuinionocn amount payable in guaranteed under this AGREEMENT.
8. Monthly Progress Pnvcuuotu: The CONSULTANT may uubodi billings to the AGENCY for reimbursement of
Actual Costs plus the iCR and calculated fee ouu monthly basis during the progress o[ the work, Such billings
shall be ioo format approved hv the AGENCY and accompanied by the monthly progress reports required under
Section Ol, "General Requirements- ofthis AGREEMENT. The biUioLim will ho Supported byuoitemized
listing for each item including Direct Labor, Direct Non-Salary, and allowable lCK Costs to which will
hc added the prorated Fixed Fee. To provide u means nfverifying the billed Direct Labnr costs for
CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of
rccordin� the ouo)cy`ibk�.[)�cot Labor roLna, and present doi�yof those cnnloyoesn�1�ooivawork
un the Pl{O]I'CIa1 the time o[the interview.
C Final Payment: Final Payment nJ any balance due the CONSULTANT ofthe gross amount carried will bemade
Promptly upon its verification by the AGENCY after the completion of the work under this AGREE'MENT.
contingent, if applicable, upon receipt ofall PS&E, plans, maps, notes, reports, electronic data and other related
documents which are required tobc furnished under this AGREEMENT. Acceptance of such Final Payment by
the CONSULTANT shall constitute a release of all clairns for payment, which the CONSULTANTmay have
against the AGENCY unless such clairns are specifically reserved in writing and transmitted to the AGENCY by
the C(NSQl]\4T p i or to its acceptance. Said Final Payment shall no t , however, a bar to any claims that
the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect
to such claims.
The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time
n[fimdaudit, all required adjustments will be made and reflected inn final payment, lu the event that such
fimU audit reveals all overpayment to the CONSULTANT, the CUNSD[TAN]wi|| refund uuch overpayment to
the AGENCY within thirty (30) calendar days of notice of the overpayment. Such refund shall not constitute
a waiver by the CONSULTANTfor any claims relating to the validity of a finding by the AGENCY o[
overpayment. The CONSlJLIANThua twenty (20) working days after receipt oFthe finolPU8T/\O[)1I1n
begin the appeal process io the AGENCY for audit findings.
Local Agency u&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 5of14 10
Rpvised 411012015
D. Inspection of Cost Records:Thc CONSULTANT and their sub-consultants shall keep available for inspection
by representatives of the AGENCY and the United States, for n period u[six (6) years after receipt orfinal
payrnent, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon
tbouc records with the ±hDoniog exception: if any litigation, c|uinn uc audit arising out of, in connection with,
or related to this AGRE'EMENTis initiated before the expiration of the six (6) year period, the cost records and
accounts shall bc retained until such litigation., o|uiou, oz audit involving the records iu completed.
f\n interim or post audit may be performed on this AGREEMENT. The audit, if any, will bc performed bythe
State Auditor, WSl}0l`u Internal Audit Office and/or o1 the request o[ the /\G2l4Cl'`sPr 'ectK4auuger.
V1. Sub-Contracting
The AGENCY permits subcontracts for those items uf SERVICES aashown in Exhibit ^A` attached hereto and 6n
this reference zoodcpart of this AGREEMENT.
The CON 8U|JANT:hal| not subcontract for the performance ofany SERViC[undcr this AOREP,M[NT*idbm8
prior written permission o[ibc&(ENK\! ho permission fbrsubcontracting ahu|] create, between the AGENCY
and sub-COJISLiltant, any contract or any other relationship.
Compensation for this sub-consultant SERVICES shall be based nn the cost factors shown on Exhibd`^E"`uttaclied
hereto and by this reference made part of this AGREEMENT.
The SERVICES of the sub-consultant shall not exceed its maximum amount payable identified iu each sub-
consultant cngcstimutenu\cuma prior written approval has been issued hv the AGENCY.
All reimbursable direct labor, indirect cost rate, dircctnon-salary costs and fixed fee costs for the
shall be negotiated and substantiated in accordance with section V "Payment Provisions" herein and shall be
memorialized in a final written acknowledgement between the parties.
All subcontracts shall contain all applicable provisions o[ this AGREEMENT, mid the CONSULTANT shall require
eacli sub-consultant or subcontractor, of any tier, to abide by the terms and conditions of this AGREEMENT. With
respect to SLib-consultant payment, the CONSULTANTshall comply with all applicable sections of the STATE's
prompt Payment laws ua set forth iVOCW39.U4.250 and IlCVP}q.70.0l|.
The CONSULTANT, ozuub-000mubuu1 shall not discriminate oo the basis o[ race, color. national
origin, or sex iuthe performance o[ this AGREEMENT. The CONSULTANT shall carry out applicable
requirements nf49CFTl Part 20 iu the award and administration o{ DOT-assisted contracts. Failure by the
CONST}TTANl'(o oony out these rcguirennco1e is o nno1oriu| brcuuh of this AGREEMENT, which may result in the
termination of this AGREEMENT or such other remedy as the recipient deems appropriate.
Tlic CON 8DLTANIwarrants that they have not employed or retained any company orperson, 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 this /\(3RE6M£NTprice or consideration
or otherwise recover the ftill amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
Any and all employees of the [ONSOLTANTnrother persons while engaged in the performance of any work
or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the
CON8U[[ANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's
&omcmco/Numhcr:
Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page hof 14 11
Compensation Act uu behalf of said employees or other persons while an engaged, and any and all claims made
hyn third party uou consequence o[ any act nr omission oo the part o[UhcCL)NSLJI' CAl�T'm employees orother
persons while an engaged on any ufthe work or services provided 10 bcrcudercdbercio, ahu]) be the sole obligation
and responsibility of the CONBL]1]}\N][
The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period o[this
AGREEMENT. any professional or technical personnel who are, or have been. at any time during the period of this
AGREEMENT, in the cinploy of the United States Department offransportation or the AGENCY, except regularly
retired employees, without written consent of the public employer of such person if he/she will ho working oothis
AGREEMENTfbr the CONS UC&ANI
During the performance ufthis AGREEMENT, the C0NS for itself, its ,
subcontractors and successors hn interest, agrees to comply with the following laws and regulations:
"
Title Yln[ the Civil Rights Act oJ|9h4
(42 U.S.C. Chapter 21 3ubchopter\/§2O0Ad
°
Federal-aid Highway Act nfl473
(23 U.S.C. Chapter 3 8324)
• Civil Rights Restoration Act ofl987
(Public Law |00-259)
• American with Disabilities Act ofl99U
(142 U.S.C. Chapter l2d& 12101 el. seq.)
0 23 CFR Part 2) 00
• Rehabilitation Act n[l973
° 49C[B Part 2l
(2qU.@.[. Chon1cri6S Subchapter � —',-- ----.r'- " ' ° 49CyK Part 26
• Auc[)ism�odno1oo��tof|g7S
`=' --' " K[W4960l8O
In relation toTitle VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions nfExbihd^'Fr`
attached hereto and 6v this reference made part n[this AGREEMENT, and shall include the attached Exhibit "F" io
every ocb-contracL including pmoiremeniof materials and lc--ses ofequipment, unlcsscxempt by the Kc(,ulatiorl,-
or directives issued pursuant tliereto.
The right io reserved hv the AGENCY tnterminate thisAGRE£MENIat any time with m without cause upon ten
(]O) days written notice to the CONSULTANT.
In the event this AGREEMENT iuterminated by the AGENCY, other than for default on the part ofthe
CONSULTANT, ufiool payment shall hco/odctn the CDNSO|Jy^NTior actual hours charged and any appropriate
fixed fee percentage at the time of termination of this AGREEMENT, Plus my direct non-salary costs incurred up to
the time of termination of this AGREEMENT
No payment shall hc made for any SERVICES completed after ten (|() days following receipt 6vthe
C()NS\JlJ)\NTo[ the notice k)terminate. If the accumulated payment made to the CONSULTANT prior ioNotice
of Termination exceeds the total amount that would be due when cornputed as set forth in paragraph two (2) of this
section, then no final payment shall be due and the CON SULTANT shall immediately reimburse the AGFNCY for
any excess paid.
If the services of the CONSULTANT arc iecmiooicd by the AGENCY for default on the part of the C()DJSU|]ANl[
the above formula for payment shall not apply.
In the event ofa termination for default, the amouumbe paid to the CONSULTANT shall be determined by the
AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing SERVICES
to the date of termination, tbcuozouot of SERVICES originally required which was satisfactorily completed to
Aa/rcmun|Numboc
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 7of 14 12
Revised 411012015
date o/termination, whether that 8EDl71CB is ion D/rinorotype which is usable tuthe AGENCY u| the time of'
icnnioudoo, the cost to the AGENCY o[ccny|oyiug another firm 10 complete the SERVICES required and the
time which may bo required 10 do so, and other factors which aft-ectthe value to the AGENCY o[the SERVICES
performed u1 the time oftrouiou1ioo. Under no circumstances shall payment made under this subsection exceed tile
amount, which would have been made uuiuiTtbo formula set forth io paragraph two (2) of this section.
If it ix determined for any reason that the C[)N8UL]ANTvv4enot io default or that the COY48l}LJANT`obsi|ure to
perform is without the CONSULTANT's or its employee's fault or negligence, the terinination shall be deemed to
bom termination for the convenience of the AGENCY. 1u such un event, the CON SOL'l>\NT would bcreimbursed
for actual costs and appropriate rixud fee percentage in accordance with the termination for other than default
clauses listed previously.
The C[)NSlJIJ}\NTahuU" within l5 days, notiFv the AGENCY iovvd|iog',iu the event of the death of any member,
partner, or officer of the CONSULTANT or the death or change of any ofthe CONSULTANT's supervisory and/or
other key personnel assigned to the project ordioafdliu1i000fouy principally involved CONSTJF[&NIcozp]oyce.
The CONSULTANT shall also notiFy the AGENCY, in writing, in the event of the sale or transfer of 50% or
more of the beneficial ovvoczahi y of C[)Y�8U|]Y\�|T vvi1��o l5 days o�nuub uolc or transfer occurring. The
CONSULTANT shall continue to be obligated to complete the SERVICES Linder the terms of this AGREEMENT
unless the AGENCY chooses to Lc/onino10 this AGREEMENT for convenience or cbnoeco to renegotiate any 1croo(u)
of this AGREEMENT. If termination for convenience occurs, fiou| poyrnoot will be rnodc to the CONSULTANT
as set forth in the second and third paragraphs of this section.
Payment for any part o[ the SERVICES by the AGENCY shall not constitute u waiver by the AGENCY of'
any remedies of any type itnouy have u�uiooithe <�0}�SDL]A�Jl[forouy breach of this /\(�0£|�&1B��Tbythe
CONSULTANT, or for failure o[the CONSULTANT ioporforon SERVICES required o[iiby the AGENCY.
Forbearance ofany rights Linder the AGREEMENT will not constitute waiver of entitlement to exercise those rights
with respect to any future act ozo/nisaion by the CONSULTANT.
The C()N3l/LJAJNT shall make such changes and revisions iu the cooip|ctcd work o[th6o/\GKE6MEN3 oa
ncccoxary<o correct errors appearing therein, without oddi�oou}oonopeuso1iooLhorco[ Should the /\6C�/C`/�od
i1dcoirable for its uvvopurposes tobuvc previously oudalaotori1y completed SERVICES oz parts tborco[ohuogcdor
revised, the CON SU[JANT shall make Such revisions am directed by the AGENCY. This work shall bcconsidered
as Extra Work and will be paid for ay herein provided under section }{111 "Extra Work."
X|, Disputes
Any disputed issue not resolved pursuant to the terms o[ this AGREEMENT obm|| be submitted in writing within
10 days to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and
binding on the parties of this AGREEMENT; provided however, that if an action is brought challenging the
Director of Public Works or AGENCY Engineer's decision, that decision shall be Subject to judicial review. If the
parties to this AGREEMENT mutually a0rce disputes concerning alleged design errors will be conducted under
the procedures found in Exhibit "J" In the event that either party deem it necessary to institute |ogui action or
procccdiug to ruOzzcc any dgb1 or obligation under this AGREEMENT' this action mbul} be initiated in the Soyocio,
Court of the State o[ Washington, situated iu the county io which the AGENCY is located. The parties hereto
agree that all questions shall be resolved by application of Washington law and that the parties have the right of
appeal from such decisions of the Superior Court in accordance with the laws of the State oPWashington. The
CONSULTANT hereby consents to the personal jurisdiction of the Superior Court ofthe 8{e\o of Washington,
situated in the county in which the AGENCY is located.
Local Agency 4&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page DofY4 13
The CONSULTANT, any and the AGENCY shall comply with all Federal, State, and local laws,
rules, codes, regulations and all AGENCY policies and directives., applicable to the work to be performed Linder this
AGREEMENT. This AGREEMENT sbo|} be interpreted and construed in usuon]anco with the laws of the State of
The CONSULTANT shall defend, indemnify, and hold The State of Washington (STATE) and the AGENCY and
their officers and employees harmless firom all claims, demands, msuits at law m equity udsing in whole orin part
from the negligence of, or the breach of any obligation under this AGREEMENTby, the CONSULTANT or the
CONS UIAANT' s agents, employees, sub consultants, Subcontractors or vendors, of any tier, or any other persons
forvv|»mzo the CONS lJl]>\NTnooy be legally liable; provided that nothing herein ohu|| require oCONSULTANT
to defend or indemnify the STATE and the AGENCY and their officers and employees against and hold harmless
the STATE and the AGENCY and then- officers and employees from claims. demands or Suits based solely upon
the negligence of, or breach of any oblipation under this AGREEMENT by the STATE and the AGENCY, their
agents,. officers, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom
the STATE and/or the AGENCY may be legally liable; and provided further that if the claims or suits are caused
by or result from the concurrent negligence of (a) the CONSULTANTor the CONSULTANT's agents, employees,
sub-conSUltants, subcontractors or vendors, of any tier, or any other persons for whorn the CONSULTANT is legally
liable, and (b) the STATE and/or AGENCY, their agents, officers, employees, sub-consultants, subcontractors and or
vendors, of any fier, or any other persons for whom the STyVFE and or AGENCY may be legally liable, the defense
and indemnity ob|i�o1iousbui|b�vu|idoodco§*rccu�|oonlyiothe extent o[ibc(�Dl�SUl%�^Y4T`u negligence or
the ncg|iguocoof the CON SULTANT's agents, employees, sub-consultants, subcontractors or vendors, of any tier,
or any other persons for whom the CON8OLl}\NTznuyhe legally liable. This provision shall hc included ioany
AGREEMENT between CONSULTANT and any sub-consultant, subcontractor and vendor, ofany tier.
The CONSULTANT shall also defend, indemnify, and hold the STXFk and the AGENCY and their officers
and employees harmless from all daima,�mm�o`me�(u� law ocoui�o�sir�iu�mlcmiopndbnm�o
alleged yu�cuor copyright infringement or other allegedly improper appropriation oz use nf trade secrets, patents,
proprietary information, know-how, copyright rights orinventions by the [ONSDiTANIm the C0NS0XANT`s
agents, employees, mub-consultants,suboOrItrac(orsur vendors, ofany tier, many other persons for whom the
CONSULTANTmay be legally liable, in performance of the Work under this AGREEMENT or arising Out ol'any
use in connection with the AGREEMENT of methods, processes, designs, information or other items furnished or
cooncuuniouied to Sl]Y[8 and/or the AGENCY, their mgcn1e, officers and eoop|oycce yucauao| to the AGREEMENT;
provided that this indemnity xboli not apply to any alleged patent or copyright infringement or other allegedly
improper appropriation nr use nftrade secrets, patents, proprietary information, know-how, copyright rights or
inventions resulting from STNI'E and/or AGENCY's, their agents'. officers' and employees' failure to comply
with specific written instructions regarding use provided to STATE and/or AGENCY, their agents, officers and
ecnp)uyccm by the CONSULTANT , its agents, employees, sub-consultants, subcontractors or vendors, of any tier, or
any other persons For whom the CV7�SlJIJAJNT may bc legally liable.
The CONSULTANT's relation to the AGENCY shall be at all tirnes as an independent contractor.
Notwithstanding any determination by the Executive Ethics Board oxother tribunal, the AGENCY may, in its sole
discretion, bv written notice to the CONSULTANT terminate this AGREEMENT ifi|la found after due notice and
examination by the AGENCY that there is a violation of the Ethics in Public Service Act, Chapter 42.52 RCW; or
any similar statute involving the CUNSUlTANT in the procurement of, or performance under, this AGREEMENT.
The CONSULTANT specifically assumes potential |iabiU for actions brought by the CLN5UOANT`oown
employees o/ its agents against de STATE and /or the AGENCY and. solely for the purpose oIdhiuindemoifioubon
and defense, the C(}NSlJI]}\NT specifically waives any immunity under the state industrial insurance law, Title 51
RCW. lllis waiver has been mutually negotiated between the Parties.
/{gpccmcntNonibcc
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page gofY4 14
Revised 411m2015
Unless otherwise specified in this AGREEMENT. the AGENCY shall be responsible for administration of
construction contracts, if any- on the project. Subject to the processing ofu new sole source, or an acceptable
supplemental AGREEMENT., the CONSULTANT shall provide On-Call assistance to the AGENCY during contract
administration. Bypnovidio� such assistance, the C0l�GUlJA�JIshall assume unroopoomibUity 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 io force during the terms o[this AGREEMENT, ormeotherwise
required, the foDnxdn�insurance vv�bcnn�punicaor sources approved bv the State Insurance
Comn-lissioner pursuant to Title 48 RCW.
1oouruooeCovccoloo
A. Worker's compensation and employer's liability insurance as required by the STAI'E.
B. Commercial general liability insurance written under ISO Form C()0O8l l204or its equivalent with nniuinn/ou
limits nf one million dollars ($},000`0OO.08) per occurrence and two million dollars ($2,00O,O00.U[) inthe
aggregate for each policy period.
C. Business auto liability insurance written under ISO Form C(]0O0) |00lorequivalent providing coverage for
,my ^^&nto°(Symbol 1) used in an amount not less than a one million dollar ($1,000,000.00) combined single
limit for each occurrence.
Excepting the Worker's Compensation Insurance and any 9nofleoai000 Liability Insurance, the S2AlEnod
AGENCY, their officers, employees, and agents will hc named on all policies n{ CONSULTANT and any sub-
Consultant und/oreuhouo1caotorus an additional insured (thc'^Aln")" with uo restrictions mrlimitations concerning
products and completed operations coverage. l]hincoverapu shall be primary coverage and non-contributory and
any coverage maintained by the AJa shall ke excess over, and shall not contribute with, the additional insured
coverage required hereunder. The CONSUIXANT's and the sub-consultarit's and/or subcontractor's insurer shall
waive any and all rights of subrogation against the Als. The CQNSU[D\y4T shall furoisb the AGENCY with
vcri6cu1i000f insurance and endorsements required 6y this AGREEMENT. The AGENCY reserves the right tu
require onnop|c\c" certified copies ofall required insurance policies o1 any 1inoe.
All insurance shall beobtained from aninsurance company authorized todo business inthe State of Washington.
The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the
execution of this AGREEMENT to:
Name: David Sorensen
Agency: City o[ Tukwila Public Works Dept.
Address: b3OOSou1bceuicrBlvd
City: Tukwila State: W}\ Zip: 98188
Email: dovkd. bana.gov
Phone: (Z0Q43]-3653
FuoaboUc:
No cancellation of the foregoing m�oioa���o��������OU)d�a 'ocm�oc����Cl
The C()NS[][{}\NT`y professional liability to the AGENCY, including that which may mim: in reference to
section I>C "Termination of Agreement" of this AGREEMENT, shall be Undk:d to the accumulative amount o[the
authorized AGREEMENT amount nr one million dollars ($|,0O0`0U0.U0), whichever iogreater, unless the limit ot
liability is increased by the AGENCY pursuant 10 Exhibit H. In on ousn mbul! the CON8L)lTANI`s yroteoaiuua|
liability to third parties be limited in any way.
LocalAgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page /0of 14 15
The parties enter into this AGREEMENT for the sole benefi1nfthe pat-ticu, and to the exclusion o[any third party,
and no third party beneficiary is intended or created by the execution of this AGREEMENT.
The AGENCY will pay no progress payments under section V "Payment Provisions" until the CONS MLJ)\NThas
fully 000nD|iud with this section. This remedy in not exclusive; and the AGENCY may (ukc such other action as is
available in it under other provisions of this /\GDEBMFNl', or otherwise in law
X011, Extra Work
A. The AGENCY may u{ any time, bv written order, make changes within the general scope o[thiaAGREEMENT
io the SERVICES robcperformed.
B. If any Such change causes an increase or decrease in the estimated cost of, or the time required for, performance
of any pail of the SERVICES under this AGREEMENT. whether or not changed by the order. or otherwise
affects any other terms and conditions of this AGREEMENT, the AGENCY shall make an equitable adjustment
in the: (|) Maximum amount payable; (2) delivery or completion ocbcdu|e, or both; and (3) other affected tcrzua
and shall rnodiFv this AGREEMENT accordingly.
C. The CONSULTANT must submit any '^rcgocn1 for equitable o/600i/ncnL" hereafter referred |o as ^^Cl./\7K4,"
under this clause within thirty (30) days fi-orn the date of recelpt of the written order. l{ovvcvu[i[ibeAGENCY
decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final
payment o[ this AGREEMENT.
D. Failure to a�ccc 1n any u/6outru�ot mhu|| �n udispoi� uod�rtbc sccdon}(| "Disputes" Qnvvcvcc nothing L-
in thia clause shall excuse the CDNSDLJ)\yJT from proceeding with the AGREEMENT as obmn�cd.
K 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
io this AGREEMENT.
XNV. Endorsement of Plans
If applicable, the CONSULTANT shall place their endorsement oo all plans, estimates, m any other uginu '
data furnished b« |hccn�
XV Federal Review
The Federal }Ii�hv»ov/\dozb�nbutiooshall have the dubt8o ioiu/ciud/crcvievvmvezuo�inui000[the
SERVICES in progress.
XV1. Certification of the Consultant and the Agency
Attached hereto ux Exhibit "G-|(a and h)` are the Certifications of the CONSDLFANT and the AGENCY, Exhibit
'G-2" Cerdfica1iuu Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered
Transactions, Exhibit "G-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
and Exhibit ^`G-4" Certificate o[ Current Cost or Pricing Data. Exhibit "G-3"io required only iuAGREEMBNT`s
over one hundred thousand dollars (S 100,000,00) and Exhibit "G-4" is required only 'in AGREEMENT's over
five hundred thousand dollars ($500,000.00.) These Exhibits must be executed by the CONSULTANT, and
submitted with the master AGREEMENT' and returned to the AGENCY at the address listed in section III "General
Requirements" prior to its performance of any SERVICES tinder this AGREEMENT.
Local Agency 4&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page //ofY4 16
Revisad 411012015
This document and referenced attachments contain all covenants, m(i7u1nbooa,xud provisions agreed upon 6vthe
parties. No agent, or representative of either party has authority to make, and the parties shall not be boumbym
be liable for, uny statement, representation, promise nragrccxoun1 not set forth herein. Nocban0 es, un nn
�co� 'otu,or
modifications nf the terms hereof shall be valid unless reduced to writing and signed by the parties as a supplement
N this AGREEMENT.
��illillill 1111 115,11! 11�111
']'his AGREEMENTmay be Simultaneously executed in several counterparts, each o[which shall bedcerned
ho6euo original having identical legal effect. The CONS lJI]}\NI does hereby ratify and adopt all statements,
representations, warranties. covenants, and AGRFE'MENT's contained in the proposal, and the supporting material
submitted by the CONSULTANT, and does hereby accept this AGREEMENTand agrees to all of tile terins and
conditions thereof.
The CONSULTANT acknowledges that some of the material and information that may come into its possession
or knowledge in connection with this AGRFI, MENT or its performance ii-iay consist of information that is exempt
fioon disclosure to the public or other unauthorized persons under either chapter 42.56 DCYVorother l000J, state
or federal oia1u|co ("8to1c`a Confidential Information"). The "State's Confidential |nIbnuu(iou" includes, but is
not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone numbers, financial profiles,
credit card in(buno1ioo, drivers license numbers, ruediou\ data, law enforcement records (or any other information
identifiable to an individual), STATE and AGENCY source code or obJect code, STATE and AGENCY secLirity
data, non-public Specifications, Sl)l[|B and AGENCY non-publicly available data, proprietary unfinmrc, State
security data, or information which inoy 'eopa,dizounypod of the project that relates to any of these types of
io[brouudou. The CONSULTANT agrees to hold the 8tnio`a Cou6dcoiiu\ lo[brono1ion iu strictest confidence
and not to make use of the State's Confidential Information for any purpose other than the perfori-naticc of this
AGREEMENT, to release it only to authorized employees, SLib-consultants or subcontractors requiring such
iuK/rrnu1ioo for the purposes o[ carrying Out this AGREEMENT. and not to release. divu|11e,publish, transfer,
sell, disclose, or otherwise make it known to any other party without the AGENCY's express written consent
or as provided by low. The CONSULTANT agrees 1n zcleuao such iuDzcrouiion or material only to cmp|nyccu'
sub-consultants or subcontractors who have signed a nondisclosure AGREEMENT, the terms of which have
been previously approved h» the AGENCY. The C()NSOlJ}\NT agrees to implement physical. electronic, and
managerial safeguards io prevent unauthorized access tnthe State's Confidential Information.
Immediately upon expiration m termination of this AGREEMENT, the CON8DLTANTmhall,at the AGENCY`o
option: (i) certify tu the AGENCY that the C()NSlJ|]}\NTbou destroyed all of the State's Confidential
Information; or (ii) returned all of tile State's Confidential Information to the AGENCY, or (iii) take whatever other
steps the AGENCY requires of the CONSULTANT to protect the State's Confidential Infbrnuuknu.
As required under Executive Order 00-03, the CONSULTANT shall maintain a log documenting the following:
the State's Confidential Information received in the performance of this AGREEMENT- the purpoxc(o)Go,which
the State's Confidential lufn0001ion was received; who received, maintained and used the State's Confidential
Information; and the final disposition of the State's Confidential Information. The C(}l4SOlJANT`o records shall
be Subject to inspection, review, or audit upon reasonable notice from the AGENCY.
The AGENCY reserves the right to monitor, audit, or investigate the use ofthe State`s Confidential Information
coUeo|ed, used, or acquired by the CONSULTANT through this AGREEMENT. The monitoring, auditing, or
investigating may include, but ia not limited to, salting databases.
/\-ounontNumbec
LocalAgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page Y2oyY4 17
Rev/se*411umu1s
Violation o[Ods section by the CONSULTANT orits sub-consultants ormu6coutractors may result iotermination of
this AGREEMENT und doo)uod for return ofall State's Confidential Information, monetary damages, or penalties.
It is understood and acknowledged that the CONSULTANT may provide the AGENCY with information which
is proprietary and/or confidential during [lie term of this AGREEMENT. The pndica agree to maintain the
confidentiality of such information during the term of this /\GDBEM2NTund ut>czwooJs. All materials containing
such proprietary and/or confidential information shall be clearly identified and marked as "Confidential" and shall
be returned to the disclosing party at the conclusion of the SKK\/lCCS under this AGREEMENT.
The CON BU|]ANT shall provide the AGENCY with u list ofall information and materials ii considers confidential
and/or proprietary in nature: (a) at the commencement of the term of this AGREEMENT; or (b) as soon as such
confidential or proprietary rnu1er{o| is developed. "Proprietary and/or confidential io[brnuudon" is not meant to
include any information which, o1 the time of its disclosure: (i) io already known to the other party; (ii)iarightfully
disclosed to one of the parties by a third party that is not acting as an agent or representative for the other party;
(iii) is independently developed by or for the other party; (iv) is publicly known-, or (v) is generally utilized by
unaffiliated third pat-ties engaged in the sarne business or businesses as the CONSULTANT.
The pudica also acknowledge that the AGENCY in xuh\cc1 to W/abiog{oo State and federal public disclosure
|avva. As ouch, the AGENCY yhuU maintain the confidentiality of all such information marked proprietary and/
or confidential or otherwise exempt, unless such disclosure is required under applicable state or federal law. Tfo
public disclosure request is nnudc to view materials identified as "Proprietary and/or confidential iofbnnu|ion^` or
otherwise exempt information, the AGENCY will notify the CONSULTANT of the request and of the date that such
records will be released to the requester unless the C0NSD|J}\y4T obtains ucourt order from u court o[competent
jurisdiction enjoining \bu1diso|oaurc. If the CON 8LJ[|}\Y4T[bUo to obtain the court order joiuing disc |oyucc,the
/\(fENCy will rcicmxc the requested iu[brnoo1ioo on the doic specified.
The CONSULTANT agrees to notify the sub-consultant of any AGENCY communication regarding disclosure that
may include a sub-consultant's proprietary and/or confidential information. The CONSULTANT notification |othe
sub-consultant will include the date that such records will be released by the AGENCY to the requester and state
that unless the sub-consultant obtains n court order from 0000rt ofoocupctcut jurisdiction enjoining that disclosure
the AGENCY will release the requested iuhnzcuudnn. If the C(}NSU[[8Nl'nod/mz aob'couoo|(ootfai| to obtain
a court order or otherjudicial relief enjoining the AGENCY by the release date, the CONSULTANT shall waive
and release and shall hold harmless and indemnify the AGENCY from all claims of actual or alleged damages,
liabilities, oc costs associated with the f\(]ENCY`n said disclosure ofaub-cnuuul|an{u`information.
XX' Records Maintenance
During the progress n[the Work and SERVICES provided hereunder and for period of not less than six /@years
from the date u[ final payment tothe CONSULTANT, the CONS N]ANT shall keep, retain and maiotuivall
"documents" pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all "dooumcoto"
pertaining to the SERVICES provided hereunder shall be made avni\uh}o for review u1 the CONSUI])\y4I`xplocc
of business during normal working hours. If any litigation, claim oc audit ix commenced, the CONSULTANT shall
cooperate with AGENCY and assist io the production ofall Such documents. ^`I}oouznco1a`` shall bc retained until
all litigation, clairns or audit findings have been resolved even though Such litigation, claim or audit continues past
the six (6) year retention period.
For purposes o[ this AGREEMENT, "documents" means every writing or record of every type and description,
including cleu1n`nio/Uy stored information (�E01i, that im iii |hepossession, control., or custody of the
CONSULTANT, iodudiog, vviUznu1 limitation, any and all 000copondmzucx, contracts, A(}DBGMENT 'y.
appraisals., plans, designs data, surveys, maps, spreadsheets, memoranda, stenographic or handwritten
notes, reports, records, telegrams, schedules, diaries, notebooks., logbooks, invoices, accounting records.,
work sheets. charts. notes, drafts, scribblings, recordings, visual displays., photographs, minutes ofmcetings,
A-menient Number:
LocalAgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 13 of 14 18
Revised 411012015
tabulations, computations, summaries, inventories, and writings regarding conferences, conversations or
telephone conversations, and any and all other taped, recorded, written, printed or typed matters o[ any kind m
description; every copy of the foregoing whether or not the original iminthrposseasimn,cuyWdymoontro[o[the
CONSUUIANT, and every copy o{ any ofthe foregoino,whe(her or not such copy ioucopy identical to an original,
or whether or not such copy contains any commentary or notation whatsoever that does not appear on the original.
For put-poses of this AGREEMENT, "ESI" means any and all computer data or electronic recorded media ofany
kind, including "Native El|eu", that are stored in any ozcdiuno from which it can he retrieved and examined, cilhcr
directly or after translation into u reasonably useable form. b8l may include information and/or documentation
stored in various software pxo�racoysuch as: f�cuoJi0u�nok,\�bod,Excel. /\coons,Pub1iehc[Po`�edPoiot,/\dobe
Acrobat, SQL databases, or any other software orelectronic communication programs or databases that the
C(}NSlJ|])\NI may use in the performance ofi1soperations. E8i may be located oo network orcvera,backup
tapes, smart phones, thumb drives, CDs, DVDs, floppy disks, work computers, cell phones, laptops or any other
electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder. including any
personal devices used bY the CON8l7L1AJNTu; any sub-consultant otbnrun.
"Native files" are u Subset ofES| and refer to the electronic lorcou1of[heopyUcadnniuvvhiobyuChE8] is normally
created, viewed, and /or modified.
The CONSU LTANT shall include this section XX "'Records Maintenance" in every subcontract it enters into in
relation to this AGREEMENT and bind the uub-consultant to its terms, unless expressly agreed to otherwise in
writing by the AGENCY prior to the execution Of Such subcontract.
In witness whereof, the parties hereto have executed this A as of the day and year shown in the
"Execution Date" box ou page one (\)of this AGREEMENT.
Signature D"( S j(
Signature
Date
Any or m/ this AG88AbENTshmY require ql9pmonal as /nbrm by the 0�c
(?f the Allorney GeneraL
A-reement Number:
bocalAgencyA&E Professional Services Cost Plus RxedFee Consultant Agreement Page #of 14 19
Revised 41101201.13
City of Tukwila
Cascade View Elementary
Safe Routes to School Project - Phase 2
KPG
Scope of Work
January 14, 2016
PURPOSE:
This project includes preparation of final Plans, Specifications and Estimates for the
Cascade View Elementary Safe Routes to School Project - Phase 2 Project. Project
elements include:
• Concrete sidewalks are proposed on the east side of 33rd Ave S (S 140th St to S
144th St) and on the south side of S. 140th St (Military Road South to 34th Ave S)
along with a standard curb and gutter separating the sidewalk from the roadway.
• A traffic circle is proposed at the intersection of 33rd Ave S and S 140th St to assist
in reducing vehicle speeds and increase visibility and safety of pedestrians crossing
the street.
• Curb bulb-outs and/or pedestrian refuge islands at the east entrance/exit to the
traffic circle would be constructed to improve the safety of crossing S 140th St at
33rd Ave S. There are currently no ADA facilities to connect to within the project
limits.
Work includes necessary base mapping, design and franchise utility coordination. The City
has obtained the necessary exemptions and approvals for SEPA and NEPA requirements
in advance of project design. No additional permits are anticipated.
Task 1 Project Management/Coordination/Administration.
1.1 Provide project management administrative services including:
♦ Project set-up and execute agreement
Execution of subconsultant agreements
♦ Preparation of monthly progress reports and invoices
Record keeping and project closeout
1.2 Provide overall project management including:
♦ Project staff management and coordination
♦ Subconsultant management and coordination
♦ Prepare and update project schedule
+ Schedule and budget monitoring
City of Tukwila Page 1of6 KPG
CV SRTS Phase 2 111412016
KII
1.3 Coordinate with City staff, including preparation and attendance of up to 6
coordination meetings throughout the duration of the project.
1.4 Provide QA / QC reviews by senior staff of all major deliverables prior to submittal to
the City.
Deliverables
o Project Schedule and necessary updates
o Monthly progress reports and invoicing
e Meeting agendas and minutes including a summary of decisions made /
needed resulting from design coordination meetings.
Task 2 Survey and Base Mapping.
Limits of survey: 33rd Avenue S (Approximately 50 feet wide plus additional at driveways
and side streets on east side) from the south side of S 144th Street to the north side of S
140th Street and S 140th Street from Military Road to 34th Avenue S.
2.1 Establish horizontal and vertical control points along the corridor for field
topographic survey. Basis of control will be City of Tukwila Datum. The
CONSULTANT will locate, field survey, and calculate positions for all monuments
and control points throughout the project limits, using the Washington State plane
coordinate system. Conventional or GPS surveying methods will be used on this
project. Monuments or corners to be located and field surveyed include the
following:
• Section Corners
• Side street monuments
• Property Corners
2.2 Field Survey and Note Reduction. Perform note reduction of the field survey data.
2.3 Mapping work to prepare 1 " =20' topographic base map and digital terrain model
(DTM) in AutoCAD format of the project within the limits described above.
2.4 The Consultant will retain the services of a firm to field locate and paint all utility
locations within the project corridor so that they can be surveyed and incorporated
into the base maps. Service line locations and gravity storm and sewer will not be
field located. Perform field survey to locate paint marks including surface features
(valves, manholes, catch basins, junction boxes, vaults, etc). Irrigation systems will
not be included.
2.5 Perform observation and measure -downs of existing storm drain catch basins and
manholes. The approximate size, type (brick, concrete), and general condition of the
structures to confirm suitability for continued use, and approximate size and location
of storm drainage pipes will be documented. These observations will be made from
the surface.
City of Tukwila
CV SR7S Phase 2
Page 2 of 6
KPG
111412016
`AI
2.6 The Consultant shall survey the utility potholes performed by franchise utilities
and/or subconsultant.
Deliverables
o Electronic copies of the completed field topographic base map in PDF and
AutoCAD.
Task 3 Right of Way Calculations
Perform the following work items necessary to establish the existing right-of-way (ROW)
along the corridor based on publicly available information. Title research or property rights
acquisition is not anticipated or included in the project budget.
3.1 Research Records, Determine which existing corners and monuments should be
field located and surveyed,
3.2 Calculations for ROW lines. Using the research information and the survey work
described above, calculate location and surveyed corners, roadway features and
monuments. Incorporate existing right of way into project base maps.
Deliverables:
♦ Right of way information will be incorporated into the project base maps.
Task 4 Public Outreach
4.1 Prepare flyer describing project. Mailing and postage will be provided by the City.
4.2 Prepare for and attend one (1) community open house meeting. Mailing meeting
notices and room arrangements will be provided by the City.
Deliverables
+ Camera-ready mailings and flyers.
+ Open house meeting graphics
♦ Summary Notes from open house meetings.
Task 5 Stormwater Preliminary Design and Alternatives Analysis
The Consultant shall prepare preliminary engineering of stormwater management and
conveyance facilities required for the project. Preliminary engineering will include the
following sub-tasks:
5.1 Compile and review existing stormwater data, including GIS data, record drawings,
and previous storm drainage reports for projects in the vicinity of the proposed
roadway improvements.
5.2 Analyze all applicable Core and Special Requirements of the KCSWDM to
City of Tukwila Page 3 of 6 KPG
CV SflTS Phase 2 111412016
PA
determine stormwater management requirements that will apply to the project.
5.3 Identify potential alternatives for meeting stormwater management requirements of
the KCSWDM, and a full retrofit of the roadway for water quality treatment. Perform
preliminary calculations for sizing alternatives facilities and prepare conceptual
drawings to illustrate each alternative.
5.4 Perform alternatives evaluation, consisting of planning -level cost estimates and
evaluation of advantages and disadvantages for each alternative for use in
alternative selection by the City.
5.5 Prepare and submit a brief technical memo to document the preliminary stormwater
design activities performed in the above subtasks. Upon approval by the City, the
final stormwater elements will be documented in the TIR during final design.
Deliverables
♦ Conceptual Drawings to illustrate each stormwater alternative., 1 electronic file
in PDF format
♦ Draft Stormwater Design Report, 2 bound copies of report and 1 electronic file
in PDF format
♦ Final Stormwater Design Report, 2 bound copies of report and 1 electronic copy
in PDF format
Assumptions
♦ The storm drainage design will be in accordance with the standards of the City
of Tukwila Municipal Code (14.30.060), including the 2009 King County Surface
Water Design Manual (KCSWDM) and the City's 2010 Infrastructure Design
and Construction Standards.
♦ The King County Runoff Time Series (KCRTS) will be used for hydrologic
modeling and design of stormwater management facilities.
Task 6 Final Plans, Specifications and Estimates
The Consultant shall prepare Final Plans, Specifications and Estimates for advertisement
and award by the City. Plans shall be formatted to provide sufficient detail for convenient
field layout of all proposed facilities. City standard details and WSDOT standard plans will
be supplemented with project specific details as required. Final bid documents will be
signed by a licensed professional engineer in the State of Washington.
6.1 Prepare draft Technical Information Report in accordance with City stormwater
requirements to include additional water quality facilities approved in task 4.
6.2 The Consultant shall prepare 30% Plans and Estimate for City review and comment.
City of Tukwila Page 4 of 6 KPG
CV SRTS Phase 2 111412016
23
Plans will contain a roadway profile and sufficient plan view information to allow
verification of scope by City departments prior to final design.
6.3 The Consultant shall address City comments and finalize TIR.
6.4 The Consultant shall incorporate City comments and prepare 90% Plans,
Specifications, and Estimate for City review and comment. Specifications will be
based on WSDOT/APWA and City Standards.
6.5 Prepare contract specifications for the 90% and Bid submittals based on
WSDOT/APWA standards (English), grant funding requirements, and applicable
LAG standards.
6.6 Perform 30%, 60%, 90% and Bid Document quantity take-offs and opinion of costs.
6.7 The Consultant shall incorporate comments and finalize bid documents. Bid
documents will be uploaded to bxwa.com for advertisement by the City. It is
anticipated that final plans will include the following sheets. Sheets may be
combined or separated for clarity:
Cover sheet
(1 sheet)
Sheet Index, Survey Control & Alignment Data
(1 sheet)
Legend and Abbreviations
(1 sheet)
Roadway Sections
(1 sheet)
Paving and Restoration Details
(3 sheets)
Drainage Details
(3 sheets)
Site Preparation and Erosion Control Plans
(6 sheets)
Sidewalk Plan and Profiles
(6 sheets)
Drainage Plan and Profiles
(6 sheets)
TOTAL = 28 sheets
6.8 The Consultant shall provide bid period services to include responses to bidder
inquiries, preparation of addenda, attendance at bid opening, preparation of bid
tabulation, and recommendation to award or reject the apparent low bidder. The
budget assumes a straight forward review process with the low bidder receiving the
contract award.
Deliverables
♦ 30% Plans (1/2 size) & estimate, 5 bound, 1 unbound copy, 1 electronic file in
PDF format
♦ 90% Plans (1/2 size), specifications & estimate, 5 bound, 1 unbound copy, 1
electronic file in PDF format
♦ Final Bid Documents, 10 bound copies 1/2 size Plans, 1 electronic file in PDF
format,
City of Tukwila
CV.YRTS Phase 2
Page 5 of 6
KPG
111412010
24
Additional Services
The City may require additional services of the Consultant in order to advance all or portions
of the project corridor through final design and construction. This work may include items
identified in the current task authorizations as well other items, which may include, but are
not necessarily limited to the following:
* Obtaining title reports and providing final right of way / easement legal
descriptions
+ Providing property appraisals and negotiations
♦ Providing additional permitting or environmental studies
♦ Providing additional design services
+ Providing construction management services
These services will be authorized under a future contract supplement if necessary. At the
time these services are required, the Consultant shall provide a detailed scope of work and
an estimate of costs. The Consultant shall not proceed with the work until the City has
authorized the work and issued a notice to proceed.
City of Tukwila Page 6 of 6 KPG
CV SRTS Phase 2 111412016
KI
NOT APPLICABLE
UPTUIP
DBE Participation
AR-reement Number
WSDOT Form 140-089 EF Exhibit B Page I of 1 26
Rp-vi-qpd 1013012014
Exhibit C
1110:110-7:12 -
In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is
to use in preparing 4D electronic files for transmission to the agency. The format and standards to be provided may
include, but are not limited to, the following:
I. Surveying, Roadway Design & Plans Preparation Section
4D
A. Survey Data
AutoCAD Civil 3K - KPG Standards
B. Roadway Design Files
AutoCAD Civil 3K - KPG Standards
C. Computer Aided Drafting Files
AutoCAD Civil ' )K - KPG Standards
Agreement Number:
WSDO T Form 140-089 EF Exhibit C Pagel of 27
Revised 1013012014
D. Specify the Agency's Right to Review Product with the Consultant
As identified in Exhibit A.
E. Specify the Electronic Deliverables to Be Provided to the Agency
As identified in Exhibit A.
F. Specify What Agency Furnished Services and Information Is to Be Provided
As identified in Exhibit A.
Agreement Number:
WSDO T Form 140-089 EF Exhibit C Page 2 of 4 28
Revised 1013012014
II. Any Other Electronic Files to Be Provided
As identified in Exhibit A
111. Methods to Electronically Exchange Data
Via email or FTP site
WSDO T Form 140-089 EF Exhibit C Page 3 of 4 29
Revised 1013012014
A. Agency Software Suite
Microsoft Office
B. Electronic Messaging L, System
Outlook
C. File Transfers Format
As requested
WSDOT Form 140-089 EF Exhibit C Page 4 of 4 30
Revised 1013012014
HOUR AND FEE ESTIMATE
Project: City of Tukwila
Cascade View Elementary
Safe Routes to School - Phase 2
Task
Description
EXHIBIT D
*Labor Hour Estimate
KPG
4 Architecture 4
Landscape Architecture
4 Civil Engineering +
Project Senior Project " - Design , Survey Senior Office
Manager Engineer Engineer Eng / LA Technician Crew Admin Admin
$ 184.79 $ 157.13 $ 113.12 $ 100.57 , $ 81.72 $ = 151.66 '' S 106.86 $ , 71.96
Total Budget
fidget
Task1 - Management /coordination /administration
1.1 Project administration
1.2 Project management and coordination (6 months)
1.3 City staff design coordination meetings
1.4 QA /QC reviews
Mileage
Reproduction
4
6
8
4
0
0
4
4
0
0
8
0
0
0
0
0
0
0
0
0
0
0
0
0
4
2
0
0
4
6
4
0
1,454.46
1,754.26
3,299.69
1,367.70
Task Totals
22
8 0 0 0 6 14 $ 7,876.11
Task 2 - Survey and Mapping
2.1 Establish alignment control 0 2 16 0 0 8 0 0 S 3,337.50
2.2 Field survey and note reduction 0 4 8 0 0 60 0 0 $ 10,633.33
2.3 Prepare base maps and DTM 0 4 16 40 0 0 0 0 $ 6,461.21
2.4 Coordinate utility locate services 0 0 2 4 0 0 0 0 S 628.52
2.5 Storm measuredowns 0 0 0 8 0 8 0 0 S 2,017.87
2.6 Pick up utility pothole information 0 0 0 8 0 8 0 0 S 2,017.87
Utility locate service S 5,000.00
Mileage S 100.00
Reproduction S 50.00
Task Totals 0 10 42 60 0 84 0 0 $ 30,246.29
Task 3 - Right of Way Calculations
3.1 Research records 0 2 8 0 0 8 0 4
3.2 Calculations for ROW lines 0 2 16 2.4 0 0 0 0
Mileage
Reproduction
S
2,720.39
4,537J35
50.00
Task Total 0 4 24 24 0 8 0 4 S 7,308.23
Task 4 - Public Outreach
4,1 Flyer for project description 0
4.2 Prepare for and attend community open house (1) 4
Mileage
Reproduction
Task Total 4
2
4
0 0 4 0 0 4 5 928.97
16 0 8 0 0 4 S 4,119.20
S 100.00
S 200.00
16 0 12 0 0 8 8 5,348,17
1/25/2015
HOUR AND FEE ESTIMATE
Project: City of Tukwila
Cascade View Elementary
Safe Routes to School - Phase 2
EXHIBIT D
• Architecture
Landscape Architecture
Civil Encering •
Task Description
'Labor Hour Estimate
Project Senior Project Design Survey Senior Office
Manager Engineer Engineer Eng / LA Technician Crew Admin Admin
S 184.79 5 157.13 S 113.12 5 100.57 S 81.72 $ 151.66 8 106.86 $ 71.96
Task 5 - Stormwater Preliminary Design and Alternatives Analysis
5.1 Compile and review available stormwater data
5.2 Drainage requirements analysis
5.3 Stormwater alternatives ID & development
5.4 Stormwater alternatives evaulation
5.5 Prepare summary technical memo
Mileage
Reproduction
0
0
1
2
1
Total Bud et
udget
2
2
4
4
4
4
8
8
8
0
0
12
4
8
0
0
0
0
0
0
0
0
0
0
0 0 $
0 0
0 0 S
0 2 S
5
766.74
766,74
2,925.11
2,305.35
2,666.75
50.00
50.00
Task Total 4 16 32 24 0 0 0 2 S 9,530.69
Task 6 - Final Plans, Specifications, and Estimates
6,1 Prepare Draft TIR 2 4 16 8 0 0 0 2 S 3.756.51
6.2 Prepare 30% Plans 8 20 40 80 60 0 0 8 $ 22,669.93
6.3 Prepare Final TIR 0 2 8 4 0 0 0 2 $ 1,765.42
6.4 Prepare 90% Plans 16 20 40 80 40 0 0 8 $ 22,513,98
6.5 Prepare Specifications (90%, Final) 4 8 40 8 0 0 0 8 $ 7,901.29
6.6 Quantity and cost estimating (30%, 90%, Final) 4 8 8 8 4 0 0 0 S 4,032.59
6.7 Finalize Bid Documents 4 10 40 24 16 0 0 8 S 11,132.10
6.8 Bid Period Services 2 8 8 8 0 0 0 4 $ 3,623.99
Mileage $ 500.00
Reproduction S 1,000.00
Task Total 40 80 200 220 120 0 0 40 $ 78,895.81
Total Estimated Fee: 139,205.30
* Hourly rates are based on the following: Totals
Direct Salary Costs $ 70.67 $ 60.09 $ 43.26 S 38.46 $ 31.25 S 58.00 $ 40.87 $ 27.52 $ 50.520.21
Overhead Rate 131.49% $ 66,429.03
Fixed Fee 30% S 15,156.06
1/25/2015
Exhibit E
Sub-consultant Cost Computations
There isn't any sub-consultant participation at this time. The CONSULTANT shall not sub-contract for
the performance of any work under this AGREEMENT without prior written permission of the AGENCY.
Refer to section VI "Sub-Contracting" of this AGREEMENT.
Agreement Number:
WSDOT Form 140-089 EF Exhibit E Page 1 of 1 33
Revised MIMMU
W#Tn
Title V1 Assurances
During the performance of this AGREEMENT. the CONSULTANT, Ooi- itself. its assignees, and successors
in interest agrees as follows:
al
l. Compliance with s: The CONSULTANT shall comply with U/c Regulations relative to non-
discrimination iu federally assisted programs ofthe AGENCY, Title 4Y" Code m[ Federal Rcnoutioou,
Part 2i,aa they may be amended from fin-Le to time (hereinafter referred to as the "REGULATIONS"),
which are herein incorporated by reference and made a part of this AGREEMENT.
Non-discrimination: The CONSULIANT, with regard to the work performed during this AGREEMENT,
shall not discriminate on the grounds of race, color, sex, co national origin iu1hcsc|ectioouudretcotuo
of sub-consultants. including procurement o[ materials and leases nfequipment. The CONSULTANT
shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the
}lEGDL/{[|(]NS, including nmp|oyn)ou( practices when this AGREEMENT covers a program uci forth
in Appendix l} of the DEGDL/l[/UNS.
Solicitations for Sub-consultants, Including Procurement of Materials and Equipment: Iuu1]uoliuboions
either hwcompetitive bidding or negotiations made 6w the CONSULTANT for work iobu performed
under uaub-oouhnoL including procurement o[ozoteriu|oor leases o[ equipment, each potential sub-
consultant or supplier shall be notified by the CONSUL'IANTof the CONSULTANT's obliAations under
this AGREEMENT and the REGULA`HONS relative to non-discrimination on the grounds of race, color,
sex, or national origin.
4. Information and Reports: The CONSULTANT shall provide all information and reports required by the
REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records,
acoonn1a,oihCrnoorceoo[infhzmatioo,andi|stbci|ideaosrouybodcieroziueJ6vdhe/1GENCYtbc
STATE, or the Federal Highway Administration (FUWA)iobz pertinent to ascertain compliance with such
D6(;T]LAF1()y4S, orders and instructions. \fhunc any io5»rnno1ion required of CONSULTANT is in the
exclusive possession of another who fails or refuses to ftirnish this inforination, the CONS UL]ANTshal I
so certify to the AGENCY, the STAf'F, or the FIINVA as appropriate., and shall set forth what efforts it has
made to obtain the ioForroa1ion.
8eoctboua for NV : In the event n[the C()NSU1JANT`moou-comn|bzocn with the non-
discrimination provisions ofthis AGREEMENT, the AGENCY shall impose such /\GKEEMENTauuctioos
an it, the STATE, or the FUWAcouy d/zcnniuc to be appropriate, including, but not lhndcd to:
" V0ihbo|din�ofpaycucoiotodhc(�Or4SDL]i\��Tuodcr this ��0REI��|E7�Tuntil the {�0>JSLJ|])\NI
complies, and/or;
° Cancellation, termination, or suspension ofthis AGREEMENT, in whole oriopart.
6. Incorporation ofProvisions: The (.()N8[lTJ}\JVl uku\ include the provisions of paragraphs (l) \hrough
�)��c� b�u�rgpm��mudnfmu�i�om��a�ao[o]u unless exempt by the
REGULATIONS, or directives issued pursuant tbC,c1m. 1bc C8NSU[|}\NT shall take such action with
respect 10 any sub-consultant or procurement os the STATE, the AGENCYorpUWAmuydirec1monmcaua
of enforcing Such provisions including sanctions for non-compliance.
Provided, however, that in the cvcoi u CONS l]T]}\NTbecomes involved in, or ix threatened with,
litigation with u sub-consultant m supplier ouu result nf such direction, the CONSULTANT may request
the AGENCY enter into such litigation 0o protect the interests of the STATE and/or the AGENCY and, in
addition, the C[NSlJL|TLNInnay request the United States co1cr into such litigation tn protect the interests
of the United States.
NSUOT Form 140-0O9 EF Exhibit F
Page 1of 1 34
Revisad 10/-70/2014
Exhibit G
Certification Documents
l"xbihii(]-|(o) Certification ofConsultant
Exhibit G-l(6) Certification of
Exhibit G-2 Ccrtdioa(iuu Regarding Debarment, Suspension and Other Responsibility Matters '
Primary Covered Transactions
Bxhibit(}-3 Certification Recarding the Restrictions of the Use of Federal Funds for Lobbying
Exhibit G-4 ConLifiuo1c of Current Cost oz Pricing Data
Agreement Number
WSDOT Form Y4D�B E�����G
*mo� Page yof 1 35
Revisod 10Iou12014
I hereby certify that I am the and dilly authorized representative of the firm of
KPG, Inc.
whose address is
753 9th Ave N, Seattle WA 98109
and that neither the above firm nor I have:
a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration,
any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT)
Zn
to solicit or secure this AGREEMENT;
b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of
any firm or person in connection with carrying out this AGREEMENT; or
c) Paid, or agreed to pay, to any firm, organization or person ( ' other than a bona fide employee working solely
for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in
connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any).
I acknowledge that this certificate is to be furnished to the City of Tukwila
and the Federal Highway Administration, U.S. Department of Transportation in connection with this
AGREEMENT involving participation of Federal-aid highway funds, and is subject to applicable State and
Federal laws, both criminal and civil.
KPG, Inc.
Consultant (Firm Name)
Signature (Authorized Official of Consultant) Date
Agreement Number:
WSDOT Form 140-089 EF Exhibit G Page I of 1 36
Revised 1013012n14
Exhibit -1() Certification of Agency Official
I hereby certify that I am the:
El
❑ Other
of the , and
or its representative has not been required, directly or indirectly as an express or implied condition in connection
with obtaining or carrying out this AGREEMENT to:
a) Employ or retain, or agree to employ to retain, any firm or person; or
b) Pay, or agree to pay, to any firrn.
, person, or organization, any fee, contribution, donation. or consideration
of any kind: except as hereby expressly stated (if any):
I acknowledge that this certificate is to be furnished to the
and the Federal Highway Administration, U.S. Department of Transportation, in connection with this
AGREEMENT involving participation of Federal-aid highway funds, and is subject to applicable State and
Federal laws, both criminal and civil.
Signature
WSDOT Form 140-089 EF Exhibit G
Revised 1 h13012014
Date
Agreement Number:
Page 1 Of 1 37
— xhibit G-2 Certification Regarding Debarment, Suspension and Other
'kesponsibility Matters - Primary Covered Transactions
T. The prospective primary participant ce/tificnh the best ofits knowledge and belief, that h and its principals:
A. Are not presently for debarment, declared ineligible, or voluntarily
excluded from covered transactions 6» any Federal department oragency;
B. I lave not within u three (3)year period preceding this proposal been convicted ofor had u civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing opnb)ic (Federal, State, or local) transaction or oou1nac1 under
o public transaction; violation of Federal or State anti-trust statues or commission of embezzlement,
ibe[i, forgery.. bribery, DzbiDco1ioo or destruction ofrecords, making false aio1ccncotm, or receiving
stolen property;
C. Are not presently indicted for orotherwise oho/hnu}|v or civilly charged by agovcromeotal nobtv
Uedural, State, m local) with mmmioxlori of any o[ the offenses enumerated in paragraph (l)(b)
nf this ucdiOoo1ion;and
D. Have not within utb/ec (3) year period preceding this application /proposal had one or more public
kuoaocbonm (Federal, State and local) terminated for cause or default.
TI. Where the prospective primary participant ia unable io certify 10 any of the statements in this certification,
such prospective nm6 ' shall attach on explanation to this proposal.
K]`G°lnc.
Consultant (Firm Name)
Signature (Authorized Official of Consultant) Date
Agreement Number:
kKSDOT Form /40-08SB= Exhibit G Page /ofY 38
Ppvi-qpd 10/70/2014
Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds
for Lobbying
The prospective participant ccrdOta bv signing and submitting this bid or proposal, k) the best of his orher
kuov/cdmc and belief, that:
No Federal appropriated funds have been paid m will be paid, bymno behalf of the undemigoed,toany
person for influenciiig or attempting to influence an officer m employee ofany Federal a��oM��
of Congress, an officer or employee of Congress, or any employee of a Mernber of Congress in connection
with the uvvu,diu�of any Federal conbooi,the ruakiogo[ any Federal gcooLthe nuukiugoF any Federal loan,
the entering into of any cooperative AGREEMENT, and the extension, continuation, renewal, amendment,
or modification of[cdcra\ onn1coci" guzoL loan or cooperative AGREEMENT.
2. If any funds other than Federal appropriated funds have been paid m will be paid to any person for
influencing or ing10 influence uo officer nr employee o[ any Federal a�cnuy"u�beozhcrofCongress,
an officer or employee of Congress, or an employee of a Member of Congress in connectioii with this
Federal contract, grant, loan or cooperative AGREEMENT, the undersigned shall complete and submit
Standard Fozco-I.LI.,"Disclosure Forul\o Report Lobbyiug`"io accordance with its instructions.
This certificatioiiieomaterial representation of fact upoii which reliance was placed when this transaction
was inadcorentered into. Submission of this oodiOuudoo is uprorcguisdc for making or entering into
this transaction imposed by Section l352` Title �l`[S.Code, Any person who fails to file the required
ceitificatiori shall be sub ' ject to a civil penalty of not less than $10,000.00, and not more than $ 100,000.00,
for each such failure.
The prospective participant also ��o� Wamhob�or��osU���ma�s�|r���
that the language of this certification be included in all lower tier sub-contracts, which exceed $100,000,
and that all such sub-recipients shall certify and disclose accordingly.
KPG, Inc.
Consultant (Firm Name)
Signature (Authorized Official ofConsultant) Date
Agreement Number:
NSDOT Form Y4O-089 EF Exhibit G Page /nfY ae
*eviseu/u/3o12o/4
This is1ncertifv that, 10 the best o[my knowledge and belief, the cost m pricing data (as defined in section
2.|0lof the Federal Acquisition Regulation (FAR) and required tinder FAR subsection 15.403 -4) submitted,
cidbur actually or by specific identification in vvddug` to the Contracting Officer ozio the Contracting Officer's
representative in support of Cascade Elementary Safe Routes hn School ° are accurate, complete, and uunccU
as of
This certification includes the cost or pricing data Supporting any advance AGREEMENT's and forward pricing
rate AGREEMENT's between the offer or and the Governi-nent that are part of the proposal.
Firm: KP{,luc.
Signature
Date o[Excuotkuz***: \ / / kL
Title
*ldeoify the proposal, quotation, request for pricing adjustment, m other submission involved. giving the appropriate idenhfyin.o number (e.g. project title.)
**Iflset-t the day, month, and year, when price negotiations were conclude(] and price MIRCEh8B0T was rvachud.
*-"*Insei-t the day, month, and year. ofsigning, -which should be as close as practicable to the date when the price negotiations were concluded and the
contract price was agreed to.
Agreement Number:
NKSDOT Form Y40-08gEFExhibit G Page /uf1 40
eevi-,;Pd 1n/ru12o,4
Liability Insurance Increase
To Be Used Only If Insurance Requirements Are Increased
The professional liability limit ofthe CONSULTANT (othe AGENCY identified iu Section %DLLegal Relations
and Insurance nf this Agreement ia amended (o$ NOT APlg.|CABLE .
The CONS i]lJANT shall provide Professional Liability insurance with minimum per occurrence limits in the
amount of $NOT APPLICABLE
Stich insurance coverage shall bc evidenced hv one of the following methods:
• Certificate of Insurance.
• Self-insurance through an irrevocable Letter or Credit from a qualified financial institution.
Self-insurance through documentation of a separate fund established exclusively for the payment of-professional
liability oluiuzm, including claim amounts already ccaovcd against the fund, safeguards established for payment
from the fund, u copy of the latest annual financial statements, and disclosure o[ the investment portfolio for
those funds.
Should the minimum professional Liability insurance limit required 6y the AGENCY uu specified above exceed
$| million per occurrence or the value of the contract, whichever is greater, thenjustification shall be submitted
to the Federal Highway Administration (FIIWA) for approval to increase the rninii-nurn insurance limit.
DFJWA approval ia obtained, the AGENCY may. at its own cost, reimburse the CONSULTANT for the additional
professional liability insurance required.
Notes: Cost o[ added insurance requirements: $N(}I/\lqLlCABLlI
• Include all costs, fee increase, premiums.
• This cost shall not be billed a0ainst unFB\WAfunded project.
• For final contracts, include this exhibit,
Agreement Number:
NSDO7 Form /40-08VEF Exhibit H
Page 1nf/ 41
RL-vised 1013012014
Exhibit I
Alleged Consultant Design Error Procedures
Ihc Purpose n[ this exhibit ia|o establish u procedure tu determine ifa consultant's alleged design error iuofo
nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution
and/or cost recovery procedures in those instances where the agency believes it has suffered Some Material damage
due |o the alleged error 6y the consultant.
Step Potential Consultant Design Er»or(o)im Identified by Agency's Project MNunuger
At the first indication of potential coosu|iou1 dcuignuoror(s), the first step in the process is 6or (lie /\,-oncy"s
project manager to notify the Director of Public'\Vorks or Agency Engineer regarding the potential design
error(s). For federally funded projects, tbo Region l.ucu| Programs Engineer should be informed and
involved in these procedures. (Note: TheDirector of Public Works or Agency Engineer may appoint an
agency staff person other than the project rnuuagcr,whoboauo1beonoodicec1lIiovnivcdin{bepr 'co(,
to be responsible for the remaining steps in these procedures.)
Step 2Project Manager Documents the Alleged Consultant Design Error(s)
After discussion of the alleged design enndy\ and the nio�o�udeof the uUeoedeonr(m)` and with the
Director nf Public Works or Agency Engineers ooncurrenco,ihe project manager obtains more detai)ed
documentation than is oorozoJ|y required onthe project. Examples include: all decisions and descriptions
ofwork; photographs., records of labor, materials and equipment.
Step Contact the Consultant Regarding the Alleged Design &I
lfdixdutcrodoed that there ioa need Uoproceed further, the next step iu the process io for the project
manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged
orror(n). The project zouuo�orandoUzczappnop�u{ca�enoIo1u[[sbouldrepreseotUzeugenoyundthm
cooSu]taut should be represented by their project cnuoagcrunduoypersonnc|(inu|udingaub'couau|touty)
deemed appropriate for the alleged design orrnr(a)issue.
Step 4 Attempt to Resolve Alleged Design Error with Consultant
After the mcctizg(s) with the consultant have been completed regarding the consultant's alleged design
crror(s), there are three possible scenarios:
It is determined via mutual agreement that there is not a consultant design error(s). If this io the case,
then the process will not proceed beyond this point.
Ttis determined via Mutual agreement that u consultant design occurred. If this ia the case,
then the Director o[yub1ic Works orAgency Engineer, ur their representatives, negotiate usettlement
with the consultant. The settlement would be paid to the agency or the arnount would be reduced from
the 000au|tao1"o agrccouout with the agency for the asn/iceo on the project in which the design error
took place. The agency in to provide LT! Lbronpb the Region Local Programs Engineer, uoum000rI
of the settlement for review and 10 ruukc u/6usbncuto' if any, as to how the settlement affects federal
zciooburacrnen1o. No further action ia required.
,
There ia not u mutual u��modo�mdiogthe u|�edcouaJ��d�' The umoo��may
request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency
Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal
counsel, ia not able to rcucbzou1oul agreement with the consultant, proceed 10 Step 5.
Agreement Number
NSDOT Form 140-0VgB= Exhibit /
Page/of 2 42
Revised 1013012D14
Step 5 Forward Documents to Local Programs
For federally funded pro . jects all available information, including costs, should be forwarded through the
Region Local Programs Engineer to LP for their review and consultation with the FI (WA. 1,P will meet
with representatives of the agency and the consultant to review the alleged design error(s), and attempt
to find a resolution to the issue. If necessary, IT will request assistance from the Attorney General's Office
for legal interpretation. LP will also identify how the alleged error(s) affects eligibility of prqicct costs
for federal reimbursement.
If mutual agreement is reached, the agency and consultant adjust the scope of work and costs
to reflect the agreed upon resolution. IT, in consultation with Fl-IWA, will identify the amount
of federal participation in the agreed upon resolution of the issue.
• If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration
or by litigation.
Agreement Number:
WSDOT Form 140-089 EF Exhibit I Page 2 of 2 43
Revised 1013012014
Consultant Claim Procedures
The purpose of this exhibit isto describe procedure regarding daio-i(s)ono consultant agreement. The 116|lowing
procedures should only bc utilized uu Consultant claims greater than $|`OOO.lf the consultant's c|oim(s) are ototal
of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the
Director of Public Works orAgency Engineer negotiate u fair and reasonable pdoefbctbe consultant's olairu(u)
that into} S),00O or less.
This exhibit will outline the procedures tobc followed by the consultant and the agency to consider opotential
claim by the consultant,
Step I Consultant Files a Claim with the Agency Project Manager
|F the consultant determines that they were requested to perl'orm additional services that were outside
of the agreement's scope ofwork, they may be entitled ton claim, The first step that must be completed
is the request for consideration of the claim to the Agency's project manager.
The consultant's claim must outline the following:
• Sumniation of hours by classification for each firm that is included in the claim.
• Any correspondence that directed the consultant |o perform the additional work;
• Timefiumc of the additional work that was outside u[tbc project scope;
• Summary of direct labor dollars, overhead costs, profit and reinibursable costs associated with
the additional work; and
°
Explanation uxk`why the consultant believes the additional work was outside oY the agreement
scope of woik.
Step Review by Agency Personnel Regarding the Consultant's Claim for Additional Conupcmmadoo
After the consultant has completed step l` the next step io the process iyto forward the request to the
Agency's project manager. The project munagerwUlreviovUeoououltant`uclabnmndniUmc|nithNc
Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the
F}{\\A is participating in the project's funding, forward u copy of the c000ultuu1'a c|uicn and the Agency's
recommendation for federal participation in the claim to the WS[)OTLocal Programs through the Region
l.00ul Pzo�ruroulIo��o�c[ lf1bc o/uinu �o not o�i�ib|c f�rt�dcra| participation, payment will need to be from
agency funds.
If the Agency project nnaoogcr Director of Public Works oo Agency Engineer, WSL)OT Local Programs
(if applicable), and FHWA (if applicable) agree with the consultant's claim, send o request memo, including
backup documentation to the consultant to either supplernent the agreement, or create a new agreement
for the claim. After the request has been oppoovod. the Agency shall write the supplement and/or new
ogroccuooiundpoytbcuonmultuottbear000u(of{bcoluion.lnlbrmLbmconoobaoltbatihcUou|pnyrneo1fbz
the agreement is subject to audit. No further action in needed regarding claim procedures.
If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures.
A-i-cenicilt, Number
mSD0r Form Y40-089£f Exhibit J
Page/ of 44
Re,ised/oM/uo/4
Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s)
If the Agency does not agree with the consultant's claim.. the project manager shall prepare a summary
for the Director of Public Works or Agency Engineer that included the following:
• Copy of information supplied by the consultant regarding the claim;
• Agency's summation of hours by classification for each firm that should be included in the claim;
• Any correspondence that directed the Consultant to perform the additional work;
• Agency's summary of direct labor dollars, overhead costs,
profit and reimbursable costs associated
with the additional work;
• Explanation regarding those areas in which the Agency does/does not agree with the consultant's
claim(s);
• Explanation to describe what has been instituted to preclude future consultant claim(s): and
• Recommendations to resolve the claim.
Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation
The Director of Public Works or Agency Engineer shall review and administratively approve or disapprove
the claim, or portions thereof., which may include getting Agency Council or Commission approval (as
appropriate to agency dispute resolution procedures). If the project involves federal participation.. obtain
concurrence from WSDOT Local Programs and FHWA regarding final settlement of the claim. If the claim
is not eligible for federal participation, payment will need to be from agency funds.
Z�
Step 5 Informing Consultant of Decision Regarding the Claim
The Director Of Public Works or Agency Engineer shall notify (in writing) the consultant of their final
decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim(s)
and rationale utilized for the decision.
Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s)
The agency shall write the supplement and/or new agreement and pay the consultant the amount
of the claim. Inform the consultant that the final payment for the agreement is subject to audit.
Agreement Number:
WSDOT Form 140-089 EF Exhibit J Page 2 of 2 45
Revised 9nl3012nl4
HOUR AND FEE ESTIMATE
Project: City of Tukwila
Cascade View Elementary
Safe Routes to School - Phase 2
EXHIBIT B
• Architecture •
Landscape Architecture
• Civil Engineering •
*Labor Hour Estimate
Project I Senior Project Design Survey Senior Office
Manager I Engineer Engineer Eng / LA I Technician Crew I Admin Admin
$ 184.79 $ 157.13 $ 113.12 $ 100.57 $ 81.72 $ 151.66 $ 106.86 $ 71.96 Budget
Total Budget
Task 5 - Stormwater Preliminary Design and Alternatives Analysis
5.1 Compile and review available stormwater data
5.2 Drainage requirements analysis
5.3 Stormwater alternatives ID & development
5.4 Stormwater alternatives evaulation
5.5 Prepare summary technical memo
Mileage
Reproduction
0
0
1
2
1
2
2
4
4
4
4
4
8
8
8
0
0
12
4
8
0
0 j
0
0
0
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
2
$ 766.74
$ 766.74
I $ 2,925.11
1 $ 2,305.35
$ 2,666.75
50.00
$
1 $ 50.00
Task Total
4
16
32
24
0
0
0
2
9,530.69
Task 6 - Final Plans, Specifications, and Estimates
6.1 Prepare Draft TIR
2
4
16
8
0
, $ 3 756 51
6.2 Prepare 30% Plans
8
20
40
80
60
0
0 8
1 $ 22 669.93
6.3 Prepare Final TIR
0
2 8
4
0
0
0 2
$ 1,765.42
6.4 Prepare 90% Plans
6.5 Prepare Specifications (90%, Final)
16
4
20 i
I 40
8 40
80
8
40
0
0
0
0 8
0 8
$ 22,513.98
$ 7,901.29
6.6 Quantity and cost estimating (30%, 90%, Final)
4
8 8
8
4
0
0 0
$ 4,032.59
6.7 Finalize Bid Documents
4
10 40
24
16 1
0
0
8
$ 11,132.10
6.8 Bid Period Services
2
8 8
8
0
0
0
4
$ 3,623.99
Mileage
$ 500.00
Reproduction
$ 1,000.00
1
Task Total
40
80
200
220
120
0
0 40
78,895.81
Total Estimated Fee: $ 138,205.30
8/11/2015
Li -1 Ly of Tukwila Allan Ekberg, Mayor
I I
Public Works Department - Bob Giberson, Director
TO:
Mayor Ekberg
Transportation Committee
FROM:
Bob Giberson, Public Works Director
BY:
Dave Sorensen, Project Manager
DATE:
January 29, 2016
SUBJECT:
2015 Overlay and Repair Program
Project No. 91510401, Contract No. 15-121
Project Completion and Acceptance
ISSUE
Accept contract as complete and authorize release of retainage bond.
BACKGROUND
The Notice to Proceed for Contract No. 15-121 with Miles Construction Inc., of Tacoma,
Washington was effective on July 13, 2015 for the 2015 Overlay and Repair Project. This overlay
project provided hot mix asphalt (HMA) paving at seven locations throughout the City and a portion
of the parking lot at Fort Dent Park. The street improvements included; paving, removing and
replacing concrete curbs, gutters, sidewalks and ADA ramps, installing traffic loops and junction
boxes, adjusting surface utilities to grade, and installing roadway channelization.
ANALYSIS
Construction was physically completed on November 12, 2015. Three change orders were
executed. Asphalt quantities and pavement repairs were less than expected; however, the contract
time was longer than expected, resulting in the contractor compensating the City $84,050.00 in
liquidated damages. No retainage was withheld by the City for this project as there was a
contractor retainage bond. The budget for the 2015 Overlay & Repair construction was
$1,412,051.55 and included a 5% contingency.
Construction Contract Amount $1,344,811.00
Change Order Nos. 1 — 3 49,714.50
Under-runs/Liquidated damages (105,938.05)
Total Amount Paid $ 1,288,587.45
RECOMMENDATION
Council is being asked to formally accept and authorize the release of the retainage bond, subject
to standard claim and lien release procedures, for the 2015 Overlay and Repair Project with Miles
Construction, Inc. in the final amount of $1,288,587.45 and consider this item on the Consent
Agenda at the February 16, 2015 Regular Meeting.
Attachment: Notice of Completion
VVAPVV Eng\PROJECTS\A- RW & RS ProjectsAnnual Overlay & Repair Programs\2015 Overlay & Repair Program\Construction\Contractor\Pre Close Out\Close Out to TC\Info Memo 2015 Overlay CloseoutOl-29-16 gl sb.docx 47
(04
V Original
❑ Revised #
i .
Date: Contractor's UBI Number: 602 870 349
Name & Mailing Address of Public Agency Department Use Only
City of u wl a Assigned to:
6300 Southcenter Blvd #101
Tukwila, WA 98188 Date Assigned:
UBI Number:
Notice is hereby given relative to the completion of contract or project described below
Project Name
Contract Number
115-121
Job Order Contracting
2015 Overlay and Repair Program 91510401
$
❑ Yes V No
Description of Work Done /Include Jobsite Address(es)
At seven locations in Tukwila: HMA overlay, planing, pavement removal & repairs; concrete
curb /sidewalks /ramps /driveways; signal modifications; install traffic loops & junction boxes; channelization & signage
Federally funded transportation project? ❑ Yes ICI No (if yes, provide Contract Bond Statement below)
Contractor's Name
E -mail Address
I Affidavit ID*
Miles Resources LLC imandy.young@milesresourcEIII612227
(360) 902 -9450
Contractor Address
Telephone #
400 Valley Ave NE Puyallup, WA 98372
1253-383-3585
If Retainage is not withheld, please select one of the following and List Surety's Name & Bond Number.
Lrl Retainage Bond ❑ Contract /Payment bond (valid for federally funded transportation projects)
Name: Liberty Mutual Insurance Company
113ond Number: 023032441
Date Contract Awarded
Date Work Commenced
Date Work Completed
Date Work Accepted
06/05/2015
07/13/2015
111/12/15
Were Subcontracters used on this project? If so, please complete Addendum. A. Wyes ❑ No
Affidavit lD* - No L &I release will be granted until all affidavits are listed.'
Contract Amount
$
1,344,811.00
Additions ( +)
$
49,714.50 Liquidated Damages $ 84,050.00
Reductions ( -)
$
105,938.05 Amount Disbursed $ 1,204,537.45
Sub -Total
$
1,288,587.45 Amount Retained $ 0.00
Amount of Sales Tax 0.0
(If various rates apply, please send a breakdown) $
-� y s TOTAL $ 1,288,587.45 - TOTAL $ 1,288,587.45- -
I � ' LV_ &l` C NOTE: These two totals must beequal
Comments:
Note: The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract.
NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates.
Submittine Form: Please submit the completed form by email to all three agencies below.
Contact Name: Diane Jaber
Title: Finance Specialist
Email Address: diane.jaber @tukwilawa.gov
Phone Number:
/ Department of Revenue
Public Works Section
wwhingrsn Stay Dmartment of
Labor & Industries
AWE Employment Security
Department
Registration, Inquiry,
(360) 704 -5650
PWC @dor.wa.gov
Contract Release
(855) 545 -8163, option # 4
Standards &Coordination
Unit
ContractRelease @LN I. WA.GOV
(360) 902 -9450
publicworks@esd.wa.gov
REV 31 0020e (4/28/14) 1215- 038 -000 04 -2014
48
Addendum A: Please List all Subcontractors and Sub-tiers Below
This addendum can be submitted in other formats.
Provide known affidavits at this time. No L&I release will be granted until all affidavits are listed.
Subcontractor's Name:
U131 Number: (Required)
Affidavid 1D*
Big Mountain Enterprises LLC
602306230
617260
Bilbrey Construction
603002155
608828
C & P Fencing
603210811
608537
Cascade Utility Adjusting LLC
603407046
606099
Corliss Resources Inc
602237779
613748
Doolittle Construction LLC
602351934
613412
Evergreen Concrete Cutting Inc
601605667
606917
Ground Up Road Construction Inc
602790246
612165
Hayes D Trucking & Repair Inc
603307120
605390
Heinrichs Trucking
275005110
603937
JWC Transport LLC
603506602
615092
Miles Sand & Gravel Company
171004760
616494
Northwest Sweeping
602609350
612235
Northwest Traffic Inc
602140049
612023
PGH Excavating Inc
602716918
612386
SODS X1 LLC
603121576
605209
Transportation Systems Inc
602726209
612030
For tax assistance or to request this document in an alternate format, please call 1-800-647-7706. Teletype (TTY) users may use the
Washington Relay Service by calling 711.
REV 31 0020e Addendum (04128/14) F215-038-000 04-2014
El R1
:7�]
'0" 0 ty of Tuk *1a
Li Wi Allan Ekberg, Mayor
Public Works Department - Bob Giberson, Director
TO: Mayor Ekberg
Transportation Committee
FROM: Bob Giberson, Public Works DirectorIffi-
BY: Robin Tischmak, City Engineer
DATE: January 29, 2016
SUBJECT: Boeina Access Rd over BNRR Bridae Rehabilitation Proiect
Project No. 99410408, Contract No. 13-161
Supplemental Agreement No. 3 with Jacobs Engineering Group, Inc
ISSUE
Approve Supplemental Agreement No. 3 with Jacobs Engineering Group, Inc. (Jacobs) for
additional design services.
1:7-IT63 1201 T1111 i7
In October 2013, the City contracted with Jacobs to provide the design for the rehabilitation of the
Boeing Access Rd over BNRR Bridge. Jacobs' progress has been per schedule, but delays caused
by the railroad plan reviews and the preparation of a Construction and Maintenance (C&M)
Agreement with BNSF have put the project behind schedule. The design contract completion date
was extended to December 31, 2016 by Supplement No. 2.
ANALYSIS,
Supplemental Agreement No. 3 is for approved additional design services that include survey and
mapping, geotechnical investigations, and adjustments to the final bid documents. See attached
Supplemental Agreement No. 3, Exhibit A-1 for the project scope changes and Exhibit E2-A for the
fee proposal.
FISCAL IMPACT
Supplemental Agreement No. 3 is within the approved design budget that includes a contingency
for unanticipated work.
Contract Budget
Jacobs Original Contract $1,017,772.00 $1,353,000.00
Supplement No. 3 52,805.00
Total $1,070,577.00 $1,353,000.00
Council is being asked to approve Supplemental Agreement No. 3 with Jacobs Engineering Group,
Inc. for the Boeing Access Rd over BNRR Rehabilitation Project for $52,805.00 and consider this
item on the Consent Agenda at the February 16, 2016 Regular Meeting.
Attachment: Page 11, 2015 CIP
Supplemental Agreement No. 3 with Scope and Costs
WTW EngTROJECTS�A- RW & RS Projects\Boeing Access Rd Bridge Rehab (99410408)TE\JacGbs Submittals\lnfo Memo Jacobs Sup #3 01-29-16 gi sb.docx
I'll
PROJECT:
DESCRIPTION:
JUSTIFICATION:
STATUS:
MAINT. IMPACT:
COMMENT:
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2015 to 2020
Boeing Access Rd over BNRR Bridge Rehabilitation Project No. 99410408
Rehabilitate the existing bridge with a 340' long concrete or steel bridge structure. It will be 1 10' wide curb to
curb and have sidewalks on both sides.
The existing bridge is structurally and seismically deficient. Several pedestals are leaning, have concrete
spalls, exposed rusty anchor bolts and reinforcements and some cracks. The existing railings do not meet
current bridge standards.
Type, size, and location draft report (specifically required for bridges) was completed in 2005. Federal grant
applications were submitted in 2008 and 2010 and the bridge rehabilitation was successful for funding in
2012 for federal bridge funds. A Public Works Trust Fund (PWTF) loan was rescinded in 2013.
Maintenance will be reduced.
Bridge will be rehabilitated in phases to allow continued traffic use. Federal bridge grant of $9,745,600
requires a 20% local match. A bond issue will be used for the City match.
FINANCIAL Through Estimated
tin $000's) 2013 2014 2015 2016 2017 2018 2019 2020 BEYOND TOTAL
EXPENSES
Design
198
867
288
1,353
Land(R/W)
100
100
Const. Mgmt.
563
561
1,124
Construction
4,850
4,850
9,700
TOTAL EXPENSES
1 1981
967
1 5,701
1 5,411
1 01
01
01
01
01
12,277
FUND SOURCES
Awarded Grant
109
773
4,670
4,193
9,745
Proposed Grant
0
Bond
2,500
2,500
Mitigation
0
City Oper. Revenue
89
194
(1,469)
1,218
0
0
0
0
0
32
TOTAL SOURCES
1 1981
967
1 5,7011
5,4111
01
01
0
01
01
12,277
2015 - 2020 Capital Improvement Program 11
52
Adft
Washington State
Department of Transportation
Supplemental Agreement
Organization and Address
Number 3
Jacobs Engineering Group, Inc.
600-108th Ave. NE, Suite 700
Bellevue, WA 98004
Original Agreement Number
13-161
Phone: (425) 452-8000
Project Number
Execution Date
Completion Date
99410408, BHM 1380(003)
10/10/2013
12/31/2016
Project Title
New Maximum Amount Payable
Boeing Access Road Over BNRR Bridge Rehabilitation
$ 1,070,577.00
Description of Work
Add survey work, provide funds for additional costs and equipment added to the geotechnical boring, provide
funds for additional design, utility investigation work, project management, and printing as detailed in
Exhibit A-1.
The Local Agency of City
desires ho supplement the agreement entered in1owith Jacobs Engineering Group, Inc.
and executed on and identified ae Agreement No.
All provisions in the basic agreement remain in effect except 8s expressly modified bv this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
See attached Exhibit A,l for Supplement Scope o[Work.
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days
for completion of the work to read: No Change
Section \( PAYMENT, shall be amended oefollows:
See attached summary of payment, Exhibit A, and the fee proposal, Exhibit E2-A.
as set forth int eh attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate
spaces below and return [0 this office for final action.
By: By:
ate
DOT Form 11000n
Revised 09/2005
53
Exhibit A
Summary of Payments
54
Basic Agreement
Supplement #3
Total
Direct Salary Cost (DSC)
$314,532
$13,972
$328,504
Overhead (Including
Payroll Additives)
$372,501
$16,547
$389,048
Direct Non - Salary Costs
$4,540
$1,000
$5,540
Subconsultants
$231,839
$17,095
$248,934
Fixed Fee (30% DSC)
$94,360
$4,191
$98,551
Total
$1,017,772
$52,805
$1,070,577
54
Scope of Work
EXHIBIT A-1
City of Tukwila
Scope of Services
Supplement No, 3
1.0 Project Management
The CONSULTANT will continue providing project nnanagernentsemi[9sforthe extended project
duration which was necessitated by delay in Obtaining the Construction and Maintenance (C&K4)
Agreement from B0SF. The contract was extended from the original contract end date of June 15,
2015 to December 31, 2015 by Supplement No. 1 and then again to December 31, 2016 by
Supplement No. 2.
The CONSULTANT will continue to provide assistance in coordinating with BSNF through completion
of the C&M Agreement.
• Monthly Invoices and Progress Reports
• Project schedule update
2.0 Survey and Mapping
The CONSULTANT /1 Alliance Geonoati[3\ provided additional field surveying 8ndmmappingforth2
area along the south side of the Boeing Access Road for new retaining walls and the new drainage
area near Airport Way. (Approved with Change Log dated 2/4/2015)
The CONSULTANT (1 Alliance Geomatics) performed investigation of the right of way boundaries at
the request of the WSDOT Local Programs. (Approved with Change Log dated 5/7/2015)
E Electronic AutoCAD Civil 3D topographic base map
4.0 Geotechnical Investigation
The CONSULTANT (Shannon & Wilson and driller) had to shift the work window to meet the permit
Tukwila Boeing Access Road Bridge over 8NRR Rehabilitation—Supplement Nb3 1 55
Scope of Work
/[onUnupo0
conditions prescribed 6v the City and the Railroads. The early work hours also required a light plant
for safe field operation. (Approved with Change Log dated 12/5/2013)
During the second phase offield drilling (8-3) the CONSULTANT (Shannon & Wilson and driller) had
to work during weekend 10 meet conditions prescribed by the Railroad. This weekend operation
required surcharge for driller. (Approved with Change Log dated 3/6/2015)
12.0 100%PS&E Documents
The CONSULTANT performed additional drainage design to address the right of way conflict at the
southwest corner near Airport Way. (Approved with Change Log dated 8/5/2015)
The CONSULTANT performed additional underground utilities coordination and field verification to
resolve potential conflict with the final design. (Approved with Change Log date 10/1/2015)
The CONSULTANT performed extensive analyses and design efforts for the 10-foot wide sidewalk
widening along the south side ofthe bridge. The final design was significantly more complex and
difficult than anticipated, and required a substantial increase in effort beyond the original scope
and budget; vve request o total of1OO hours for this work effort.
9 Design elements are included in the 100% Plans, Specifications and Estimate
Tukwila Boeing Access Road Bridge over BNRR Rehabilitation—Supplement No3 2 56
EXHIBIT E -2A
Supplement No 3
City of Tukwila
Fee Proposal
South Boeing Access Road Bridge Rehabilitation Project
Task
Description
Project
Manager
Sr.
Civil /Str
Eng
Des.
Engineer
CADD
Project
Admin
Total
Hours
Total Cost
forlacobs
Tota/Cost
for Subs
1.0
Project Management & Coordination
72
0
0
0
6
78
$16,356
PM due to project extention (12 mo)
72
6
78
$16,356
2.0
Inspection & Load Rating (TranTech)
0
$0
3.0
Survey & Mapping (1 Alliance)
0
$0
$10,795
Add survey for retaining wall & drainage (approved 214115)
$4,474
Add survey for defining ROW (approved 517115)
$6,321
4.0
Geotechnical Investigation (Shannon & Wilson)
0
$0
$6,300
Shift work window for B -1 & e -2 (approved 1215113)
$3,800
Driller weekend charge (approved 316114)
$2,500
5.0
Environmental Planning & Permitting (Widener)
0
$0
6.0
Railroad Coordination (MCRail Logistics)
0
$0
7.0
Roadway, Drainage, Pedestrian /Bike & Traffic Control
0
$0
8.0
Bridge Rehabilitation and Seismic Analysis
0
$0
9.0
Final Seismic Analysis & Structural Design
0
$o
9.0
Conceptual Design (30 %) Plans
0
$0
10.0
60% Design Plans
0
$0
11.0
90% Design Plans, Specs & Estimate
0
$0
12.0
100% PS &E Documents
0
86
60
4
0
150
$18,354
Additional drainage at SW corner (approved 815115)
10
8
4
22
$2,584
Underground utility adjustment (approved 1011115)
16
12
28
$3,394
Design complexity (10'sidewalk & ground improvements)
60
40
100
$12,375
13.0
Ad -Ready Contract Documents
0
$0
14.0
Assistance during Bid Period
1
0
$0
Total Hours
72
86
60
4
6
228
Billing Rate (Estimated)
$220.10
$159.04
$70.82
$106.86
$84.72
JACOBS Total Labor Cost
$15,847
$13,677
$4,249
$427
$508
$34,710
Direct Expenses (production, copying, etc.)
$1,000
Subtotal:
$35,710
$17,095
TOTAL (Jacobs + Subs) for Supplement No 3: $52,805
C: VserslkimksVesktop1Tukwila BoeingiScopingiSupplement #31Boeing Access Road Br Supplment #3
112112016
58
0
L"Ity of Turkwila Allan Ekberg, Mayor
Mayor's Office - David Cline, City Administrator
TO:
Mayor Ekberg
Transportation Committee
FROM:
Bob Giberson, Public Works Director
BY:
Robin Tischmak, City Engineer
DATE:
January 15, 2016
SUBJECT:
Strander Boulevard Extension Phase 3
Project No. 98610403
Consultant Contract, Scope of Work, and Fee
ISSUE
Execute a consultant contract with Berger Abam to provide Phase 3A Early Start Work design services
for the Strander Boulevard Extension Phase 3 Project.
BACKGROUND
The City of Renton completed Phase 1 of the Strander Blvd/SW 27th St (Oaksdale Ave to Naches Ave)
in 2008 and Phase 2 in 2014 (from Naches to the new Sounder Commuter Rail Station parking lot,
between BNSF and UPRR). Phase 3 is being led by the City of Tukwila, but we were unsuccessful in
securing TIGER grant funding for 2015 and 2016. However, Tukwila City Council has approved $2
million for preliminary design services for 2016, although we will only be contracting for the critical early
start items.
DISCUSSION
Berger Abam was selected from the MRSC Consultant Roster as one of three top engineering firms
that are experienced in designing similar railroad grade separation projects. Staff has negotiated a
consultant agreement that includes the attached scope and fee for this limited scope Phase 3A Early
Start work. Beginning this preliminary design will enhance Tukwila's competitiveness with upcoming
federal and state grant opportunities as we move forward towards construction.
FINANCIAL IMPACT
The negotiated firm fixed fee for Berger Abam's scope and fee outlined in Exhibit A is $399,383. The
budget for Strander Boulevard Phase 3 is currently $2,000,000.
RECOMMENDATION
Council is being asked to approve the agreement with Berger Abam for the Phase 3A Early Start Work
design services in the amount of $399,383 for the Strander Boulevard Phase 3 Project and consider
this item on the Consent Agenda at the February 16, 2016 Regular Meeting.
Attachments: Page 28, Draft 2016-2021 CIP
Consultant Contract, Scope of Work and Fee
WAPW Eng\PROJECTS\A- RW & RS Projects\Strander Extension (98610403)\Phase I I Nnfo Memo Contract Berger Abam 01-15-16 for 01-29-16 sb.docx 59
Project will be constructed in three phases. Phase I extended Stander Blvd/SW 27th St from Oaksdale Ave to
NachmaAve8VV Phase Ucuna�udodm2�nemadwoy�omNaohmntn the Sounder Tmin�Tuk�|aLongaump
STATUS: �
' Station's parking lot. Phase III will construct the undemmsaingof the UPRR and complete the 4 lane roadway
from West Valley Highway in Tukwila mmacxss Ave SvvinRenton,
MA|NT.|MPACT: New street.
Project partners include the City of Renton, Boeing, WSDOT, FMSIB, Sound Transit, Metro, Amtrak, and
COMMENT: BNSF and UP Railroads. Funds in 2015-16 are for updated cost estimates and grant applications.
STP(PGRC) and TIGER grants were unsuccessful in2O14 and 2O15.
FINANCIAL Through Estimated
On$uoo'y) 2014 2015 2016 2o17 2o1x noin nnno no»l nFrown TnTm
60
20m-20mCapital Improvement Program 28
Tukwila's Share
1,000
Tukwila's Share
of Renton's
Phases & /1
1,000
Design
41
14
1,500
3,000
4,555
Land (R/W)
104
450
1,000
1,554
Wetland Mitigation
50
500
550
Const. Mgmt.
3,750
1,050
4,800
Construction
20,500
6,700
27,200
FUND SOURCES
Proposed TIGER Grant
20,000
20,000
Proposed State TIB Grant
3,000
3,000
Proposed STP Grant
2,000
2,000
Proposed FMSIB Grant
5,000
5,000
NW Arena Mitigation
3,000
2,000
5,000
City Oper. Revenue 1,145
14
2,000
750
750
0
0
0
0
4,659
60
20m-20mCapital Improvement Program 28
EXHUBITA - SCOPEOF WORK FOR PRELIMINARY DESIGN, ENVIRONMENTAL
DOCUMENTATION AND RIGHT-OF-WAY PLANNING
CITY OF TUKWILA STRANDER AVENUE GRADE SEPARATION PROJECT
The cities of Renton and Tukwila have been working in partnership to complete a connection cf
StranderBuulevard in the City of Tukwila with Southwest 27th Street in the City of Renton. As
lead agency for the first two phases ofthe project, the City of Renton completed un
undercrossing of the Burlington Northern Santa Fe (BNSF) Railway in 2014, connecting
Southwest 27Lh Street with the Tukwila Sound Transit Station. The City o{ Tukwila will
complete Phase 3o/ the project aa shown in Figure l.
In order to reduce the cost oythe first two phases of the project, the BNSF undercrossing was
completed by installing apump station to pump both atorm entering
the roadway excavation from the surrounding area. This was envisioned aaaointerim
condition until construction of a full, four-lane arterial connection of Strander to Southwest
276d/. The full build-out was anticipated to require the construction of watertight walls and a
bottom seal for the underpasses.
The proposed Phase 5would complete an undercrossing ut the Union Pacific Railroad
and, asa minimum, atwo-lane arterial connection of Southwest 27thStreet toStran ezandto
the West Valley Highway. The arterial would be widened to four lanes iffunding allows as
shown LnFigure 1. Phase 3 of the project will continue to use the interim groundwater pumping
system ifpossible. Therefore, a key issue for the design of development of Phase 3ietoconfirm
the amount of groundwater that will be encountered by completing Phase 3 and establishing a
plan for managing the groundwater.
PROJECT IMPLEMENTATION
Phase 3ofthe project will be implemented in five design sub phases (A, B,C,D,and E) as
funding ie made available. The anticipated project design will beae described below.
This scope nf work addresses only the first two phases (Phases 3A and 3B). Phases 3{,3[\and
3E will be provided as supplemental services when and/or if funding is made available. The
completion of Phases 3A and 3B is anticipated to provide a design that is, in many respects,
approximately 50% complete, but may include elements that are not less than 30% complete.
This level of design completion will result imo "shovel ready" project tbotinclodeaal]tbe
information necessary to confirm the plan for managing groundwater, complete oreevaluation
of the environmental documentation for the project, andinitiatetheacguisidono(zieht-of-v«ay
(ROW) for the project.
Phase 3A - Preliminary Design
During Phase 3A, referred toae ) will work with
the CITY and UPRR to determine the footprint of the project; establish ogroundwater
management strategy; identify uoapproach to anticipated utility relocations; identify the
location of the shoofly required to construct the underpass; and update the planning level
project cost estimate and budget completed previously. The key deliverables of this phase will
City "fTukwila a,,oerxnux4r/«.m*r.nn
Stooao Boulevard Grade Separation Project - Phase a n January ozza
Fife, Washington Exhibit Page zo/4a 61
Figure 1— Project Phasing
City of Tukwila BergerABAK P14.0347.00
Strander Boulevard Grade Separation Project • Phase 3 13 January 2016
Fife, Washington Exhibit A Page 2 of 43 62
be a design memorandum /report confirming the groundwater management strategy for the
project and a conceptual railroad bridge design submittal to UPRR for their review and
approval of the proposed project. The conceptual design submittal to UPRR will fulfill the
requirements of Table 3 -2 of the BNSF -UPRR Guidelines for Railroad Grade Separation Projects
(1/24/2007), and will be used in establishing a Preliminary Engineering Agreement with UPRR.
It is anticipated that these products would establish the location, as well as the preliminary
extent and size of all project features in sufficient detail to identify ROW needs, and to estimate
quantities of work required to construct the project. It is anticipated that these products would
provide the necessary information required for the CITY to confirm /update its planning level
cost estimate and define potential funding partnerships.
Phase 3A Early Start Activities - Tasks 11, 12, and 13 are the key tasks required for determining
the groundwater management strategy. The costs for completing only these tasks have been
identified in Exhibit B to allow the CITY to authorize them separately from remainder of the
Phase 3A preliminary design effort.
Phase 313 - Environmental Documentation and Thirty Percent Plans, Specifications, and
Estimates (PS &E)
The purpose of Phase 313 will be to begin the preparation of construction contract documents
and provide the detailed information required to complete a revaluation of the existing NEPA
and SEPA environmental documentation of the proposed project.
Phase 313 will also finalize all required ROW and easements for the project, prepare ROW plans,
and obtain approval of the 30 percent UPRR bridge from UPRR. This approval is the key
approval required from the railroad and will allow the construction plans to be completed and
a construction and maintenance agreement to be finalized with UPRR in later phases of the
project.
The key deliverables of this phase will include preliminary engineering anticipated to represent
an approximate 30 percent complete set of PS &E; updates to all NEPA and SEPA environmental
documentation; 90 percent complete right -of -way plans and a 30 percent design submittal to
UPRR for their review and approval of the underpass construction methods and details of the
UPRR overpass.
Phase 3C - Right -of -Way Acquisition
Phase 3C will acquire the ROW, and obtain certification of the ROW from WSDOT Local
Programs if required. This phase may also include additional work on the construction
documents, as required to complete the ROW plans, culminating in 60 percent PS &E, and
submittal to UPRR for review and approval. This phase is not included in this scope of work,
but will be provided as supplemented services if requested.
Phase 3D - Construction Documents
Phase 3D will complete the construction documents, culminating in 90 percent PS &E, 100
percent PS &E, and Ad Ready submittals to the CITY, WSDOT, and UPRR for review and
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 3 of 43 63
approval. This phase would culminate with a signed construction agreement from UPRR and a
construction contract complete and ready for bidding. This phase is not included in this scope
of work, but will be provided as supplemented services if requested.
Phase 3E — Construction
Phase 3E will construct the project. This phase would include Ad, Bid, and Award services;
construction contract administration; inspection and engineer of record (EOR) services required
to respond to contractors questions (RFIs); and review design - related submittals. This phase is
not included in this scope of work, but will be provided as supplemented services if requested.
PROPOSED BASIS OF DESGIN FOR PHASES 3A AND 3B
Phase 3 of the Strander Grade Separation Project will place Strander Boulevard beneath the
UPRR tracks by extending the excavation for the BNSF underpass to the west and under the
UPRR. Since the water table is only about 10 feet below the existing track grade, the
undercrossing will utilize the pumping system constructed as part of the first two phases of the
project to pump stormwater for the proposed Phase 3 extension to the existing pond, which
may need to be enlarged. Other modifications to the existing drainage system, including
modifications to the pump station and water collection system constructed by the CITY, may be
required.
Groundwater will be separated from the stormwater and an additional, new groundwater
pumping system will be used to pump groundwater to an outfall in the Green River. The
discharge location has yet to be determined. The roadway section will be established in
consultation with the CITY and is anticipated to be similar to the two -lane roadway section
constructed by the City of Renton. Other features of the project include modifications to access
several businesses located to the west of the UPRR, and utility relocations, permanent or
interim, and /or protection.
SCHEDULE (see attached schedules)
The target dates for completing Phases 3A and 3B are shown on the attached schedule. These
target dates assume that the notice to proceed (NTP) for Phase 3A is provided on 18 January
2016. These dates are the basis for the scope and fee estimates for Phases 3A and 3B. However,
issuance of the NTP for Phase 3B is contingent on the results of Phase 3A and the confirmation
of the groundwater management strategy based on pumping, as opposed to the construction of
watertight underpass structures. It is recognized by both parties that scope of work and level of
effort for Phase 3B may change as a result of work completed in Phase 3A. The attached
schedule also shows a preliminary schedule for Phases 3, 4, and 5. The schedule for these
phases will be finalized in future supplements.
SUBCONSULTANTS
The following subconsultants will participate in the delivery of this scope of work as follows.
Fehr & Peers - Traffic Engineering
Hanson Professional Services - Railroad Track and Bridge Design
Shannon & Wilson - Geotechnical Engineering
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 4 of 43 64
• Sitts & Hill - Surveying
• Abeyta & Associates — Right -of -Way Services
• Widener & Associates - Environmental Documentation and Permitting
PROJECT ASSUMPTIONS
The following list is included to confirm the understanding between the CITY and the
CONSULTANT and will be used to guide the work.
Throughout this scope of work, it is understood that the CITY will provide the
CONSULTANT with one set of consolidated review comments for each draft review
round. The CONSULTANT will respond to the comments and incorporate the agreed -
upon resolution into the final document(s).
2. All design, including 30 percent Plans, Specifications and Estimates (PS &E) will be
based on an interim project configuration consisting of two lanes in an open cut. All
design will be forward compatible, as much as practical, with a four lane, water -tight
facility consisting of a bottom seal and retained cuts.
3. The roadway section will be a two -lane roadway, with a center turn lane if appropriate,
and will be determined in consultation with the CITY. The project underpass
configuration will be in accordance with the CONSULTANT's concept design described
previously in the Project Implementation Section, but will include a UPRR bridge that
would accommodate full build out of the roadway section without significant structural
modifications to the UPRR bridge.
4. The underpass will not be watertight and it is assumed that the groundwater from the
underpass can be discharged in an environmental - acceptable fashion that involves
discharging into the Green River through a new outfall.
5. UPRR may require a separate utility agreement for the new discharge line described
above. The cost for obtaining this are not included in the scope of work.
6. It is assumed the City of Renton and WSDOT will allow the CITY to use the Springbrook
Creek wetland mitigation bank constructed by the City of Renton and WSDOT.
7. Stormwater treatment will be consistent with the Washington State Department of
Ecology's (WDOE) Stormwater Management Manual for Western Washington, February
2005, and the Flow Control Guidance for Highly Urbanized Areas, May 2006.
The City will need to establish a Preliminary Engineering Agreement with UPRR and
reimburse UPRR for their review time.
It is assumed that CONSULTANT will design the new UPRR overpass, as well as the
proposed shoofly. It is assumed that UPRR will provide comments to the
CONSULTANT in a timely manner to facilitate the CONSULTANT's design of project.
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 5 of 43 65
10. Utility relocation and reconstruction plans for power, gas, and communication
purveyors will be prepared by the respective utility. The CONSULTANT will
coordinate directly with the utility companies and the CITY.
11. Primary survey control will be based upon found monuments with published values.
Monuments of any kind will not be set as part of this effort. If additional work is
required, this work will be billed as an extra to the contract as a directed service.
12. It is assumed that enough monumentation still exists to determine the necessary
boundaries for this project's efforts. If additional work, such as exhaustive title research
and complete section breakdown work is required, a portion of that work may be billed
as an extra to the contract as directed services.
13. Public utility locating services provided by callbeforeyoudig.org will be utilized to do an
initial location of utilities in the public ROW. A private utility locating company is
included in this proposal, to provide complete information to verify the location of
publicly and privately owned buried utilities (sanitary, storm, water, power, gas,
telecommunications, etc.) with painted locate marks.
14. Underground utility potholing is not included in this proposal. If potholing is required,
it will be performed in subsequent phases of the design work.
15. The CITY will provide complete title report guarantees, with supporting documents, for
those parcels affected by this project that require the conveyance of real property rights.
16. Additional support for vacations of existing ROW or boundary line adjustments (BLA)
of resulting parcels is not included in this proposal as it is not quantifiable without
knowing the design. If these services are required, those services will be billed as an
extra to the contract as directed services.
17. The CITY will provide right -of -entry onto private lands prior to field survey crew
visitation, environmental explorations, and geotechnical investigations, including
drilling.
18. Coordinate mapping values will be based upon a "project datum' being a ground
realization of state plane grid coordinates.
19. Preparing and recording a Record of Survey (ROS) is not included in this proposal. If
additional work is required, this work will be billed as an extra to the contract as a
directed service.
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 6 of 43 66
l l 11
Phase 3 work will be accomplished as follows with the tasks listed below. Detailed task
descriptions, and a level -of- effort estimate, are provided for both Phase 3A and 3B. Separating
the scope and level of estimate by phase allows the work to be authorized separately and
Phase 3B adjusted, if necessary, based on the outcome of Phase 3A.
Task 1.0
Project Management
Task 2.0
Public Involvement
Task 3.0
Business Access Design and Coordination
Task 4.0
Survey and Base Mapping
Task 5.0
Utilities
Task 6.0
Traffic Engineering, Illumination, and Signal Design
Task 7.0
Right -of -Way
Task 8.0
Environmental Documentation and Permitting
Task 9.0
Railroad Engineering and Design
Task 10.0
Structural Engineering
Task 11.0
Geotechnical Engineering
Task 12.0
Drainage Design
Task 13.0
Pump Station Design
Task 14.0
Roadway Design
Task 15.0
Design Report
Task 16.0
Waterline Monitoring Plan
Task 17.0
Sanitary Sewer Relocation
Task 18.0
Directed Services
PHASE 3A — TASK DESCRIPTIONS
The following detailed task descriptions define the Phase 3A scope of work (and associated
engineering fee estimate) for these tasks.
TASK 1.0 PROJECT MANAGEMENT
Subtask 1.1 Project Coordination
The CONSULTANT shall provide project management and communications between the
CONSULTANT team and the CITY. The CONSULTANT shall perform project administration
and management tasks as follows.
• Prepare and submit monthly invoices, including a tabulation of hours expended, broken
down by each major task.
Prepare monthly progress reports summarizing the status of the budget, identifying trends,
and taking corrective actions if necessary.
• Prepare and update project schedule periodically as circumstances require or as requested
by the CITY. The project schedule shall be developed using MS Project.
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 7 of 43 67
• Prepare subconsultant agreements and perform ongoing subconsultant coordination.
• Maintain all contract - required documentation.
• It is anticipated that the Phase 3A effort will last approximately eight months.
Subtask 1.2 Quality Assurance
The CONSULTANT shall provide quality assurance /quality control (QA /QC) for all design
work in accordance with the CONSULTANT's QA /QC standards.
Subtask 1.3 Meetings
Project Team Meetings
The CONSULTANT shall facilitate eight internal project team coordination meetings during
Phase 3A. Meetings shall be approximately 1 hour in duration and shall be attended by an
average of five CONSULTANT team members, including three of the CONSULTANT's project
management and /or project engineering staff and two other CONSULTANT discipline
specialists.
Meetings with CITY Staff
The CONSULTANT shall facilitate a total of four progress /project meetings with CITY staff.
Meetings shall be approximately 2 hours in duration and shall be attended by an average of
four CONSULTANT team members, including two of the CONSULTANT's project
management and /or project engineering staff and two other CONSULTANT discipline
specialists.
Subtask 1.4 CITY Council Meetings and Presentations
The CONSULTANT shall prepare materials and presentations for use at up to one Council
meeting. It is assumed that this would come near the end of Phase 3A to present the results of
Phase 3A to the CITY Council.
Deliverable(s)
• Monthly progress report and invoice (one copy)
• Updated project schedules if required (one copy)
• Updated contract forms and certifications
• Meeting notes for all meetings
• QA /QC documentation for all design work will be made available to the CITY upon request
TASK 2.0 PUBLIC INVOLVEMENT (NOT USED IN PHASE 3A)
TASK 3.0 LOCAL BUSINESS ACCESS DESIGN
This task involves engineering, design, and coordination required to reconfigure access to the
Taco Bell and Jack -in- the -Box restaurants located at the intersection of Strander Boulevard and
West Valley Highway. This work may involve potential revisions to the parking configuration
at a conceptual design level. The level of effort for this task assumes up to three meetings each
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 8 of 43 68
with these businesses; one to confirm operations, a second to present potential solutions, and a
third follow -up meeting, if required, to be determined in consultation with the CITY. This work
is to be completed in coordination with the roadway design effort described in Task 14.
Assumptions(s)
• One round of CITY review comments
Deliverable(s)
• Preliminary conceptual design of revised access to Taco Bell and Jack -in -the -Box, required
modifications to parking, and other changes as may be agreed to with each business
• Conceptual design to be included in the design report and conceptual plans (see Task 15)
TASK 4.0 SURVEY AND BASE MAPPING (Sifts & Hill)
The CONSULTANT will provide existing site condition data in addition to the preparation of
existing condition documents for this project's design.
Subtask 4.1 Record Research, GPS RTK Control, and Terrestrial Control Survey Work
GPS, using WSRN RTK solutions, will be used to establish horizontal baseline control in the
Washington State Plane Coordinate System, South Zone, US Foot NAD83/2011. The GPS
observations will establish state plane coordinates on our baselines at the project. Terrestrial
control will be constrained to the GPS baselines horizontally. This terrestrial control will be set
out of the expected project extents to ensure a good basis for this project's future construction.
Horizontal project control values will be established relative to the GPS baselines. Vertical
project control values will be established relative to published CITY control benchmarks
disclosing NGVD 29 values. Monumentation local to the site will be tied into this survey, to aid
as a confirmation of the ROW in the project area.
Subtask 4.2 Topographic Survey
The mapping provided will be in support of the design of improvements to design the roadway
extension of Southwest 27th Avenue to Strander Boulevard, and the associated sidewalks,
utilities, and underpass beneath the existing railroad tracks as shown in Figure 2. The
topographic mapping will cover approximately 13 acres and will include the following.
• Locate two sets of transmission line poles both north and south of the crossing, for a total of
four sets of transmission line poles
• Topo for UPRR embankment and tracks, with elevations of top of both rails, for 1,000 feet
north of, and 1,000 feet south of, the crossing of Strander. Track survey shall be at 50 -foot
intervals in curves and 100 -foot intervals in tangent track.
• Buildings, structures
• Striping and channelization for existing roadways. West Valley Highway and businesses
with limits shown in Figure 1
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 9 of 43 69
Figure 2 — Limits of Survey
City of Tukwila
Strander Boulevard Grade Separation Project — Phase 3
Fife, Washington Exhibit A
BergerABAM, P14.0347.00
13 January 2016
Page 10 of 43 70
• Concrete, asphalt, gravel, curbs, paths
• Drainage courses, swales
• Visible utilities, painted utility locates
• Ground elevations sufficient to create 1 -foot contours
• Trees 6 inches DBH and larger, labeled and tagged
• Invert elevations with descriptions of storm /sanitary sewer structures
UPRR embankment and tracks, with elevations of top of both rails, for 1,000 feet north of,
and 1,000 feet south of, the crossing of Strander. Track survey shall be at 50 -foot intervals in
curves and 100 -foot intervals in tangent track.
• CONSULTANT will apply for a UPRR "PERMIT TO BE ON RAILROAD PROPERTY FOR
NONINTRUSIVE CIVIL ENGINEERING SURVEY." CITY will assist, if necessary, in
obtaining this permit.
Subtask 4.3 Utility Locate Services
The CONSULTANT will provide underground utility locate information on existing site
condition documents as provided by callbeforeyoudig.org. Utility locate survey will be
performed within the extents as shown in cyan in Figure 2. In addition, a private utility
locating company is included in this proposal, to provide the complete information to verify the
location of publicly and privately owned buried utilities (sanitary, storm, water, power, gas,
telecommunications, etc.) with painted locate marks. All utility marks will be located as part of
the topographic survey.
Subtask 4.4 Additional Topographic Survey of Adjacent Wetland(s)
A topographic survey of the wetlands connected by culverts under the UPRR is not included in
Task 4.2 above and it is assumed that reasonable assumptions about the topography of these
wetlands can be made using existing, available information.
Deliverable(s)
• The base map for the project will be updated to include the additional topographic survey
of adjacent wetland(s).
TASK 5.0 UTILITIES
The CONSULTANT shall coordinate with the utility companies during the conceptual design
process in order to determine the necessary impacts to their systems, staging alternatives,
upgrades to utilities, and to assess any utility relocation costs.
Subtask 5.1 Existing Utility Data
The CONSULTANT shall contact all utilities within the corridor to obtain and review available
as- builts and construction record drawings for the existing utilities. A private utility locate
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 11 of 43 71
service will determine the location of all the underground utilities. This work is included in
Task 4 - Surveying and Base Mapping. As -built information and other information obtained
from the utility companies will be incorporated into the project base map. The CONSULTANT
shall provide the CITY with an APWA color -coded Existing Utility Map Exhibit. Utilities
known to exist in the project area, and anticipated to be affected by construction of the project
include the following.
• Olympic Pipe Petroleum Gas Lines (12 -inch and 14 -inch)
• PSE Overhead Power (transmission and distribution)
• PSE Substation
• Fiber Optic (AT &T, Level 3, and Sprint located in UPRR ROW)
• King County Sanitary Sewer
• 60 -inch Seattle Public Utilities (SPU) waterline to the north, perpendicular to UPRR.
Affected by shoofly.
• Utilities in vicinity of West Valley, including PSE gas communications, and water, sewer
and power services, all of which may or may not be affected.
The CONSULTANT shall identify options for maintaining sewer service during the project and
for relocating or replacing the permanent utilities. The following research work will need to be
completed for this task.
Collect and review available paper and electronic as- builts and construction record
drawings for the existing utilities and associated equipment, including valves, structures,
and other features.
Collect and review available sanitary system masterplan, hydraulic model, and any reports
from King County, with an emphasis on the design criteria used for the existing sanitary
force main line
Deliverable(s)
• Draft existing utility map exhibit (color 34x22 roll plot)
Subtask 5.2 Preliminary Coordination with Utilities
The CONSULTANT will facilitate the coordination efforts with both the public and private
utilities within the corridor. The CONSULTANT will coordinate directly with the utility
companies.
The CONSULTANT shall attend a utility kick -off coordination meeting with each of the utility
companies, which will be held at the CITY. The CONSULTANT will endeavor to reduce the
number of meetings by meeting with more than one at a time. The purpose of the kick -off
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 12 of 43 72
meeting is to inform them of the project, discuss impacts to the utilities based on the
preliminary conceptual construction staging, discuss utility upgrades, determine existing utility
easements, and to get initial feedback on the utilities' concerns and their anticipated level of
effort for the project.
Based on utility company feedback from the utility coordination meeting, the CONSULANT
shall develop utility construction staging and relocation concepts. The concepts will be
incorporated into the draft utility relocation /protection conceptual design for CITY and utility
review. All comments will be consolidated into a single set of comments by the CONSULTANT.
As part of the effort described above, the CONSULTANT will facilitate one additional
coordination meeting with each of the utility companies, which will be held at the CITY. The
purpose of this coordination meeting is to present the proposed utility relocation plan and to
get final feedback on the utilities' concerns and their anticipated level of effort for the project.
Because it may not be possible to have all the utilities present at one time, an allowance has
been made for at least one separate meeting with each utility.
It is assumed the respective utility owners will provide timely concurrence on relocation plans
for all utilities and will provide design of the relocation to the CITY and CONSULTANT in
subsequent phases of the project. The CONSULTANT shall assist the CITY in preparing any
necessary agreements by providing a memorandum documenting proposed relocation plans
and including meeting minutes and other correspondence generated by the utility coordination
effort.
Assumptions(s)
Final utility relocation /protection conceptual design will be used by the CITY in their Utility
Memorandum of Understanding
Deliverable(s)
• Draft utility relocation /protection conceptual design (11x17 electronic copies)
— Construction phase relocation /protection
— Final condition relocation /protection
• Consolidated comments (Excel electronic format)
Final utility relocation /protection conceptual design (11x17 electronic copies)
— Construction phase relocation /protection
— Final condition relocation /protection
TASK 6.0 TRAFFIC ANALYSIS, ILLUMINATION, AND SIGNAL DESIGN (Fehr & Peers)
Fehr & Peers will collect, review, evaluate and synthesize prior traffic analyses prepared for the
Strander Blvd extension and other projects in the study area (Northwest Arena DEIS,
Southcenter Subarea Plan EIS, Transportation Element Update, etc.). In addition, we will
coordinate with partner agencies /jurisdictions to understand expectations for the project. The
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 13 of 43 73
primary purpose of this task will be to gather additional background information to inform the
full traffic analysis and ultimately the design of the extension project.
Specific tasks include the following.
• Coordinate with WSDOT, Renton, and Tukwila to obtain and review relevant traffic studies.
Review the analyzed scenarios, including traffic forecasts and horizon years associated with
phasing the project.
Coordinate with the City to determine the roadway cross section and active transportation
access needs to analyze in Phase 313 and the appropriate horizon years to analyze.
Deliverable(s)
Summary of prior reports /studies
• Detailed scope for Phase 313 traffic analysis, including assumptions about adjacent land use
growth and horizon years
• Preliminary construction cost estimates for anticipated signal modifications
TASK 7.0 RIGHT -OF -WAY (NOT USED IN PHASE 3A)
TASK 8.0 ENVIRONMENTAL DOCUMENTATION AND PERMITTING (Widener &
Associates)
Currently the project has approved NEPA and SEPA documentation. However this
documentation needs updating, and the projects NEPA and SEPA determinations need to be
updated, prior to the next federal action.
Widener & Associates will provide design assistance and early agency coordination during
Phase 3A of the project. Early input into the formation of project alternatives will be provided
to ensure each alternative includes provisions to minimize impacts to the surrounding
environment. This coordination within the various design elements of the project will identify
and incorporate minimization measures early in the alternative development phase of the
project and will ensure that an appropriate range of stormwater and groundwater management
alternatives are developed prior to agency coordination.
Subtask 8.1 Design Assistance and Early Agency Coordination
The CONSULTANT, with assistance from Widener & Associates, will assist the CITY in
presenting the alternatives to both the state and federal permitting agencies to identify the
regulatory issues associated with each alternative. Potential minimization measures for each
alternative will also be identified during the coordination with agency representatives. All
permitting issues and the recommended permitting process for the preferred alternative will be
documented in the project design report. It is assumed that this effort will be accomplished
with graphics and design drawings required to complete the design report and to conduct the
open houses, and that no other special presentation materials are required.
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 14 of 43 74
Deliverable(s)
• The CONSUTLANTS's permitting specialist will prepare meeting minutes and memoranda
documenting the coordination activities with state and federal agencies, as required
Subtask 8.2 Prepare the Area of Potential Effect (APE)
The CONSULTANT will coordinate with the environmental engineering subconsultant and
provide support for updating the APE if required.
Deliverable(s)
• The CONSUTLANTS's permitting specialist will prepare a draft APE for the project
TASK 9.0 RAILROAD ENGINEERING AND DESIGN (Hanson Professional Services)
Subtask 9.1 Project Coordination
Deliverable(s)
• None. Hanson will manage /administer Task 9.0 and coordinate with others as appropriate
Subtask 9.2 Railroad Shoofly and Phasing Concept
Conduct a site review concurrent with the topographic survey and prepare a one -page
field report of rail weight, tie type, rail weight transitions, insulated joints, culvert
locations, and general observations. The purpose of this item is to collect required track
and tie information and to provide the track designers with first -hand knowledge of the
project site.
2. Prepare a construction phasing plan in schematic format, and prepare a phasing
narrative to be used in supporting preparation of a MOU with UPRR.
3. Prepare an opinion of probable cost of construction for the shoofly track and
embankment.
Subtask 9.3 Railroad Bridge and Shoring Concepts
Review roadway underpass concept drawings.
2. Review geotechnical data and coordinate with geotechnical engineer.
3. Develop bridge design parameters.
4. Prepare bridge superstructure and substructure design for UPRR bridge over Strander.
Bridge to be similar to adjacent BNSF structure, which is steel plate girder with pile
supported footing extending full width of underpass.
5. Integrate bridge concept with adjacent permanent or temporary retaining wall designs if
necessary
6. Prepare utility concepts for utility conduits on bridge.
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 15 of 43
rti7
7. Prepare shoring concepts (wall type and preliminary evaluation of tieback type and
cost).
8. Prepare staging options at bridge.
9. Prepare bridge sheets for submittal to UPRR. The conceptual design submittal will
fulfill the requirements of table 3 -2 of the BNSF -UPRR Guidelines for Railroad Grade
Separation Projects (1/24/2007), and will be used in establishing a Preliminary
Engineering Agreement with UPRR.
10. Prepare an opinion of probable cost of construction for the bridge superstructure and
temporary shoring based on the conceptual design.
Deliverable(s)
• Field report of rail weight, tie type, transitions, and observations
• Phasing plan — schematic format
• Phasing narrative
• The conceptual bridge design submittal to fulfill the requirements of table 3 -2 of the BNSF-
UPRR Guidelines for Railroad Grade Separation Projects (1/24/2007).
• Bridge general plan and elevation(s) (GPE) — Phase 3 construction
• Bridge typical section(s) — Phase 3 construction (including shoring)
• Structure type selection report
• Opinion of probable cost of construction for
— Proposed bridge
— Phase 3 track, embankment, and shoring
TASK 10.0 STRUCTURAL ENGINEERING
Structural engineering for retaining walls shall be deferred to Phase 3B. For the purpose of cost
estimating, the CONSULTANT shall assume wall design similar to Phase 2. This information
will be used, along with judgment based on previous experience, to estimate the quantities of
materials required to construct the underpass.
Deliverable(s)
Plans and cross sections of walls will be incorporated into the design report described in
Task 14.
TASK 11.0 GEOTECHNICAL ENGINEERING SUPPORT (Shannon & Wilson)
Shannon & Wilson will evaluate the subsurface conditions at the project site based on available
existing subsurface data and data from a new exploration program. Based on the subsurface
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 16 of 43 76
conditions and updated groundwater modeling, the CONSULTANT will provide geotechnical
engineering recommendations for design of the project. Recommendations would include
foundations, walls, temporary shoring, settlement, stability, seismic considerations, and
groundwater flow /seepage.
Subtask 11.1 Subsurface Explorations and Testing
Shannon & Wilson (S &W) will prepare a subsurface exploration plan for obtaining additional
subsurface information for Phase 3 of the project. The plan will include proposed exploration
type, location, depth, and any proposed field testing. The subsurface exploration plan would
likely include drilling three soil borings, installing groundwater monitoring wells in each
boring, and performing seven cone penetration test (CPT) soundings. One boring would extend
to a depth of 200 feet, and two borings would extend to depths of about 100 feet. The CPT
soundings would extend to depths of about 75 feet.
Soil borings would be used to obtain soil samples for geotechnical and environmental
laboratory testing. Samples from the borings would be obtained in accordance with the
Standard Penetration Test (SPT), generally at 2.5 -foot intervals in the upper 20 feet and 5 -foot
intervals thereafter. Where near - surface soft, compressible soil (e.g., soft clay) is encountered, it
would be sampled using a relatively undisturbed sampler (e.g., Shelby tube) so that advanced
geotechnical laboratory testing (e.g., consolidation or triaxial tests) could be performed. Drilling
spoils would be placed in drums and disposed of based on the results of subsequent
environmental testing.
CPT soundings would be used to obtain continuous data about soil strength and stiffness. At
two locations during each sounding, a dissipation test would be performed to evaluate soil
compressibility. Soil shear wave velocity measurements would be taken in two of the
soundings to evaluate soil stiffness. At least one CPT sounding would be performed adjacent to
a soil boring so that the soil units in each exploration could be correlated.
S &W would install groundwater monitoring wells in each boreholes. The monitoring wells will
be completed as 2- inch - diameter PVC casing (from ground surface to 20 feet) and screen (from
30 to 40 feet). In one borehole, S &W will also install a vibrating wire piezometer at a depth of
15 feet to record groundwater levels in near - surface soft, compressible soil. The wells will be
capped with a monument that will contain a datalogger, which will continuously monitor
groundwater levels.
S &W would slug test the three monitoring wells to evaluate soil groundwater flow
characteristics (e.g., permeability). S &W would perform a pumping test in the test well to more
thoroughly evaluate groundwater and aquifer hydrogeologic characteristics and recharge
influence of the Green River and stormwater pond. A groundwater sample would be taken
from each well and sent to a subconsultant laboratory for environmental testing.
An S &W representative will collect soil samples and prepare a log of each boring (the pumping
test borehole would not be logged). Samples will be brought to the S &W laboratory for
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 17 of 43 77
geotechnical testing, and sent to a subconsultant laboratory for environmental testing.
Geotechnical laboratory testing will include visual classification, moisture content
determinations, grain size analyses, Atterberg limit tests, consolidation tests, and triaxial
strength tests. The S &W Seattle laboratory will perform the tests according to ASTM
International standard test procedures.
Assumption(s)
• All field explorations will be located on public property, or properties that the
CONSULTANT or the CITY has received permission for entry. S &W is not responsible for
obtaining right -of- entry.
• If street -use permits, traffic control, or UPRR flaggers will be required to perform the
subsurface explorations, the CONSULTANT or CITY will plan, coordinate, and procure the
required items. S &W is not responsible for obtaining permits, traffic control, or flaggers.
To locate utilities on public property, S &W will call the One -Call Utility Locate number; any
private utility location would be done by the CONSULTANT.
• The CONSULTANT or CITY will survey the exploration locations.
Deliverable(s)
• Phase 3 field exploration plan
• Boring logs, CPT logs, and other results from the explorations will be incorporated into the
geotechnical report for Phase 3 of the project.
Subtask 11.2 Update Existing Groundwater Flow Model Structure
During previous project phases, a groundwater flow model ( "the model ") of the project area
was developed to provide input to the design of temporary (construction) and permanent
groundwater control systems. S &W will update the model as described below:
• Incorporate the pond and wetland as explicit source /sink features that enable the model to
represent the interchange of shallow surfacewater and groundwater
• Incorporate findings from the subsurface explorations (Subtask 11.1), including additional
soil structure (hydrostratigraphy) and aquifer properties (hydraulic conductivity, storage
coefficients)
• Add transient boundary conditions to the model so that model inputs (e.g., Green River
stages and precipitation- derived recharge) can be allowed to dynamically vary
• Revise the computational mesh to include model cells with dimensions no more than 10 feet
by 10 feet in the railroad crossing area, to provide a finer resolution of groundwater data at
the railroad crossing
The model will simulate the potential for the pond and wetlands to recharge water, and to
quantify the flow returning directly to the grade separation. The model domain will also be
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 18 of 43 78
adjusted to include the river that is approximately 900 feet west of the railroad crossing as a
recharge (constant head) boundary.
Deliverable(s)
• None
Subtask 11.3 Update Groundwater Flow Model Calibration
For this subtask, S &W will update the groundwater model calibration. The purpose of the
calibration is to establish a model that has an acceptable level of confidence for use as a design -
predicting tool. This will involve adjusting the key model hydraulic parameters and transiently
(time - varying) simulating a specific time period and hydrologic conditions to match
(a) observed groundwater levels in monitoring wells and (b) discharge rates from the extension
underpass structure. We anticipate that the time period will cover the period for which
groundwater collection and stormwater data are available (at least 12 months).
The primary cases to be modeled are
Base Scenario 1: This scenario represents the surface and groundwater conditions during
late fall and winter seasons. S &W will include Green River stages and precipitation inputs
for two storm events that are followed by dry periods. Pond and wetland will be assumed
full.
• Base Scenario 2: This scenario represents the surface and groundwater conditions during
spring season. S &W will include Green River stages and precipitation inputs for one storm
event followed by a dry period. Pond will be assumed full and wetland water stage will be
reduced.
• Base Scenario 3: This scenario represents the surface and groundwater conditions during
summer and early fall seasons. S &W will include Green River stages and precipitation
inputs for the dry season. Pond will be assumed full and wetland will be assumed dry.
The outcome will be an updated model calibration that more accurately represents the
permanent dewatering and pond infiltration /discharge systems. The updated model would be
used to facilitate the design of Phase 3.
Assumption(s)
• CONSULTANT would support S &W's groundwater flow model calibration by providing
stormwater runoff estimates and pump station interpretation.
Deliverable(s)
Brief letter presenting a summary of the model update and calibration results (Subtasks 11.2
and 11.3).
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 19 of 43 79
Subtask 11.4 Groundwater Flow Model Simulations to Incorporate Phase 3A
Explorations and Proposed Phase 3 Design
For this subtask, S &W will use the updated, calibrated model to simulate the proposed Phase 3
design features. This groundwater flow analyses will be used to prepare the preliminary
drainage and stormwater design for the project.
Inputs for this effort, to be developed as part of Task 12, include the following.
• Underpass permanent dewatering system pumping rates
• Groundwater levels (if available)
• Stormwater runoff from impervious surfaces during rainfall events
• Depth and extent of wetland inundation
Up to six scenarios will be run by varying hydraulic conditions of the aquifer, infiltration rate,
river stage, pond /wetland elevations, and geometry (changes in dimension and shape). The
details of these analyses will be determined after reviewing the above base scenarios. Using the
groundwater model, coupled with the results of the hazardous materials memorandum
(Subtask 8.5, by others), S &W would evaluate the potential for contaminate transport during or
after construction.
Deliverable(s)
• A technical memorandum that presents the approach, assumptions, results, and limitations
of the analyses will be provided
Subtask 11.5 Geotechnicai Engineering
S &W will perform geotechnical analyses in support of the conceptual engineering design.
These analyses will be based on the subsurface information available from Subtasks 11.1
through 11.3. S &W will prepare a draft report summarizing services provided in Phase 3A and
providing recommendations for the design of the project. Because these analyses will be based
on the limited design information, they will be considered preliminary and subject to revision
following the completion of a more detailed design in Phase 3B. The final report would be
completed in Phase 3B as part of the detailed design effort.
S &W will provide preliminary, conceptual design recommendations in accordance with
applicable standards, including CITY, WSDOT, and UPRR. Phase 3A engineering services will
include
• Evaluate seismic geologic hazards. S &W would provide seismic design spectra in
accordance with applicable standards, and evaluate potential for liquefaction and associated
hazards (e.g., settlement, instability, downdrag loads).
Evaluate groundwater flow rates. S &W would log the results of the groundwater modeling
to evaluate groundwater inflow rates into the underpass.
• Evaluate construction considerations. S &W would evaluate construction considerations
related to site preparation, earthwork, excavations, and temporary shoring.
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 20 of 43 80
• Evaluate settlement induced by groundwater drawdown. S &W would evaluate settlement
caused by changes in the groundwater regime, both during and after construction.
• Evaluate proposed stormwater facility locations. S &W would evaluate soil types and
infiltration rates for new stormwater facilities.
• Evaluate new outfall foundations. S &W would evaluate foundation types and settlement
of the new outfall.
• Evaluate impacts on existing utilities. S &W would evaluate the impacts (e.g., settlement,
vibration) of new construction on existing utilities.
Deliverable(s)
• Draft geotechnical report documenting results of the Phase 3 exploration program and
updated groundwater flow modeling, and other geotechnical engineering analyses required
to complete the design of the project.
TASK 12.0 DRAINAGE DESIGN
This task involves engineering and design work to determine the stormwater treatment and
detention requirements for the project; investigate low- impact development (LID) alternatives;
and provide preliminary sizing and a preferred site location for an additional stormwater pond
and outfall to the Green River. The following work will need to be completed for this task.
Subtask 12.1 Calibration of Phase 2 Groundwater Model
Shannon & Wilson shall provide groundwater modeling and infiltration analyses as described
in Task 11. The CONSULTANT will work with Shannon & Wilson to update the Phase 2
groundwater model as described in Task 11. This will include the following.
• Existing dewatering pumping rates (to be provided by the City of Renton)
• Groundwater levels if available (not likely to be available)
• Estimates of stormwater runoff from impervious surfaces during rainfall events
• Estimates of wetland inundation (extent and depth) at various periods of time throughout
the year
• Estimates of the size of the basin draining to the site. Because detailed topo is not available,
basin size will be estimated using judgement to establish boundary conditions for Shannon
& Wilson's groundwater model
The CONSULTANT will estimate the volume of runoff from impervious surfaces feeding the
Strander Grade Separation drainage system. Hourly runoff volumes will be estimated for up to
six different storm events for which corresponding pump station pump rates are available.
These volumes will be subtracted from the pump station volumes to provide an estimate of
total groundwater flowing into the excavation of the grade separation.
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 21 of 43 81
Deliverables)
• Inputs to groundwater modeling and infiltration analysis as described above and in Task 11.
Subtask 12.2 Phase 3 Stormwater and Groundwater Management/ Design Strategy
The CONSULTANT shall use the information from the updated groundwater model developed
in Task 11 to develop the proposed stormwater design for the project. It is assumed that the
outcome of this effort will involve no changes to the existing pond, the possible addition of a
second pond (assuming a suitable location is available), and a new outfall to the Green River. It
is assumed that modifications to the existing stormwater /groundwater system may be required
in order to separate the groundwater from the stormwater.
As part of this effort, the CONSULTANT will develop a Stage- Storage- Discharge Rating table
for the wetland adjacent to the pond. The extent of wetland inundation is not precisely known.
It will be assumed the wetland is discharging to the existing pipe under the BNSF railroad
embankment. Water levels in the pond will be assumed based on visual observations of the
wetland during the winter of 2014/2015 and again in the winter of 2015/2016.
The CONSULTANT will provide the CITY with the layout of the preliminary conceptual
drainage design for discussion and review. CITY comments will be incorporated into the
conceptual drainage design. The drainage research, requirements, calculations, and
assumptions will be documented in a draft drainage memo. The drainage design report will
summarize the estimated flows from all sources, identify treatment and detention methods, and
provide preliminary conveyance design for all flows. CITY will provide one round of review
comments that will be incorporated into the final drainage memo.
Deliverable(s)
• Preliminary conceptual drainage design
• Draft drainage memo
• Final drainage memo
TASK 13.0 PUMP STATION
It is assumed that the existing pump station has sufficient capacity to pump the anticipated
groundwater and stormwater flows from the completed Phase 3 project. This will be confirmed
by comparing pump run -time and flow metering records with rainfall data. The CITY will
provide the CONSULANT with pump run -time and flow metering records for existing pump
station. However, it is assumed that a separate pumping system will be required for the
groundwater. This task will use the results of Tasks 11 and 12 to verify this assumption and
identify any changes that may be required to the existing system in order to accommodate
and /or separate the groundwater flows from the stormwater for both the existing and proposed
construction.
This task would also select a route for the proposed groundwater discharge to the Green River
and size the discharge pipe. It is assumed that up to two alternative routes may be evaluated in
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 22 of 43 82
consultation with the CONSULTANT's environmental subconsultant and CITY. The location,
approximate size, and necessary controls for the new groundwater pumping system would be
determined. The new groundwater pumping system will share components of the existing
drainage system and pump station to the extent possible. This task will also identify any
modifications to the existing drainage system and pump station that may be required to
accommodate the new groundwater pumping system. The CONSULTANT will provide the
CITY with a memorandum outlining the pump station design criteria, proposed changes to the
existing configuration, if necessary, and preliminary construction cost estimate.
Deliverable(s)
• Draft pump station memo
• Final station memo
TASK 14.0 ROADWAY DESIGN
This task involves engineering and design work for the roadway, trail, and project construction
phasing at a conceptual design level. This work will provide the basis for the design report and
conceptual plans also included in this task. This task includes a preliminary evaluation of the
ROW needs for the project, which will require some preliminary coordination with the ROW
subconsultant.
Subtask 14.1 Roadway Geometry
The CONSULTANT will verify and update the roadway alignment, profile grade, and cross
sections to accommodate the proposed interim Phase 3 conditions, as well as a future Phase 4
roadway. The design will be used to prepare the conceptual roadway drawings, develop the
cost estimate, and to support the next phase of the project.
Deliverable(s)
• Preliminary design of the roadway, including driveways and /or approaches to local
businesses as determined in Task 3, to be included in the design report and conceptual plans
Subtask 14.2 Trail Layout
The existing interurban trail parallels the UPRR on the west side of the UPRR and may require
pedestrian bridge over the grade separation, which would affect the profile and length of the
underpass. In order to bring Southwest 27th up to grade in the shortest distance, the trail will
likely need to be rerouted to the west or the east. The CONSULTANT shall investigate up to
three alternative routes and prepare a preliminary layout of the preferred trail route. The trail
shall meet the requirements of the current Americans with Disabilities Act (ADA) guidelines.
Assumptions(s)
e One round of CITY review comments
e The trail will require a prefabricated bridge over the grade separation. A 30 percent design
of this bridge will be included in Phase 313
Deliverable(s)
• Preliminary design(s) of the trail to be included in the design report.
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 23 of 43 83
Subtask 14.3 Project Construction Staging
The CONSULTANT will develop construction staging and phasing concepts for the project. The
concepts will include major construction activities and the sequencing of these activities. The
staging will also consider the full build -out of the future four -lane arterial and potential for a
future overpass to access the Tukwila Sound Transit Station. The CONSULTANT will meet
with the CITY to review the preliminary construction staging concepts. The CITY will provide
one round of review comments that will be incorporated into the construction staging concept
plans. These plans will be included in the design report and conceptual plans.
Deliverable(s)
• Preliminary construction staging concepts
Subtask 14.4 Conceptual Plans
This task initiates work on what will ultimately become construction plans for the project. These
plans will become the basis for development of the final construction plans and will be used for
the determination of ROW necessary for these improvements.
Deliverable(s)
• Preliminary roadway drawings
• Preliminary driveway layout of affected restaurant properties at the west end of the project
• Preliminary intersection layout at West Valley Highway
• Preliminary utility relocation plans
• Preliminary wall plans and cross sections
TASK 15.0 DESIGN REPORT
This task involves engineering and design work for the roadway, trail, and project construction
phasing at a conceptual design level. This work will provide the basis for the design report and
conceptual plans also included in this task. This task includes a preliminary evaluation of the
ROW needs for the project, which will require some preliminary coordination with the ROW
subconsultant.
The CONSULTANT will address the following project elements in the report.
• Document the scope of the project
• Document the stormwater treatment and groundwater management strategy for the project
• Document the design principles /standards used for all major elements of the project
• Assemble this material into a draft design report and submit five copies of the document
• Finalize the design report based on one round of CITY review and submit five copies of the
final design report, including a complete set of 11x17 preliminary plans with each copy and
the cost estimate
Deliverable(s)
• Preliminary utilities relocation plan
• Drainage design report with stormwater treatment and groundwater management approach
• Preliminary roadway drawings
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 24 of 43 84
• Preliminary construction staging plan
• Preliminary cost estimate of the construction for the project
• Preliminary ROW plan showing the areas of take needed
PHASE 313 - TASK DESCRIPTIONS
Phase 313 will supplement and add tasks as described below. The following detailed task
descriptions define the Phase 313 scope of work (and associated engineering fee estimate) for
these tasks.
TASK 1.0 PROJECT MANAGEMENT
Subtask 1.1 Project Coordination
The CONSULTANT shall provide project management and communications between the
CONSULTANT team and the CITY. The CONSULTANT shall perform project administration
and management tasks as follows.
• Prepare and submit monthly invoices, including a tabulation of hours expended, broken
down by each major task.
• Prepare monthly progress reports summarizing the status of the budget, identifying trends,
and taking corrective actions if necessary.
• Prepare and update project schedule periodically as circumstances require or as requested
by the CITY. The project schedule shall be developed using MS Project.
• Prepare subconsultant agreements and perform ongoing subconsultant coordination.
• Maintain all contract - required documentation.
Subtask 1.2 Quality Assurance
The CONSULTANT shall provide QA /QC for all design work in accordance with the
CONSULTANT's QA /QC standards.
Subtask 1.3 Meetings
Project Team Meetings
The CONSULTANT shall facilitate an average of four internal project team coordination
meetings per month. Meetings shall be approximately 1 hour in duration and shall be attended
by an average of five CONSULTANT team members, including three of the CONSULTANT's
project management and /or project engineering staff and two other CONSULTANT discipline
specialists.
Meetings with CITY Staff
The CONSULTANT shall facilitate a total of twelve progress /project meetings with CITY staff.
This is based on the assumption that Phase 313 will take at least twelve months to complete, but
no more than eighteen months. Meetings shall be approximately 2 hours in duration and shall
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 25 of 43 85
be attended by an average of four CONSULTANT team members, including two of the
CONSULTANT's project management and /or project engineering staff and two other
CONSULTANT discipline specialists.
Subtask 1.4 CITY Council Meetings and Presentations
The CONSULTANT shall prepare materials and presentations for use at up to one Council
meeting. It is assumed that this would come near the end of Phase 313 to present the results of
Phase 313 to the CITY Council.
TASK 2.0 PUBLIC INVOLVEMENT
The CONSULTANT shall conduct one public open house to describe the purpose and need for
the project, present key issues, and solicit input. Up to three CONSULTANT technical staff will
attend to answer questions about the project. It is anticipated that this open house will be held
at the beginning of Phase 3B. Written responses to comments received are not anticipated, but
can be provided as a supplementary service. Additional stakeholder involvement in the
planning of the project is included in Task 1.
Deliverable(s)
• Up to five exhibits
100 notices for mailing
Written summary of comments received
TASK 3.0 LOCAL BUSINESS ACCESS DESIGN
This task was completed in Phase 3A. Roadway and drainage design will be further developed
in Phase 313 under Task 13 and Task 14.
TASK 4.0 SURVEY AND BASE MAPPING
Task 4 will be supplemented with the following tasks.
Subtask 4.2 Topographic Survey (Supplemented)
Additional areas may need to be surveyed as the design progresses. This task provides hours to
complete this additional work. The additional topographic survey will be performed within the
extents as shown in colored areas in Figure 1 (included in Phase 3A above). Ground elevations,
tops, toes, grade breaks, trees over 6 inches in diameter, rock extrusions, and wetland
delineations. Utility structures (surface and subsurface) will be as -built in these areas. Some of
these areas are difficult to access as there is very dense tree and ground cover in some areas.
Subtask 4.5 Title and Right -of -Way Review
Available public records will be compiled and researched to aid in the identification of the
ROW lines required by this project. Review of ROW plans to verify accuracy and available title
report guarantees with supporting documents will be used to verify existing ROW and
adjoining parcel lines.
Deliverable(s)
A file, developed in AutoCAD Civil 3D 2015, will be the delivered product. This file will
contain the parcel and ROW map for the project
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 26 of 43 86
TASK 5.0 UTILITIES
This task is supplemented as described below.
Subtask 5.3 Coordination with Utilities for Final Design
The CONSULTANT shall attend two meetings with utility representatives and the CITY, one
before and one after the preliminary design (30 percent PS &E) submittal. Decisions from these
meetings will be documented in the meeting minutes and incorporated into the plans. The
CONSULTANT will provide exhibits and the minutes for these meetings. Meetings for the
water main and sanitary sewer force main will be held separately and are included under Tasks
16 and 17. Two meetings will be held.
Assumptions(s)
• Two utility coordination meetings.
• One round of comments from CITY and utilities on the preliminary design submittal.
• CONSULTANT will compile comments from utilities into the utility coordination log.
Deliverable(s)
• Consolidated set of utility comments for the preliminary design submittal in MS Excel
format.
• Meeting minutes in MS Word electronic format
• Hard copy of plans (11x17) for each meeting
• Hard copy roll plot (22x34) depicting all utility relocations will be provided to each utility at
a 30 percent design level
TASK 6.0 TRAFFIC ANALYSIS AND ILLUMINATION (Fehr & Peers)
Subtask 6.1 Preliminary Illumination (30 percent PS &E)
Fehr & Peers will prepare 30 percent design plans and construction cost estimates for
illumination within the project area and for a traffic signal modification at the Strander
Blvd/West Valley Highway intersection. As part of the design process, a site visit will be
conducted to verify existing conditions, utility locations, sight - lines, traffic detection
infrastructure, etc. The 30 percent plans will identify required changes to signal phasing and
existing traffic signal equipment. The plans will also help to identify potential impacts to right -
of -way and to determine if other design measures are needed to accommodate the project. Fehr
& Peers will develop construction cost estimates based on the 30 percent design plans. Fehr &
Peers will address one round of comments from the CITY and submit revised 30 percent plans
and estimates.
Deliverable(s)
• Thirty percent plans and construction cost estimates for signal modification at West Valley
Highway and illumination within the study area (between West Valley Highway and the
existing street end)
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 27 of 43 87
Subtask 6.2 Traffic Study for Environmental Documentation
Fehr & Peers will prepare a traffic study to verify the intersection /roadway geometrics and that
satisfies environmental documentation requirements. This process will consist of the following.
Data Collection
PM peak period traffic counts and traffic signal timing plans will be collected within the study
area that will be defined as part of Phase 3A. For the purpose of budgeting, it is assumed that
the following intersections will be analyzed.
• Strander Blvd and West Valley Highway
• South 180th Street and West Valley Highway
• Southwest Grady Way and West Valley Highway
• Strander Blvd and Andover Park W
• Longacres Way and West Valley Highway
• South 156th Street and West Valley Highway
• Fort Dent Way and Interurban Avenue South
Relatively recent traffic counts during the PM peak hour may have been collected as part of the
Northwest Arena EIS project. To the extent that relevant traffic counts are available, those
counts will be used.
24 -hour tube counts with vehicle classification and average speed for up to 20 locations will also
be collected for the noise and air quality analysis.
The rationale behind the relatively large study area is to understand how traffic patterns will
shift with the completion of the Strander Boulevard extension, understand if there are any
traffic signal timing modifications are warranted at nearby intersections, and to fully capture
the potential environmental impacts of the new traffic pattern.
Traffic Operations Analysis
PM peak hour intersection level of service will be evaluated for the above intersections
according to the Highway Capacity Manual 2010 standards. Traffic operations will be evaluated
using Synchro /SimTraffic software. Scenarios evaluated include existing conditions, the design
concept, and future no action scenarios. A field visit during the peak hours will be conducted to
verify model results.
Operations will be evaluated for existing conditions, year of opening, and a horizon year
determined through coordination with the City staff. The build and no build scenarios will be
evaluated for the opening and horizon year. One option for the horizon year analysis is to
increase traffic volumes until the interim design begins to experience LOS degradation. Based
on growth rates from the City of Tukwila Travel Demand Forecasting model, a "year of failure"
can be identified to determine at which point the full widening project would be warranted.
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 28 of 43 88
The future no action scenario is included for environmental documentation purposes. As an
optional task, additional scenarios can also be evaluated to determine potential design
modifications to accommodate events at the Northwest Arena.
Additional data will be documented for the build and no build scenarios to support the noise
and air quality analysis. This includes documenting assumed roadway characteristics, vehicle
speeds, vehicle classification, traffic volumes, and traffic signal characteristics.
Recognizing that this project will seek competitive grant funding, we also propose a greenhouse
gas (GHG) emissions /vehicle -miles of travel analysis. This type of analysis can demonstrate
how reduced congestion and less circuitous vehicle circulation can reduce vehicle emissions
and improve area connectivity.
Deliverable(s)
• Memo describing the traffic analysis methods and assumptions.
• Traffic operations report.
• Intersection /signal /channelization design recommendations.
• Coordination to incorporate traffic analysis into environmental noise and air quality
analysis.
TASK 7.0 RIGHT -OF -WAY PLANS AND ACQUISITION
The CONSULTANT will identify real property rights (permanent and temporary) required for
the project and evaluate the potential acquisition impacts as they may relate to preliminary
ROW acquisition costs and timeline to complete the ROW acquisition process.
Deliverable(s)
• Preliminary cost estimates for anticipated ROW acquisitions and easements. Input to the
project schedule regarding the timeline for completing and certifying the project ROW
• Detailed scope of work for completing the ROW acquisition
TASK 8.0 ENVIRONMENTAL DOCUMENTATION AND PERMITTING
Task 8 is supplemented with the following tasks required to document the reevaluation of the
project's currently approved NEPA and SEPA documents. Depending on the outcome of
updated traffic modeling amendments /supplements to existing environmental documentation
will be required for noise, air, Section 106, wetlands and wetland bank use, hazardous
materials, and City permits. New documents are required for the biological assessment (BA),
the Joint Aquatic Resource Permit Application (JARPA) and environmental justice.
Subtask 8.3 Section 106 Report (Cultural and Historic Resources)
This work would include the preparation of the Section 106 report amendment in accordance
with the State Historic Preservation Office standards and guidelines for any new areas that
maybe impacted. The work will include the following.
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 29 of 43 89
Pertinent literature on the archaeology, ethnography, and history of the project area will
be reviewed to determine the existence of archaeological sites and to refine the
probability of archaeological resources and traditional cultural places in the project
areas.
2. The CONSULTANT will maintain contact with the local tribes for any information on
historic Indian use of the project area.
A systematic field reconnaissance will be conducted to identify previously recorded
and /or unrecorded archaeological sites for the proposed project where ground -
disturbing activities are expected to take place. Field reconnaissance will consist of the
traverse of pedestrian transects at varying intervals, depending on terrain throughout
the proposed project area. Shovel probes (digging a hole with a shovel) will be
excavated, as deep as feasible, and in areas expected to have a high probability for
cultural resources. Shovel probes will be augmented through auger probes to explore
the deepest possible deposits. Shovel probes will be screened in highly probable areas
and in soil matrixes too dense to identify small chipping debris.
4. All new sites will be mapped, photographed, and recorded on Washington State
Archeological Inventory forms and submitted to the state Office of Archeological and
Historic Preservation (OAHP) for Smithsonian numbers. Every effort will be made to
include Tribal cultural resources personnel in assisting the field effort. Rights -of -entry
will be provided by the CITY.
Deliverable(s)
Three copies of a draft Section 106 Report will be prepared to describe cultural resources
identified in the project area to meet state and federal standards for reporting as outlined in
the guidelines provided by the OAHP. The report will include summary background
information appropriate to a cultural resources assessment of the project area, including
environment, previous cultural resources studies, ethnography /ethno history, and history.
A discussion of agency and Tribal consultation, methodology, the results of the
investigation, and a map of located archaeological sites will be provided. Recommendations
will also be extended to any cultural resources that may be significant. Monitoring of
construction excavation recommendations may also be included. The historic structures
inventory form and /or archaeological site inventory form will be attached to the report as an
appendix.
• Three copies of a revised draft Section 106 report incorporating CITY comments.
• Three copies of a final Section 106 report incorporating WSDOT comments.
Subtask 8.4 Noise Study
The CONSULTANT will prepare a traffic noise report is to evaluate traffic noise levels at
sensitive receptors near the project that would be potentially affected by traffic noise and to
City of Tukwila BergerABAK P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 30 of 43 90
identify potential mitigation measures. The traffic noise report will be developed in accordance
with WSDOT's Environmental Procedures Manual.
Sound Level Measurements
After review of the proposed project alternatives, the CONSULTANT shall visit the
project area to identify potentially sensitive noise receivers and to take measurements of
existing sound levels. The CONSULTANT will measure existing noise levels during the
peak hours to be used in calibrating the noise model. Measurements will be undertaken
in accordance with WSDOT and FHWA guidelines and will be made with a Type 1
sound level meter. During these measurements, sources of existing noise and
topographical features will be noted and traffic speeds and vehicle numbers and mix
will be noted.
Construction Noise Impact Evaluation
The noise analysis will evaluate potential short -term impacts of noise from construction
activities. Construction noise on nearby sensitive receptors will be evaluated based on
estimates published by the U.S. Environmental Protection Agency (EPA) of maximum
noise levels of typical construction equipment in conjunction with simple distance
attenuation. Computer modeling of construction noise levels will not be performed.
3. Traffic Noise Impact Evaluation
The CONSULTANT will evaluate traffic noise impacts using the FHWA Traffic Noise
Model (TNM) to estimate future traffic noise levels for the worst -case build alternative.
The worst -case scenario will be selected from among the build alternatives, and will be
chosen based on expected future traffic volumes and the location of the alignment
relative to sensitive receivers. The noise modeling will predict PM peak -hour Leq noise
levels from traffic at a maximum of 15 receptor locations that could be affected by the
proposed project and will consider existing conditions and design year conditions.
Modeling to calculate noise contour lines is not included.
4. Mitigation Analysis
The CONSULTANT will identify mitigation measures to reduce noise levels during
construction. If predicted long -term traffic noise levels from operation of the project
would cause noise impacts, mitigation measures will be developed in cooperation with
the lead agency and design engineers. Mitigation analysis, if required, will include
evaluation of the effectiveness and general size and location of natural and man -made
noise barriers using the TNM model.
Deliverable(s)
• Three copies of a draft traffic noise analysis report for review by CITY with accompanying
draft special provisions if required
• Three copies of a draft traffic noise analysis report, incorporating the CITY's comments, for
submittal to FHWA/WSDOT
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 31 of 43 91
Three copies of a revised draft traffic noise analysis report, incorporating comments by
FHWA/WSDOT, for submittal for approval
Subtask 8.5 Hazardous Material Memorandum
The CONSULTANT will prepare a hazardous materials memo to evaluate the presence, or
likely presence, of potential hazardous substances within the physical limits of the project that
would have an effect on the overcrossing project. Sites with potential for environmental
issues /impacts include those that indicate current or past uses as service stations, battery shops,
dry cleaners, chemical storage, or manufacturing facilities; sites with fuel or chemical storage
tanks or drums present; or those with strong pungent or noxious odors. The scope of services
for this study will include
A review of the results of a federal, state, and local environmental database search
provided by an outside environmental data service for listings of known or suspected
environmental problems at the sites or nearby properties within the search distances
specified by WSDOT.
2. A review of historical aerial photographs, fire insurance maps, city directories, chain -of-
title reports, and tax assessor records, as available and appropriate, to identify past
development history on the parcels relative to the possible use, generation, storage,
release, or disposal of hazardous substances. An attempt to identify uses of the sites
from the present to the time that records show no apparent development of the site, or
to 1940, whichever is earlier.
3. Conduct of a visual reconnaissance of the parcels and adjacent properties to identify
visible evidence of potential sources of contamination. .
4. A letter report that will summarize the results of this study. The letter report will briefly
discuss the project activities and include a table ranking the parcels (low, moderate,
high) by their potential for contamination from either on -site or off -site sources. A draft
letter report will be provided for review and comment. Upon receiving comments, the
letter will be modified as appropriate and made final.
Deliverable(s)
Three copies of the draft hazmat memo will be provided
Three copies of the hazmat memo will be provided incorporating CITY comments
Three copies of the final hazmat memo will be provided incorporating WSDOT/FHWA
comments if required. It is assumed that WSDOT/FHWA comments will not alter the basic
conclusion of the documentation or require further alternative studies
Subtask 8.6 Biological Assessment (BA)
A BA (NO EFFECT LETTER) will be prepared for the preferred alternative in accordance with
WSDOT guidelines. The following subtasks will be undertaken in preparation of the project BA
(NO EFFECT LETTER).
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 32 of 43 92
Collect available documentation concerning the project activities and pertinent
biological information. Biological information will include priority habitat and species
data from the Washington State Department of Fish and Wildlife, along with rare plant
and high - quality ecosystem data from WDNR. This information will be reviewed and a
consultation strategy will be developed.
2. Check with United States Fish and Wildlife Service (USFWS) and National
Oceanographic and Atmospheric Administration (NOAA) Fisheries to verify lists of
endangered, threatened, proposed, and candidate species.
Conduct a field reconnaissance to investigate on -site habitat conditions.
4. Make telephone contact with the appropriate resource agency staff for input on species
occurrence, habitat use, and potential project impacts.
Prepare a draft BA (NO EFFECT LETTER) addressing listed species, proposed species,
candidate species, species of concern, and critical habitat. The BA (NO EFFECT
LETTER) will include a project description, a list of species, a description of the species
and their habitat, an analysis of project effects, and mitigation recommendations.
6. Provide the draft BA (NO EFFECT LETTER) to the CITY for review and approval.
Revise the BA (NO EFFECT LETTER), as appropriate, and submit the final BA (NO
EFFECT LETTER) to WSDOT for their approval.
Deliverable(s)
• One electronic copy of a draft BA (NO EFFECT LETTER) for review by CITY
• One electronic copy of a draft BA (NO EFFECT LETTER), incorporating the CITY's
comments, for submittal to WSDOT
• Three copies of a final BA (NO EFFECT LETTER) that incorporates WSDOT comments
Subtask 8.7 Air Quality Analysis
The purpose of the air quality report is to identify any significant impacts and necessary
mitigation measures, and to determine conformity with pertinent air quality rules. The air
quality modeling assessment will meet the requirements of federal and state conformity
regulations and the procedures in EPA's Guidelines for Modeling Carbon Monoxide from
Roadway Intersections (1992), and will provide a project -level conformity determination for the
project.
1. After review of the proposed project alternatives and the results of the traffic analysis,
the CONSULTANT will select intersections for project -level air quality modeling. The
CONSULTANT will visit the project area to assess the presence of potentially sensitive
receivers and to measure the physical parameters of the selected intersections.
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 33 of 43 93
Traffic Impact Evaluation: The CONSULTANT will conduct an air quality impact
analysis using approved regulatory models and modeling techniques. This analysis will
include use of the latest MOBILE series emission factor prediction model and Version 2
of the CAL3QHC dispersion model. In this process, the CONSULTANT will coordinate
as necessary with the appropriate regulatory agencies. The modeling will calculate
carbon monoxide (CO) concentrations near each intersection for the following scenarios:
(1) existing conditions; (2) opening and design year no action; and (3) opening and
design of the build alternative.
3. Mitigation Analysis: In the event the impact analysis modeling indicates the project
would cause significant air quality impacts, it will be necessary to quantitatively
consider mitigation measures for each of the intersections where impacts are expected.
For purposes of estimating a budget, the CONSULTANT will assume modeling
mitigation measures are necessary at all four affected intersections for the worst -case of
the build alternatives, and will allow one day for the iterative process of WASIT or
CAL3QHC and available traffic modeling.
4. Air Quality Technical Study: The CONSULTANT will prepare a draft technical air
quality report to document the methods and the results of the impact and mitigation
analyses, and to provide a conformity statement for the project. The CITY will review
the draft report and prepare consolidated comments. The CONSULTANT will
incorporate the CITY's comments into a final technical report
Deliverable(s)
• Three copies of the draft will be provided
• Three copies of the final air conformity analysis report will be provided to WSDOT/FHWA
incorporating CITY comments
• Three copies of the final air conformity will be incorporating WSDOT/FHWA comments
Subtask 8.8 NEPA Environmental Classification Summary Update
Services will be provided to prepare the ECS form by reviewing technical reports related to the
project, applying project- specific data to the form and coordinating approval for the project by
both WSDOT.
Deliverable(s)
• Three copies of the draft ECS will be provided
• Three copies of the final ECS documentation will be provided incorporating CITY
comments
• Three copies of the final ECS documentation will be provided incorporating
WSDOT/FHWA comments if required. It is assumed that WSDOT/FHWA comments will
not alter the basic conclusion of the documentation or require further alternative studies
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 34 of 43 94
Subtask 8.9 Wetland and Critical Areas Study
The purpose of this report is to identify jurisdictional wetland within the project corridor and
critical areas, as well as provide mitigation if necessary. The CONSULTANT will develop,
implement, and complete field surveys to identify and delineate wetlands in the project area
using the appropriate methods described in the USACE Wetlands Delineation Manual
(Environmental Laboratory, 1987), Wetlands Research, Technical Report Y -87 -1, January 1987.
The CONSULTANT will delineate wetlands within 200 feet of the project area.
The CONSULTANT will prepare a comprehensive report that includes detailed wetland maps,
documentation of survey methods, results, potential impacts from project actions, and
recommendations for wetland protection and mitigation. The report also will contain
appropriate forms for wetland identification, delineation, and function assessment required by
U.S. Army Corps of Engineers (USACE). The information in this report is intended for use in
compliance with Section 404 of the Clean Water Act. The final report and associated documents
will be in a format acceptable to USACE.
Delineated wetland boundaries will be identified on the ground with flagging. The delineated
wetland boundaries will be mapped with accuracy acceptable to USACE.
Four copies of the draft report will be provided to the CITY for review and comment. Four
copies of the final report that incorporated the CITY's requested revisions requested will be
provided.
Deliverable(s)
• An electronic copy of a draft wetland delineation for review by the CITY with
accompanying critical areas provisions if required
• An electronic copy of a draft wetland delineation, incorporating the CITY's comments, for
submittal to USACE and DOE
An electronic copy of a final wetland delineation, incorporating comments by USACE and
DOE
Subtask 8.10 Wetland Mitigation Use Plan
A wetland mitigation plan will be prepared for the development of the CITY owned properties.
The plan will be completed to meet the requirements of USACE and DOE. The following
subtask will be undertaken in preparation for the project mitigation use plan.
1. Condition assessment of the proposed mitigation site.
Analysis of the proposed impacts and the proposed mitigation site to show how the
mitigation site comply with USACE and DOE regulations.
Complete a draft of the wetland mitigation use plan which will include a narrative
describing the proposed mitigation site, a vicinity map, a plan view and /or detail maps
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 35 of 43 95
of the proposed mitigation and other informational maps as required by the permitting
agencies.
4. Revise the plan based on agency comments
Deliverable(s)
Three copies of a draft mitigation use plan for review by the CITY with accompanying draft
special provisions if required
• Three copies of a draft mitigation use plan, incorporating the CITY's comments, for
submittal to USACE and DOE
Three copies of a revised draft mitigation plan, incorporating comments by USACE and
DOE
Subtask 8.11 SEPA
The CONSULTANT shall complete appropriate SEPA documentation, including all needed
studies, modeling, and analysis in accordance with State Environmental Policy Act (RCW
43.21C) and SEPA Rules (WAC 197 -11). The CONSULTANT will coordinate with the CITY of
Tukwila to address comments on the SEPA Checklist and provide support for the SEPA
process.
Deliverable(s)
• SEPA Checklist
Subtask 8.12 State and Federal Permits
Widener will assemble and organize all necessary environmental permit applications to a
standard acceptable by the permitting agencies. Anticipated permits include the following.
Section 404 Permit
Section 401 Permit
Shorelines Permit
Permit applications shall include all requested information, such as application forms, all
necessary permit drawings, an attachment describing project location, project purpose and
need, alternatives considered, and a summary of project impacts. The CONSULTANT shall
also provide a draft transmittal letter for submittal of the application by the CITY. Draft
applications, including supporting information, shall be submitted to the CITY for review and
comment. Revised permit applications shall be provided to the CITY for signature and
submittal to permitting agencies. The CONSULTANT shall perform the necessary coordination
to obtain the permits.
Deliverable(s)
• Three copies of the draft JARPA for review by the CITY
• Three copies of the revised draft JARPA incorporating CITY comments
• Three copies of the final JARPA will be prepared incorporating agency comments
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 36 of 43 96
Subtask 8.13 CITY Permits
CONSULTANT will assemble and organize all necessary environmental permit applications to
a standard acceptable by the permitting agencies. Anticipated permits include the following.
• Critical Area Permit
• Fill and Grade permit
Permit applications shall include all requested information, such as application forms, all
necessary permit drawings, an attachment describing project location, project purpose and
need, alternatives considered, and a summary of project impacts. The CONSULTANT shall
also provide a draft transmittal letter for submittal of the application by the CITY. Draft
applications, including supporting information, shall be submitted to the CITY for review and
comment. Revised permit applications shall be provided to the CITY for signature and
submittal to permitting agencies. The CONSULTANT shall perform the necessary coordination
to obtain the permits.
Deliverable(s)
• Two draft copies of the permit applications
• Two final copies of the permit applications
TASK 9.0 RAILROAD ENGINEERING AND DESIGN
Subtask 9.1 Project Coordination (supplemented)
Hanson will manage /administer Task 9.0 and coordinate with others as appropriate.
Subtask 9.4 30 Percent Railroad Shoofly and Phasing Plan
Prepare shoofly design and list of questions for submittal to UPRR.
2. Update the Opinion of Probable Cost of Construction for track and embankment to
30 percent level.
Subtask 9.5 30 Percent Railroad Bridge and Shoring Design
1. Prepare a response memo to UPRR in response to comments received on the bridge and
shoring concept submittal.
2. Incorporate UPRR- recommended changes into the 30 percent bridge and shoring plans.
Prepare a structure type selection report. This is a brief report, typically in memo format,
that will provide UPRR background on how the bridge type was selected. This is
applicable to the 30 percent UPRR submittal package.
4. Provide substructure loading parameters to CONSULTANT (railroad bridge loading
parameters).
5. Prepare preliminary shoring details and staging details (30 percent).
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 37 of 43
MA
6. Add UPRR general notes to the structures plans.
7. Prepare 30 percent utility concepts for conduits attached to the bridge.
8. Prepare 30 percent bridge plan sheets.
9. Update the Opinion of Probable Cost of Construction for the bridge superstructure and
temporary shoring to 30 percent.
Deliverable(s)
• Response memo to UPRR comments on bridge and shoofly concept submittals
• Thirty percent Phasing Plan — Schematic Format
• Thirty percent Phasing Narrative
• Thirty percent Bridge General Plan and Elevation (GPE) — Phase 3A Construction
• Thirty percent Bridge Typical Section — Phase 3A Construction (incl. shoring)
• Thirty percent Bridge General Plan and Elevation (GPE) — Phase 3B Construction
• Thirty percent Bridge Typical Section — Phase 3B Construction (incl. shoring)
• Preliminary shoring details (30 percent)
• Thirty percent Opinion of Probable Cost of Construction for
— Proposed Bridge
— Phase 3A track, embankment and shoring
— Phase 3B track, embankment and shoring
TASK 10.0 STRUCTURAL ENGINEERING
The CONSULTANT shall prepare 30 percent structural design of underpass retain walls and
the pedestrian bridge. The extent of retaining walls is assumed to be similar to Phase 2 based
on a two lane roadway. It is assumed the pedestrian bridge will be prefabricated steel truss
similar the trail bridge over 1801H
Deliverable(s)
• Thirty percent wall plan, elevations, and sections
• Thirty percent elevations and sections for the trail bridge
TASK 11.0 GEOTECHNICAL ENGINEERING SUPPORT
This effort is a continuation of geotechnical engineering support that began in Phase 3A. S &W
will provide design recommendations in accordance with applicable standards, including CITY,
WSDOT, and UPRR. Engineering services will include
Develop bridge foundation recommendations. S &W would provide LRFD axial and
lateral resistances for deep foundations, or bearing and lateral resistance for shallow
foundations, if applicable. If we recommend deep foundations, we would provide
parameters for developing lateral resistance curves, but would not perform lateral resistance
analyses (e.g., LPILE).
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 38 of 43 98
• Develop retaining wall recommendations. Provide LRFD bearing resistances, static earth
pressures, and seismic earth pressures, as applicable.
• Evaluate foundation, embankment, and retaining wall settlement. Evaluate settlement
using elastic and /or one - dimensional consolidation theory.
• Perform global stability analyses. Use the computer program SLOPE/W (limit equilibrium
method) to analyze the static and seismic stability of the proposed retaining walls and
shoofly embankment.
• Evaluate groundwater flow rates. Update our groundwater modeling to evaluate
groundwater inflow rates into the underpass based on the new design.
• Evaluate construction considerations. Evaluate construction considerations related to site
preparation, earthwork, excavations, and temporary shoring.
• Evaluate proposed stormwater facility locations. Evaluate soil types and infiltration rates
for new stormwater facilities.
• Evaluate new outfall foundations. Evaluate foundation types and settlement of the new
outfall.
• Evaluate impacts on existing utilities. Evaluate the impacts (e.g., settlement, vibration) of
new construction on existing utilities.
Deliverable(s)
• Updated draft geotechnical report
TASK 12.0 DRAINAGE DESIGN
The CONSULTANT shall prepare a drainage report and preliminary conveyance design for the
project in sufficient detail to support the completion and approval of the environmental
documentation for the project. The drainage report will be prepared per the criteria of the
Department of Ecology Stormwater Management Manual for Western Washington (February
2005) and any additional requirements of the CITY and WSDOT. The drainage report shall
include
1. Project overview
2. Detailed project description
3. Runoff /detention calculations
4. Water quality computations
5. Stormwater conveyance calculations
6. Maintenance and operation of facilities
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 39 of 43 99
Assumptions(s)
• Groundwater seeping into the underpass will not need to be treated, but will be of a
sufficiently low volume that it will not need to be collected and treated separately from the
stormwater runoff from the roadway.
• A dissipation structure will be required where underpass water is pumped into the
detention /treatment pond.
• The CONSULTANT will develop stormwater designs in consultation with CITY staff, but
no more than two stormwater options will be investigated.
• The stormwater design process will include up to three meetings with the CITY and other
involved parties to review and discuss options being considered. One additional meeting
with the CITY will be required to review and discuss comments on the draft drainage
report.
• Once the preferred stormwater design has been agreed upon, the CONSULTANT shall
provide drainage plans and profiles, including layouts and details of any low- impact design
facilities in the 30 percent PS &E submittal.
Deliverable(s)
• Meeting minutes
• Draft and final drainage report (one electronic and two hard copy)
• Preliminary conveyance design with 30 percent PS &E submittal
TASK 13.0 PUMP STATION
This task would advance the design of the pump station sufficiently to finalize pump sizes, and
identify pump manufacturers acceptable to the CITY maintenance staff, and if possible comply
with 'Buy American" provisions for this potentially federally funded project. Preliminary
layout of pump facilities and outfall will be established, the discharge route finalized, and
updated cost estimates prepared.
Deliverable(s)
• Preliminary (30 percent PS &E) design plans and cost estimates for the pump station and
groundwater discharge system included with the project submittals described in Task 14
TASK 14.0 ROADWAY DESIGN
This task involves engineering and design work required to advance the design of the
driveways, roadway, utilities, and trail to approximately 30 percent level of design in order to
finalize the geometric design and footprint of the project as required to complete the
environmental documentation for the project. The CONSULTANT shall prepare preliminary
PS &E documents for the construction of the proposed project consistent with City, state, and /or
county design standards. Plans shall be formatted to provide sufficient detail for convenient
field layout of all proposed facilities. City standard details, King County standard plans, and
WSDOT standard plans will be supplemented with project- specific details as required. The
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 40 of 43 100
plans will be completed in a manner to eventually facilitate completion in subsequent design
phases to provide competitive bidding by contractors.
Subtask 14.5 Roadway Drawings
The CONSULTANT shall prepare 30 percent roadway plans in accordance with the drawing list
included with the level of effort estimate for Phase 3B.
Deliverable(s)
• Permitting (30 percent) roadway plans submittal
Subtask 14.6 Specifications
The underpass construction is not common and special provisions will be required to
supplement the current edition of the WSDOT Standard Specifications for Road, Bridge, and
Municipal Construction and the associated amendments and general special provisions.
During Phase 3B, the CONSULTANT will prepare outline specifications identifying all
anticipated payment items. Draft special provisions will be prepared where required. It is
anticipated that there will be a special provision required for each of the following.
• Secant pile walls
• Bottom seal construction
• Railroad construction
• An allowance for one other draft special provision not yet identified is included in the level
of effort for Phase 3B.
Deliverables)
• Three hard copies of the outline specifications and draft special provisions
Subtask 14.7 Construction Cost Estimate
An engineer's construction cost estimate shall be prepared based upon the list of anticipated
pay items and quantities obtained from the 30 percent design effort.
Deliverable(s)
Three hard copies of the construction cost estimate
One electronic copy (PDF) of the construction cost estimate
One electronic copy (MS Excel) of the construction cost estimate
TASK 16.0 WATERLINE MONITORING PLAN
The CONSULTANT shall propose a plan to the CITY to monitor the Seattle Public Utilities
waterline for settlement or other movement.
Deliverable(s)
• One PDF of a draft waterline monitoring plan
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 41 of 43 101
TASK 17.0 SANITARY SEWER RELOCATION
The CONSULTANT shall propose to the CITY an option or options to relocate the King County
Sanitary Sewer Interceptor (between existing County Manhole No. R -18 -16 located at the NW
corner of the Tukwila property and intersection of Southwest 27th Street/Naches Avenue).
Once an option to relocate the Interceptor has been agreed to by the CITY and King County, the
CONSULTANT shall generate 30 percent plans for inclusion into the roadway drawings
described in Task 14.
Assumption(s)
• Three sanitary sewer coordination meetings
• One round of comments from King County and CITY on the preliminary design submittal
• CONSULTANT will compile comments from CITY and King County into the utility
coordination log
• If applicable, the CONSULTANT will coordinate and obtain written concurrences from the
County on any requested deviation from the County's standards prior to the beginning of
construction of the Interceptor Adjustment Work
Deliverable(s)
• Consolidated set of sanitary sewer comments for the preliminary design submittal in MS
Excel format
• Meeting minutes in MS Word electronic format
• Hard copy of plans (11x17) for each meeting
• Hard copy roll plot (22x34) depicting all utility relocations will be provided to King County
at a 30 percent design level
DESIGN CRITERIA
All documents prepared shall be developed in accordance with the latest edition and
amendments of the following, unless otherwise directed by the City of Tukwila.
WSDOT Publications
• Standard Specifications for Road, Bridge, and Municipal Construction, English Edition
(M41 -10)
• Standard Plans for Road, Bridge, and Municipal Construction, English Edition (M21 -01)
• Design Manual (M22 -01)
• Bridge Design Manual, Volumes 1 and 2 (M23 -50)
• Plans Preparation Manual (M22 -31)
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 42 of 43 102
• Construction Manual
• Local Agency Guidelines Manual
Railroad Standards
• BNSF -UPRR Guidelines for Railroad Grade Separation Projects (1/24/2007).
• UPRR Public Projects - Plan Submittal Guidelines (rev. 10/10/2014).
• UPRR Standards (.zip file containing Microstation seed files)
• UPRR Plan Preparation Checklist
• BNSF -UPRR Guidelines for Temporary Shoring (10/25/2004)
AASHTO Publications
AASHTO LRFD Bridge Design Specifications, Third Edition, 2004
Guide for the Development of Bicycle Facilities, August 1991
A Policy on Geometric Design of Highways and Streets (1994, 'Green Book')
U.S. Department of Transportation, Federal Highway Administration
• Manual on Uniform Traffic Control Devices for Streets and Highways
Other Publications /Design Guides
• Americans with Disability Act (ADA)
• Ecology, "Stormwater Manual for Western Washington February 2005"
• Standard drawings and sample documents provided by the CITY and furnished to the
CONSULTANT shall be used as a guide in all applicable cases
City of Tukwila BergerABAM, P14.0347.00
Strander Boulevard Grade Separation Project — Phase 3 13 January 2016
Fife, Washington Exhibit A Page 43 of 43 103
EXHIBIT B: Consultant Fee Determination
City of Tukwila - Strander Avenue Grade Separation Project
DIRECT SALARY COSTS (DSC)
Personnel
Hours
Phase 3A Early Start
1/12/2016
Rate Cost
1 Principal /Project Manager
88
X
$
87.50
= $
7,700
2 Project Engineer
432
X
$
54.09
= $
23,368
3 Structural Engineer
16
X
$
54.95
= $
879
4 Civil Engineer
534
X
$
38.20
= $
20,397
5 Construction Specialist
28
X
$
57.60
= $
1,613
6 Designer/ CAD Oper
182
X
$
39.92
= $
7,266
7 Graphics
30
X
$
36.68
= $
1,100
8 Proiect Coor. / Admin
84
X
$
33.15
= $
2,784
Total Hours 1,394 Subtotal Direct Salary Costs (DSC) _ $ 65,107
Salary Escalation (SE) = 0% of DSC = $ -
Subtotal (DSC + SE) _ $ 65,107
Overhead (OH) 166.65% of (DSC + SE) _ $ 108,501
Fixed Fee (FF) 30.35% of (DSC + SE) _ $ 19,760
TOTAL SALARY COSTS (DSC + SE + OH + FF) _ $ 193,369
DIRECT NONSALARY COSTS (DNSC)
Mileage Design Team 200 miles @ $ 0.560 $ 112
Expendables (photographs, equip rental, etc) 1 Estimate @ 200 $ 200
TOTAL REIMBURSABLE EXPENSES (DNSC) _ $ 312
SUBTOTAL BergerABAM = $ 193,681
SUBCONSULTANTS
Fehr and Peers - Traffic
Hanson - Rail
Shannon & Wilson - Geotechnical $ 186,226
Sitts & Hill - Survey
Abeyta & Associates - ROW Services (Not Used in Phase 3A) $ -
Widener & Associates - Environmental $ 19,476
SUBTOTAL SUBCONSULTANTS = $ 205,702
EARLY START (Tasks 11, 12 & 13) _ $ 399,383
Page 1 of 4
f[K!
EXHIBIT B: Consultant Fee Determination Total Cost Summary
City of Tukwila - Strander Avenue Grade Separation Project 1/12/2016
TOTAL SALARY COSTS (DSC + SE + OH + FF) _ $ 1,151,630
TOTAL REIMBURSABLE EXPENSES (DNSC) _ $ 3,172
SUBTOTAL BergerABAM = $ 1,154,802
SUBCONSULTANTS
Fehr and Peers - Traffic $ 62,164
Hanson - Rail $ 171,318
Shannon & Wilson - Geotechnical $ 257,626
Sitts & Hill - Survey $ 56,830
Abeyta & Associates - Right of Way Services $ 7,500
Widener & Associates - Environmental $ 149,286
SUBTOTAL SUBCONSULTANTS = $
704,724
SUBTOTAL PHASE 3A & 3B = $
1,859,526
CONTINGENCY /MGMT. RESERVE _ $
125,000
TOTAL CONTRACT AMOUNT = $
1,984,526
Page 2 of 4
1111.1
EXHIBIT B: Consultant Fee Determination Phase 3A Cost Summary
City of Tukwila - Strander Avenue Grade Separation Project 1/12/2016
DIRECT SALARY COSTS (QSQ
Hours
Rate
Cost
1 PhncipaKPnojectN1anoger
186
X
$
87.50 =
$ 16.275
2 Project Engineer
1.010
X
$
54.09 =
$ 54.634
3 Structural Engineer
180
X
$
54.85 =
$ 9.891
4 Civil Engineer
1.178
X
$
38.20 =
$ 44.995
G Construction Specialist
158
X
$
57.60 =
$ 9.101
G Designer/ CAD Opar
706
X
$
39.92 =
8 28.185
7 Graphics
QG
X
$
36.68 =
$ 3.521
8 Ad min
190
X
$
3316 =
$ 6298
Total Hours
3,704
Subtotal Direct Salary Costs (O8C) =
$ 172.900
Salary Escalation (SE) =
096 ofDSC =
$ -
Subtotal (OSC+ SE) =
$ 172'900
Overhead (OH)
166.65%
of(DSC+ SE) =
$ 288.137
Fixed Fee (FF)
30.35%
of(DSC + SE) =
$ 52,475
DIRECT NONSALARY COSTS (QNSQ
Mileage Design Team 400 miles @ $ 0.560 $ 224
Expendables (photographs, equip rental, etc) 1 Estimate @ 1000 $ 1,000
TOTAL REIMBURSABLE EXPENSES (DNSC) = $ 1,224
SUBTOTAL BergerABAM $ 514,736
SUBCONSULT4NTS
Fehr and Peers -Traffic $ 6.000
Haneon - Rai| 8 82.354
Shannon & Wilson 'Geoteohniva| $ 186.226
Sd±o& HiU- Gunx»y $ 56.830
Abeda &Aoaooiateu - ROW Services (Not Used in Phase 3A) $ -
VVidaner&A000uiahao - Envimnmanto| $ 19.478
SUBTOTAL SUBCONSULTANTS $ 351,787
Page 3of4
EXHIBIT B: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER AVE GRADE SEPARATION
DIRECT SALARY COSTS (DSC)
Personnel
Hours
Phase 3B Cost Summary
1/12/2016
Rate
Cost
1 Principal /Project Manager
250
X
$
87.50
= $
21,875
2 Project Engineer
932
X
$
54.09
= $
50,415
3 Structural Engineer
400
X
$
54.95
= $
21,980
4 Civil Engineer
1,192
X
$
38.20
= $
45,530
5 Construction Specialist
104
X
$
57.60
= $
5,990
6 Designer/ CAD Oper
1,166
X
$
39.92
= $
46,549
7 Graphics
62
X
$
36.68
= $
2,274
8 Proiect Coor. / Admin
302
X
$
33.15
= $
10,010
Total Hours 4,408 Subtotal Direct Salary Costs (DSC) = $ 204,623
Salary Escalation (SE) = 5% of DSC = $ 10,231
Subtotal (DSC + SE) = $ 214,854
Overhead (OH) 166.65% of (DSC + SE) = $ 358,055
Fixed Fee (FF) 30.35% of (DSC + SE) = $ 65,208
TOTAL SALARY COSTS (DSC + SE + OH + FF) = $ 638,118
DIRECT NONSALARY COSTS (DNSC)
Mileage Design Team 800 miles @ $ 0.560 $ 448
Expendables (photographs, equip rental, etc) 1 Estimate $ 1,500 $ 1,500
TOTAL REIMBURSABLE EXPENSES (DNSC) = $ 1,948
TOTAL BergerABAM = $ 640,066
SUBCONSULTANTS
Fehr and Peers - Traffic $ 55,264
Hanson - Rail $ 88,964
Shannon & Wilson - Geotechnical $ 71,400
Sitts & Hill - Survey $ -
Abeyta & Associates - ROW Services (Allowance for Meetings and Consultation) $ 7,500
Widener & Associates - Environmental $ 129,810
TOTAL SUBCONSULTANTS = $ 352,937
SUBTOTAL PHASE 3B TASKS = $ 993,003
Page 4 of 4
`111A
To: Transportation Committee
From: Dennis Robertson, Transportation Chair
Date: January 25, 2016
Subject: Proposed Strander Blvd. Extension Agenda Item
Issue:
Council President Duffie has made it very clear that he expects Committees to
thoroughly review agenda items prior to sending on the entire Council. Thus, I have
the following questions and issues that I believe should be discussed at the February
1, 2016 Transportation Committee meeting. I have requested that this memo be
added to the packet so that the Councilmembers and staff are aware of the
questions.
1. Financial Planning Model Policy FP -5 states that if proposed grants or mitigations
are either reduced or not funded the respective project will be re- evaluated on the
basis of its value and priority level placement in the CIP. So, the following grant and
mitigations status should be reviewed in the Committee meeting:
A. Tiger Grant $20million
B. State Transportation Improv Board $2million
C. Federal STP Grant Through PSRC $3million
D. Freight Mobility Strategic Investment Board $5million
E. Northwest Arena mitigation $5million
2. The Committee should discuss this project's priority versus other CIP projects.
3. If engineering is estimated at $5 million exactly what will the proposed $400,000
accomplish and how will that help with the desired grants and mitigations.
3. The Finance Director 7/31/15 memo stated that Strander Project's expected
increased, unplanned budget cost of $300,000 per year would come from increased
revenues and the $2 million from budgetary savings in Arterial Streeet Fund. That
was before the unplanned, unbudgeted $1.3 million reoccurring increases due to
budget overruns in the Police and Fire were identified. How do the $300,000 and $2
million fit into the new budget reality?
IW-]
Transportation Committee - 2016 Work Plan
Description
Qtr
Dept
Action or Briefing
Status
BNSF Intermodal Facility Access
Draft Access Study Report; Final Report
1,2
PW
B
42 Avenue South Phase III
Seattle City Light underground agreement & revised design
1
PW
A
Bid Award
2
PW
A
ADA Improvements
Crosswalk Petition for TIB/S 139th St - Engineering analysis
1
PW
B
Transition Plan
1
PW
B
Bid award
2
PW
A
Project Close-out
4
PW
A
Annual Overlay and Repair Program
Bid Award
2
PW
A
Project Close-out
4
PW
A
53`d Avenue S (S 137th _ S 144th St) & Water/Sewer/SSWM
Present Alternative Design Options
1
PW
A
Bid Award
3/4
PW
A
TUC Transit Center/Andover Park West
Project Close-out
1/2
PW
A
Transit Plan
Adopt Plan
3
PW
A
Small Roadway & Safety Improvements
Project Close-out
2
PW
A
Residential Street Improvements/Walk & Roll
Present Results/Updated Information
1
B
Annual Bridge Inspections and Repairs
_PW
Program update
2
PW
B
Major Maintenance on 3 Bridges
Bid Award
3
PW
A
Boeing Access Road over BNRR Bridge Rehab
Bid Award
1/2
PW
A
TUC Ped/Bike Bridge
Bid Award
2
PW
A
Interurban Avenue S (S 143`d — Fort Dent Way)
Status update
1
PW
B
Project Close-out
4
PW
A
S 144 1h St Phase 11 (42nd Ave S — TIB)
Bid award
1/2
PW
A
OTHER
S.144th St Bridge over 1-5 (design, cost estimate)
3
PW
B
Dangerous intersections (S. 146th and 42 "d, S. 140th and 42 "d)
1
PW
B
Grant Application Approvals
1/2/3/4
PW
A
Transportation Improvement Program —Adopt Resolution
2
PW
A
Standard Reports/Briefings
Frequency
Dept.
Facility Tours
As needed
PW
SCATBD
Monthly
CM Hougardy
Committee Work Plan
2-4X
Council, Staff
= City of Tukwila Updated 1/15/15 109