HomeMy WebLinkAboutCOW 2012-01-23 Item 3E - Agreement - 42nd Avenue South Design with CH2M Hill for $726,995COUNCIL AGENDA SYNOPSIS
ITEM NO.
Meeting Date
01/23/12
02/06/12
Prepared b Mayor's review
BG
BG
Council review
3.E.
ITEM INFORMATION
STAFF SPONSOR: BOB GIBERSON IORIGINALAGENDA DATE: 01/23/12
AGI -NDA ITEM TPI'].E 42 Ave South Phase III Consultant Design Agreement with CH2M Hill
CATEIGORY Discussion Motion Resolution Ordinance BidAward Public Hearing ❑Other
112tg Date 01123112 Mtg Date 02106112 Mtg Date Mt Date Mtg Date P7tg Date Mtg Date
SPONSOR Council Mayor .HR DCD Finance Fire IT P&R Police PWI
SPONSOR'S This contract is for design of the 42 Ave S Phase III residential street improvements and
SUMMARY Gilliam Creek 42 Ave S culvert. Seven RFPs were received and three consultant firms
were interviewed. CH2M Hill, Inc. was chosen as the most qualified. Council is being asked
to approve the consultant agreement with CH2M Hill in the amount of $606,916.00 for the
roadway design and $120,079.00 for the culvert design, for a total of $726,995.00.
REVIEWLD BY COW Mtg. CA &P Cmte F &S Cmte Transportation Cmte
Utilities Cmte Arts Comm. Parks Comm. Planning Comm.
DATE: 01/17/12 COMMITTEE CHAIR: ALLAN EKBERG
RECOMMENDATIONS:
SPONSOR /ADMIN. Public Works Department
COMMITTEE Unanimous Approval; Forward to Committee of the Whole
COST IMPACT FUND SOURCE
EYPI= NDI"I'URI Rr _`QUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$726,995.00 $775,000.00
Fund Source: 103 RESIDENTIAL STREETS (PG 2, 2012 CIP) AND SURFACE WATER 412 (PG 146, 2012 CIP)
Coinments:
MTG.DATEI RECORD OF COUNCIL ACTION
01/23/12
02/06/12
MTG. DATE I ATTACHMENTS
01/23/12 Informational Memorandum dated 01/13/12
Consultant Selection Scoring Sheet
CIP Sheets
Consultant Agreement
Minutes from the Transportation Committee meeting of 01/17/12
02/03/12
37
W.*
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director
DATE: January 13, 2012
SUBJECT: 42 Ave S Phase III (Southcenter Blvd S 160 St)
Project No. 99410303
Consultant Selection and Design Agreement
ISSUE
Approve consultant selection and agreement for design of the 42 Ave S Phase III Project.
BACKGROUND
In June 2011, the City issued a Request for Proposal for the 40 -42 Ave S roadway widening project between
Southcenter Blvd and S 160 St. In addition to the roadway project, the call for proposals included design work on
the 42 Ave S culvert for Gilliam Creek. This culvert is in poor condition and needs either significant repair work
or a full replacement
In August 2011, three consultant teams were interviewed in a competitive process after being short listed from
seven RFP's that were received. The teams interviewed were CH2MHill, Skill ings- Connolly, and KPG. The
consultants were scored by the selection panel and CH2MHi11 and Skillings- Connolly were in a virtual tie.
Reference checks were performed with no negative feedback on either firm, although more positive feedback was
given for CH2MHill; leading to CH2MHill being chosen. Since then, staff and the consultant have been negotiating
the scope and fee. As staff was negotiating with the consultant, it became clear that the amount in the 2011
budget was inadequate to complete full design. A modification to the CIP sheet was made to increase the budget
amount to $650,000.00 prior to the December adoption of the 2012 CIP.
DISCUSSION
The scope of work includes full design for both the roadway improvements and the culvert replacement, up to and
including support during bidding. Cost for the roadway design is $606,916.00 and the culvert design is
$120,079.00, for a total contract amount of $726,995.00.
Engineering for roadway design does not include costs to convert the overhead power and phone lines to
underground vaults. Task 5.3.2 is included where the Consultant team will analyze the costs of converting the
overhead utilities vs. remaining aerial. Council will be informed of this undergrounding analysis. If a decision is
made to underground aerial utilities, the design contract will need to be supplemented to include the optional
tasks 5.3.3 (30% Design) and 9.5.2 (100% Design). The cost for a future undergrounding design supplement is
estimated to be approximately $72,700.00.
Fiscal Impact: Roadway work is budgeted in the 2012 CIP at $650,000.00 (pg. 2). Inclusion of the design for the
overhead utility conversion will require additional budget which will not be known until a later date. Culvert design
work is budgeted at $125,000.00 (Gilliam Creek 42 Ave S Culvert, page 146, 2012 CIP).
RECOMMENDATION
Council is being asked to approve the contract with CH2MHill in the amount of $726,995.00 and consider this item
at the January 23, 2012 Committee of the Whole and subsequent February 6, 2012 Regular meeting.
Attachment: Consultant Selection scoring sheet
CIP Sheets
Consultant Agreement
W: \PW Eng \PROJECTS\A- RW RS Projects \99410303 42nd Ave S Phase III \INFO MEMO Consultant Selection Award CH2MHill 1- 13- 12.docx
39
.s
641�4e� !e4jd T N M
s� oay� ao4 aaa o r N
N r M
0
4 iJ!4 e0 Ma Lr)
N o r N Cl)
es O d o 4d
O
00 7 0 OD O O N LO 0 O O O O
!elo N �T O O N O m O 0 0 0
1 !esodo T T r r r T r r T r r r
a d
40 1l 11340 0 0o in o o w 7 'E r o o o
y ;!ibi a� �1 /ln M N N N M N N O N M N N N M
s14a
y �a a /nba LO t) 't N LO Cl N LO M M N It
a 4JoH a yS /d T T r r r T r r r T r r r
a c p4e o4a !�a
3 N !o a6pa!M 4�
C CO
v Q /1Jaa /s4 to as 0 co co r- o w o-) (D rn co 0 rn
a p r r rrr r r r
C\1a
r
0
cr �a6e4
e Wio o ooinOO LninOO oOOC)
aax �jsl/ a d 10 as
M N N N M N N N M N N N N
U)
r
C d d N
O
O y C ccz a) a) c co d 0 c m
T T 7 T T
0 Q C c o Q C c 0 Q C C
L J
d J
y A
p4e 64p
134
o
rn O O
N N
rn o o rn m o o
N r N T r N N
cn V
N
r r
T
loa! a p4n
14
dd
b
W141 9 411 7b
LO
LO LO U') m
Lnn LO U U') N U') l l
wo
U)
r
C d d N
O
O y C ccz a) a) c co d 0 c m
T T 7 T T
0 Q C c o Q C c 0 Q C C
L J
d J
y A
O
E
N
C
cn V
N U Y
a
42
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2012 to 2017
PROJECT: 40-42 Ave South (S 160 St S 131 PL) Project No. 99410303
DESCRIPTION: Design and construct street improvements, drainage, undergrounding, and driveway adjustments.
JUSTIFICATION: Provide pedestrian and vehicle safety, drainage, and neighborhood revitalization
STATUS:
I Phase III (S /C Blvd (154th) S 160 St) $3m, Design in 2012, construction in 2017. Project No. 94 -RS03
I
Phase I (S /C Blvd (154) S 144 St) $3,796, Completed. Project No. 90 -RW15
Phase II (S 144 St S 139 St) $1,850, Completed. Project No. 94 -RS02
Phase IV (S 139 St S 131 PI) $1 m in beyond. Project No. 94 -RS01
MAINT. IMPACT:
Reduce pavement, shoulder, and drainage work.
COMMENT:
Design of Phase III in 2012.
FINANCIAL
Through Estimated
(in $000's)
2010 2011 2012 2013 2014 2015
2016
2017 BEYOND
TOTAL
EXPENSES
Design
1,235 650 100
1,985
Land (R/1/)
27 100
127
Const Mgmt.
400
560
960
Construction
4,246
2,400
3,800
10,446
TOTAL EXPENSES
5,508 0 650 0 0 200
2,800
0 4,360
13,518
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
5,508 0 650 0 0 200
2,800
0 4,360
13,518
TOTAL SOURCES
5,508 0 650 0 0 200
2,800
0 4,360
13,518
I
G15
2012 2017 Capital Improvement Program 2
43
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2012 to 2017
PROJECT: Gilliam Creek 42 Ave S Culvert Project No. 99341208
DESCRIPTION: Design and replace the 36 -inch culvert under 42 Ave S /Gilliam Creek.
JUSTIFICATION: The existing concrete pipe sections are separating and cracked which could erode the 42 Ave S fill and
lead to loss of roadway.
Trenchless repair techniques were reviewed as part of the 2005/2006 Small Drainage Design and are not
STATUS: feasible due to the structural deficiencies of the pipe. A complete pipe replacement will be required. Recent
video inspection revealed that the pipe's cracking has increased since the project was identified in
1993. The pipe will continue to be monitored and replaced as part of the future 42nd Ave S street project.
MAINT. IMPACT: Will reduce monitoring when complete.
State Fish Wildlife hydraulic project approved (HPA) permit will be required. Replacement will require a fish
COMMENT: passable structure.
FINANCIAL Through Estimated
(in $000's) 2010 2011 2012 2013 2014 2015 2016 2017 BEYOND TOTAL
EXPENSES
Design
125
Land(R/W)
Const. Mgmt.
36
Construction
8 200
TOTAL EXPENSES
8 0 125 236
FUND SOURCES
Awarded Grant
Proposed Grant
Mitigation Actual
Mitigation Expected
208
Utility Revenue
8 0 125 236
TOTAL SOURCES
8 0 125 236
Project Location
l
Remora sediment aid
6 nair. P-4. log
arts Fcr grade —W.
y r eek
�Glbar 21n/
An
N
C ye„
4 t�
2012 2017 Capital Improvement Program 146
44
125
0
36
208
0 0
0
0
0
369
0
0
0
0
0 0
0
0
0
369
0 0
0
0
0
369
Remora sediment aid
6 nair. P-4. log
arts Fcr grade —W.
y r eek
�Glbar 21n/
An
N
C ye„
4 t�
2012 2017 Capital Improvement Program 146
44
CONSULTANT AGREEMENT FOR
DESIGN SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred
to as "the City and CH2M Hill, Inc., hereinafter referred to as "the Consultant in consideration of
the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform design services in
connection with the project titled 40 -42 d Avenue South Phase III.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Time for Performance. Work under this contract shall commence upon the giving of written
notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide
all work product required pursuant to this Agreement by December 31, 2013, unless an extension of
such time is granted in writing by the City.
4. Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B"
attached hereto, provided that the total amount of payment to the Consultant shall not exceed
$799,709.00 without express written modification of the Agreement signed by the City.
B. The Consultant may submit vouchers to the City once per month during the progress of the
work for partial payment for that portion of the project completed to date. Such vouchers will be
checked by the City and, upon approval thereof, payment shall be made to the Consultant within 30
days of receipt of vouchers in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion of the work
under this Agreement and its acceptance by the City.
D. Payment is provided in this section shall be full compensation for work performed, services
rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept available
for inspection by representatives of the City and state for a period of three (3) years after final
payments. Copies shall be made available upon request.
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this Agreement
shall be the property of the City whether the project for which they are made is executed or not. The
GR
Consultant shall be permitted to retain copies, including reproducible copies, of drawings and
specifications for information, reference and use in connection with the Consultant's endeavors. The
Consultant shall not be responsible for any use, unauthorized reuse, change or alteration of the said
documents, drawings, specifications or other materials by the City on any project other than the
project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and
regulations, applicable to the services to be rendered under this Agreement.
7. Indemnification. The Consultant shall indemnify, defend and hold harmless the City, its
officers, and employees, for any claims, losses or liability, including attorney's fees, arising out of
claims by third parties for injury or death to persons or damage to property only to the proportionate
extent caused by the negligence or willful misconduct of the Consultant, its officers,
subconsultants,and employees, in performing the work required by this Agreement. This paragraph
shall not apply to any damage resulting from the negligence of the City, its officers and employees.
To the extent any of the damages referenced by this paragraph were caused by or resulted from the
concurrent negligence of the City, its officers or employees, this obligation to indemnify, defend and
hold harmless is valid and enforceable only to the extent of the negligence of the Consultant, its
officers, subconsultants and employees.
8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this
contract comprehensive general liability insurance, with coverage of $500,000 per occurrence and
$1,000,000 aggregate for personal injury; and $500,000 per occurrence/ aggregate for property
damage, and professional liability insurance in the amount of $1,000,000 per claim and in the
aggregrate.
Said general liability policy shall name the City of Tukwila as an additional insured. Policies
shall not be cancelled without thirty (30) days prior written notice to the City. Certificates of
coverage as required by this section shall be delivered to the City within fifteen (15) days of
execution of this Agreement.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an inde-
pendent contractor with respect to the services provided pursuant to this Agreement. Nothing in this
Agreement shall be considered to create the relationship of employer and employee between the
parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any
benefits accorded City employees by virtue of the services provided under this Agreement. The City
shall not be responsible for withholding or otherwise deducting federal income tax or social security
or for contributing to the state industrial insurance program, otherwise assuming the duties of an
employer with respect to the Consultant, or any employee of the Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that they have not employed
or retained any company or person, other than a bonafide employee working solely for the Consultant,
to solicit or secure this contract, and that they have not paid or agreed to pay any company or person,
other than a bonafide employee working solely for the Consultant, any fee, commission, percentage,
W
M
brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or
making of this contract. For breach or violation of this warrant, the City shall have the right to annul
this contract without liability, or in its discretion to deduct from the contract price or consideration, or
otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or
contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, color, national origin, religion, creed,
age, sex or the presence of any physical or sensory handicap in the selection and retention of
employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. Either party reserves the right to terminate this Agreement at any time by giving ten (10) days
written notice to the other party. On termination, Consultant will be paid for all authorized services
performed up to the termination date.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree
to complete the work under the terms of this Agreement, if requested to do so by the City. This
section shall not be a bar to renegotiations of this Agreement between surviving members of the
Consultant and the City, if the City so chooses.
15. Attorneys Fees and Costs. In the event either party shall bring suit against the other to
enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to recover
its costs, including reasonable attorney's fees, incurred in such suit from the losing party.
16. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southeenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
CH2M HILL, Inc.
1100 112 Ave NE, Suite 400
Bellevue, WA 98004
ATTN: Roger Mason
3
47
17. Standard of Care. The standard of care applicable to the Consultant's Services will be the
degree of skill and diligence normally employed by professional engineers or consultants performing
the same or similar Services at the time said services are performed. The Consultant will reperform
any services not meeting this standard without additional compensation.
18. City- Furnished Data. The City will provide to the Consultant all data in the City's possession
relating to the Consultant's services on the Project. The Consultant will reasonably rely upon the
accuracy, timeliness, and completeness of the information provided by the City.
19. No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other
than the City and the Consultant and has no third -party beneficiaries.
20. Integrated Agreement. This Agreement, together with attachments or addenda, represents the
entire and integrated Agreement between the City and the Consultant and supersedes all prior
negotiations, representations, or agreements written or oral. This Agreement may be amended only
by written instrument signed by both the City and the Consultant.
DATED this
CITY OF TUKWILA
Jim Haggerton, Mayor
Attest /Authenticated:
day of
1 2011.
CONSULTANT
By:
Printed Name:
Title:
Approved as to Form:
Christy O'Flaherty, CMC, City Clerk
rd
Office of the City Attorney
ER
Exhibit A
40 —42 nd Avenue South
Phase III
City of Tukwila
Scope for Surveying and Engineering
Services
City Project No. 94 -RS03
January 2012
Contents
CityProject No. 94 -RS03 ii
Contents iii
Introduction ..............................1
40th- 42nd AVENUE SOUTH PHASE III ..............................1
ProjectDescription ..............................1
ProjectLimits ..............................1
Assumptions 2
GeneralAssumptions 2
Design Standards and References 3
1. Project Management ..............................4
1.1. Overall Project Management 4
1.2. Coordination Meetings with CITY 4
1.3. Project Quality Plan 5
2. Gilliam Creek Culvert 6
2.1.
Data Collection and Permitting Agency Requirements 6
2.2.
Basis of Culvert Design
7
2.3.
Culvert 30 Design
7
2.4.
Culvert Permitting
8
2.5.
Culvert 60%, 90%, and Final Design
8
2.5.1.
Contract Drawings
9
3 Geotechnical
Engineering .............................10
Utility Design
3.1.
Subsurface Exploration and Data Report .............................10
3.2.
Geotechnical Analysis and Report .............................12
4 Survey and Mapping .............................14
4.1.
Survey and Construction Control .............................14
4.2.
Base Mapping .............................14
4.3.
Supplemental Surveys .............................15
4.4.
Right of Way Field Surveys .............................16
4.4.1
Right of Way Field Surveys .............................16
4.4.2.
Records Research and Right of Way Calculations .............................16
5 30 "/0 Design .............................17
5.1.
Roadway Design .............................17
5.1.1.
Refinement of Preferred Alignments .............................17
5.1.2.
Develop Roadway Plans .............................18
5.1.3.
Pavement Design .............................18
5.1.4.
Roadway Design Documentation .............................19
5.2.
Stormwater Design .............................19
5.3.
Utility Design
20
50
5.3.1.
Preliminary Utility Plans Water and Sewer
21
5.3.2.
Cost Comparison of Overhead Utility Relocation Options
21
5.3.3.
Preliminary Utility Undergrounding Plans Power and Communication...........
21
5.4.
Traffic Design
22
5.4.1.
Conceptual Illumination Design
22
5.5.
Structures Design .............................22
29
5.5.1.
Data Collection and Review
22
5.5.2.
Design Criteria
23
5.5.3.
Preliminary Structures Design
23
5.6.
Landscape Urban Design
23
5.6.1.
Landscape Design Report and Plans
23
5.6.2.
Urban Design and Visualization
24
5.7
Cost Estimates, Schedule, and Construction Phasing
24
5.8.
30% Design Package
24
6 Environmental Documentation (Optional) 25
7 Right of Way Optional) .............................25
8. Agency, Stakeholder, and Community Coordination .............................26
8.1. Stakeholder and Agency Coordination (CITY, Property Owners, Utilities,
WSDOT) 26
8.1.1. City Coordination 26
8.1.2. WSDOT .............................26
8.1.3. Property Owners 27
8.1.4. Utilities 27
8.2. Community Coordination 27
8.2.1. Community Meetings 27
8.2.2. Public Information Newsletter 27
9 Contract Drawings 28
9.1.
Cover Sheet, Index, Notes, and Survey Control
28
9.2.
Construction Staging
28
9.3.
Roadway and Stormwater Drainage
29
9.3.1.
Roadway Sections
29
9.3.2.
Paving, Grading and Drainage Plans and Profiles
29
9.3.3.
Stormwater Management Facilities
29
9.3.4.
Intersection Grading
30
9.4.
Site Prep and Temporary Erosion and Sedimentation Control
30
9.5.
Utility
30
9.5.1.
Utility Plans Water and Sewer
30
9.5.2.
Utility Undergrounding Plans Power and Communication
31
9.5.3.
Utility Potholing
31
9.6.
Structures
31
9.6.1.
Design Calculations
32
9.7.
Channelization, Illumination and Signing
32
9.8.
Landscape, Irrigation and Urban Design
32
9.8.1.
Landscape and Urban Design Plans and Details
32
9.9.
Submittals (60 90 and 100% Bid Ready)
33
iv
51
9.9.1. 60% Submittal 33
9.9.2. 90% Submittal 33
9.9.3. 100% Submittal 33
10 Specifications 34
11. Cost Estimating .............................35
11.1 Quantities 35
11.2 Engineer's Estimate 35
12. Major Milestone Reviews (30, 60, 90, 100"/ o) 36
13 Services during Bidding 36
v
52
Introduction
During the term of this AGREEMENT, CH2M HILL Engineers, Inc. (CONSULTANT) shall
perform professional services for the City of Tukwila (CITY) in connection with the following
project:
40th 42nd AVENUE SOUTH PHASE III
Project Description
The 40th -42nd Avenue South Phase 3 Project includes roadway widening, asphalt overlay and
replacement, curb, gutter, bike lane/ sharrow, sidewalks, lighting, storm drainage facilities, utility
relocations, and analysis of a fish passable culvert crossing for Gilliam Creek. The 1992 Design
Report information will be updated to reflect current conditions, criteria and costs. Additionally,
the City has chosen to incorporate other elements into the project that provide consistency with
City planning efforts and with current regulatory requirements. These include: accommodating
bicycles via a bike lane and sharrow lane; analyzing the replacement of Gilliam Creek culvert with
a fish passable culvert; managing stormwater to meet King County Level 2 flow control
requirements; and evaluating undergrounding of utilities. These additional design elements will
be incorporated into the Final Design. The updated report will also document current applicable
state and /or federal agency requirements and permitting needs.
The elements of work for the design phase include: project management, roadway /civil /non-
motorized, utilities, Gilliam Creek culvert, survey /mapping, stormwater, traffic, geotechnical,
structures, illumination, community/ agency coordination, landscaping/ urban design, cost
estimating, construction staging, right -of -way (ROW) determination, specifications, and quality
review. Environmental and ROW acquisitions may be added later by supplement at the request of
the City.
Project Limits
This project provides improvements along 42nd Avenue South from S. 154th Street to S. 160th
Street. The side streets will be improved to provide a transition into 42nd Avenue South. The
project also includes the analysis of a fish passable culvert crossing for Gilliam Creek whose limits
are assumed to extend approximately 200 ft upstream and downstream of the existing culvert. This
scope of work includes hydraulic analysis of Gilliam Creek beyond this 200 ft so that hydraulic
constraints and hydraulic impacts of culvert alternatives can be assessed.
53
Assumptions
The following general assumptions are made in developing the Scope of Work and Budget for 40t"
42nd Avenue South Phase III Project. Additional detail is included in the task descriptions
contained in the remainder of the Scope of Work.
General Assumptions
1. This AGREEMENT has contract duration of 18months. CONSULTANT'S ability to meet the
completion date is contingent upon timely receipt of information from the CITY and others
and provided the scope proceeds as outlined and within the timeframe above.
2. Before it can be built, this project will require a SEPA Determination of Non significance
(DNS) based on completion of a SEPA Environmental Checklist. It is assumed that federal
funds and /or NEPA are not involved.
3. Right of Way services and SEPA and /or NEPA environmental documentation services are
not included in this scope of work.
4. Unless otherwise specified herein, the CITY is responsible for paying for and securing any
permits as well as securing all City permits. CONSULTANT assumes no responsibility for
delays to the project as a result of the permitting process.
5. In providing opinions of cost, financial analyses, economic feasibility projections, and
schedules for the project, the CONSULTANT will have no control over cost or price of labor
and materials; unknown or latent conditions of existing equipment or structures that might
affect operation or maintenance costs; competitive bidding procedures and market
conditions; time or quality of performance by operating personnel or third parties; and other
economic and operational factors that might materially affect the ultimate project cost or
schedule. The CONSULTANT, therefore, will not warranty that the actual project costs,
financial aspects, economic feasibility, or schedules will not vary from CONSULTANT'S
opinions, analyses, projections, or estimates
In soils, foundation, groundwater, and other subsurface investigations, the actual
characteristics may vary significantly between successive test points and sample intervals
and at locations other than where observations, exploration, and investigations have been
made. Because of the inherent uncertainties in subsurface evaluations, changed or
unanticipated underground conditions may occur that could affect total PROJECT cost
and /or execution. These conditions and cost/ execution effects are not the responsibility of
CONSULTANT.
If there are changes in any of the Design Standards and References listed below,
CONSULTANT may seek additional compensation if work performed needs to be altered or
revised as a result of changes to design standards or references.
8. CITY will provide to CONSULTANT all data in CITY's possession relating to
CONSULTANT's services on the PROJECT. CONSULTANT will reasonably rely upon the
accuracy, timeliness, and completeness of the information provided by CITY.
9. CONSULTANT's deliverables are limited to the sealed and signed hard copies. Computer-
54
generated drawing files furnished by CONSULTANT are for CITY or others' convenience.
Any conclusions or information derived or obtained from these files will be at user's sole risk.
10. A wetlands reconnaissance will be performed to determine if any wetlands are present.
Should any wetlands be located that would be affected, a supplement maybe prepared to
include a Wetlands discipline report and if requested Wetlands Mitigation report. The scope
and cost estimate will be developed when requested.
11. The CITY shall provide or make available the following items to the CONSULTANT:
The City of Tukwila Publications listed as "Design Standards and References"
Existing GIS Mapping information of the Project including general utility location
maps for CITY water, sanitary sewer, and storm drainage facilities.
Copies of existing record drawing information of the project area.
Existing survey horizontal vertical control in NAD 83/91 (Horizontal) and
NAVD 88 (Vertical).
Title reports, assessor maps, and recorded plat maps.
One set of consolidated review comments for each Major Milestone Submittal (30
60 and -90
Design Standards and References
The project shall be developed in accordance with the latest edition, amendments, and revisions of
the following publications, where applicable:
1. City of Tukwila Publications:
a. Infrastructure Design Standards and Construction Standards, Dated April 12, 2010
b. Walk and Roll Plan, Dated January 20, 2009
c. City's Boiler Plate Standard Special Provisions for the 2010 WSDOT Specifications
2. State Publications:
a. 2010 Standard Specifications for Road, Bridge, and Municipal Construction (M 41 -10)
b. Standard Plans for Road, Bridge, and Municipal Construction (M 21 -01)
c. Design Manual (M 22 -01)
3. American Association of State Highway and Transportation Officials Publications:
a. A Policy on Geometric Design of Highways and Streets (2004 "Green Book
4. U.S. Department of Transportation Publications:
a. Manual on Uniform Traffic Control Devices for Streets and Highways (current edition)
5. Other Publications:
a. National Electrical Code
b. Book of American Society for Testing and Materials Standards
c. Proposed Accessibility Guidelines for Pedestrian Facilities in the public Right -of -Way (July
26, 2011) by US Access Board
55
TASK 1
1. Project Management
This task will be continuous throughout the project duration, which is assumed to be 18 months. It
will include the work to set up and plan the project and establish project- specific procedures,
including communication, quality control (QC), overall project coordination with the City and
project team, and project closeout. Components of this work include planning the project,
chartering the project team, endorsing the plan, executing the project, managing change, and
closing the project.
1.1. Overall Project Management
The CONSULTANT will prepare project instructions to communicate the requirements of the
assigned work elements to team members and will lead team meetings and provide direction and
oversight of the CONSULTANT'S project team to implement the work plan and coordination of
work activities over the duration of the project. This effort is for the overall project rather than a
specific task and is intended to provide the leadership that the team will need to understand
project priorities, deadlines, budget constraints, and resolve issues that arise.
For budgeting purposes, bi- monthly meetings, two hours in length are assumed over the duration
of the project (9 meetings). This task is to fund the attendance of the Project Manager, and the
Project Assistant at these meetings. Other project team members attending these meetings are to
be funded under their specific work task.
Deliverable(s):
Project Setup and Instructions
Monthly progress reports and invoices (18)
Project schedule and schedule updates
Project Records and project closeout
1.2. Coordination Meetings with CITY
The CONSULTANT will prepare and conduct a two -hour kick -off meeting. The meeting shall
address the project measures of success, roles, responsibilities, and operating guidelines. For
budgeting purposes, this meeting will be two -hours at the CONSULTANT'S Bellevue office and
will be attended by the CITY and 6 CONSULTANT staff, including the project manager, technical
leads for roadway, water resources, and utilities. Agencies technical and reviewing staff will be
encouraged to attend.
The CONSULTANT will plan, facilitate and host bi- monthly project management team (PMT)
meetings. These meetings will occur rotating between the CITY's office and the CONSULTANT'S
office and are assumed to be 2 hours in length. Up to three CONSULTANT team staff members
will attend each meeting, depending on the agenda. The CONSULTANT will prepare meeting
agendas, meeting summaries, and action items.
Deliverable(s):
Kickoff meeting materials
Bi- Monthly meeting materials (9), notes and action items
56
1.3. Project Quality Plan
The CONSULTANT will prepare a project quality plan (PQP) that addresses quality control. The
project quality manager will administer the PQP. Quality control includes technical discipline
review while the work is in progress and senior review of work products prior to submittal to the
CITY. (See Task 12 for Quality Reviews)
The PQP will include the following:
Process, sequence, and procedures of reviews
Individual roles and responsibilities of reviewers
Approval process
Deliverable(s):
Draft and Final Quality Management Plan
57
TASK 2
2. Gilliam Creek Culvert
This task identifies work activities to provide bid documents for the culvert on the same schedule
as Roadway, Storm Drainage and Utility Improvement.
2.1. Data Collection and Permitting Agency Requirements
The purpose of this sub -task is to assess the physical and habitat conditions of Gilliam Creek in the
vicinity of the project and to identify and document the permitting requirements related to the
Gilliam Creek Culvert.
The CONSULTANT will utilize the survey information collected in Task 5 and will conduct a site
walk through under this Task 2.1 to assess the physical and habitat conditions on Gilliam Creek.
The CONSULTANT will outline issues regarding the culvert that are important to the permitting
agencies including Washington Department of Fish and Wildlife (WDFW), the U.S. Army Corps of
Engineers (USACE), and National Marine Fisheries Service (NMFS) of the National Atmospheric
and Oceanic Administration (NOAA) in anticipation of the project requiring both an Hydraulic
Project Approval (HPA) permit and a 404 permit.
The CONSULTANT will conduct a wetlands delineation for the project area. Delineation of the
wetlands in the vicinity of the culvert is necessary for the culvert replacement permit application.
The CONSULTANT will document the wetlands delineation in a deliverable for this sub -task.
The CONSULTANT will outline the preliminary permit requirements assuming culvert
replacement. The CONSULTANT will document anticipated permit requirements in a deliverable
for this sub -task. The CONSULTANT will contact and meet with the permitting agencies to
commence dialog about the project. This sub -task includes communication and coordination
between the CONSULTANT, the CTY, and the permitting agencies that will occur before JARPA
submittal (sub -task 2.5).
It is anticipated that up to two (2) field visits with up to two (2) CONSULTANT staff will occur as
part of this sub -task, including one (1) field visit with the permitting agencies and one (1) field visit
for wetlands delineation.
Assumption(s):
The geotechnical information needed for culvert design will be obtained under Task 3 of
this scope of work.
The survey information needed for culvert design will be obtained under Task 4 of this
scope of work.
Deliverable(s):
Draft and Final Gilliam Creek Culvert Data Collection and Permitting Requirements
Memorandum
Wetlands Delineation for the project area, Final only
Field visits and coordination with permitting agencies
2.2. Basis of Culvert Design
The purpose of this sub -task is to develop options, or alternatives, for Gilliam Creek Culvert
replacement and to evaluate and assess these options against design criteria and anticipated
permitting requirements then to identify a preferred option for culvert replacement.
The CONSULTANT will perform hydrologic and hydraulic analysis on Gilliam Creek, analyzing
stream hydraulics and sediment transport under existing conditions. The CONSULTANT will use
HEC -RAS to assess hydraulic conveyance capacity of the existing culvert, and to set hydraulic
design criteria, acknowledging that the culvert currently lacks capacity for the design year storm
events. The CONSULTANT will also model hydraulics of up to three (3) replacement options (i.e.
a bridge, a box culvert, or an arch culvert). It is assumed that survey information for hydraulic
modeling will be collected as part of Task 4 of this scope of work.
Once the hydrologic and hydraulic analysis has been performed, the CONSULTANT will consider
hydraulics and other factors (including permittability, constructability, and feasibility) to identify a
preferred option for culvert replacement. Preliminary construction staging/ sequencing concepts
and existing site constraints will be identified. Potential constraints from a structural and
cons tructability perspective will be identified. The CONSULTANT will document this effort in a
basis of design memorandum.
It is anticipated that one (1) field visit with up to two (2) CONSULTANT staff will occur as part of
this sub -task.
Deliverable(s):
Draft and Final Gilliam Creek Culvert Basis of Design Memorandum
Field visit
2.3. Culvert 30% Design
For the preferred culvert replacement alternative, a preliminary layout will be prepared for the
purpose of establishing culvert type, size, and location to be used to prepare final design.
Geometric requirements will be defined, such as elevations, length, width, and height. Preliminary
opinions of cost will be developed. The CONSULTANT will submit this preliminary layout to the
CITY for comment and will address these comments in preparation of the 30% design.
The CONSULTANT will prepare the 30% Design Plans and 30% Design Technical Memorandum.
It is anticipated that the 30% design plans will include 6 sheets described in Task 2.5.1 with plan
view sheets at 1" 20' scale.
This task includes up to two (2) meetings throughout the course of the project with the permitting
agencies and the CITY, assuming up to two (2) CONSULTANT attendees at each meeting. The
CONSULTANT will prepare a meeting summary for each meeting with the CITY during this Task
2.3.
59
Assumption(s):
Culvert 30% Design Plans and 30% Design Technical Memorandum will be prepared as
part of this subtask 2.3 but will also be incorporated into the 30% Design package
deliverable under Task 5.9
Deliverable(s):
Draft and Final Gilliam Creek Culvert Conceptual Design Plan, assuming 1 drawing
Draft and Final Gilliam Creek Culvert 30% Design Plans, assuming up to six (6) sheets,
delivered as PDFs
Draft and Final Gilliam Creek Culvert 30% Design Technical Memorandum
Meetings with the CITY
2.4. Culvert Permitting
The CONSULTANT will prepare a preliminary draft and draft Joint Aquatic Resource Project
Application JARPA). The CONSULTANT will request CITY comments on the preliminary draft
and then will prepare a draft JARPA that addresses CITY comments. The CONSULTANT will then
provide the CITY with the draft DARPA for the CITY's submittal to the permitting agencies. The
JARPA will be submitted with the 30% design plans and 30% design technical memorandum
prepared as part of Task 2.3.
It is assumed for this scope of work that a Biological Assessment (BA) will be needed and will be
prepared by the CONSULTANT as part of JARPA preparation. (If an ESA listed species may be
present, a BA is needed. Since Coho and Chinook may be present in the lower reaches of Gilliam
Creek, it is likely that a BA will be required.)
This sub -task includes communication and coordination between the CONSULTANT, the CITY,
and the permitting agencies that will occur after JARPA submittal up until the HPA and 404
permits are issued. This coordination may include meetings with the permitting agency staff and
the project team or it may include responding to requests for additional information from the
permitting agencies.
Assumption(s):
The JARPA will suffice as application for both the HPA and 404 permits.
A Biological Assessment (BA) will be needed and will be prepared as part of the JARPA
submittal.
The local government (City and County) permit requirements (including shoreline, critical
areas, and floodplain) will be addressed by CITY staff, with the CONSULTANT focusing
on the state and federal government permit requirements.
Deliverable(s):
Preliminary Draft and Draft JARPA, including Biological Assessment (with attached 30%
design plans and 30% design technical memorandum prepared as part of Task 2.3).
Coordination with permitting agencies during the permit application review process
2.5. Culvert 60 90 and Final Design
This task progresses the design from the preferred alternative developed in Task 2.3 to preparing
the 60% contract drawings for review, the 90% contract drawings for review and 100% (bid ready)
contract drawings, specifications, and cost estimate (PS &E) for the Gilliam Creek Culvert.
:1
2.5.1. Contract Drawings
The CONSULTANT will prepare plan view sheets at a 1 20' scale. Following is a proposed list of
drawings.
Site Plan Including Erosion Control and Stream Flow Diversion. (1)
Replacement Culvert Plan, Profile and Cross Section (1). The CONSULTANT will
prepare a plan, profile and cross section for the Culvert denoting alignment, widths,
grades/ elevations, paving and grading limits, sidewalks, bike lanes /sharrows, and
landscaping. This drawing will include temporary erosion and sedimentation control
(TESC).
Replacement Culvert Sections and Details (1). This includes the design and
documentation including foundation components in accordance with the approved Design
Criteria for the Gilliam Creek Culvert.
Construction Staging, and Traffic Control (1). The construction staging plans prepared by
the CONSULTANT will serve as the basis for the contractor to bid the project and to
prepare detailed construction staging and traffic maintenance plans.
Roadway Repair and Miscellaneous Details (1)
Assumption(s):
Culvert design and roadway design will occur concurrently so that advanced construction
of the culvert is compatible and logically sequenced with the proposed roadway
improvements construction to be performed later.
Storm drainage facilities and utility relocations are not required for the culvert contract
and are constructed under the roadway design contract.
The construction contract will prepare a Stormwater Pollution Prevention Plan SWPPP)
that is consistent with Dept. of Ecology requirements and incorporates the TESC plans. If
the CITY determines that the SWPPP should be included in the project bid documents, the
scope may be amended to include its preparation by the CONSULTANT.
Deliverables:
60%, 90%, and 100% Drawings
61
TASK 3
3. Geotechnical Engineering
This scope of work covers geotechnical engineering services to support develop of contract
documents for the construction of retaining walls, utilities, Gilliam Creek culvert, and pole
foundations.
The geoteclulical work includes geotechnical field reconnaissance and subsurface exploration to
define subsurface conditions. This information is needed for project planning and to determine
preliminary structure and foundation types.
The geotechnical work will be conducted during the 30% Design phase of the project.
Assumptions:
Geotechnical issues and assumptions for the project are discussed below. These elements will be
coordinated with the Structures scope of work.
Short sections of standard concrete cantilever walls are likely where the wall height is less than
5 feet.
Up to 2 of the borings totaling 50 feet were assumed to provide subsurface information that
would support the design of retaining walls, Gilliam Creek Culvert, and design of minor utility
relocations. Existing subsurface information will be used whenever possible and the full
allocation of borings (i.e. 2 borings) will not be used if subsurface conditions can be reasonably
interpolated from existing explorations.
3.1. Subsurface Exploration and Data Report
The CONSULTANT will perform site reconnaissance, subsurface exploration, and laboratory
testing for preliminary geotechnical design of the project elements.
Obtain and review existing information, coordinate and plan access and restoration for test
holes, test pits, infiltration testing, and pumping test and identify features that affect other
geotechnical design work elements.
For planning purposes it is assumed that the subsurface exploration will consist of the
following:
1. Two (2) test hole locations with drilling footage totaling up to 50 Lineal Feet (10. The
purpose of these test holes and laboratory testing of selected samples from the
borings will be to establish a preliminary subsurface profile, develop preliminary soil
design properties, and determine the groundwater elevation across the site. During
the drilling program, Standard Penetration Tests (SPTs) will be conducted at intervals
of 5 feet or at stratigraphic changes in soil. An automatic hammer may be used to
10
.M
conduct SPT's. Piezometers will be installed in the borings, in accordance with
Washington State Department of Ecology Standards.
2. One infiltration test at the preferred stormwater detention /treatment /infiltration site.
3. Monitoring groundwater levels in the piezometers monthly for a period of one year.
A geotechnical engineer or engineering geologist will be provided during test hole drilling and test
pit excavation to:
Visually classify soils following ASTM methods
Record blow counts during SPT's
Collect and store samples of soil for laboratory testing and classification
The boring and test pit logs will include observations made by drilling crews during drilling.
Depths at which groundwater is encountered will also be recorded. Test holes will be restored to
grading and filling similar to the existing conditions.
Laboratory tests will be conducted on selected soil samples to determine gradation and moisture
content of site soils. The actual number and type of tests will depend upon the materials
encountered. For planning purposes it is assumed that the laboratory testing program will consist
of the following:
Test Type Number of Tests
Atterberg Limits 2
Moisture contents 5
Unit weight
Consolidation 2
Grain size analyses 15
Percent passing number 200 sieve 2
Compaction tests 2
Hydrometer tests 2
Combined hydrometer and gradation tests 3
Soil resistivity and PH 2
Permeability of granular soils tests 1
Assumotions:
The CONSULTANT will obtain permits for drilling from the Washington State Department of
Ecology.
The CONSULTANT will obtain permits from the CITY for any work within the CITY right of
way.
The CONSULTANT will obtain the necessary permits or approvals from WSDOT before
working within the WSDOT right of way.
The CONSULTANT will stake boring, test pit, and well locations and make calls to One -Call or
private locators for underground utility clearance.
Equipment and labor to conduct the explorations and restore the site upon completion will be
provided by the CONSULTANT.
63
Vehicular traffic control will be provided atboring and test pit locations; the CONSULTANT
will develop traffic control plans and provide traffic control devices and flaggers.
The soils are uncontaminated.
Soil samples will not be returned to the CITY and will be discarded within 6 months of the
sampling date.
The CONSULTANT will survey the final exploration locations.
Cultural resource monitoring is not included.
Access onto private property will not be needed.
The stormwater infiltration site will have sufficient space to excavate a test pit and run an
infiltration test. If the property is not available, the infiltration rate will be estimated from the
gradation of surface samples or samples from nearby borings.
Deliverables:
Geotechnical Data Report containing the boring and test pit logs, laboratory test results, and
description of the exploration methods. The data report will also contain applicable logs and
laboratory test results from previous geotechnical or hydrogeological explorations in the
project vicinity, as well as published descriptions of site geology, unless the published geology
is found to conflict with the results of the subsurface exploration. It is intended that the
Geotechnical Data Report, containing the uninterrupted subsurface data from subsurface
explorations, will become part of the construction contract documents.
3.2. Geotechnical Analysis and Report
The CONSULTANT will perform engineering studies to provide preliminary geotechnical design
recommendations for foundations, retaining wall types, stormwater vaults, permanent cut and fill
slopes, and assumptions for temporary slopes. The geotechnical studies for preliminary design will
include:
A review of observable existing site field conditions and available geotechnical
information, including the results of available exploration and laboratory testing
programs conducted in the vicinity of the Project.
Estimation of dewatering to construct the utilities in dry conditions, to be used for
permitting only.
Estimation of stormwater infiltration rate at one pond site.
Determination of lateral earth pressures for walls.
Evaluation of geotechnical considerations related to constructability.
The CONSULTANT will prepare a geotechnical report summarizing the subsurface conditions and
preliminary geotechnical recommendations for the project. The report is intended to be used in
tandem with the Draft Geotechnical Data Report, so that data are not repeated in the
recommendations report. The report will present:
Subsurface interpretation and recommended preliminary soil properties for use in design.
Recommendations for subsurface explorations and analyses to support final design.
A summary of potential special foundation, wall, and construction considerations; this
summary will identify geotechnical issues that could affect the methods and the costs of
construction.
12
A• i
The CONSULTANT will provide the draft Geotechnical Report to the CITY for review and
comment. The comments will be incorporated into the final report and responded to in writing to
verify resolution. The document length is assumed to be approximately 30 pages excluding
appendices and attachments.
Assumotions:
High groundwater is at least 5 feet below the bottom of the proposed 42nd Avenue South
profile so that considerations of long -term groundwater seepage into the roadway prism,
buoyancy control of the roadway, and other analyses related to constructing a roadway below
the water table will not be needed.
Walls greater than 5 feet in height, settlement mitigation, installation of utilities by trenchless
methods, and widening of the existing opening beneath SR 518 are not anticipated; if this
assumption is incorrect, a secondary exploration and /or additional geotechnical analyses and
recommendations will be added as a supplement to this scope.
Deliverable(s):
Geotechnical Design Report (Draft and Final)
13
TASK 4
4. Survey and Mapping
This task involves field surveying to establish horizontal and vertical control within the project
limits, collecting existing topographic features and producing a project basemap and Digital
Terrain Model (DTM) to be used in preliminary design, and conducting additional survey work to
supplement the basemap and DTM as the design progresses.
Assumotions:
Unless otherwise specified, the CONSULTANT will secure rights of entry for private
properties, within the defined project limits, to be surveyed prior to the commencement of field
survey work.
As part of the geotechnical work, the CONSULTANT will secure a right of entry permit for
subsurface explorations in the WSDOT right of way. The CONSULTANT will coordinate the
subsurface explorations with the survey work so they occur concurrently.
4.1. Survey and Construction Control
The CONSULTANT will establish horizontal and vertical control points along the corridor and
within the project limits described above. Approximately 6 control points will be established and
will be made available for the construction Contractor's use during construction. The
CONSULTANT will locate, field survey, and calculate positions for 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
Monuments on 42nd Avenue South centerline, S. 154th, S.158th, S. 160th centerline, and any
monument shown or found as indicated on survey records.
Field Survey and Note Reduction. Perform note reduction of the field survey data.
Horizontal Datum will be NAD83/91, Washington State Plane Coordinates, North Zone, US
Survey Feet. Vertical Datum will be NAVD 88, Feet. CONSULTANT will set up to 6, permanent
control points for use during construction.
Deliverables:
Field survey and construction control plans, copies of survey field notes, ASCII file of
control points.
4.2. Base Mapping
Conventional ground surveys will be utilized to develop the project baseinap. The limits of survey
are: Along 42nd Avenue South from the centerline of S. 154th to 100ft south of S. 160th; 150 feet
wide, 75 feet each side of centerline of the 42nd Avenue South centerline; 150 feet east and west
along S. 158th Street and S.160th Street; along Gilliam Creek, 500ft upstream and downstream of
the existing culvert; 50 feet wide, 25 feet each side of centerline, assuming Gilliam Creek cross-
14
M
sections every 25 feet (for hydraulic modeling purposes) plus survey of any culverts, weirs, or
other structures for 500 ft upstream and downstream of the existing culvert.
4.2.1 Topography Map
Mapping work to prepare 1 =20' topographic base map and digital terrain model (DTM) of the
project within the limits described above. The base map will include building faces, building
corners, signs, trees (deciduous trees 6 -inch diameter and greater, and evergreen trees 4 -inch
diameter and greater), curbs, sidewalks, culverts, utility poles, signal and illumination poles and
other surface features (junction boxes and traffic controller service cabinets) within the mapping
area as describe above. One -foot contours will be generated from the DTM. Field survey shall
establish existing pavement surface elevation on 42nd Avenue South, S. 154th, S. 158th and S.
160th Streets within the limits noted above. Profiles of the existing roadway surface will be
surveyed along the curb lines/ edge pavement and along the crown line.
Deliverables:
1 =20' topographic base map
4.2.2 Utilities Survey and Mapping
Field survey to locate paint marks at 50 -ft intervals and surface feature (valves, manholes, catch
basins, junction boxes, vaults) to delineate the utilities to the full extent of the mapping limits.
Irrigation systems will not be included. The CONSULTANT will prepare a utility base map from
this information. The CONSULTANT will also locate utility paint marks along S. 154th, S. 158th,
and S. 160th within the limits noted above.
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.
NOTE: Wetland delineations are not included in scope and may be added by amendment.
Deliverables:
Design basemapping in AutoCad 2008 format with planimetric features and an
InRoads compatible DTM surface.
GIS Shapefile or geodatabase formatted files will be provided to the CITY
Copies of field notes.
4.3. Supplemental Surveys
It is assumed that during the design phase, some level of supplemental survey may be necessary,
and for purposes such as private property match/ conforms, utility features, structure elevations,
or features requiring more definition for design purposes. For budgeting purposes this task item
has been estimated not to exceed 40 -field crew hours. Any costs for performing additional survey
beyond 40 -field crew hours, will be covered by supplemental agreement.
Deliverables:
Supplemental design surveys, updates to basemapping.
15
67
4.4. Right of Way Field Surveys
4.4.1 Right of Way Field Surveys
The CONSULTANT will perform field surveys to locate controlling section corners, plat
monuments, street right of way monuments, and visible property corners to facilitate calculations
for section and sub section lines, parcel lines, and street centerline and right of way lines. The
CONSULTANT will incorporate this information into the basemap.
Deliverables:
Copies of survey field notes, ASCII file of right of way and section monuments
4.4.2. Records Research and Right of Way Calculations
The CONSULTANT will establish the existing right of way and centerlines for the following:
42.d Avenue South S.154t' to S.160th
Gilliam Creek
The CONSULTANT shall calculate and establish right of way lines using field surveyed evidence
of existing monumentation, assessor maps, recorded plats, and title report information. The CITY
shall provide the CONSULTANT with all title reports and supporting documentation.
Deliverables:
Right of way calculations and supporting documentation
Existing right of way lines and centerlines
16
i
TASK 5
5. 30% Design
This task involves updating information relevant to the Preferred Project Alternative contained in
the City's "Design Memorandum for Improvements to 42nd Avenue South S. 160th Street to S. 130
Street" dated 1992, to reflect project changes and new information obtained since the time of the
original report. The CONSULTANT will review the Design Memo and update to reflect current
project knowledge, current design standards, input from third parties, and City- requested
changes since the time of the original report. This work will be used to support the review and
confirmation of the preferred project alternative to be developed further during 30% Design.
Task 5, 30% Design, will advance the design to establish the concepts for roadway improvements,
basic channelization„ utility and drainage systems. This task will progress the major design
elements to 30% level, and perform specific activities to support this design level. See Attachment
A for a Sheet List by discipline. The 30% Design effort will be expected to include modifying the
design concept based on agency, stakeholder, and community input; these modifications will be
assumed to be minor adjustments within the project limits described. Documentation of the 30%
Design task will include the preparation of technical memorandum that assess project impacts and
establish design criteria. Quantity takeoffs will be performed for each discipline under this task,
which will be compiled in Task 11 Cost Estimating. Design coordination meetings to support the
30% design efforts are included in Task 8 Agency, Stakeholder, and Community Coordination.
5.1. Roadway Design
5.1.1. Refinement of Preferred Alignments
Once the topography and right -of -way survey has been performed and right -of -way centerlines
and parcel lines are established in Task 4, the CONSULTANT will refine the horizontal and
vertical alignments and finalize the design and basic project footprint (pavement edges, curb lines,
and sidewalk limits) for other disciplines to begin advancing design to the 30% level. The
CONSULTANT will utilize existing and forecasted traffic counts (provided by the CITY), to
confirm channelization needs and the layout will be revised to address traffic operations. The
CONSULTANT will develop vertical alignments for the 30% submittal based on the DTM derived
from the topographic survey.
Develop alternatives for pedestrians and bikes. Up to two alternatives will be prepared. The
CONSULTANT will work with CITYto select a preferred alternative and prepare a roll plot
showing the footprint.
The CONSULTANT will identify ADA non compliance issues and will prepare a Maximum Extent
Feasible report.
Deliverable(s):
Horizontal and vertical alignment documentation.
One cross- section per alternative and a roll plot with layout per alternative.
30% Project Footprint Roll Plot
Maximum Extent Feasible Report
n
M
5.1.2. Develop Roadway Plans
The CONSULTANT will develop 30% Roadway Plans that include the following elements:
Preliminary Horizontal and Vertical Alignment Plans (306)
The CONSULTANT will prepare preliminary horizontal alignment plans at 1 =20' scale for the
selected alternative. The CONSULTANT shall prepare preliminary vertical profile drawings for
the selected alternative. Preliminary horizontal and vertical alignment plans will be produced for
the main roadways and cross streets.
Typical Roadway Sections (309yo)
The CONSULTANT will prepare preliminary Typical Roadway Section Plans not to scale (NTS)
and are anticipated to consist of two (2) drawings for selected alternative and cross streets. The
sections will denote roadway widths, bike lanes /sharrow, sidewalks, and traffic lanes.
Preliminary Paving and Grading Plans (3096)
The CONSULTANT will prepare Preliminary Paving and Grading Plans at 1 =20' scale for the
selected alternative. The Plans will show dimensions for roadway outlines and sidewalks for the
selected alternative. The Plans will also show curb returns, tapers, intersection layouts, proposed
driveway access and other pertinent surface features, which are typically shown at the preliminary
phase. A preliminary layout of property limits will be developed and shown in the form of cut/ fill
lines and property reconstruction limit.
Preliminary Right -of Way Plans (30
Using the construction limits developed for the Paving and Grading Plans and the Drainage and
Utility Plans, the CONSULTANT will identify right -of -way needs, including acquisition areas,
permanent easements and potential construction easements. Approximate square footage will be
calculated for parcels identified for full and partial takes. The Preliminary Right -of -Way Needs
Map /Plan will be developed at 1 =20' scale.
Deliverable(s):
30% Roadway Plans to be included in the 30% Drawing Set
5.1.3. Pavement Design
The CONSULTANT will prepare pavement designs for roadways that will be reconstructed.
Evaluating existing pavement section strength (falling weight deflectometer [FWD] tests) is not
included in this Scope of Work. Two pavement sections will be designed for the project limits,
including the following:
Flexible pavement design 42nd Avenue South
Flexible pavement design for side street approaches,
The subgrade strength parameters (resilient modulus) will be provided under separate subtask
(I.e. Geotechnical). Traffic volumes, including percentage and classification of trucks, will be used
from the information generated from the forecasted traffic volumes provided by the CITY.
The pavement sections will be shown on the typical cross sections as described under Task 5.1.2
Roadway Plans.
Deliverable(s):
Pavement design memorandum to be included in the 30% Design Report
1s
70
5.1.4. Roadway Design Documentation
Following are the design documentation elements:
Design criteria: The CONSULTANT will confirm geometric design criteria for the project. The
project design criteria will reference City Design Standards; City Walk and Roll Plan, WSDOT
Design Manual where applicable, ADA, and AASHTO 2004.
Design exceptions: The CONSULTANT will identify any variances to CITY design standards.
These will be documented and presented in working review sessions with the appropriate
reviewers to gain concurrence.
Deliverable(s):
Project design criteria to be included in the 30% Design Report
Design Exception Documentation to be included in the 30% Design Report
5.2. Stormwater Design
This task includes development of stormwater design criteria and development of a conceptual
stormwater plan. This task also includes defining and advancing the conceptual stormwater plan
with development, evaluation, and selection of water quality treatment and flow control facilities
to be carried forward into 30% design.
5.2.1. Data Collection and Stormwater Requirements Documentation
The CONSULTANT will collect and review available data and information pertaining to
hydrology, drainage issues, sensitive areas, basin plan requirements, and other parameters that
may affect stormwater management at the site. Sources of data are the CITY's Stormwater
Comprehensive Plan and the Gilliam Creek Basin Plan. The CITY will provide drainage system
information in GIS format and any available record drawing information of existing storm sewers,
culverts, stormwater management facilities, or related planning information in the vicinity of the
site.
The CONSULTANT will outline and document stormwater requirements for the project site
including those for flow control, water quality treatment, and erosion/ sediment control. The
CONSULTANT will then develop design criteria corresponding to those stormwater requirements.
The CONSULTANT will prepare a Stormwater Design Criteria Technical Memorandum
documenting the drainage design and erosion/ sediment control criteria.
Some initial assumptions that will be used in developing the stormwater management design for
the project include:
KCSWDM flow control and treatment menus will be used and software for these flow
control and treatment menus will be utilized
The constructed storm drainage system within the project limits are not expected to
require fish passage design.
Stormwater management facilities will be designed for 42nd Avenue South flows only
and will not provide additional management for offsite (or "regional flows.
It is anticipated that up to three (3) field visits or meetings with up to two (2) CONSULTANT staff
in attendance will occur as part of this sub -task. One of these visits will be to obtain comments on
the draft deliverable for inclusion into a final deliverable for this sub -task.
is
71
Deliverables:
Draft and Final Stormwater Design Criteria Technical Memorandum (up to 10 pages in
length including graphics, documenting available information regarding stormwater at the project
site and applicable stormwater requirements)
5.2.2. Stormwater Management Concept
The CONSULTANT will develop up to three (3) options for stormwater management. Each option
may include a series of elements, such as a treatment train for water quality in addition to a vault
for storage. Opportunities for flow control and treatment of stormwater from existing roadway
surfaces will be examined. This will consist of examining maximum footprints available on
identified parcels. The CONSULTANT will then assess the constructability, feasibility, and
effectiveness of each of the options. It is assumed that geotechnical investigations to assess
stormwater management option feasibility will be performed under Task 3 of this scope of work.
The CONSULTANT will document results of this assessment, along with a recommended
stormwater management option, in a Stormwater Management Concept Technical Memorandum.
The CONSULTANT will prepare one conceptual drainage plan (of the recommended stormwater
management concept) showing estimated footprint and location of proposed combined water
quality and flow control facilities; conveyance systems, impervious surfaces, right -of -way, and site
topographic features.
It is anticipated that up to three (3) field visits or meetings with up to two (2) CONSULTANT staff
in attendance will occur as part of this sub -task. One of these visits will be to obtain comments on
the draft deliverable for inclusion into a final deliverable for this sub -task. The deliverable for this
sub -task will be used in a later task to develop the 30% stormwater design.
Deliverables:
Draft and Final Stormwater Management Concept Technical Memorandum and
Conceptual Drainage Plan (up to 20 pages in length including graphics and conceptual drawings,
documenting up to three (3) options for stormwater management, an assessment of those stormwater
management options, and a recommended stormwater management concept for the project site.)
5.3. Utility Design
The CONSULTANT will contact each potentially- impacted utility company (listed below under
assumptions) and will develop an updated list of utility contact information. Data regarding
known changes to utility infrastructure in the project area will be requested, along with updated
record drawing information. The CONSULTANT'S effort for this task will involve incorporating
the updated record drawing information into the project basemap and documenting any expected
significant change in project impacts.
Assumptions:
Overhead utilities within project limits will be relocated underground. These utilities include:
Seattle City Light Distribution Power, and Transmission Power
Comcast Cable TV/ Fiber Optics
Century Link Telephone
Underground utilities within project limits include:
20
72
Seattle City Light Power
Seattle Public Utilities Water
Puget Sound Energy Natural Gas
Valley View Sewer Sanitary Sewer
Water District 125 Water
Highline Water District Water
City Storm Drainage (and Sanitary Sewer)
Century Link- Telephone
5.3.1. Preliminary Utility Plans Water and Sewer
The CONSULTANT will prepare preliminary utility relocation plans for sanitary sewer, water
lines, and associated appurtenances within the project limits.
Utility drawings prepared at this design stage will indicate removals, lines to be abandoned,
relocations, and new lines for water and sanitary sewer.
Sections will show bedding and backfill requirements for the watermain and sewer lines.
The CONSULTANT will coordinate with Puget Sound Energy (PSE) for relocations and proposed
upgrades to gas facilities within the project area. PSE will develop plans showing any gas line
relocations. These relocations will be shown on the Utility plans for reference and noted as work
done by others.
5.3.2. Cost Comparison of Overhead Utility Relocation Options
The CONSULTANT will prepare a cost estimate comparing overhead -to- overhead relocation to
overhead -to- underground relocation of power and telecommunication facilities. These options
will be presented to the City Council for direction on the preferred option to incorporate into final
design.
5.3.3. Preliminary Utility Undergrounding Plans Power and Communication
The CONSULTANT will show the proposed locations of non -City utilities on the Utility
Undergrounding Plans.
As identified in the list above, Seattle City Light, Century Link and Comcast have overhead
utilities that will need to move underground. The CONSULTANT will provide the layout for the
utility undergrounding associated with CITY (SCL) and private telecommunication facilities to the
30 percent level in order to communicate the design intent.
Seattle City Light (SCL) will provide the type, size and approximate location of vaults and
conduits for the underground system, as well as SCL Construction Guidelines and general design
assumptions. The CONSULTANT will coordinate utility work to confirm compatibility with
existing and proposed utilities, storm drain, signal, illumination, landscaping, irrigation, and
urban design. The CONSULTANT will confirm clearance requirements with SCL. Only SCL
approved materials, specifications and construction guidelines will be used in designing SCL
facilities. These items will be included in the contract documents.
Coordination meetings will be needed with Century Link and Comcast to determine the vaults,
conduit runs and other facilities. Each private telecommunications company will be required to
provide a plan layout showing the vault and conduit system that they need to underground their
facilities. The CONSULTANT will confirm that space is available and coordinate with each, to shift
vaults to fit with other existing and proposed features. These vaults will be shown on the Utility
21
73
Undergrounding plans, with references to the Utility Company Plans for details of the Vaults and
conduits.
At this design stage, Utility Undergrounding drawings will include plans and sections: Plans will
indicate poles and other SCL facilities to be removed, new vaults, and ductbank runs with
preliminary ductbank configurations. Utility undergrounding sections will show bedding, backfill
and conduit spacing requirements for the joint utility trench.
Deliverables for Task 5.3:
Cost Comparison of Overhead Utility Relocation Options
30% Utility Plans to be included in the 30% Drawings Set
30% Utility Undergrounding Plans to be included in the 30% Drawings Set
5.4. Traffic Design
It is assumed that S. 154 Street /42nd Avenue South intersection will not be impacted or require
modification.
5.4.1. Conceptual Illumination Design
The CONSULTANT will prepare preliminary illumination design plans as part of the 30% design
package.
Illumination design will be based on the width of the roadway and potential for placing luminaries
on the outside along the corridor segment. The CONSULTANT will work with the CITY to
determine the general layout and configuration type of light fixture(s) for the roadway and
pedestrian lighting to be used on this project and model photometrics that match the chosen
fixture.
The CONSULTANT will provide preliminary lighting designs for up to two design options that
show spacing of luminaries for each option meeting lighting requirements. Design options will
show the lane configuration, type of luminaire configuration, spacing between luminaries, and the
light level results. Plan sheets will indicate luminaries' locations.
Deliverables for Task 5.3:
Illumination Plans
5.5. Structures Design
This task consists of preliminary structures design for retaining wall and stormwater vault
concepts to be carried forward into final design and construction in subsequent phases of the
project.
Assumptions:
There will be up to three (3) retaining walls approximately 100' long. The maximum wall
height is expected to be 4 to 6'.
5.5.1. Data Collection and Review
Assemble and review the data needed to perform the structures work elements including:
Review of available site survey and geotechnical data.
Review contract drawings or as -built plans as available for the SR 518 Bridge.
Review of existing reports, maps, utilities, and plans.
22
74
Review proposed alternative roadway, profiles, and related geometrics.
Perform one(1) site visit for two (2) staff to photograph the site and identify potential
conflicts with existing features.
5.5.2. Design Criteria
Prepare structural design criteria to be used for designing the retaining walls and related
structures in accordance with applicable, AASHTO and WSDOT codes and standards. Prepare
design criteria and layouts for stormwater vaults (if vaults or other below ground facilities are the
preferred stormwater management option)
Deliverable(s):
Structures Design Criteria to be included in the 30% Design Report
5.5.3. Preliminary Structures Design
The CONSULTANT will evaluate up to two (2) alternatives for the retaining walls. Approximate
geometric requirements will be defined, such as elevations, length, width, and height. Preliminary
construction staging/ sequencing concepts and existing site constraints will be identified.
Advantages and disadvantages of each concept and potential constraints from a structural and
cons tructability perspective will be identified. Comparative -level opinion of costs will be
developed for the major cost elements of each alternative.
For the preferred alternative, preliminary layouts will be prepared for the purpose of establishing
retaining wall type, size, and location to be used for establishing a basis for final design.
Preliminary opinions of cost will be developed. Preliminary foundation design concepts for the
structural elements (vaults) of the project will be prepared in coordination with the project
geotechnical engineer.
Underground Vault design...
This task includes one (1) meeting throughout the course of the project with agency staff and the
project team to coordinate the technical elements of the work.
Deliverable(s):
Structures Preliminary Design Technical Memorandum to be included in the 30% Design
Report
30% Retaining Wall Plans to be included in the 30% Drawing Set
5.6. Landscape Urban Design
This task involves preliminary landscape architecture, and urban design work to develop 30
level design plans for the roadway corridor, planting strips and the areas disturbed by
construction to the ROW and /or in construction easements. This task includes the development,
evaluation, and selection of plant material, irrigation type, water connection points, bridge and
wall aesthetic treatments and architectural elements for the purpose of selecting the concepts to be
carried forward into final design and construction.
5.6.1. Landscape Design Report and Plans
The CONSULTANT will prepare plans noting specific areas to be landscaped, the plant material
palettes to be used, and urban design elements.
23
75
Deliverable(s):
30% Landscape Plans to be included in the 30% Drawing Set
5.6.2. Urban Design and Visualization
The CONSULTANT will prepare up to 6 graphics to support the selection of hardscape /surface
treatments, lighting and urban design treatments, and wall and bridge treatments.
Deliverable(s):
Up to 6 graphics to be included in the 30% Design Report
5.7 Cost Estimates, Schedule, and Construction Phasing
Based on the preferred alternative, the CONSULTANT will prepare a cost estimate, schedule, and
construction phasing discussion to reflect current project information. As part of this task, the
CONSULTANT will prepare the following:
Material quantities and Unit prices
Confirm escalation and appropriate cost contingency
Right -of -way costs
Stormwater system costs
Undergrounding Utility Costs
Engineering and environmental documentation Costs
Project schedule and Construction phasing discussion
Deliverable(s):
Budget -Level Project Cost Estimate, Schedule, and Construction Phasing Discussion
5.8. 30% Design Package
The CONSULTANT will prepare draft and final versions of a 30% Design Memorandum
document that summarizes the results of the technical work and documents the baseline project
elements, and includes the following:
Compilation of information and analysis
Executive summary and comprehensive discussion of updated information
Exhibits, tables, and plans
Deliverable(s):
30% Design Memorandum exhibits, maps, and tables. (3 halfsize hard copies,1 pdo.
30% Drawing Set (3 halfsize hard copies, 1 pdo
24
76
TASK 6
6. Environmental Documentation (Optional)
SEPA and /or NEPA Environmental Documentation task(s) are not included in the scope and
budget. Should the CITY request support from the CONSULTANT, an amendment will be
necessary.
TASK 7
7. Right of Way (Optional)
Right of Way services including parcel calculations, legal descriptions, parcel maps, right of way
plans, appraisals, negotiations, and coordination are not included in this scope of work but may be
added under a future amendment.
25
77
TASK 8
8. Agency, Stakeholder, and Community
Coordination
Work to be performed under this task also includes general administrative coordination with the
key project review agencies and affected utility companies, as well as technical coordination to
obtain engineering review and approval of project technical work. This work is for coordination
with the pre- design update, 30 60 90% and 100% levels of design completion.
8.1. Stakeholder and Agency Coordination (CITY, Property Owners,
Utilities, WSDOT)
The CONSULTANT will coordinate the preparation and review of the project design work with
CITY staff and review agencies and stakeholders at the 30 60% and 90% levels of design
completion. The CONSULTANT will respond and adjudicate agency and stakeholder review
comments and incorporate revisions if agreed to by the City. (Note that coordination with the
permitting agencies for Gilliam Creek Culvert replacement, including WDFW and the USACE, is
included under Task 2.)
8.1.1. City Coordination
The CONSULTANT will prepare for and attend up to one City Council meeting. The
CONSULTANT will prepare presentation graphics showing applicable project information. It is
assumed these Council meetings would occur at the time of key milestone submittals (30, 60, 90,
100%)
Deliverables:
Project briefing materials
8.1.2. WSDOT
The CONSULTANT will be responsible for coordinating, supporting, and attending meetings
between project staff and WSDOT representatives, including scheduling, preparing meeting
materials, and summarizing meeting discussion, issues, and follow -up activities.
WSDOT Bridge and Structures
Assumption:
The CONSULTANT will attend a meeting with WSDOT Bridge and Structures staff to confirm
constraints, criteria and to receive comments on draft work products related to the existing
WSDOT bridge and retaining walls affected by this project. Up to one (1) meeting is assumed
at two (2) hours each for two (2) CONSULTANT staff
Deliverables:
Agenda and Meeting Minutes
26
8.1.3. Property Owners
The CONSULTANT will prepare for and attend up to four Property Owner Meetings. The
CONSULTANT will prepare drawings and exhibits showing applicable project information. It is
assumed these meetings will be an informal format and occur as needed during the design of the
project.
8.1.4. Utilities
The CONSULTANT will coordinate with utility companies within the project area to identify
utilities that require relocation. The CONSULTANT will provide utility companies with project
plans and information as requested.
8.2. Community Coordination
8.2.1. Community Meetings
The CONSULTANT will prepare for and attend up to one Community Meeting. It is assumed
these meetings will be Open House format and occur at the time of selected key milestone
submittals. The community meeting will provide an overview of information about the project
vicinity and expected effects of the improvements, including a question- and answer period. The
CONSULTANT will also present and solicit feedback regarding aesthetic treatment and urban
design options. The CITY will sponsor the community meetings and will pay any associated costs.
8.2.2. Public Information Newsletter
The CONSULTANT will prepare one project newsletter describing the project improvements,
status, schedule, and contact information for the project. The CONSULTANT will prepare
originals for bulk mailings which will be copied and mailed by the CITY.
Deliverables for Task 8:
Information material targeted specifically for elected official or agency outreach, as
requested by the CITY
Summary documentation for each meeting between the CITY, agencies, stakeholders, and
the public
Newsletter
v
79
TASK 9
9. Contract Drawings
This final design task progresses the design from 30% level to preparing the 60% contract drawings
for review the 90% contract drawings for review, and 100% (bid ready) contract drawings. See
Attachment A for sheet list by Discipline. In addition to preparing the contract drawings, the
CONSULTANT will maintain design documentation including design calculations. Quantity take-
offs will be performed for each discipline under this task, to be compiled in Task 11, Cost
Estimating.
Assumption:
Roadway, utilities and stormwater facilities will be coordinated with the Gilliam Creek
design work in Task 2 to optimize compatibility and constructability of both projects.
9.1. Cover Sheet, Index, Notes, and Survey Control
The CONSULTANT will prepare the contract drawings in accordance with the CITY's design
standards.
Unless otherwise noted or directed by the CITY, the CONSULTANT will prepare plan view sheets
at a 1 20' scale.
The CONSULTANT will prepare a cover sheet and an index of drawings. The list of plan sheet
titles in the indices will match the titles as they appear on the plan sheets. See Appendix A for
preliminary list of the contract drawing sheets.
The CONSULTANT will prepare a vicinity map showing the project limits. The vicinity map will
include the beginning and ending of construction, stations, major cross streets, waterways, and
critical areas.
The CONSULTANT will prepare general notes, abbreviations, and symbols sheet.
The CONSULTANT will prepare an alignment table and plan sheet for survey control,
monumentation, and alignments. The plan sheet will include alignment centerlines, and
horizontal and vertical control.
Deliverables:
60%, 90%, and 100% Cover sheet with Index, and Notes (1)
60 90 and 100% Survey Control, and Alignment Plan (1)
9.2. Construction Staging
The CONSULTANT will develop construction staging plan at a scale to show the project limits for
the each stage of construction. The plan (sheet) will include staging notes describing contractor
requirements for maintaining traffic lanes, access to parcels, and maintenance of a safe work zone.
The plan will also delineate specific areas of concern such as interfaces with other construction
contracts, critical access requirements for individual properties, commitments made to adjacent
property owners and businesses, and the CITY and other agency requirements. The
CONSULTANT will coordinate with the CITY, School District's Transportation Division, and King
County Metro to identify requirements for closures, detour and /or relocation of facilities for any
28
:1
transit route or facilities and specific roadways, and will include these requirements in the
Construction Staging plan. The construction staging plan prepared by the CONSULTANT will
serve as the basis for the contractor to bid the project and to prepare detailed construction staging
and traffic maintenance plans.
Deliverables:
60 90 and 100% Construction Staging Plan (1)
9.3. Roadway and Stormwater Drainage
Assumotion:
Design related meetings with the CITY to support this task are quantified in Task 8.
9.3.1. Roadway Sections
Roadway sections will be developed for 42. Avenue South and side streets denoting roadway
widths, sidewalks, bike lanes /sharrows, landscaping, pavement design, and traffic lanes.
Deliverables:
60 90 and 100% Roadway Section Sheet (1)
9.3.2. Paving, Grading and Drainage Plans and Profiles
The CONSULTANT will prepare roadway modification plans that will show dimensions for
roadway outlines and sidewalks. The plans will also show curb returns, tapers, intersection
layouts, and proposed driveway access. Property conform limits will be developed and shown in
the form of cut and -fill lines and property reconstruction limits. The CONSULTANT will perform
property interface design to existing terrain, including driveway grading, and identify retaining
wall location and grading to match existing. Property interface design will be shown on these
plans.
The CONSULTANT will prepare plans and details for the gravity drainage design, including plan
views of drainage pipes and structures, connections to the existing stormwater systems,
stormwater treatment and flow control facilities, and nonstandard drainage details. These storm
system layouts will include catch basin and manhole locations, and the details to describe the
stormwater facilities.
The CONSULTANT will prepare vertical profile drawings for the main roadways and cross streets
within the project area. Cross -slope diagrams will be included on the profiles.
These plans will include profiles for the gravity storm drains required within the project limits.
Pipe elevations on inverts, size, length, and type as well as drainage structures will be included.
Profiles of the stormwater facilities will also be included. Existing and proposed utility crossings
will be depicted based on pothole data and utility profiles.
Deliverables:
60 90 and 100% Paving, Grading and Drainage Plans and Profiles (6)
60 90 and 100% Paving, Grading and Drainage Detail Sheets (3)
9.3.3. Stormwater Management Facilities
Separate plans and details for one combined water quality and flow control facility showing
grading, and typical sections of the facility will be prepared.
29
Deliverables:
60 90 and 100% Stormwater Management Plans and Details (4)
9.3.4. Intersection Grading
Intersections in the project area will prepared at 1 inch 10 feet scale showing curb return
alignment data for each leg of the intersection including tables with gutter elevations at PC, PT,
quarter; grades, radius and length of curve.
Deliverables:
60%, 90%, and 100% Intersection Grading Plans (2)
9.4. Site Prep and Temporary Erosion and Sedimentation Control
Assumotions:
The construction contractor will prepare a Stormwater Pollution Prevention Plan SWPPP) that is
consistent with Dept. of Ecology requirements and incorporates the TESC plans. If the CITY
determines that the SWPPP should be included in the project bid documents, the scope may be
amended to include its preparation by the CONSULTANT.
The CONSULTANT will define the site prep and demolition activities, including items to be
abandoned, salvaged, recycled or removed, and identify facilities that need to be protected during
construction. Site Prep plans will include surface feature items, such as pavements (by type),
sidewalk, curbs, walls, and miscellaneous structures. Demolition for utilities, drainage features,
signing, striping, illumination will not be included in these drawings and will be shown on the
discipline drawings.
Temporary Erosion Control measures for the project will be shown on the Site Prep and TESC
Plans. The CONSULTANT will prepare temporary erosion control details which show erosion
and sedimentation controls measures to be used for this project. These plans will not be included
in the 60% submittal.
Deliverables:
90% and 100% Site Prep and Erosion Control Plans and Details (6)
9.5. Utility
9.5.1. Utility Plans Water and Sewer
The CONSULTANT will update Utility Plans for sanitary sewer, water mains and associated
appurtenances within the project limits.
For the 60% Submittal Review comments from the 30% submittal will be incorporated into the
Utility Plans and Sections. Profiles will be developed for new water mains and sewer lines. This
information will aid in the development of the Potholing plan as outlined in task 9.7.3.
For the 90% Submittal Review comments from the 60% submittal will be incorporated into the
Utility Plans. The water and sewer profiles will be refined using the pothole information collected.
The CONSULTANT will continue to coordinate with Puget Sound Energy to incorporate any
planned Gas Line work into the Utility Plans. This work will be shown for reference only and
noted as work to be done "by others
30
0
9.5.2. Utility Undergrounding Plans Power and Communication
The CONSULTANT will continue to coordinate with SCL, Century Link and Comcast to refine the
layout of the Power and communication facilities.
For the 60% Submittal Review comments from the 30% submittal will be incorporated into the
Utility Undergrounding Plans. Ductbank profiles will be developed using assumed depths for
existing utilities and designed locations of proposed utilities. This information will aid in the
development of the Potholing plan as outlined in task 9.7.3. Vault details will be developed for
SCL vaults only.
For the 90% Submittal Review comments from the 60% submittal will be incorporated into the
Utility Undergrounding Plans. The Ductbank profiles will be refined using the pothole information
collected. Vault location tables will be developed to describe the type size and location for each
vault. For SCL Vaults, the CONSULTANT will develop Butterfly Vault details to show how the
conduits enter each vault.
9.5.3. Utility Potholing
The CONSULTANT will develop a potholing program to confirm existing utility location, depth
and size. Critical pothole locations will be determined during the design phase and coordinated
with the various utility owners. These critical locations will include locations where proposed
utilities (storm drain, water, and the joint power/ telecommunications trench) cross existing
utilities that will remain. Documentation will consist of pothole location shown on plan drawings
with additional information in tabular form. Tabular information will include utility type, size,
location, and depth. It is assumed that a no -fee permit will be required from the CITY to perform
this work. Assume twenty (20) potholes.
The CONSULTANT will subcontract with utility pothole company to perform utility locates. The
utility pothole company will be responsible for obtaining a CITY permit, traffic control, utility
locates prior to potholing, handling and disposal of possible contaminated materials, and
recording pothole data. The CONSULTANT will coordinate with the pothole company to confirm
scope and schedule of utility locate work is performed as agreed to with the CITY.
Potholing will be performed after the 60% submittal. Information gathered will be incorporated
into the 90% plans and profiles.
Defiverables for Task 9.6:
60%, 90%, and 100% Utility Plans, Profiles and Details (8)
60%, 90%, and 100% Utility Undergrounding Plans, Profiles and Details (16)
90% and 100% plans will include Pothole locations and a Pothole Data table
9.6. Structures
This task involves final design and contract documentation preparation for retaining walls.
Assumotions:
Calculations, analyses, design, plans, specifications, and other project work will be prepared in
English units.
31
i
The CONSULTANT will coordinate the design of any structures below the existing SR518
Bridge with WSDOT to develop a design that meets WSDOT's requirements for the project.
9.6.1. Design Calculations
Prepare analysis and design calculations for retaining walls, stormwater vaults, including
foundation components in accordance with the approved Design Criteria Memorandum.
Deliverables:
60 90 and 100% Retaining Wall and /or Stormwater Vault Design Calculations
60 90 and 100% Retaining Wall Elevation and Details (2)
9.7. Channelization, Illumination and Signing
The CONSULTANT will prepare plans and details for the channelization, including lane and edge
stripes, stop bars, pavement markings, crosswalks, and geometry of striped medians and turn
pockets. Limits of channelization will match paving limits and extended beyond paving limits to
match extent of channelization modified due to construction staging and temporary traffic control.
The CONSULTANT will prepare the illumination plans, and details in accordance with the CITY
guidelines and the MUTCD. The CONSULTANT will submit to the CITY a set of illumination
plans showing proposed locations for the new illumination, wiring diagrams, and electrical
hardware. The CONSULTANT will prepare quantity takeoffs, tabulations, and backup
calculations for this work based on the CITY guidelines. CONSULTANT will coordinate with
CITY staff to receive comments on each plan submittal and respond to each set of comments.
After coordination with the CITY and Seattle City Light (as specified in Task 8), and the type of
light fixture(s) for the roadway and pedestrian lighting to be used on this project has been
determined, the CONSULTANT shall model photometric to match the chosen fixture.
Deliverables:
60%, 90% and 100% Channelization, Illumination and Signing Plans (6)
9.8. Landscape, Irrigation and Urban Design
This task involves final design and contract documentation preparation for landscape, irrigation
and urban design.
9.8.1. Landscape and Urban Design Plans and Details
Landscape plans will be prepared to include the type, location and quantity of plant material for
the streetscape and for the stormwater management facility (if above ground). Urban design
elements will be located and called out to the detail sheets.
Detail sheets will be prepared that include details for items such as planting diagrams and urban
design elements.
Irrigation plans will be prepared that includes the layouts for project required irrigation for
planted streetscape and drainage facilities areas. Landscape improvements will be coordinated
with the drainage improvements.
Detail sheets will be prepared that include details for items such as connections for the irrigation
lines to water and power sources.
32
i,
Deliverables:
60 90 and 100% Landscape, Irrigation and Urban Design Plans and Details (6)
9.9. Submittals (60%,90%, and 100% Bid- Ready)
For each submittal (60%, 90%, and 100%) the CONSULTANT will assemble the plans into a single
comprehensive plan set.
9.9.1. 60% Submittal
At the 60% review, 30% comments will be resolved and addressed.
Deliverables:
60% Plans (1 electronic PDF
60% outline of technical specifications (as described in Task 10)
60% Opinion of Cost (as described in Task 11)
9.9.2. 90% Submittal
At the 90% review, 60% comments will be resolved and addressed.
Deliverables:
90% Plans (1 electronic PDF)
90% draft special provisions and contract specifications (as described in Task 10)
90% Opinion of Cost (as described in Task 11)
9.9.3. 100% Submittal
Final Plans: Drawings will be stamped and signed by the appropriate CONSULTANT team
professional licensed in the State of Washington
Deliverables:
100% Plans (1 full size 4mil Mylar Set)
Final Special Provisions and Contract Specifications (as described in Task 10)
Final Cost Estimate (as described in Task 11)
Plans and Specifications uploaded to the Builders Exchange site
10 Copies of Plans and Specifications
33
i
TASK 10
10. Specifications
The CONSULTANT will use of the WSDOT/APWA 2010 Standard Specifications in preparing the
contract documents for the project design. The CONSULTANT will assemble the contract
provisions including amendments, general special provisions, and special provisions for the
project. A contract specifications outline will be prepared for the 60% final design submittal, with
specification sections included beginning with the 90% submittal.
This task will include the preparation of the boilerplate provisions of the contract and Division 1
Specifications. A sample boilerplate provisions will be provided by the CITY.
Deliverables:
Outline specifications with the 60% submittal
Project specifications with the 90% and bid -ready submittals
34
M
TASK 11
11. Cost Estimating
Assumotions:
Cost opinions in the 30 60 90% and bid -ready design submittals will follow the practices
set for by the Association for the Advancement of Cost Estimating (AACE), Recommended
Practice No. 17R -97. Budget -level cost estimates will include contingency factors as defined by
the AACE document to account for project uncertainties that cannot be explicitly accounted for
at the project's various engineering stages.
11.1 Quantities
The CONSULTANT will compile quantities from different disciplines for the project into a single
summary of quantities sheet. Quantity tabulation sheets will not be prepared.
11.2 Engineer's Estimate
The CONSULTANT will prepare an engineer's estimate (opinion of cost) for the project at the 30
60 90 and final levels of completion. The estimates will be prepared using the summary of
quantity sheets with documented unit costs, lump -sum prices, and back up. The estimates will be
submitted in hard copy and PDF Format. Cost estimates will be stamped and signed by the
CONSULTANT team professional licensed in the State of Washington.
Deliverables:
One 30% design level estimate
One 60% design level estimate
One 90% design level estimate
One final bid -ready design level estimate.
35
i
TASK 12
12. Major Milestone Reviews (30, 60, 90,100
This task provides for a senior review of major work deliverables to be performed at the 30, 60, 90
and 100% submittals as defined in the Quality Management Plan. These reviews will be performed
after deliverables are assembled and before their submittal to the CITY. Quality control efforts and
reviews will include the work performed by the CONSULTANT. Routine checking of calculations,
plan sheets, and other work, done as peer review on the various discipline items, is included in the
scope of the individual tasks and therefore not included in this Task.
Deliverables:
Review comments, to be formally documented, responded to, and filed in the Project Files.
TASK 13
13. Services during Bidding
The CONSULTANT will provide services during the bidding period to support the CITY with
responses to technical questions and preparation of addenda. The CONSULTANT will attend the
bid opening, prepare bid tabulations, and support the CITY in the evaluation of the apparent low
bidder and recommendation of award.
Assumptions:
Responses to technical questions are assumed to require a maximum of 30 hrs
Up to one (1) Addenda will be requested
Services during bidding are limited by the number of hours budgeted.
Inspection services are not included.
Selection of the Contractor is the sole responsibility of the CITY.
36
Exhibit B Consultant Fee Summary
City of Tukwila
40th 42nd Avenue South Phase III
1/10/2012
Budget Summary By Task
Task Description
Task 1 Project Management
Task 2 Gilliam Creek Culvert
Task 3 Geotechnical Engineering
1Task 4 Survey and Mapping
1Task 5 30% Roadway Design
1Task 6 Environmental Documentation (Optional)
Task 7 Right of Way (Optional)
Task 8 Agency, Stakeholder and Community Coordination
1Task 9 Contract Drawings
1Task 10 Specifications
(Task 11 Cost Estimating
(Task 12 Major Milestone Reviews (30 60 90 100
1Task 13 Services During Bidding and Construction
1 TOTALS
Labor
Total
Total
Overall
Hours
Labor
Reimbursable
Totals
Culvert
Roadway
520
1 $73,317
1 $270 I
$73,587 1
$10,034
1 $63,553
558
1 $79,758
I $0 I
$79,758 1
$79,758
1 $0
200
1 $32,331
I $13,000 I
$45,331 1
$11,333
1 $33,998
614
1 $68,091
I $3,714 I
$71,805 1
1 $17,951
1 $53,853
1,120
1 $149,000
I $0 1
$149,000 1
1$149,000
0
1 $0
I $0 1
$0 1
1 $0
0
I $0
I $0 I
$0 1
1 $0
52
I $9,041
I $1,097 I
$10,137 1
1
1 $10,137
2,457
I $306,238
I $2,500 1
$308,738 1
1
1 $308,738
96
I $12,191
I $0 I
$12,191 1
1
1 $12,191
80
1 $10,228
I $0 I
$10,228 1
1
1 $10,228
112
I $25,150
I $0 I
$25,150 1
1
1 $25,150
96
I $13,785
I $0 I
$13,785 1
1
1 $13,785
5,905
1 $779,129
1 $20,581 1
$799,709 1
1 $119,075
1$680,634
1 $799,709
w e
Direct Labor
Classification
Sr. Project Manager
Sr. Consultant
Sr. Engineer
Engineer
Scientist
Surveyor
Jr. Engineer
Senior Technician
Technician
Office
Exhibit B Consultant Fee Summary
City of Tukwila
40th 42nd Avenue South Phase III
Expenses
Category
Drilling
Laboratory Services
Postage Freight
Reprographics
Survey Leica DNA03 Digital Level
Survey Leica Smart Pole GPS
Survey Leica Smart Pole TPS
Survey Truck
Travel Mileage
Travel Parking
Total Expenses
I GRAND -TOTAL
E
I Hoursl x
I Rate I=
1 Cost
I 334.0 I
I $224.55 I
I $75,001.22
I 52.0 I
I $202.80 I
I $10,545.46
I 204.0 I
I $178.49 I
I $36,412.08
I 1,980.0 I
I $148.68 I
I $294,385.18
I 72.0 I
I $134.86 I
I $9,709.93
I 144.0 I
I $125.68 I
I $18,097.40
I 1,363.0 I
I $96.62 I
I $131,690.91
I 1,285.0 I
I $128.34 I
I $164,919.10
I 155.0 I
I $70.40 I
I $10,911.94
316.0 I
I $86.88 I
I $27,455.39
5,905.0 I
$779,128.62
Quantity X Rate
18.0 $15.00
2.0
$44.00
2.0
$184.00
13.0
$186.00
15.0
$56.00
900.0
$0.555
39.8
$15.00
Cost
$10,000.00
$3,000.00
$270.00
$2,500.00
$88.00
$368.00
$2,418.00
$840.00
$499.50
$597.00
$20,580.50
$799,709.12 1
.I
Transportation Committee Minutes
Januapl 17, 2012 Paae 2
Staff reported that the final cost of repairs is anticipated to be approximately $53,000, which is well under
the cost estimate of $67,000. Funding will come from the Bridge Repair Services line item in the 2011
Budget. Committee Chair Ekberg stated that, in extenuating circumstances, he understands the need to
move forward with items such as this. UNANIMOUS APPROVAL. FORWARD TO JANUARY 23
COW FOR DISCUSSION.
C. 42 Avenue Phase III: Consultant Selection and Award Contract
Staff is seeking Council approval to award a consultant contract in the amount of $726,995 to CH2M Hill,
Inc. for full design of roadway improvements and culvert replacement for the 42 Avenue South Phase III
Project.
This phase will widen 40 42 n Avenue South between Southcenter Boulevard and South 160"' Street as
well as repair /replace the Gilliam Creek culvert. Project funding is budgeted in the 2012 CIP. The current
1 project design scope does not include undergrounding; however, the consultant will analyze the cost of
conversion to undergrounding. Staff will return to Committee with the results of this analysis. A design
supplement for undergrounding is expected to cost an additional $72,7000. C112M Hill was chosen from
seven RFP's that were submitted for the project. UNANIMOUS APPROVAL. FORWARD TO
JANUARY 23 COW FOR DISCUSSION.
D. Andover Park West: Grant Acceptance
Staff is seeking Council approval for the formal acceptance of a grant in the amount of $1,420,000 from the
Transportation Improvement Board for the Andover Park West Widening Project (see Tranportation
Committee minutes dated 811512011 for grant submission). Matching funds are required and will be met
through impact fees as well as the existing project budget (Arterial Street Fund and the Water Enterprise
Fund). UNANIMOUS APPROVAL. FORWARD TO JANUARY 23 COW FOR DISCUSSION.
E. 2012 Transportation Committee Work Plan
As information only, staff gave a brief overview of items that are expected to be brought to the
Transportation Committee during 2012. Specific project highlights are outlined in the informational memo
provided in the Committee agenda packet. INFORMATION ONLY.
III. SCATBd
The Committee reviewed and briefly discussed the December 20 SCATBd minutes which included an
announcement of a $10 million TIGER III grant for the Link Light Rail, and a certificate presentation to
Councilmember Hernandez for her service to SCATBd. The SCATBd meeting for today was cancelled due to
potential imclement weather. INFORMATION ONLY.
Meeting adjourned at 6:08 p.m.
Next meeting: Monday, February 6, 2012 5:15 p.m. Conference Room #1
Committee Chair Approval
Minutes by KAH. Reviewed by BC.
91