HomeMy WebLinkAboutReg 2013-03-04 Item 6 - Contract Amendment #1 - Cascade View Elementary Safe Routes to School with David Evans & Associates for $25,675COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
03/04/13
Prepared by
BG
Mayor's revj
Council reviezv
kg-I+
ITEM INFORMATION
ITEM No.
6
39
STAFF SPONSOR: BOB GIBERSON
ORIGINAL AGENDA DATE: 03/04/13
AGENDA ITEM TITLE Cascade
David
View Elementary Safe Routes to School
Evans & Associates Contract Admendment No. 1 for Right -of -Way
CAIEGORY ❑ Discussion
Mtg Date
Motion
Date 03/04/13
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
❑ Other
Mtg Date
/1
Mtg
SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ Finance ❑ Fire ❑ IT ❑ P&R ❑ Police /1 PW
SPONSOR'S David Evans and Associates, Inc is currently the design consultant for Cascade View Safe
SUMMARY Routes to School with a fee of $38,783.00. The City will need to acquire property rights to
construct the trail across private property and the consultant costs for right -of -way
services is $25,675. As the total contract will now be over $40,000, the Council is being
asked to approve the contract amendment with David Evans for a total of $25,675.
REVIEWED BY ❑ COW Mtg. ❑ CA &P Cmte ❑ F &S Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm.
DATE: 02/26/13 COMMITTEE CHAIR: KATE
/1 Transportation
Cmte
❑ Planning Comm.
KRULLER
RECOMMENDATIONS:
SPONSOR /ADMIN.
COMMITTEE
Public Works Department
Unanimous Approval; Forward as New Business Item
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$25,675.00 $78,000.00 $0.00
Fund Source: 103 RESIDENTIAL STREETS (PG 3, 2013 CIP)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
03/04/13
MTG. DATE
ATTACHMENTS
03/04/13
Informational Memorandum dated 02/22/13
Contract Amendment No. 1 to Contract No. 13 -043
Vicinity Map
Page 3, 2013 CIP
Minutes from the Transportation Committee meeting of 02/26/13
39
40
TO:
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director-
BY: Robin Tischmak, City Engineer
DATE: February 22, 2013
SUBJECT: Cascade View Elementary Safe Routes to School
Project No. 91210301, Contract No. 13-
Consultant Contract Amendment No. 1
ISSUE
Execute Contract Amendment No. 1 with David Evans and Associates, Inc. (DEA) to provide right -of -way acquisition
services for the Cascade View Elementary Safe Routes to School project.
BACKGROUND
In May 2012 the City received a state funded grant award as part of the Safe Routes to School Program to be used for
school. The grant funds were awarded to provide the construction of a pedestrian /bicycle trail between S 137th St and S
140th St (along the 32nd Ave S alignment) and also for education /encouragement activities for the students of Cascade
Elementary. The DEA contract is related only to the trail construction component of the grant.
DEA was selected to provide engineering design services for the trail project. The design contract for $38,783.00 is already
in place and did not need Council approval as it was under $40,000.00 (contract is attached for reference). The City needs
to acquire property rights to construct the trail across private property. Amending the DEA, Inc. contract to include right -of-
way acquisition services causes the total contract to exceed $40,000.00 and now requires Council approval.
DISCUSSION
DEA has prepared the attached Contract Amendment No. 1, scope of work, and fee estimate to provide the necessary right -
of -way acquisition services to construct the trail. The $25,675.00 cost is reasonable for the scope of work.
FINANCIAL IMPACT
Contract Budget
Design Contract $38,783.00 $55,000.00
Right -of -Way 25,675.00 78,000.00
Totals $64,458.00 $133,000.00
The remaining design budget is intended to be used to meet the education /encouragement component of the grant award
and the remaining right -of -way budget is intended to be used to compensate property owners for the necessary property.
RECOMMENDATION
Council is being asked to approve Contract Amendment No. 1 with DEA in the amount of $25,675.00 to provide right -of -way
acquisition services for the Cascade View Elementary Safe Routes to School project and consider this item on the Consent
Agenda at the March 4, 2013 Regular Meeting.
Attachments: Contract Amendment # 1, Scope of Work and Fee Estimate
Vicinity Map
Page 3, 2013 CIP
Original contract
W:IPW Eng1PROJECTSIA- RW & RS Projects \Safe Routes to SchooKascade Vew\tnto Memo Contract Amendment 1.docx
41
42
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number:
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and David Evans and Associates, Inc.
That portion of Contract No. between the City of Tukwila and David
Evans and Associates, Inc. is amended as follows:
Section I: SCOPE OF WORK
Additional Scope as described in Exhibit A.
Section V: PAYMENT
Additional payment in the amount of $25,675 shall be added to the contract (see Exhibit
B).
The new maximum amount payable is $64,458.
All other provisions of the contract shall remain in full force and effect.
Dated this day of , 20
CITY OF TUKWILA CONSULTANT
Jim Haggerton, Mayor Manuel Feliberti, Associate
ATTEST /AUTHENTICATED APPROVED AS TO FORM
City Clerk City Attorney
CA: 2012
Page 1 of 1
43
44
Exhibit A
Supplement No. 1
Scope of Services
for the
City of Tukwila
Cascade View Elementary Safe Routes to School
This Supplement provides right -of -way services. Abeyta and Associates will be a subconsultant to
David Evans and Associates, Inc.
TASK 5.0 RIGHT -OF -WAY
See Attachment A for the scope of services for Abeyta and Associates to provide right -of -way
acquisition services for the project.
S::TRANS DEAX0030 Tukwila Cascade View Eletn Path Scope and Budt;et.frhihit ADEA Scope Cascade View 2(113 11219.docx
Page 1
Cascade View Elementary Safe Routes to School Scope of Services
45
46
Attachment A
Scope of Services
for Right -of -Way Services
by Abeyta and Associates
for the City of Tukwila
Cascade View Elementary Safe Routes to School
EXECUTIVE SUMMARY
This proposal is prepared for DEA, Inc. for right -of -way acquisition services for the Cascade View
Safe Route project located in the city of Tukwila. These services will be furnished in accordance to
state laws and Local Agency Guidelines Manual, and Washington State Right of Way Manual
(M26 -01).
The overall objectives are:
1. Negotiation services for 3 parcels: partial acquisitions for roadway improvements.
2. Determine property values for each parcel to be acquired.
3. Assist the City of Tukwila with the acquisition process, certification, and preparation of
forms.
A specific list of Performance Objectives is outlined in the following paragraphs.
SPECIFIC OBJECTIVES
The key objectives of this proposal are:
Acquisitions:
1. Inspect and prepare a Preliminary Survey Report for each parcel.
2. Identify fee interest ownership for 3 parcels.
3. Prepare and setup acquisition files for 2 parcels.
4. Provide 1 appraisal report. The appraisal report will be reviewed by a WSDOT approved
review appraiser. This proposal assumes the review appraiser will prepare one (1)
appraisal review certificate.
5. Prepare acquisition forms needed to obtain property rights. This proposal does not include
the preparation of Possession and Use agreements.
6. Negotiate to acquire in fee title from 3 Parcels - A minimum of 3 attempts for each parcel.
Project: Cascade View Safe Route Project
Proposal: Right -of -way
For: DEA, Inc.
Page I of 2
47
7. Prepare administrative offer summary reports for those parcels with market values (just
compensation) less than $25,000 — One (1) parcel;
8. Maintain diaries for 2 parcels.
9. Assist in clearing title encumbrances that will adversely impact the rights being acquired.
10. Assist in delivering funds to each property owner.
11. Deliver completed files to the City of Tukwila.
PROJECT SCOPE EXCLUSIONS
1. Those services related to obtaining releases of encumbrances from title, which require
legal action;
2. The actual filing of condemnation and subsequent litigation;
3. Certain closing costs such as, but not limited to, transfer taxes, title reports, recording
fees, penalty costs for pre - payments cost of a pre- existing mortgage, partial
reconveyance fees, the pro rate share of real property taxes paid subsequent to
vesting title to the City;
4. Continuing negotiations for those parcels listed for condemnation;
5. Appraisal and review for condemnation purposes;
6. Relocation Services;
7. Legal descriptions.
Project: Cascade View Safe Route Project
Proposal: Right-of-way
For DEA, Inc.
48
Page 2 of 2
Attachment B
City of Tukwila
Cascade View Elementary Safe Routes to School
Cost Estimate
Supplement No. 1
David Evans and Associates, Inc.
Classification
Hrs. x Rate = Cost
1 Managing Professional Engineer (MGPE) 0.0 $ 183.00 $
2 QA/QC Manager (MGPE) 0.0 $ 183.00 $
3 Design Engineer (DEEN) 0.0 $ 100.65 $
4 Sr. CADD Technician (SCAD) 0.0 $ 118.95 $
5 Survey Manager (SVYM) 0.0 $ 189.10 $
6 Sr Prof Land Surveyor (SPLS) 0.0 $ 170.80 $
7 Project Surveyor (PLSU) 0.0 $ 125.05 $
8 Party Chief (PCHF) 0.0 $ 85.40 $
9 Instrument Person (INST) 0.0 $ 76.25 $
10 Environmental Planner (ENVP) 0.0 $ 106.75 $
11 Executive Administrator (EXAD) 0.0 $ 97.60 $
12 Administrative Assistant (ADMA) 0.0 $ 86.93 $
Total Hrs. 0.0
Salary Cost
Direct Expenses
Title Reports
Mileage
Subtotal
No. Unit Each Cost
0 each $600.00 $ -
0 miles @ $0.555 /mile $
$
David Evans and Associates Total
Subconsultants:
Abeyta and Associates - Right -of -Way Acquisition
Subconsultant Total
Costs
$ 25,675
Hours Totals
25,675
Total Costs
$ 25,675
Page 1 of 2
t: \TRANS \DEAX0030 \Tukwila \Cascade View Elem Path \Scope and Budget \Exhibit B_DEA Budget Cascade View 2013_0219.xlsx
Printed: 2/19/2013, 6:32 PM
49
'Oavid,Evansand Associates, Inc.
Attachment B
City of Tukwila
Cascade View Elementary Safe Routes to School
Hour Estimate
Supplement No. 1
2 3 4 5 6
10 11 12
N
W
e 0
d
oil
02
Task . Work Item
O
0
C
0
L
6
dcr
6
07
i
2n
a
0
0
U7
W
0
0
E
v >
-0
as
0a
E
D
AS
To
01
D
Do
0
it
s:
Oat #T tal Total Total -' Total y Total
rs ?,hrs hrs,, his
Tota
a
1.0 Project Management
2.0 Base Mapping
3.0 Environmental
4.0
Design
5.0
Right -of -Way
Expenses
PROJECT WORK TOTALS..:
- S 25,675 $ `25,675
Page 2 of 2
S.\ TRANS \DEAX00301Tukwila\Cascade View Elem Path\Scope and Budget \Exhibit B_DEA Budget Cascade View 2013_0219.xlsx Printed: 2119/2013, 6:32 PM
50
TiS 128th St
1 '3.1,_)071. Si
•
• 77_7,
•
LC). .c21
S 1 3 5 thi
cr
i"
$ __ 1 7, 7 t h
• S 137),(0 S
Project Location
Not to Scale
- , s
s 149th
1 ----i,
---)
„,
i42hd t
6'
?
• e , • • ' • .• •• •
a.)
139th St
itt
S 144th St
1
--, , V)!
I
of >
n.....
,t
ii,____
. ___ ___ IS 148th ' St 7E1
-AO —
f.
i --k./
„-,,
-
L A••••, i
1 s 1 5001 St
------, -i--- -,
. J
1 ,
i (
S152nd§t
Cascade View Elementary School
f Rou:,..ks to ;3,--:hool
Date: December 31,60112
52
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2013 to 2018
PROJECT: Cascade View Safe Routes to School Project No. 91210301
Construct an off - street, paved shared use path, sidewalks, and a traffic circle at 33rd Ave S and S 140th St. This
DESCRIPTION: route was identified in the Walking Audit prepared for the Cascade View school zone. S 140th St is one of the high
priority missing sidewalk areas prioritized as part of the Walk and Roll Plan.
JUSTIFICATION: Enhance safety for students walking to Cascade View Elementary School and encourage transportation choices
for Cascade View neighborhood residents.
STATUS: Phase I is construction of an off - street, paved shared use path between S 137th St and S 140th St.
Phase II includes a traffic circle at 33rd Ave S/S 140th St. Also includes sidewalks on the east side of 33rd Ave S
between S 140th St & S 144th St and the north side of S 140th St between Military Rd S and 34th Ave S.
MAINT. IMPACT: New trail, traffic circle, and sidewalks will need to be maintained.
WSDOT Safe Routes to School grant for $428K for Phase 1 2013. Funding for Phase 11 will be part of a future grant
application.
COMMENT:
FINANCIAL Through Estimated
n $000's
2011 2012 2013
2014
2015
2016
2017
2018
BEYOND TOTAL
EXPENSES
Phase II
Design
55
183
238
Land (R/W)
78
78
Const . Mgmt.
45
126
171
Construction
250
530
780
TOTAL EXPENSE
0
0
428
0
0
0
0
0'
839
1,267
FUND SOURCES
Awarded Grant
428
428
Proposed Grant
750 `
750
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
0
0
0
0
0
0
0
0
89
89
TOTAL SOURCES
0
0
428
0
0
0
0
0
839
1,267
2013 - 2018 Capital Improvement Program
3
53
54
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number: 13 -043
Council Approval N/A
CONSULTANT AGREEMENT FOR
ENGINEERING DESIGN SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and David Evans and Associates, Inc., hereinafter referred to as "the
Consultant ", in consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform engineering design
services in connection with the project titled Cascade View Elementary Safe Routes to
School.
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. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2013, unless sooner
terminated under the provisions hereinafter specified. Work under this Agreement shall
commence upon written notice by the City to the Consultant to proceed. The Consultant shall
perform all services and provide all work product required pursuant to this Agreement no later
than 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 $38,783.00 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 in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion of
the work under this Agreement and its acceptance by the City.
D. Payment as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
/ 5/ y a 6:7-./6/11/4-6-3-
7-./G/,Vi9 -
55
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the negligent acts, errors
or omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage.
CA revised : 1 -2013
56
Page 2
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self - insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Consultant
before commencement of the work. Certificates of coverage and endorsements as required
by this section shall be delivered to the City within fifteen (15) days of execution of this
Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
CA revised : 1 -2013
Page 3
57
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this warrant,
the City shall have the right to annul this contract without liability, or in its discretion to
deduct from the contract price or consideration, or otherwise recover, the full amount of such
fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non - Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree
that venue shall be properly laid in King County, Washington. The prevailing party in any
such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The provisions
of this Agreement, which by their sense and context are reasonably intended to survive the
completion, expiration or cancellation of this Agreement, shall survive termination of this
Agreement.
CA revised : 1 -2013
58
Page 4
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
Dav;d Evans and Associecfes,.itc
BLS -!/8th Avenue SE
'Bellevue, WA 980
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
DATED this g day of j k- , 20 f3 .
CITY OF TUKWILA CONSULTANT
Attest/Authenticated:
7
City Clerk Office of the City Attorney
P, 747/411�/��
Printed Name: M e / re 1 ■ b e r-1
Title: A55e2(..i4 -e.
Approved as to Form:
CA revised : 1 -2013
Page 5
59
60
Exhibit A
Scope of Services
for the
City of Tukwila
Cascade View Elementary Safe Routes to School
David Evans and Associates, Inc. shall prepare topographic base map, environmental documents,
preliminary and final design, and right -of -way services to provide a safe route to school for Cascade
View Elementary School from S 137th Street to S 140th Street. The trail is planned to be 12 feet wide
and approximately 840 feet long.
TASK 1.0 PROJECT MANAGEMENT
This work element includes project setup and closeout, preparing monthly invoice, and coordination
with subconsultant. Abetya and Associates will be a subconsultant providing right -of -way acquisitions.
Deliverables:
• Monthly progress reports and invoices (both in hard copy only).
Assumptions:
• Contract duration is 4 months.
TASK 2.0 BASE MAPPING.
This work element includes performing topographic survey for the project including establishing
horizontal and vertical control. The base map will include existing features within the project limits.
DEA will notify the City and utility companies to mark existing utilities so they may be incorporated
into the existing base map.
The topographic survey map will be prepared with a two -foot contour interval and plotted at a scale of
one inch equals twenty feet.
Deliverables:
• Electronic copy of topographic base map and data points in AutoCAD.
TASK 3.0 ENVIRONMENTAL
DEA shall prepare a SEPA checklist in pursuit of a Determination of Non - Significance. The checklist
will be accompanied by the City's Endangered Species Act (ESA) Screening Checklist.
DEA shall initiate informal consultation with the Washington State Department of Archaeology and
Historic Preservation Office (DAHP) to review impacts to cultural resources. The CONSULTANT
shall prepare and submit Form EZ -1 for DAHP review.
Deliverables:
• SEPA Checklist and ESA Screening Checklist (Draft and Final)
• Form EZ -1 (Draft and Final)
S: ITRANSIDEAX00301TukwilalCascade View Elem Path&Scope and BudgetlExhibit A DEA Scope Cascade View 20130213.docx
Page 1
Cascade View Elementary Safe Routes to School Scope of Services
61
Assumptions:
• City will prepare public notice materials and fee associated with SEPA.
• No sensitive areas studies or technical reports are required for SEPA Checklist.
• The SEPA and ESA Screening checklists will be delivered as electronic pdf file.
• DAHP will not require formal consultation or cultural resources survey.
• The City will prepare any required local permits.
TASK 4.0 DESIGN
This work element includes preliminary and final design for the project. Design elements assumed
includes grading, paving, and drainage.
The preliminary design will be based on field visit with the City once the survey base map is
completed. Design scope and items will be marked on hard copy base map.
The final design will develop the preliminary design notes. The final design will include the
preparation of plan set, specification, and estimate.
Deliverables:
• Preliminary Design
• Final Design
Assumptions:
• Drainage technical information report or memorandum is not required.
• Stormwater quality and detention is not anticipated for the project.
• PS &E documents will be based on WSDOT 2012 Standard Specifications.
• Detention and water quality is not required.
• The City will handle all utility companies' coordination.
• One hard copy and pdf files of PS &E package will be delivered. Hard copy plans will be delivered
on 11"x17" paper only.
• Bid period assistance is not required.
TASK 5.0 RIGHT -OF -WAY
DEA shall prepare parcel exhibits and legal descriptions for three parcels. The parcel exhibits will
include parcel boundary lines, proposed acquisition areas, existing right -of -way, square footage of
parcel, take area, and remainder square footage.
DEA shall prepare land descriptions of the proposed right -of -way acquisition area for the same three
(3) parcels with exhibits. The land descriptions will be based upon data provided in title reports. The
CONSULTANT will describe the controlling elements for the proposed take and provide any plans
related to the take areas, including construction plans.
Deliverables:
• Parcel Exhibits and Legal Descriptions (3 parcels: 1 school and 2 church properties)
Assumptions:
• Only one submittal of exhibits and legal descriptions is assumed.
S: ITRANSIDEAX00301TukwilalCascade View Elena Path\Scope and BudgetlExhibit A_DEA Scope Cascade View 2013_0213.docx
Page 2
Cascade View Elementary Safe Routes to School Scope of Services
62
Attachment B
City of Tukwila
Cascade View Elementary Safe Routes to School
Cost Estimate
David Evans and Associates, Inc.
Classification
Hrs. x Rate = Cost
1 Managing Professional Engineer (MGPE) 68.0 $ 183.00 $ 12,444
2 QA/QC Manager (MGPE) 4.0 $ 183.00 $ 732
3 Design Engineer (DEEN) 66.0 $ 100.65 $ 6,643
4 Sr. CADD Technician (SCAD) 2.0 $ 118.95 $ 238
5 Survey Manager (SVYM) 9.0 $ 189.10 $ 1,702
6 Sr Prof Land Surveyor (SPLS) 2.0 $ 170.80 $ 342
7 Project Surveyor (PLSU) 58.0 $ 125.05 $ 7,253
8 Party Chief (PCHF) 20.0 $ 85.40 $ 1,708
9 Instrument Person (INST) 20.0 $ 76.25 $ 1,525
10 Environmental Planner (ENVP) 16.0 $ 106.75 $ 1,708
11 Executive Administrator (EXAD) 8.0 $ 97.60 $ 781
12 Administrative Assistant (ADMA) 20.0 $ 86.93 $ 1,739
Total Hrs. 293.0
Salary Cost
Direct Expenses
Title Reports
Mileage
Subtotal
No. Unit Each Cost
3 each $600.00 $ 1,800
300 miles @ $0.565 /mile $ 170
$ 36,814
1,970
(David Evans and Associates Total
$ 38,783)
Total Costs
$ 38,783)
Page 1 of 1
S \TRANS\DEAX0030 \Tukwila\Cascade View Elem Path\Scope and BudgetlExhibit B_DEA Budget Cascade View 2013 0213.,dsx Printed: 2/12 /2013, 6:33 PM
63
Attachment B
City of Tukwila
Cascade View Elementary Safe Routes to School
Hour Estimate
David Evans and Associates, inc.
V00,51$101$1
Direct LAWzzt sisa.00 sisz.as $100.65 $118.95 $1S9.10 , $170.80 1, 5525,05
az
Total
CvaUar.
11 TI rIaI T
Iir
1=0 1---Protact Management'
2„0 :Base Mapping
lEnvi,,,mnunit
4e 1DeSign
S.8 1R_Wht—er-AMay
2
12
16
20
8
$1137-14
Tpt*
Page 1 of 1
S:\TRANS\DEAX003OTukwiIa\Cascade View Elem path \Scope and Budget \Exhibit B_DEA Budget Cascade View 2013 0213.xisx
Printed: 2/12/2013, 6:2 PM
TRANSPORTATION COMMITTEE
Meeting Minutes
February 26, 2013 — 5:15 p.m. — Conference Room #1
City of Tukwila
Transportation Committee
PRESENT
Councilmembers: Kate Kruller, Chair; Joe Duffle and Dennis Robertson
Staff: Bob Giberson, Frank Iriarte, Robin Tischmak and Cyndy Knighton
Guest: Chuck Parrish
CALL TO ORDER: The meeting was called to order at 5:05 p.m.
I. PRESENTATIONS
No presentations.
II. BUSINESS AGENDA
A. Cascade View Elementary Safe Routes to School Consultant Contract Amendment #1
Staff is seeking Council approval of Contract Amendment No. 1 with David Evans and Assoiciates, Inc.
for the Cascade View Safe Routes to School project in the amount of $25,675.00. This amendment will
provide right -of -way acquisition services that are needed for the City to acquire property rights for
construction of the trail across private property. A more detailed Scope of Services in provided in
Attachement A, page 4 of the Committee Agenda packet.
Based on a request made by Committee Member Duffle, rather than going to the Consent Agenda, this
item will be placed under new business at the March 4 Regular meeting so that interested public has the
opportunity to speak to this issue prior to the full Council taking action. UNANIMOUS APPROVAL.
FORWARD TO MARCH 4 REGULAR MEETING FOR DISCUSSION AND ACTION AS
APPROPRIATE.
B. Interlocal Agreements: Tukwila Urban Center Transit Center
Staff is seeking Council approval for to enter into two interlocals with King County (specifically Metro
Transit) for the design, construction, and maintenance of the Tukwila Transit Center; and the RapidRide
Intelligent Transportation System.
Design, construction, and maintenance of the Tukwila Transit Center
This agreement defines the roles between the City of Tukwila and King County in regards to the City's
prposed Transit Center. In summary, Tukwila is responsible for design and construction, and will share
responsibility for ongoing maintenance and operations with the County.
RapidRide Intelligent Transporation System
This agreement outlines City and County responisbilities relating to conduit and fiber cables that are
used by King County Metro's F Line RapidRide's Intelligent Transportation System improvements.
Specifically, it identifies ownership of resources, installation and use.
Staff briefly mentioned a third agreement that will be forthcoming to Committee regarding
implementation of the F Line RapidRide Fiber Optic Project.
UNANIMOUS APPROVAL. FORWARD TO MARCH 11 COW FOR DISCUSSION.
65