Loading...
HomeMy WebLinkAboutTrans 2007-03-26 COMPLETE AGENDA PACKET City of Tukwila Transportation Committee Pam Carter, Chair Joe Duffle Pam Linder AGENDA Monday, March 26, 2007 Time: 5:00 p.m. Place: Conference Room No. 1 0 0 ACTION TO BE TAKEN I. Current Agenda Review I. H. Presentation(s) II. III. Business Agenda III. A. Green River Pedestrian Utility Bridge A. Information. (S 180' St) Maintenance and Repair Consultant Agreement Page 1 B. Tukwila International Blvd. Phases 2 B. Move to Committee of the Whole for 3 Supplemental Agreement No. 4 discussion then to Regular Council for Page 11 approval. IV. Old Business Next Meeting: Monday, April 9, 2007 Future Agendas: 1. The City of Tukwila strives to accommodate people with disabilities. Please contact the Public Works Department at 433 -0179 for assistance. To: Mayor Mullet From: Public Works Director' Date: March 19, 2007 Subject: Green River Pedestrian Utility Bridge (S 180` St) Maintenance and Repair Consultant Agreement Project No. 89 -RW16 ISSUE Route (for signature) a consultant agreement with TranTech Engineering, LLC, to provide engineering design services for bridge repairs and staining /sealing on the Green River Pedestrian Utility Bridge (S 180 St). BACKGROUND Regular bridge inspections have indicated the need to provide maintenance and minor repairs to the Green River Pedestrian Utility Bridge near S 180t St and Andover Park East. The entire structure needs to be re- sealed and /or re- stained to protect the wood structure from further deterioration. There are some minor structural elements that need repair or replacing prior to re- staining or re- sealing the structure. The bridge deck is in need of some repairs and can be slippery when wet. Improved traction on the bridge deck will also be considered as part of the design. ANALYSIS INFORMATION MEMO Attachment III.A. TranTech Engineering, LLC, was selected to perform the design work because of their experience with bridge design and inspection and because of their specific experience with wood structures near water, such as docks, piers, and waterfront structures. See attached consultant rating sheet. The proposed work is within the City's budget. Contract Amount Budget Green River Ped Bridge Design 22,000.00 35,000.00 RECOMMENDATION For information only. Consultant agreement is less than $25,000 and does not require Council approval. attachments: Consultant Rating Sheet Consultant Agreement (P:Projects\A- RW RS Projects \89RW16 Br Insp )180 Ped Bridge Contract Memo for TC) I 2. Project Team Inspection Capabilities Provides Bridge Inspections for Gov't. Agency CONSULTANT SELECTION Green River Pedestrian Bridge Repairs PND, Inc. TranTech Sargent Eng. 2 2 2 3 2 3 3 3 3 Tukwila Bridge 1 2 3 Program Knowledge Bridge Repair Design 3 3 2 Expertise (Wood Structures) TOTALS 10 14 13 Score consultant 1 to 3, with 1 being least qualified and 3 being most qualified. Highest total score is consultant most qualified. CONSULTANT AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred to as "the City and TranTech Engineering, LLC, hereinafter referred to as "the Consultant in consideration of the mutual benefits, teens, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform engineering services in connection with the project titled "Green River Pedestrian and Utility Bridge No. 0000TUK18 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 within 30 calendar days from the date written notice is given to proceed, 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 $22,000.00 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 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. f 3 4 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 infoiuiation, 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 perfollning 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, agents and employees, from and against any and all claims, losses or liability, including attorney's fees, arising from injury or death to persons or damage to property occasioned by any act, omission or failure of the Consultant, its officers, agents and employees, in performing the work required by this Agreement. With respect to the perform acne of this Agreement and as to claims against the City, its officers, agents and employees, the Consultant expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any employee of the Consultant. This waiver is mutually negotiated by the parties. This paragraph shall not apply to any damage resulting from the sole negligence of the City, its agents 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 agents 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, agents and employees. 8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance, with a minimum 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. Said general liability policy shall name the City of Tukwila as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon 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 index 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 2 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 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, 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. 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. 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. 3 5 6 16. Notices. Notices to the City of Tukwila shall be sent to the following address: CITY OF TUKWILA teven M. Mullet, Mayor City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: TranTech Engineering, LLC 626 120 Ave. NE Suite B 100 Bellevue, WA 98005 17. 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 15 day of March, 2007. CONSULTANT Attest/Authenticated: Approved as to Form: Jane E. Cantu, CMC, City Clerk Office of the City Attorney B 7 /2 Printed Name: Khasha Y ar Nikzad, PhD, PE Title: Principal/ Partner 4 Exhibit A Scone of Services on the Green River Pedestrian Bridge No. 0000TUK18 Rehabilitation A. Proiect Manaaement Throughout the conduct of these activities, there will be a close coordination between TranTech Engineering, LLC representative, Kash Nikzad, PhD, PE and the City of Tukwila's representative, Mr. Robin Tischmak, PE. Kash Nikzad will manage the activities to ensure submittal timeliness. B. Current Load Carrvina Capacity Assessment In this Task structural analysis is performed to assess the current load carrying capacity of the Bridge's elements and determine the extent of the rehabilitation needed. A 2 -D truss model will be utilized to assess the truss elements. The elements with deterioration will be subject to cross sectional reduction. In case all the element capacities are greater than their design demand then the rehabilitation activities will be composed of only "element protection measures" for life extension. In case any of the Bridge's critical elements have load carrying deficiency, viable strengthening means will be used as part of the next task. C. Repair/ Strenathenina! Protection PS &E In this task, PS &E construction documents will be prepared based on the activities described in Task B. Our preliminary investigations show that the E. Truss seems to be in worse condition than the W. Truss. A viable repair needs to address the large areas of rot and cracking. The top laminations of both bottom and top chords appear to have lost their load carrying capacity per 2005 inspection report. Top chord has two splice locations while the bottom chord does not have any splices. The 2005 inspection report suggests replacing rotted bottom chord laminations. 8 Floor beams and Stringers are all in State 1, per 2005 Inspection report, but the stringers are untreated and weathered. Per client discretion and TranTech's site visit, the deck is in a deteriorated state and needs to be replaced to provide a viable weather resistant and non -slip surface. TranTech will provide Coating and Containment specifications which includes provisions for initial preparations of the existing timber for coating purposes. These specifications will be a part of the PS &E Bid Package. D. Bid Assistance In this Task TranTech will provide PS &E Bid Package Assistance in the form of checking all contractor bids for accuracy and providing a reference check on lowest bidder. HlBIT B�_ ens e 1-- Re h a bilitati on -Green strian Bridg r B ever Pe -Cier c► a Total 1 G r CppD Seniar Pr°I e r Engine Donna grandY sk. Items Mana9 Sim 1--------------------- Kash ____:_111-1-t I 6 20 Task 16 Y 40 i oordination 6� �MiC essmen 32 1 "Task Gar in -Ass E 6 Task B -Load 184__ "'Cask C Repair! Protection PS& Ta As sistance y 40 1�4.a �q6 0- Eid 80 35.2Q $8,_.....__ 60 45 g 3.00 1„408 5.0_____-----__$_ x,3 2 4 7 I $3,180 .5 1Q j Man e t 30 °l0 of DS 1 $1 1_ t Direct a a Gost _____,11.01., Profit a es S2ti., I at 1.35 tam v '�otal Drrecta... e ad r Go overhead Total LabO- st $15 Fedex° .•.l Direct Costs_ (Capylf. `�22, m bined M p tier T at i ua1 to a co ve Overhead Rate and fee P e excenta xs e�.-- *dote The Sum To: Mayor Mullet From: Public Works Director Date: March 21, 2007 Subject: Tukwila International Blvd. Phases 2 3 (S 116 St to S 138 St) Supplemental Agreement No. 4 Project Nos. 95 -RW03 and 95 -RW04 ISSUE BACKGROUND ANALYSIS INFORMATION MEMO Attachment III.B. Authorize the Mayor to execute Supplemental Agreement No. 4 with KPG, Inc., to finalize plans, specifications, and an engineer's estimate (P. S. E.) for bidding and construction of Tukwila International Blvd. Phases 2 3 street improvement projects. In November 2006 the City Council was briefed on escalating construction cost estimates related to Tukwila International Blvd. Phases 2 3. The estimated construction costs at that time were significantly more than the available budget. The Council was presented a revised scope for the project that would allow the City to move forward with a construction project that was within budget. The biggest cost saving measure was related to elimination of overhead utility undergrounding. Implementation of the cost saving measures and proceeding to construction was generally supported by Council, but additional time and information was requested to evaluate alternatives. Seattle City Light and other supporters for utility undergrounding have been pursuing alternative funding sources in order to keep utility undergrounding as part of the construction project. Seattle City Light has requested that the City provide a final design that would include overhead utility undergrounding and that SCL would pay the additional design costs associated with preparing those contract documents for bidding. In the meantime, SCL will request funding from the Seattle City Council for construction funding. If the Seattle City Council approves the requested construction funding, then the bidding documents that include overhead utility undergrounding would be advertised for construction bids. If the funding is not approved, then Tukwila will advertise the design package that implements the cost saving measures. KPG, Inc., has prepared a scope of work and fee estimate to provide the design services related to preparing two separate contract document packages for bidding as described above. Seattle City Light will reimburse the City for costs related to preparing the P. S. E. package that includes overhead utility undergrounding. /2. Mayor Mullet Page 2 March 21, 2007 Overview of Costs and Budget: TIB Phase 2 Design Sup 1 (time only) Sup 2 (Phase 3) Sup 3 (time only) Sup 4 Total Grand Total RECOMMENDATION KPG Contract 951,727.061 0.00 459,793.72 0.001 331,116.22 1 1,742,637.001 Authorize the Mayor to sign Supplemental Agreement No. 4 with KPG, Inc., to provide final P.S. E. for bidding and construction of Tukwila International Blvd. Phases 2 3 in the amount of $331,116.22. attachments: Scope of Work Fee Estimate (P:Anjects \A- RW RS Projects \45RW03 TIB2\KPG contract sup 4 memo) Expenditures 11 1,775,270.56 Other Project Costs 32,633.56 0.00 0.00 0.00 0.00 32,633.56 Budget City Seattle City Budget Light Payment 1,100, 000.00 0.00 605,000.00 0.001 0.001 99,977.63 1,705,000.001 99,977.63 1,804,977.63 Exhibit D -1 City of Tukwila Tukwila International Boulevard, Phase 2 &3 South 139 Street to South 116 Street A. PROJECT DESCRIPTION KPG, Inc Scope of Work March 20, 2007 This Supplement is to provide final design, utility coordination, permitting, and right of way support to the City of Tukwila for completion of bid documents on the Tukwila International Boulevard Improvement Project, Phases 2 3. 90% Plans, Specifications and Estimates were submitted to the City in June 2006; however, there was not sufficient funding for construction of the improvements. The City has worked closely with KPG and Seattle City Light to refine the project scope to fit within the available budget and obtain utility agreements to ensure project funding. Seattle City Light has made a tentative commitment to participate in funding the undergrounding of aerial facilities along the entire corridor; however, this funding commitment cannot be confirmed without Seattle City Council action over the next few months. In order to complete the final plans with this funding uncertainty, we have separated this supplement into 3 separate sub tasks as follow: Supplement 4.A TIB Phase 2, South 132nd Street to South 116th Street Final Plans, Specifications, and Estimates for phase 2 improvements contain the following major changes from the 90% design in order to meet available funding without Seattle City Light participation: Elimination of curb, gutter, and sidewalk north of Intergate West. Minimum 5' wide asphalt shoulders will be provided on the west side of TIB in this area for pedestrian use. Elimination of landscaped meeting north of the DHS signal. Maintain existing illumination system within WSDOT right of way Eliminate utility undergrounding. Aerial pole relocation design and implementation will be by the private utility owners. Install mechanically stabilize earth (MSE) retaining walls on the east side of the rode in lieu of the structural walls included in the 90% design. The MSE walls are not compatible with aerial utility undergrounding facilities. Prepare an additive bid schedule for undergrounding of aerial utilities in front of the Intergate West and Department of Homeland Security (DHS) frontages. Tukwila International Blvd Supplement No. 4 1 of 9 lCPG /3 March 20, 2007 N Scope of Work (cont'd) Exhibit D -1 A. PROJECT DESCRIPTION (CONTINUED) Additionally, the Consultant will update the right of way plan, obtain title reports, prepare legal descriptions, and perform property acquisition services for all easements and right of way required for completion of the improvements. Phase 2 and 3 will be bid as a single bid package. Supplement 4.B TIB Phase 3, South 139th Street to South 132nd Street Final Plans, Specifications, and Estimates for phase 3 improvements contain the following major changes from the 90% design in order to meet available funding without Seattle City Light participation: Eliminate utility undergrounding. Aerial pole relocation design and implementation will be by the private utility owners. Install mechanically stabilize earth (MSE) retaining walls on the east side of the rode in lieu of the structural walls included in the 90% design. The MSE walls are not compatible with aerial utility undergrounding facilities. Additionally, the Consultant will update the right of way plan, obtain title reports, prepare legal descriptions, and perform property acquisition services for all easements and right of way required for completion of the improvements. Phase 2 and 3 will be bid as a single bid package. Supplement 4.0 TIB Phase 2 3 Underground Improvements Final Plans, Specifications, and Estimates for corridor undergrounding improvements will be in general accordance with the 90% Plans prepared previously. The major design elements remaining for completion of the roadway design with undergrounding include: Completion of utility coordination and civil undergrounding design. Seattle City Light will provide review comments on the current design prior to proceeding to completion. Complete structural wall design on the east side of TIB. Obtaining necessary utility permits for portions of underground system within WSDOT right of way. Construction of these improvements is contingent on available funding from Seattle City Light. If funding is available, it is anticipated that this work will be advertised for bids with phase 2 and 3 roadway improvements. This Supplement #4 reflects the remaining effort to complete final bid documents, right of way acquisition, and utility coordination based on our current understanding of the project scope as described herein. This supplement supercedes previous approvals on this project and credits the $131,528.34 remaining balance from previous approvals. All other Contract terms remain in force and effect. A six month effort is anticipated to complete the remaining work. Tukwila International Blvd Supplement No. 4 2 of 9 KPG March 20, 2007 Scope of Work (cont'd) B. DELIVERABLES Tukwila International Blvd Supplement No. 4 Exhibit D The Consultant shall provide the following deliverables with this project: o 2 copies final geotechnical report File copy of all permit applications o 5 copies Drainage Design Report 10 copies 100% plans, specifications, and estimate (11"x17") o File copy of Final right of way plan (22 "x34" mylar) o 60 copies final plans (11"x17"), specifications, and engineers estimate o 1 set of final mylar or vellum plans (22 "x34 for City records o 1 copy certified bid tabulation o 1 copy of letter recommendation of award 1 copy title reports for acquisition properties (15 parcels) Right of way correspondence records Digital copies of all deliverables, in requested format The City of Tukwila shall provide the following: Seattle City Light agreements Residential mailings, if required Meeting room arrangements Advertisement for bid KPG 3 of 9 March 20, 2007 /6 Scope of Work (cont'd) C. SCOPE OF WORK TASK 1 MANAGEMENT COORDINATION ADMINISTRATION 1.1 The Consultant shall provide continuous project management for the project duration (estimate 6 months). 1.2 The Consultant shall prepare monthly progress reports identifying work in progress, upcoming work elements, and a reporting of any delays, problems, or additional information needs. 1.3 The Consultant shall provide quality assurance quality control (QA/QC) reviews of all work products prior to submittal for City review. TASK 2 SURVEY AND BASE MAPPING Exhibit D -1 2.1 The Consultant shall field survey proposed wall elevations to confirm design elevations. TASK 3 PUBLIC INVOLVEMENT 3.1 The Consultant shall prepare for and attend one (1) community open house meetings. Meeting locations will be secured by the City. 3.2 The Consultant shall attend one -on -one meetings with affected property owners along the corridor to discuss the project, private property impacts, and /or right of way and easement needs (estimate 4 meetings). TASK 4 WSDOT COORDINATION 4.1 The Consultant shall prepare channelization plan submittal for the portion of phase 2 improvements within state limited access and provide necessary coordination for review and approval by WSDOT. 4.2 The Consultant shall prepare signal and lighting plan submittal for the portion of phase 2 improvements within state limited access and provide necessary coordination for review and approval by WSDOT. 4.3 The Consultant shall prepare drainage design submittal for the portion of phase 2 improvements within state limited access and provide necessary coordination for review and approval by WSDOT. It is assumed that WSDOT will accept drainage facilities under permit within their right of way in general conformance with the 90% design drawings. Tukwila International Blvd Supplement No. 4 4 of 9 KPG March 20, 2007 Scope of Work (cont'd) Exhibit D -1 4.4 The Consultant shall prepare underground utility plan submittal for the portion of phase 2 improvements within state limited access and provide necessary coordination for review and approval by WSDOT. Facility needs will be provided to the Consultant by private utility owners. This task is for approval of underground facilities only. Securing utility permits for relocated overhead systems, if required, will be the responsibility of the private utility owners. TASK 5 UTILITY COORDINATION 5.1 The Consultant shall distribute mailings and distribute 90% plans to franchise utility purveyors along the corridor in order to facilitate relocation and adjustment coordination. 5.2 The Consultant will coordinate with aerial utility owners for relocation of existing aerial utilities. Aerial utility relocation design and construction is the responsibility of the private utility owners and will not be included in the project plans and specifications. 5.3 The Consultant shall coordinate with Seattle City Light and other utility owners for utility undergrounding improvements along the corridor. 5.4 The Consultant shall coordinate with Seattle City Light and other utility owners for determining the scope of improvements to underground only the portion of the existing aerial system in front of the Intergate West and Department of Homeland Security. This work will be included as an alternate bid schedule if the rest of the corridor remains an aerial system. 5.5 The Consultant shall complete civil undergrounding conversion design between South 139 Street and South 116 Street. Electrical undergrounding design will be completed by Seattle City Light. Civil undergrounding design will be completed by KPG based on conduit, vault, and slab information provided by the Seattle City Light and other utility owners. 5.6 The Consultant shall prepare final plans, specifications and estimates for an alternate bid schedule to underground utilities along the frontage of DHS and Intergate West. Electrical undergrounding design will be completed by Seattle City Light. Civil undergrounding design will be completed by KPG based on conduit, vault, and slab information provided by the Seattle City Light and other utility owners. Tukwila International Blvd Supplement No. 4 5 of 9 1 1 G 1 7 March 20, 2007 /8 Scope of Work (cont'd) TASK 6 GEOTECHNICAL INVESTIGATION Exhibit D -1 6.1 The Consultant shall provide supplemental geotechnical investigations as required to support design of Mechanically Stabilized Earth walls in phase 3. Geotechnical review and analysis will be provided by Landau Associates to support MSE wall design in task 9. TASK 7 PERMITTING 7.1 The Consultant shall prepare and submit a JARPA application to WDFW, review and comment. 7.2 The Consultant shall coordinate with WDFW for approval of the HPA TASK 8 PRELIMINARY DESIGN OF BYPASS PIPELINE 8.1 The Consultant shall incorporate comments and finalize the drainage design report in support of the bypass pipeline /roadway improvements in accordance with WDOE criteria. TASK 9 PREPARE FINAL PLANS, SPECIFICATIONS AND ESTIMATE 9.1 The Consultant shall incorporate 90% comments and prepare 100% Plans for review and approval by the City. For supplement items 3.A and 3.B, the plans will assume relocation of aerial utilities by others with an additive schedule for undergrounding in front of DHS and lntergate West. For Supplement 3.C, the plans will assume undergrounding of the entire corridor. Plans shall be formatted to provide sufficient detail for convenient field layout of all proposed facilities. City standard details and WSDOT standard plans will be supplemented with project specific details as required. Plan information shall include: o Centerline control information Limits of construction o Typical sections and details Roadway plan and profiles Temporary erosion and sediment control plans Drainage system plan and profiles Wall plan and profiles Channelization and Signing plans Signal modification plans and details Illumination plans o Civil undergrounding design (Supplement 3.0 only) o Urban Design plans and details Landscape restoration plans Irrigation plans and details Tukwila International Blvd Supplement No. 4 6 of 9 KPG March 20, 2007 Scope of Work (cont'd) TASK 10 RIGHT OF WAY Exhibit D -1 9.2 The Consultant shall prepare 100% specifications for review and approval by the City. Specifications shall be based on 2006 WSDOT APWA standard specifications, using contract boilerplate and general special provisions provided by the City. 9.3 The Consultant shall calculate quantities and prepare a construction cost estimate in support of the 100% and final plans and specifications. 9.4 The Consultant shall finalize bid documents for advertisement and award by the City. It is assumed that only one set of drawings (with or without undergrounding) will be reproduced and advertised for bids. Final bid documents will be signed by a licensed professional engineer in the State of Washington. 10.1 The Consultant shall research WSDOT files, obtain title reports, and review title reports to verify existing conditions (15 parcels). 10.2 The Consultant shall perform additional horizontal and vertical survey control for Boundary and ROW determination. City of Tukwila Datum. 10.3 The Consultant shall update existing right of way plans to reflect any changes discovered. 10.4 The Consultant shall prepare legal descriptions for right of way and easements. (15 parcels) 10.5 The Consultant shall provide right of way acquisition services for permanent easements, fee simple acquisition (up to 15 parcels), and project specific temporary easements (6 parcels). Acquisition services will be performed by Abeyta and Associates to achieve the specific objectives identified below. Specific Objectives for Right of Way acquisition The key objectives for this project include: 1. Inspect site prepare an acquisition preliminary survey report 21 parcels; 2. Identify fee interest ownership 21 parcels; 3. Prepare and setup acquisition files 21 parcels; 4. Prepare acquisition forms needed to obtain strip take: deeds, real property voucher agreement, permanent easements, temporary easements, licenses to reconstruction driveways, excise tax affidavit, W9, offer letters, notice of intent, payment request, and Tukwila International Blvd Supplement No. 4 KPG 11 7 of 9 March 20, 2007 20 Scope of Work (cont'd) Tukwila International Blvd Supplement No. 4 Exhibit D -1 any other forms needed to acquire the right -of -way. This proposal does not include condemnation forms; 5. Negotiate to acquire property rights 15 parcels; negotiate to obtain licenses to reconstruct driveways 6 Parcels (A minimum of three written attempts); 6. Prepare justification report for administrative settlement 2 parcel; 7. Obtain appraisal report and appraisal review —1 parcel. 8. Prepare administrative offer summaries 15 parcels 9. Maintain acquisition parcel diary 21 parcels; 10. Assist in obtaining clear title of property and /or property rights, which the CITY determines to be reasonable or will adversely impact the rights being acquired; 11. Assist in delivering funds to the property owners —15 parcels; 12. Assist the CITY with Right -of -way Certification; 13. Deliver completed files to the CITY 21 Right of Way acquisition 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. Closing costs such as recording fees, title insurance fees, preliminary title reports, escrow fees, transfer taxes, etc., penalty costs for pre payments; costs of a pre- existing mortgage; 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 appraisals for condemnation purposes; 6. Provide litigation assistance to the CITY and legal counsel during appeals, grievances, hearings, and /or court proceedings for contested relocation claims. 7. Relocation Services All acquisition services will be performed in accordance with applicable codes, regulations, standards and procedures; state and federal laws; Federal Highway Administration regulations; Local Agency Guidelines Manual; Washington State Right of Way Manual (M26 -01); Public Law 91- 646 and the implementing regulations found in 49 Code of Federal Regulations (CFR) Part 24 and Revised Code of Washington (RCW) 8.26; and the implementing regulations of Washington Administrative Code (WAC) 468 -100. 8 of 9 KPG March 20, 2007 Scope of Work (cont'd) TASK 11 BID PERIOD SERVICES OTHER SERVICES Exhibit D -1 11.1 The Consultant shall prepare any necessary addenda, attend the bid opening, prepare the bid tabulation, and provide a recommendation of award to the City. The level of effort estimate is based on a straight forward bid review process with the low bidder receiving the project award. The City may require other services of the Consultant. These services could include additional survey, off -site mitigation design, property acquisition services, additional permit support, or construction management and inspection. At the time these services are required, the Consultant shall provide the City with a detailed scope of work and an estimate of costs. The Consultant shall not proceed with the work until the City has authorized the work and issued a notice to proceed. Tukwila International Blvd Supplement No. 4 9 of 9 KPG n 1 March 20, 2007 L N) 1u HOUR AND FEE SUMMARY Project: City of Tukwila Tukwila International Boulevard, Phase 2 3 Supplement No. 4 Complete PS E with undergrounding Task Supplement 4.A TIB Phase 2 No Undergrounding Cost to Complete Estimated Fee Supplement 4.B TIB Phase 3 No Undergrounding Cost to Complete Estimated Fee Task 1 Management/coordination /administration 4,529.13 4,529.13 3,851.84 12,910.10 Task 2 Survey and base mapping 3,969.22 5,910.44 2,955.22 12,834.88 Task 3 Public Involvement 3,867.48 4,802.36 1,033.87 9,703.72 Task 4 WSDOT coordination 13,676.84 50.00 5,790.23 19,517.08 Task 5 Utility coordination 9,503.74 2,301.52 23,675.84 35,481.09 Task 6 Geotechnical Investigation 2,045.31 2,045.31 Task 7 Permitting 3,070.96 3,070.96 6,141.92 Task 8 Preliminary design of bypass pipeline 3,195.93 3,195.93 6,391.85 Task 9 Prepare final Plans, Specifications, and Estimates 74,165.40 89,546.69 60,583.15 224,295.24 Task 10 Right of Way 63,405.63 63,405.63 126,811.25 Task 11 Bid Period Services 2,112.48 2,112.48 2,087.48 6,312.43 Supplement No. 4 Subtotal Estimated Fee 181,496.80 180,970.43 99,977.63 462,444.87 Credit for Previous Contract Authorization (90,560.25) (40,768.40) (131,328.65) Total Estimated Fee Supplement No. 4 90,936.55 140,202.03 99,977.63 331,116.22 Original Contract Authorization (Phase 2): 951,727.06 Supplement No. 1 (Time Extension): Supplement No. 2 (Phase 3): 459,793.72 New Contract Not to Exceed Total: 1,742,637.00 Supplement 4.0 task items will be clearly identified on invoices for reimbursement to City of Tukwila by Seattle City Light *Supplement 4.0 TIB Phase 2 3 Undergrounding by SCL Cost to Complete Estimated Fee KPG Architecture Landscape Architecture Civil Engineering Totals