HomeMy WebLinkAbout05-071 - HNTB - Klickitat / Southcenter Parkway Access ImprovementLocal Agency
Standard Consultant
Agreement
Consultant/Address/Telephone
HNTB Corporation
600 108th Avenue NE, Suite
Bellevue, WA 98004
(4 2 5) 455-3555
900
Agreement Number
Federal Aid Number
Project Title And Work Description
k` `C�i AA. 150.i Cc -l -51 ?¥ -w
Ci ?,;(act �d c)y-Rv Icl
Agreement Type (Choose one)
MI Lump Sum
LumpSumAmount $ 1,168,322
❑ Cost Plus Fixed Fee
Overhead Progress Payment Rate
%
DBE Participation
%
Overhead Cost Method
%
■ Yes a No
WBE Participation
• Actual Cost
■Yes No
• Actual Cost Not To Exceed
%
Federal ID Number or Social Security Number
■ Fixed Rate
Fixed Fee $
Do you require a 1099 for IRS?
■ Yes ■ No
Completion Date
❑ Specific Rates Of Pay
Total Amount Authorized $
Management Reserve Fund $
Maximum Amount Payable $
1 , 16 8 , 3 2 2
II Negotiated Hourly Rate
5 0 , 0 0 0
• Provisional Hourly Rate
❑Cost Per Unit of Work
1, 218 , 3 2 2
THIS AGREEMENT, made and entered into this
between the Local Agency of Tukwila
day of
' dciCJJ '
, Washington, ereinafter called the
"AGENCY" , and the above organization hereinafter called the "CONSULTANT".
WITNESSETH THAT:
WHEREAS, the AGENCY desires to accomplish the above referenced project, and
WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and therefore
deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary
services for the PROJECT; and
WHEREAS, the CONSULTANT represents that he/she is in compliance with the Washington State
Statutes relating to professional registration, if applicable, and has signified a willingness to furnish
Consulting services to the AGENCY,
NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained
herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows:
DOT Form 140-089 EF Page 1 of 8
Revised 12/99
GENERAL DESCRIPTION OF WORK
The work under this AGREEMENT shall consist of
the above described work and services as herein
defined and necessary to accomplish the completed
work for this PROJECT. The CONSULTANT shall
furnish all services, labor and related equipment
necessary to conduct and complete the work as
designated elsewhere in this AGREEMENT.
II
SCOPE OF WORK
The Scope of Work and project level of effort for this
project is detailed in Exhibit "B" attached hereto, and
by this reference made a part of this AGREEMENT.
III
GENERAL REQUIREMENTS
All aspects of coordination of the work of this
AGREEMENT, with outside agencies, groups or
individuals shall receive advance approval by the
AGENCY. Necessary contacts and meetings with
agencies, groups or individuals shall be coordinated
through the AGENCY.
The CONSULTANT shall attend coordination,
progress and presentation meetings with the
AGENCY or such Federal, Community, State, City
or County officials, groups or individuals as may be
requested by the AGENCY. The AGENCY will
provide the CONSULTANT sufficient notice prior
to meetings requiring CONSULTANT participation.
The minimum number of hours or days notice —
required shall be agreed to between the AGENCY
and the CONSULTANT and shown in Exhibit "B"
attached hereto and made part of this AGREEMENT.
The CONSULTANT shall prepare a monthly
progress report, in a form approved by the AGENCY,
that will outline in written and graphical form the
various phases and the order of performance of the
work in sufficient detail so that the progress of the
work can easily be evaluated. Goals for Disadvan-
taged Business Enterprises (DBE) and Women
Owned Business Enterprises (WBE) if required shall
be shown in the heading of this AGREEMENT.
All reports, PS&E materials, and other data, furnished
to the CONSULTANT by the AGENCY shall be
returned. All designs, drawings, specifications,
documents, and other work products prepared by the
CONSULTANT prior to completion or termination of
this AGREEMENT are instruments of service for this
PROJECT and are property of the AGENCY Reuse
by the AGENCY or by others acting through or on
behalf of the AGENCY of any such instruments of
service, not occurring as a part of this PROJECT,
shall be without liability or legal exposure to the
CONSULTANT.
IV
TIME FOR BEGINNING AND COMPLETION
The CONSULTANT shall not begin any work under
the terms of this AGREEMENT until authorized in
writing by the AGENCY. All work under this
AGREEMENT shall be completed by the date
shown in the heading of this AGREEMENT under
completion date.
The established completion time shall not be extended
because of any delays attributable to the CONSULT-
ANT, but may be extended by the AGENCY, in the
event of a delay attributable to the AGENCY, or
because of unavoidable delays caused by an act of
GOD or governmental actions or other conditions
beyond the control of the CONSULTANT. A prior
supplemental agreement issued by the AGENCY is
required to extend the established completion time.
V
PAYMENT
The CONSULTANT shall be paid by the AGENCY
for completed work and services rendered under this
AGREEMENT as provided in Exhibit "C" attached
hereto, and by this reference made part of this
AGREEMENT. Such payment shall be full compen-
sation for work performed or services rendered and
for all labor, materials, supplies, equipment, and
incidentals necessary to complete the work
specified in Section 11, "Scope of Work". The
CONSULTANT shall conform with all applicable
portions of 48 CFR 31.
Page 2 of 8
VI
SUBCONTRACTING
The AGENCY permits subcontracts for those items
of work as shown in Exhibit G to this Agreement.
Compensation for this subconsultant work shall be
based on the cost factors shown on Exhibit G, at-
tached hereto and by this reference made a part of this
AGREEMENT.
The work of the subconsultant shall not exceed its
maximum amount payable unless a prior written
approval has been issued by the AGENCY.
All reimbursable direct labor, overhead, direct non -
salary costs and fixed fee costs for the subconsultant
shall be substantiated in the same manner as outlined
in Section V. All subcontracts exceeding $10,000 in
cost shall contain all applicable provisions of this
AGREEMENT.
The CONSULTANT shall not subcontract for the
performance of any work under this AGREEMENT
without prior written permission of the AGENCY. No
permission for subcontracting shall create, between
the AGENCY and subcontractor, any contract or any
other relationship.
VII
EMPLOYMENT
The CONSULTANT warrants that he/she has not
employed or retained any company or person, other
than a bona fide employee working solely for the
CONSULTANT, to solicit or secure this contract, and
that it has not paid or agreed to pay any company or
person, other than a bona fide employee working
solely for the CONSULTANT, any fee, commission,
percentage, brokerage fee, gift, or any other consider-
ation, contingent upon or resulting from the award or
making of this contract. For breach or violation of this
warrant, the AGENCY shall have the right to annul
this AGREEMENT without liability, or in its discre-
tion, to deduct from the AGREEMENT price or
consideration or otherwise recover the full amount of
such fee, commission, percentage, brokerage fee, gift,
or contingent fee.
Any and all employees of the CONSULTANT or
other persons while engaged in the performance of
any work or services required of the CONSULTANT
under this AGREEMENT, shall be considered
employees of the CONSULTANT only and not of the
AGENCY, and any and all claims that may or might
arise under any Workmen's compensation Act on
behalf of said employees or other persons while so
engaged, and any and all claims made by a third party
as a consequence of any act or omission on the part of
the CONSULTANT's employees or other persons
while so engaged on any of the work or services
provided to be rendered herein, shall be the sole
obligation and responsibility of the CONSULTANT.
The CONSULTANT shall not engage, on a full or
part time basis, or other basis, during the period of the
contract, any professional or technical personnel who
are, or have been, at any time during the period of the
contract, in the employ of the United States Depart-
ment of Transportation, the STATE, or the
AGENCY, except regularly retired employees,
without written consent of the public employer of
such person.
VIII
NONDISCRIMINATION
The CONSULTANT agrees not to discriminate
against any client, employee or applicant for employ-
ment or for services because of race, creed, color,
national origin, marital status, sex, age or handicap
except for a bona fide occupational qualification with
regard to, but not limited to the following: employ-
ment upgrading, demotion or transfer, recruitment or
any recruitment advertising, a layoff or terminations,
rates of pay or other forms of compensation, selection
for training, rendition of services. The CONSULT-
ANT understands and agrees that if it violates this
provision, this AGREEMENT may be terminated by
the AGENCY and further that the CONSULTANT
shall be barred from performing any services for the
AGENCY now or in the future unless a showing is
made satisfactory to the AGENCY that discrimina-
tory practices have terminated and that recurrence of
such action is unlikely.
During the performance of this AGREEMENT, the
CONSULTANT, for itself, its assignees and
successors in interest agrees as follows:
A. COMPLIANCE WITH REGULATIONS: The
CONSULTANT shall comply with the Regula-
tions relative to nondiscrimination in the same
manner as in Federal -assisted programs of the
Page 3 of 8
Department of Transportation, Title 49, Code of
Federal Regulations, Part 21, as they may be
amended from time to time, (hereinafter referred
to as the Regulations), which are herein incorpo-
rated by reference and made a part of this
AGREEMENT. The consultant shall comply
with the American Disabilities Act of 1992, as
amended.
B. NONDISCRIMINATION: The CONSULTANT,
with regard to the work performed by it during the
AGREEMENT, shall not discriminate on the
grounds of race, creed, color, sex, age, marital
status, national origin or handicap except for a
bona fide occupational qualification in the selec-
tion and retention of subconsultants, including
procurements of materials and leases of equip-
ment. The CONSULTANT shall not participate
either directly or indirectly in the discrimination
prohibited by Section 21.5 of the Regulations,
including employment practices when the contract
covers a program set forth in Appendix II of the
Regulations.
C. SOLICITATIONS FOR SUBCONSULTANTS,
INCLUDING PROCUREMENTS OF MATERI-
ALS AND EQUIPMENT In all solicitations
either by competitive bidding or negotiation made
by the CONSULTANT for work to be performed
under a subcontract, including procurements of
materials or leases of equipment, each potential
subconsultant or supplier shall be notified by the
CONSULTANT of the CONSULTANT's
obligations under this AGREEMENT and the
Regulations relative to nondiscrimination on the
grounds of race, creed, color, sex, age, marital
status, national origin and handicap.
D. INFORMATION AND REPORTS: The
CONSULTANT shall provide all information
and reports required by the Regulations, or
directives issued pursuant thereto, and shall
permit access to its books, records, accounts,
other sources of information, and its facilities as
may be determined by the AGENCY to be
pertinent to ascertain compliance with such
Regulations or directives. Where any information
required of the CONSULTANT is in the exclu-
sive possession of another who fails or refuses to
furnish this information the CONSULTANT shall
so certify to the AGENCY, or the United States
Department of Transportation as appropriate, and
shall set forth what efforts it has made to obtain
the information.
E. SANCTIONS FOR NONCOMPLIANCE. In the
event of the CONSULTANT's noncompliance
with the nondiscrimination provisions of this
AGREEMENT, the AGENCY shall impose
such sanctions as it or the Federal Highway
Administration may determine to be appropriate,
including, but not limited to:
1. Withholding of payments to the CONSULT-
ANT under the AGREEMENT until the
CONSULTANT complies, and/or
2. Cancellation, termination or suspension of the
AGREEMENT, in whole or in part.
F. INCORPORATION OF PROVISIONS: The
CONSULTANT shall include the provisions of
paragraphs (A) through (G) in every subcontract,
including procurements of materials and leases of
equipment, unless exempt by the Regulations or
directives issued pursuant thereto. The CON-
SULTANT shall take such action with respect to
any subconsultant or procurement as the
AGENCY or the Federal Highway Administra-
tion may direct as a means of enforcing such
provisions including sanctions for noncompli-
ance; provided, however, that, in the event a
CONSULTANT becomes involved in, or is
threatened with, litigation with a subconsultant or
supplier as a result of such direction, the CON-
ULTANT may request the AGENCY to enter
into such litigation to protect the interests of the
AGENCY, and in addition, the CONSULTANT
may request the United States to enter into such
litigation to protect the interests of the United
States.
G. UNFAIR EMPLOYMENT PRACTICES: The
CONSULTANT shall comply with RCW
49.60.180.
Page 4 of 8
Ix
TERMINATION OF AGREEMENT
The right is reserved by the AGENCY to terminate
this AGREEMENT at any time upon ten days written
notice to the CONSULTANT.
In the event this AGREEMENT is terminated by the
AGENCY other than for default on the part of the
CONSULTANT, a final payment shall be made to the
CONSULTANT as shown in Exhibit F for the type of
AGREEMENT used.
No payment shall be made for any work completed
after ten days following receipt by the CONSULT-
ANT of the Notice to terminate. If the accumulated
payment made to the CONSULTANT prior to Notice
of Termination exceeds the total amount that would
be due computed as set forth herein above, then no
final payment shall be due and the CONSULTANT
shall immediately reimburse the AGENCY for any
excess paid.
If the services of the CONSULTANT are terminated
by the AGENCY for default on the part of the CON-
SULTANT, the above formula for payment shall not
apply. In such an event, the amount to be paid shall be
determined by the AGENCY with consideration
given to the actual costs incurred by the CONSULT-
ANT in performing the work to the date of
termination, the amount of work originally required
which was satisfactorily completed to date of termina-
tion, whether that work is in a form or a type which is
usable to the AGENCY at the time of termination;
the cost to the AGENCY of employing another firm
to complete the work required and the time which
maybe required to do so, and other factors which
affect the value to the AGENCY of the work per-
formed at the time of termination. Under no
circumstances shall payment made under this subsec-
tion exceed the amount which would have been made
using the formula set forth in the previous paragraph.
If it is determined for any reason that the CONSULT-
ANT was not in default or that the CONSULTANTs
failure to perform is without it or it's employee's fault
or negligence, the termination shall be deemed to be a
termination for the convenience of the AGENCY in
accordance with the provision of this AGREEMENT.
In the event of the death of any member, partner or
officer of the CONSULTANT or any of its supervi-
sory personnel assigned to the project, or, dissolution
of the partnership, termination of the corporation, or
disaffiliation of the principally involved employee,
the surviving members of the CONSULTANT hereby
agree to complete the work under the terms of this
AGREEMENT, if requested to do so by the
AGENCY. The subsection shall not be a bar to
renegotiation of the AGREEMENT between the
surviving members of the CONSULTANT and the
AGENCY, if the AGENCY so chooses.
In the event of the death of any of the parties listed in
the previous paragraph, should the surviving members
of the CONSULTANT, with the AGENCY's concur-
rence, desire to terminate this AGREEMENT,
payment shall be made as set forth in the second
paragraph of this section.
Payment for any part of the work by the AGENCY
shall not constitute a waiver by the AGENCY of any
remedies of any type it may have against the CON-
SULTANT for any breach of this AGREEMENT by
the CONSULTANT, or for failure of the CONSULT-
ANT to perform work required of it by the
AGENCY. Forbearance of any rights under the
AGREEMENT will not constitute waiver of entitle-
ment to exercise those rights with respect to any
future act or omission by the CONSULTANT.
X
CHANGES OF WORK
The CONSULTANT shall make such changes and
revisions in the complete work of this AGREEMENT
as necessary to correct errors appearing therein, when
required to do so by the AGENCY, without additional
compensation thereof. Should the AGENCY find it
desirable for its own purposes to have previously
satisfactorily completed work or parts thereof
changed or revised, the CONSULTANT shall make
such revisions as directed by the AGENCY. This
work shall be considered as Extra Work and will be
paid for as herein provided under Section XIV.
Page 5 of 8
XI
DISPUTES
Any dispute concerning questions of fact in connec-
tion with the work not disposed of by AGREEMENT
between the CONSULTANT and the AGENCY shall
be referred for determination to the Director of Public
Works or AGENCY Engineer, whose decision in the
matter shall be final and binding on the parties of this
AGREEMENT, provided however, that if an action is
brought challenging the Director of Public Works or
AGENCY Engineer's decision, that decision shall be
subject to de novo judicial review.
XII
VENUE, APPLICABLE LAW AND
PERSONAL JURISDICTION
In the event that either party deems it necessary to
institute legal action or proceedings to enforce any
right or obligation under this AGREEMENT, the
parties hereto agree that any such action shall be
initiated in the Superior court of the State of Washing-
ton, situated in the county the AGENCY is located in.
The parties hereto agree that all questions shall be
resolved by application of Washington law and that
the parties to such action shall have the right of appeal
from such decisions of the Superior court in accor-
dance with the laws of the State of Washington. The
CONSULTANT hereby consents to the personal
jurisdiction of the Superior court of the State of
Washington, situated in the county in which the
AGENCY is located in.
XIII
LEGAL RELATIONS AND INSURANCE
The CONSULTANT shall comply with all Federal,
State, and local laws and ordinances applicable to the
work to be done under this AGREEMENT. This
AGREEMENT shall be interpreted and construed in
accord with the laws of Washington.
The CONSULTANT shall indemnify and hold the
AGENCY and the STATE, and their officers and
employees harmless from and shall process and
defend at its own expense all claims, demands, or
suits at law or equity arising in whole or in part from
the CONSULTANT's negligence or breach of any of
its obligations under this AGREEMENT; provided
that nothing herein shall require a CONSULTANT to
indemnify the AGENCY and the STATE against and
hold harmless the AGENCY and the STATE from
claims, demands or suits based solely upon the
conduct of the AGENCY and the STATE, their
agents, officers and employees and provided further
that if the claims or suits are caused by or result from
the concurrent negligence of (a) the
CONSULTANT's agents or employees and (b) the
AGENCY and the STATE, their agents, officers and
employees, this indemnity provision with respect to
(1) claims or suits based upon such negligence, (2) the
costs to the AGENCY and the STATE of defending
such claims and suits, etc. shall be valid and enforce-
able only to the extent of the CONSULTANTs
negligence or the negligence of the CONSULTANT's
agents or employees.
The CONSULTANTs relation to the AGENCY shall
be at all times as an independent contractor.
The CONSULTANT specifically assumes potential
liability for actions brought by the CONSULTANTs
own employees against the AGENCY and, solely for
the purpose of this indemnification and defense, the
CONSULTANT specifically waives any immunity
under the state industrial insurance law, Title 51
RCW. The CONSULTANT recognizes that this
waiver was specifically entered into pursuant to the
provisions of RCW 4.24.115 and was the subject of
mutual negotiation.
Unless otherwise specified in the AGREEMENT, the
AGENCY shall be responsible for administration of
construction contracts, if any, on the project. Subject
to the processing of an acceptable, supplemental
agreement, the CONSULTANT shall provide on-call
assistance to the AGENCY during contract adminis-
tration. By providing such assistance, the
CONSULTANT shall assume no responsibility for:
proper construction techniques, job site safety, or any
construction contractor's failure to perform its work
in accordance with the contract documents.
The CONSULTANT shall obtain and keep in force
during the terms of the AGREEMENT, or as other-
wise required, the following insurance with
companies or through sources approved by the State
Insurance Commissioner pursuant to RCW 48.
Page 6 of 8
Insurance Coverage
A Worker's compensation and employer's liability
insurance as required by the STATE.
B. General commercial liability insurance in an
amount not less than a single limit of one million
and 00/100 Dollars ($1,000,000.00) for bodily
injury, including death and property damage
per occurrence.
Excepting the Worker's Compensation insurance and
any professional liability insurance secured by the
CONSULTANT, the AGENCY will be named on all
certificates of insurance as an additional insured. The
CONSULTANT shall fumish the AGENCY with
verification of insurance and endorsements required
by this AGREEMENT. The AGENCY reserves the
right to require complete, certified copies of all
required insurance policies at any time.
All insurance shall be obtained from an insurance
company authorized to do business in the State of
Washington. The CONSULTANT shall submit a
verification of insurance as outlined above within
14 days of the execution of this AGREEMENT to
the AGENCY.
No cancellation of the foregoing policies shall be
effective without thirty (30) days prior notice to
the AGENCY.
The CONSULTANT's professional liability to the
AGENCY shall be limited to the amount payable
under this AGREEMENT or one million dollars,
whichever is the greater unless modified by
Exhibit H. In no case shall the CONSULTANT's
professional liability to third parties be limited in
any way.
The AGENCY will pay no progress payments
under Section V until the CONSULTANT has fully
complied with this section. This remedy is not exclu-
sive; and the AGENCY and the STATE may take
such other action as is available to them under other
provisions of this AGREEMENT, or otherwise in law.
•
XIV
EXTRA WORK
A. The AGENCY may at any time, by written order,
make changes within the general scope of the
AGREEMENT in the services to be performed.
B. If any such change causes an increase or decrease
in the estimated cost of, or the time required for,
performance of any part of the work under this
AGREEMENT, whether or not changed by the
order, or otherwise affects any other terms and
conditions of the AGREEMENT, the AGENCY
shall make an equitable adjustment in the
(1) maximum amount payable, (2) delivery or
completion schedule, or both; and (3) other
affected terms and shall modify the AGREE-
MENT accordingly.
C. The CONSULTANT must submit its "request
for equitable adjustment" (hereafter referred to
as claim) under this clause within 30 days from
the date of receipt of the written order. However,
if the AGENCY decides that the facts justify it,
the AGENCY may receive and act upon a claim
submitted before final payment of the
AGREEMENT.
D. Failure to agree to any adjustment shall be a
dispute under the Disputes clause. However
nothing in this clause shall excuse the CON-
SULTANT from proceeding with the
AGREEMENT as changed.
E. Notwithstanding the terms and condition of
paragraphs (a) and (b) above, the maximum
amount payable for this AGREEMENT, shall
not be increased or considered to be increased
except by specific written supplement to this
AGREEMENT.
XV
ENDORSEMENT OF PLANS
The CONSULTANT shall place his endorsement on
all plans, estimates or any other engineering data
furnished by him.
Page 7 of 8
XVI
FEDERAL AND STATE REVIEW
The Federal Highway Administration and the
Washington State Department of Transportation
shall have the right to participate in the review or
examination of the work in progress.
XVII
CERTIFICATION OF THE CONSULTANT
AND THE AGENCY
Attached hereto as Exhibit "A-1", are the
Certifications of the Consultant and the Agency,
Exhibit "A-2" Certification regarding debarment,
suspension and other responsibility matters - primary
covered transactions, Exhibit "A-3" Certification
regarding the restrictions of the use of Federal funds
for lobbying, and Exhibit "A-4" Certificate of Current
Cost or Pricing Data. Exhibits "A-3" and "A-4" are
only required in Agreements over $100,000.
XVIII
COMPLETE AGREEMENT
This document and referenced attachments contains
all covenants, stipulations and provisions agreed upon
by the parties. No agent, or representative of either
party has authority to make, and the parties shall not
be bound by or be liable for, any statement, represen-
tation, promise or agreement not set forth herein. No
changes, amendments, or modifications of the terms
hereof shall be valid unless reduced to writing and
signed by the parties as an amendment to this
AGREEMENT.
XIX
EXECUTION AND ACCEPTANCE
This AGREEMENT may be simultaneously executed
in several counterparts, each of which shall be
deemed to be an original having identical legal effect.
The CONSULTANT does hereby ratify and adopt all
statements, representations, warranties, covenants,
and agreements contained in the proposal, and the
supporting materials submitted by the CONSULT-
ANT, and does hereby accept the AGREEMENT and
agrees to all of the terms and conditions thereof.
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year first
above written.
By
Consultant
//PO; dAyorAIL'i
Agency
Page 8 of 8
0
• •
Exhibit A-1
Certification Of Consultant
I hereby certify that I am (� (0, ( L GA
Project No.
Local Agency
representative of the firm of HNTR rorpora t ion
600 108th Ave NE, Bellevue WA 98004
firm I here represent has:
and duly authonzed
whose address is
and that neither I nor the above
(a) Employed or retained for a commission, percentage, brokerage, contingent fee or other consideration, any firm
or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or
secure this contract.
(b) Agreed, as an express or implied condition for obtaining this contract, to employ or to retain the services of
any firm or person in connection with carrying out the contract.
(c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for
me or the above CONSULTANT) any fee, contribution donation or consideration of any kind for, or in
connection with procuring or carrying out the contract; except as here expressly stated (if any):
I further certify that the firm I hereby represent is authorized to do business in the State of Washington and
that the firm is in full compliance with the requirements of the board of Professional Registration.
I acknowledge that this certificate is to be available to the State Dep.' ent of Transportation and the Federal
Highway Administration, U.S. Depaitnient of Transportation, in connection with this contract involving
participation of Federal aid funds and is subject to applicable State and Federal laws, both criminal and civil.
Z2 Mates ') 5
Date
Certification of Agency Official
gnature
I hereby certify that I am the AGENCY Official of the Local Agency of Tukwila Washington
and that the above consulting firm or their representative has not been required, directly or indirectly as an express
or implied condition in connection with obtaining or carrying out this contract to:
(a) Employ or retain, or agree to employ or retain, any firm or person, or
(b) Pay or agree to pay to any firm, person or organization, any fee, contribution, donation or consideration of any
kind, except as here expressly stated (if any).
I acknowledged that this certificate is to be available to the Federal Highway Administration, U.S. Department of
Transportation, in connection with this contract involving participation of Federal aid highway funds and it subject
to applicable State and Federal laws, both criminal and civil.
w 6 -6
Date
Signature
•
Exhibit A-2
Certification Regarding Debarment, Suspension, and Other Responsibility
Matters -Primary Covered Transactions
1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its
principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded
from covered transactions by any federal department or agency;
(b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting
to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction;
violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal,
state, or local) with commission of any of the offenses enumerated in paragraph 1.b. of this certification;
and
(d) Have not within a three-year period preceding this application/proposal had one or more public
transactions (federal, state, or local) terminated for cause or default.
2. Where the prospective primary participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to this proposal.
Consultant (Firm):
HNTB Corporation
(Date)
(Signature) President or AutR6rized Official of nsultant
• •
Exhibit A-3
Certification Regarding The Restrictions
of The use of Federal Funds for Lobbying
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
1. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of any federal agency, a member of
Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with
the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the
entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any federal contract, grant, loan, or cooperative agreement.
2. If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing
or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or
employee of Congress, or an employee of a member of Congress in connection with this federal contract,
grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL,
"Disclosure Form to Report Lobbying," in accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that
the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all
such subrecipients shall certify and disclose accordingly.
Consultant(Firm): HNTB Corporation
Z a6� ,
(Date) (Signature) President or A orized Official of onsultant
• •
Exhibit A-4
Certificate of Current Cost or Pricing Data
This is to verify that, to the best of my knowledge and belief, the cost or pricing data (as defined in
section 15.401 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4)
submitted, either actually or by specific identification in writing, to the contracting officer or to the
contracting officer's representative in support of
* are accurate, complete, and current as of March 22nd , 2005 * '. This certification includes
the cost or pricing data supporting any advance agreements and forward pricing rate agreements between
the offeror and the Government that are part of the proposal.
Firm
Name
Title
HNTB Corporation
Q��
Date of Execution*** March 22nd, 2005
* Identify the proposal, quotation, request for price adjustment, or other submission involved,
giving the appropriate identifying number (e.g., RFP No.).
Insert the day, month, and year when price negotiations were concluded and price agreement
was reached.
*** Insert the day, month, and year of signing, which should be as close as practicable to the date
when the price negotiations were concluded and the contract price was agreed to.
**
• •
INTB
EXHIBIT B
SCOPE OF WORK
SOUTHCENTER ACCESS IMPROVEMENT:
KLICKITAT DRIVE/SOUTHCENTER PARKWAY AREA
• •
HNTB
Pagel
I. BACKGROUND 5
II. PROJECT DESCRIPTION 5
III. PROJECT GOALS 6
IV. DESIGN CRITERIA 7
V. PROJECT SCHEDULE 8
VI. ITEMS AND SERVICES TO BE FURNISHED BY THE CITY 9
VII. ABBREVIATIONS 10
VIII. PROJECT DOCUMENTATION 11
IX. WORK TASKS 11
TASK 1 PROJECT MANAGEMENT 12
Task 1.2 Issues Resolution 12
Task 1.3 Measure Project Requirements 13
Task 1.4 Measure Budget Conformance 13
Task 1.5 Measure Schedule Conformance 13
Task 1.6 Communicate Progress 13
Task 1.7 Lead the Project CONSULTANT Team 14
Task 1.8 Manage Quality 14
Task 1.9 Manage Change 14
Task 1.11 Meetings 15
Task 1.12 Records Management 15
Task 1.13 Cost Estimating Procedures 15
TASK 2 ALTERNATIVES SCREENING 16
• •
G4NTB
Page2
TASK 3 ENVIRONMENTAL 18
Task 3.1 Environmental Kick-off Meeting 18
Task 3.2 Technical Memoranda 18
Task 3.2.1 Displacement and Relocation 19
Task 3.2.2 Aesthetics 19
Task 3.2.3 Air Quality 19
Task 3.2.4 Traffic and Transportation 21
Task 3.2.5 Geology and Groundwater 22
Task 3.2.6 Water Quality 22
Task 3.2.7 Stormwater 23
Task 3.2.8 Fish and Aquatic Resources 23
Task 3.3 Biological Assessment (BA) and Essential Fish Habitat 24
Task 3.4 Environmental Documentation 25
Task 3.4.1 Documented Categorical Exclusion Preparation 26
Task 3.4.2 Environmental Classification Summary 27
Task 3.4.3 WSDOT Coordination 27
Task 3.4.4 SEPA Compliance 27
Task 3.5 Document Review and Production 27
Task 3.6 Task Management 28
Task 3.7 Permitting 29
TASK 4 PUBLIC INVOLVEMENT / STAKEHOLDER COORDINATION 29
Task 4.1 Implement Ongoing Community and Agency Involvement Program 29
Task 4.2 Coordinate Activities with WSDOT 31
Task 4.3 Coordinate Activities with Westfield Shoppingtown Mall 31
Task 4.4 Coordinate Activities with Southcenter Place Building 31
Task 4.5 Displays and Maps 32
Task 4.6 Project Open House Meetings 32
TASK 5 PRELIMINARY ENGINEERING STUDIES 33
Task 5.1 Data Needs Confirmation and Collection 35
Task 5.2 Aerial Photogrammetry, Surveying, and Base Mapping 35
Task 5.3 Existing Utility Plan 36
Task 5.4 Preliminary Engineering; 30% Level Design 37
• •
HNTB
Page3
Task 5.5 Visual Inventory and Context Sensitive Solutions 38
Task 5.5.1 Visual Inventory 39
Task 5.5.2 Context Sensitive Solutions and Aesthetics 39
Task 5.6 Prepare Preliminary Estimate of Probable Project Cost 40
Task 5.7 Value Engineering Study 40
TASK 6 DRAINAGE 41
Task 6.1 Environmental Documentation Support 41
Task 6.1.1 Existing Data Collection 41
Task 6.1.2 Identify Discharge Locations (Outfalls) 42
Task 6.1.3 Determine Stormwater Quality and Flow Control Requirements 42
Task 6.1.4 Prepare Stormwater Management Facility Type, Size and Location Report 42
Task 6.1.5 Support Environmental Documentation 42
Task 6.2 Technical Information Report (TIR) 43
TASK 7 GEOTECHNICAL 44
Task 7.1 NEPA Documentation: Geology, Soils, Groundwater and Geologically Sensitive
Areas 44
Task 7.2 Geotechnical Design Services 44
Task 7.3 Final Preliminary Geotechnical Report 45
TASK 8 STRUCTURES 46
Task 8.1 Design Criteria 46
Task 8.2 Concept Design 46
Task 8.3 Structures TS&L Report 48
TASK 9 TRAFFIC FORECASTS AND ANALYSES 48
Task 9.1 Obtain City's Forecast Model and Review Forecasts 50
Task 9.2 Data Collection and Model Installation 50
Task 9.3 Incorporate Network and Land Use Changes in Forecast Model 50
Task 9.4 Develop Year of Opening and 2030 Peak -Hour Forecasts 50
Task 9.5 Documentation of Results and Transfer of Model 51
Task 9.6 Analyze Traffic Data 51
• •
HNTB
Page4
Task 9.7 Traffic Analysis Report 52
TASK 10 DESIGN REPORT 52
Task 10.1 Design Analysis 52
Task 10.2 Horizontal Alignment and Vertical Profile 53
Task 10.3 Estimate of Probable Construction Cost 53
Task 10.4 Added Access Report Summary 53
Task 10.5 30% Constructability Review 54
Task 10.6 Draft Design Report 54
Task 10.7 Final Design Report 56
TASK 11 FUNDING SUPPORT 56
Task 11.1 Existing Process Evaluation 56
Task 11.2 Funding Source Identification 56
Task 11.3 Funding Source Matrix 57
Task 11.4 Funding Source Evaluation 57
Task 11.5 Funding Source Review 57
Task 11.6 Funding Strategy Plan 57
TASK 12 PREPARE WORK PLAN, ESTIMATE, AND SCHEDULE FOR
PHASE 2 - FINAL DESIGN 57
• •
HNTB
Page5
During the term of this Agreement, the engineering Consultant (CONSULTANT) shall perform
professional services for the CITY, including preliminary design, final design and assistance
during construction, in connection with the:
Southcenter Access Improvement:
Klickitat Drive/Southcenter Parkway Area Project
This document shall be used to plan, conduct and complete the work on the project.
I. BACKGROUND
The existing traffic conditions along Southcenter Parkway include heavy left -turn volumes from
northbound Southcenter Parkway to westbound Klickitat Drive. The traffic volume in the project
vicinity coupled with the close proximity of the Nordstrom, Klickitat, and Strander signal results
in significant queues (both northbound and southbound) and a severe increase in traffic
congestion. The Southcenter Improvement project is intended to improve access and circulation
to the Southcenter area in the vicinity of Klickitat Drive and Southcenter Parkway.
II. PROJECT DESCRIPTION
The Southcenter Access Improvement: Klickitat Drive/Southcenter Parkway Area Project,
hereinafter referred to as the PROJECT, consists of the following features:
• A two lane widening of northbound Southcenter Parkway. Widening will be supported
by construction of a new retaining wall along the existing slope east of Southcenter
Parkway, and may include a single lane slip ramp to the Westfield Shoppingtown Mall.
• Grade separation of southbound Southcenter Parkway. Grade separation will be
accomplished by depressing the southbound alignment under the Klickitat intersection
using a bridge structure and retaining walls.
• Reconstruction of the northbound lanes Southcenter Parkway, south of Strander
Boulevard. This construction is required to channelize traffic to the new northbound
widening.
• Safety and pedestrian improvements
• Signal modifications at the Klickitat Drive intersection and signal coordination between
Strander Blvd., Klickitat Drive, and the Nordstrom shopping entrance intersection.
• New signal at westbound Klickitat Drive and southbound Interstate 5 on ramp.
• Horizontal and vertical alignment consistent with current design speed standards.
• Utility adjustments and relocations associated with the new improvement.
•
4NTB
Page6
• Construction of detention and water quality facilities.
Phase 1 — Preliminary Engineering and Environmental Documentation. Phase 1 of the
project will consist of two distinct efforts; Environmental Documentation and supporting
engineering, and Preliminary Engineering culminating in a Design Report as further described in
this scope of work.
Environmental Documentation: The CONSULTANT will collect and review relevant project
data, identify design parameters, review geotechnical information, and document screening of
alternatives and selection of the preferred alternative. Early coordination will occur with
WSDOT, FHWA, and resource agencies to confirm the type of environmental documentation
required and anticipated permitting needs. Endangered Species Act coordination will be initiated
and a Biological Assessment (BA) will be completed. It is anticipated that a NEPA Documented
Categorical Exclusion (DCE) supported by technical memoranda for selected environmental
elements will be required and will be adopted by the CITY to satisfy the State Environmental
Policy Act (SEPA).
Preliminary Engineering: The CONSULTANT will support the environmental documentation
effort described above by advancing the design through completion of the Design Report as
defined in this scope of work. After CITY and stakeholder briefings and review of the completed
Design Report for the Southcenter Access Improvement: Klickitat Drive/Southcenter Parkway
Area project, the CONSULTANT will be directed to proceed with the development of the scope
of work for final design.
Phase 2 — Final Design: Upon approval of the Design Report by the CITY, the CONSULTANT
will proceed with the preparation of the environmental document, permits and construction
contract documents for the construction features of the project, as defined in the approved Design
Report and other supporting documents.
Phase 3 — Construction: The CONSULTANT will assist the CITY with surveying, review of
Contractor submittals, evaluation of change proposals, monitoring of construction activities,
construction administration and inspection, and preparation of record drawings.
III. PROJECT GOALS
The specific goals for the project are:
• Improve traffic flow in the project area
• Improve operations at area traffic signals
• Minimize delay for motorists
• Improve safety
• Benefit transit route efficiency and allow for future transit improvements
• Provide a workable solution with WSDOT and I-405 and I-5 improvements
• Minimize impacts on current business and property owners
s •
HNTB
Page7
• Maintain or improve freight access
• Develop a graceful design that creates a visual signature for the Urban Center
IV. DESIGN CRITERIA
Documents developed as part of this scope of work, to the extent feasible, will be in accordance
with the latest edition and amendments to the following documents, as of the date the
AGREEMENT is signed. Changes in any design standards or requirements after work has begun
may result in the need for Extra Work.
City of Tukwila Publications:
a. Year 2004 Comprehensive Plan
b. City of Tukwila Development Guidelines and Design and Construction Standards, 2003
WSDOT Publications:
a. Standard Specifications for Road, Bridge and Municipal Construction, English edition
(2004) (M41-10)
b. Standard Plans for Road, Bridge and Municipal Construction, English edition (M21-01)
c. Design Manual, (M22-01)
d. Hydraulic Manual, (M23-03)
e. Plans Preparation Manual, (M22-31)
f. Bridge Design Manual, (M23-50)
g. Amendments and General Special Provisions
h. Standard Item Table
i. Traffic Manual, (M51-02)
j. Highway Runoff Manual, (M31-16)
k. Utilities Manual, (M22-87)
1. Local Agency Guidelines, (M36-63(PA))
m. Environmental Procedures Manual, (M31-11)
American Association of State Highway and Transportation Officials (AASHTO) Publications:
a. A Policy on Geometric Design of Highways and Streets, 5th Edition (2004)
b. Standard Specifications for Highway Bridges, Seventeenth Edition, (2002)
• •
HNTB
Page8
c. Highway Design and Operational Practices Related to Highway Safety, (1997)
D.S. Department of Transportation (USDOT) Publications:
a. Manual of Uniform Traffic Control Devices for Streets and Highways, 2001
b. Highway Capacity Manual
Other Publications/Design Guides:
a. National Electrical Code
b. Standards of the American Waterworks Association
c. Book of American Society for Testing and Materials Standards
d. American Public Works Association standards
e. Americans With Disabilities Act (ADA)
f. General Electric's ALADAN program (Illumination design)
V. PROJECT SCHEDULE
The preliminary project schedule is as shown below. The key milestone dates taken from the
schedule are:
Milestone Date
Phase 1 — Preliminary Engineering
CONSULTANT Notice to Proceed April 15th, 2005
Preferred Roadway Alignment Selected by CITY April 18, 2005
Draft Design Report Submitted to CITY August 1, 2005
CITY Approval of Design Report August 15, 2005
Final Environmental Documentation submitted December 15, 2005
Environmental Document Approval January 31, 2006
BA Submittal to WSDOT December 15, 2006
BA Concurrence January 31, 2006
Phase 2 — Final Design
CONSULTANT Notice to Proceed September 1, 2005
• •
HNTB
Page9
Right of Way Acquisition 2007-2008
Env., Documentation; Permits; Contract Documents Complete Mid 2007
Phase 3 — Construction (Dependant on Funding)
Contractor/CONSULTANT Notice to Proceed 2008
Construction/Project Completion 2008-2009
The duration of the reviews by the CITY, and by others, is given in the project schedule.
Mutually agreeable changes to the project schedule, whether initiated by the CITY or
CONSULTANT, may be the basis for adjustments in the project budget.
VI. ITEMS AND SERVICES TO BE FURNISHED BY THE
CITY
The CITY will provide the following items and services to the CONSULTANT that will facilitate
the studies and preparation of the documents for work within the limits of the PROJECT. The
CONSULTANT is entitled to rely on the accuracy and completeness of this and other data
furnished and represented by the CITY and others, including but not limited to, survey and traffic
data.
• Existing traffic volumes, applicable traffic studies and analyses, and accident data within
the project area required to meet NEPA.
• Reviews of CONSULTANT submittals at the mutually agreed upon times set forth in the
project schedule and the consolidation of all review comments by others onto one review
set prior to return to the CONSULTANT.
• City of Tukwila Shoreline Master Program (Amended 1974)
• City of Tukwila Sensitive Areas Ordinance — Ordinance No. 2074 — Effective Date:
December , 2004 and related Ordinance No. 2075, 2076, and 2077Codes and governing
regulations for the project corridor area.
• Lighting requirements and design criteria per CITY requirements.
• Past design review submittals of existing planning information within the project corridor
area (i.e.: master plans, drawings, photographs).
• Long-range plan for City of Tukwila, applicable City Shoreline Permit Requirements,
and appropriate sensitive/critical area maps and supporting documentation.
• Most recent aerial mapping for the project corridor.
• CITY will prepare and provide documents for rights -of -entry upon all lands necessary for
the performance of the work. Official notices to property owners and agencies.
• •
HNTB
Pagel0
• Arrangements for the public meetings, including meeting place, announcements, etc.
• Assistance with public involvement and information for the PROJECT, including the
responsibilities discussed in Task 4.0.
• Payment of all review and/or permit fees.
• Assessor's maps and legal descriptions for affected properties as needed by the
CONSULTANT.
• As -built signal plans, where available;
• Existing subsurface and available foundation information.
• Computer generated files supplied by the CITY will be in AutoCAD, and in a format
compatible with the CONSULTANT's hardware/software. Any reformatting or
reconfiguration or hardware/software purchase necessary to make the supplied files
compatible will be considered Extra Work.
VII. ABBREVIATIONS
The following abbreviations are referred to throughout this scope of work:
AASHTO American Association of State Highway and Transportation Officials
BDM WSDOT Bridge Design Manual
DCE Documented Categorical Exemption
DFW Washington State Department of Fish and Wild Life
DNR Washington State Department of Natural Resources
DOE Washington State Department of Ecology
ESA Endangered Species Act
FEMA Federal Emergency Management Agency
FHWA Federal Highway Administration
LOS Level of service
NEPA National Environmental Projection Act
NMFS National Marine Fisheries Service
NPDES National Pollutant Discharge Elimination System
NRHP National Register of Historic Places
• •
HNTB
Pagel1
ROW Right-of-way
PS&E Plans, specifications, and estimates
SEPA State Environmental Protection Act
TDM Transportation Demand Management
TS&L Type, Size and Location
WSDOT Washington State Department of Transportation
USFWS United States Fish and Wildlife Service
VIII. PROJECT DOCUMENTATION
The documents listed as "Deliverables" in the Work Tasks, Section IX of this scope of work, and
other exhibits or presentations for the work covered by this AGREEMENT and associated
supplements, if necessary, will be furnished by the CONSULTANT to the CITY upon completion
of the various tasks of work. Whether the documents are submitted in electronic media or in
tangible format, any use of the materials on another project or on extensions of this project
beyond the use for which they were intended, or any modification of the materials or conversion
of the materials to an alternate system or format will be without liability or legal exposure to
CONSULTANT. The CITY will assume all risks associated with such use, modifications, or
conversions. The CONSULTANT may remove from the electronic materials delivered to the
CITY, all references to the CONSULTANT involvement and will retain a tangible copy of the
materials delivered to the CITY which will govern the interpretation of the materials and the
information recorded. Electronic files are considered working files only; the CONSULTANT is
not required to maintain electronic files beyond 90 days after the project final billing, and makes
no warranty as to the viability of electronic files beyond 90 days from date of transmittal.
IX. WORK TASKS
General Assumptions:
• The level of effort for each phase and task of work is limited to the amount of labor and
expenses indicated in Exhibit D. These costs are itemized in Exhibit D.1 to aid in project
tracking purposes only. The budget may be transferred between tasks, provided the total
contracted amount is not exceeded. Additional services beyond these limits will be
considered Extra Work.
• The project will be managed to the total project lump sum amount.
• The preliminary project schedule is as shown in Exhibit B.1. The CONSULTANT is
responsible for meeting deadlines for their tasks only; having no control over those portions
of the schedule related to the tasks performed by the CITY or any third party.
• Subsurface investigation and remedial action associated with hazardous wastes located within
the project limits are not within this scope of services. No hazardous, dangerous, or
HNTB
Page12
contaminated soil/ground water is anticipated on or within the project limits. Should any of
these materials be encountered, it will be considered Extra Work.
• Electronic contract plan files will be delivered to the CITY in AutoCAD format (latest
version) at the conclusion of Phase 2 — Final Design. Preparation of the record drawings will
be the responsibility of the CITY.
• The analyses, design, plans, specifications, and estimate performed or prepared as part of the
PROJECT will be in English units. Metric units will not be used on this PROJECT.
• The plans will be prepared in accordance with City of Tukwila drafting standards, with
WSDOT/APWA standards being the default standards to follow, if CITY standards do not
exist.
PHASE 1 — PRELIMINARY ENGINEERING & ENVIRONMENTAL
DOCUMENTATION
Task 1 Project Management
In this task are described those services necessary to plan, perform, and control the various
elements of the project so that the needs and expectations of the CITY and other project
stakeholders will be met or exceeded.
Assumptions:
The public participation aspect of the project is described in Task 4 of this scope of services.
To accurately establish and manage the total project budget, the CITY will provide to the
CONSULTANT their anticipated administrative costs through construction. The
CONSULTANT shall generate the estimated right-of-way acquisition costs.
The CONSULTANT's Project Manager and/or deputy Project Manager will meet with the
CITY's Project Manager on biweekly basis throughout Phases 1 and 2 of the project.
The CONSULTANT will submit monthly invoices with a written summary of project progress
to -date and activities expected for the next month.
The workplan components developed in Phase 1 of the project will be used as the guidelines for
performing the work in Phase 2 of the project. Issues may arise that are beyond the provisions of
this scope of work. Flexibility will be maintained in the workplan to address these urgent project
issues; however, the reallocation of resources may result in justification for Extra Work.
Internal project team coordination meetings will be held on an as -needed basis during Phase 1.
These meetings will be in addition to the coordination meetings held with the CITY, but budgeted
as part of the specific work tasks, separate from Task 1 - Project Management.
Task 1.2 Issues Resolution
In accordance with the Change Management Plan, this task may involve:
• •
HNTB
Page13
• Identifying and assessing a given issue relative to schedule, budget, resources,
and risk.
• Initiating the appropriate action(s) by assigning the issue to specific team
member(s) for resolution using the Communication Plan provisions as a
guideline.
• Monitors the issue resolution progress.
• Providing assurance for the timely resolution of issues.
• Adjusting the project work plan components as required.
The level of effort associated with each individual issue is contained within the appropriate
task(s) available to the team member(s) responsible for its resolution.
Task 1.3 Measure Project Requirements
Maintain the focus of the team members on satisfying the project purpose, objectives, and scope
of work. Monitor and confirm that the technical aspects of the project are being performed and
prepared in compliance with the CITY's expectations. Verify that the information generated on
the project is being filed.
Task 1.4 Measure Budget Conformance
On a monthly basis, monitor the Phase 1 engineering budget. Monitor the planned versus actual
rate of expenditure for each element, and identify trends, taking corrective actions if necessary by
implementing the applicable provisions of the Change Management Plan.
Task 1.5 Measure Schedule Conformance
Monitor and modify the Project Schedule on a monthly basis or as needed to determine potential
impacts of proposed changes. Adjust the durations, predecessor relationships, constraints,
linkages, deliverable descriptions and dates, reviews, percent completes, milestones, critical path,
and task completion dates to reflect the current status of the project and the revisions made to the
work breakdown structure.
Task 1.6 Communicate Progress
Conduct ongoing, proactive, responsive communications with the CITY staff involved in the
direction and execution of the project. Attend project coordination meetings (described in Task
1.11). Coordinate the schedule of the reviews to be performed by the CITY. Prepare and submit
a monthly progress report that will include identification of work performed in the previous
month's schedule, measures for mitigating schedule slippage and identification and discussion of
potential problems that may arise. Prepare meeting minutes if necessary and distribute to
attendees.
•
HNTB
Page14
Task 1.7 Lead the Project CONSULTANT Team
Provide direction to the project CONSULTANT team. Conduct project coordination meetings as
required with appropriate task leaders. Monitor the planned versus actual rate of expenditure for
each task and take corrective actions if necessary. Collect from each task leader, the percent
complete as measured by how much work is left to be accomplished on a task by task basis.
Maintain a high exposure to the project team of the issues to be resolved and their potential
impacts to the measures of success for the project.
Task 1.8 Manage Quality
Implement the processes described in the Quality Management Plan to meet the project objectives
established by the stakeholders. Perform continual Quality Planning to reaffirm which quality
standards are relevant and how they are to be satisfied. Verify that Quality Assurance has been
provided for each technical specialty to evaluate the overall project performance on a regular
basis and to build confidence that the project will satisfy the current quality standards for the
design, drawings, specifications, and cost estimates. Confirm that specific project results are
being monitored by each technical specialty through Quality Control activities to determine if
they are in compliance with the quality standards and, if not, that potential solutions to eliminate
the cause(s) of unsatisfactory performance have been identified and implemented. Facilitate the
identification and assignment of appropriate senior reviewers for each technical specialty.
Confirm that the current Quality Control activities are clearly indicated in the Project Schedule.
Task 1.9 Manage Change
Based on the project budget established by the CITY:
1. Identify, Analyze & Develop Change Strategies. Orchestrate the Change Management
Plan by logging and tracking potential changes identified from any source (Step 1);
facilitating the analysis of the change and determination of its impacts (Step 2), and
facilitating the development of a response strategy (Step 3). The specific activities
associated with completing Steps 2 & 3 on a given potential change will be largely the
responsibility of each technical specialty staff.
2. Identify & Analyze Risk of Change. Identify and analyze the likelihood of the potential
change introducing risk into the project. Characterize the risk to the extent possible and
outline control measures for minimizing its negative effects.
3. Change Authorization. Communicate the proposed strategy(s) to resolve the change and
make appropriate revisions as necessary to gain endorsement for the change (Step 4).
Obtain a written change authorization from the CITY, by the City Public Works Director,
and from the CONSULTANT, by its Project Manager, as representatives of the project
stakeholders.
4. Workplan Revisions. Prior to undertaking the work as a result of the change, revise the
project workplan (Step 5) to avoid misunderstandings, discontent, and poor project
performance. Monitor the implementation of the change using the standard project tools
and techniques.
• •
'INTB
Page15
Task 1.11 Meetings
In addition to attending specific meetings as described in other tasks, the CONSULTANT Project
Manager and/or deputy Project Manager will attend the following meetings:
Meetings
Purpose(Frequency) Preparation/Documentation
City Project Manager
Coordination meetings to discuss
progress, action items, budget,
schedule, upcoming issues (Bi-
weekly, 10 total)
Prepare agenda.
Meeting minutes summarizing action
items, decisions made and strategies
Core Project Team
Coordinate team's progress/effort,
status (Bi -weekly)
Prepare agenda.
Summary of decisions made and assigned
action items
Department of
Community Development
(DCD)
Coordinate permitting
requirements/costs (One in Phase 1)
Document all information given in formal
letter back to DCD
Task 1.12 Records Management
Implement a records management system to log, file, and readily retrieve project documents that
are received or generated by the project CONSULTANT team. Maintain a report on the status of
requested information. Compile a Project Resources Notebook that contains pertinent project data
developed as part of other work tasks described herein (e.g. contents: current schedule, latest
progress report, meeting minutes, team roster, etc.). Periodically update the Project Resource
Notebook as information is revised.
Task 1.13 Cost Estimating Procedures
Prepare the cost estimating forms and procedures that will be used for the evaluation of the
alignment alternative developed in Phase 1 of the project. A Planning Level Cost Estimate will
be prepared for the selected preferred alternative based on actual bid -tab data with the project
costs collected and presented in accordance to the standard WSDOT or Tukwila cost summary
format.
• •
HNTB
Page16
Task 1 Deliverables:
• Project Management Plan, ( 1 copy):
• Project Definition
■ Project Schedule
■ Change Management Plan
• Quality Management Plan
• Communication Plan
■ Project Budget
■ Project Instructions
■ Monthly Progress Report, (1 copy)
■ Meeting minutes, (1 copy each meeting)
• Project Schedule, (1 copy each update)
• Written Change Authorizations
• Project Management Plan Revisions
■ Project Resource Notebook, (1 copy)
■ Requested Information Report
■ Cost Estimating forms and procedures, (1 copy)
Task 2 Alternatives Screening
Assumptions:
The screening report will consist primarily of the document, developed previously by the City of
Tukwila, leading to the selection of Alternative 3B and on the later alternatives' analysis done by
the CONSULTANT and other competitive consultants to select the their preferred alternatives.
Engineering and environmental tasks to support the screening process are as follows:
Evaluation of Alternative 3B — The evaluation of the City's current preferred alternative, 3B,
included the following efforts:
• Preparation of a conceptual plan for the City provided flyover alternative to review and
evaluate the proposed layout;
• Gathering and review of background data;
• Site visits;
HNTB
Page17
• Identification of design limitations and potential fatal flaws associated with the proposed
plan.
• Develop modifications to meet required design criteria;
• Prepare construction cost estimate for the proposed improvement.
Development of Project Alternatives — The following efforts will be used in the development of
additional alternatives:
• Brainstorming project alternatives;
• Meetings with the City to understand issues and to verify criteria and criteria priority;
• Conceptual design development for each alternative for use in environmental screening;
• Conducting analysis to evaluate alternatives according to the criteria and to determine if
they would be functional and viable alternatives;
• Level 1, fatal flaw, and level 2 screening will be used on new alternatives;
• Preparation of a preliminary screening report and presentation;
• Further refinement of the preferred alternative design.
Preferred Alternative Cost Estimate —Development of a project cost estimate based on the refined
design of the preferred alternative;
Preferred Alternative Renderings — Development of color rendering(s) of the preferred alternative
including aerial oblique view, proposed sections and concepts of project from multiple
viewpoints.
Efforts described above will be consolidated and appended. The work done by the
CONSULTANT and other consultants may need to be modified or amended to satisfy NEPA
documentation and WSDOT procedures. For example, more thorough reasons for the values
assigned to each criterion may need to be included. These factors are unknown at this time and
cannot be included in the budget. This scope will need to be discussed with WSDOT and the
FHWA before the documentation can be finalized and this may result in Extra Work.
The Screening Report will be reviewed by the City and WSDOT and the FHWA, and thus the
General Environmental Documentation Assumptions listed below for those reviews and revisions
will apply.
Task 2 Deliverables:
• Alternatives development and analysis
• Comparative traffic analysis
• Comparative analysis to project goals
• Incorporate alternatives prepared by others
• Alternatives Screening
• Traffic simulation for preferred alternative
• Documentation and supporting graphics for
environmental effort
• •
HNTB
Page18
Task 3 Environmental
General Environmental Documentation Assumptions:
Except where noted, the evaluation of the environment will follow the WSDOT Environmental
Procedures Manual (EPM).
Regulations, standards, guidelines, and procedures in effect at the time of the Notice -to -Proceed
from the City will be followed. Any changes or additions to the regulations, standards,
guidelines, or procedures could lead to extra work.
Adding environmental elements or other changes to the requirements for environmental elements
will result in Extra Work.
The alternatives screening will be completed prior to the start of the technical memoranda in
order to expedite the approval of environmental documentation.
Technical memoranda authors will have sufficient design information to adequately analyze their
subject. Changes made to the design following the beginning of environmental analysis could
lead to Extra Work.
Value engineering will be done before beginning the technical memoranda. If value engineering
is done after beginning the analysis for the technical memoranda, changes to the project could
lead to Extra Work.
Task 3.1 Environmental Kick-off Meeting
Assumptions:
• Appropriate city staff, the CONSULTANT Project Manager, lead road designer,
stormwater designer, the Environmental Task Leader, and at least one team member
representing each discipline will be present at the kick-off meeting.
At this initial meeting, discuss the scope, schedule, and expectations for the environmental
components of the project. Establish the essential project procedures for administration, record
keeping, and QA/QC. Attendees should be all those involved with the project including
designers, environmental scientists, reviewers, GIS staff, and City staff. It is an opportunity to
identify key issues and concerns and start the project with momentum.
The CITY will be responsible for preparing for the kick-off meeting including scheduling
meeting, making room arrangements, sending invitations, preparing project overview materials
(scopes, budgets, schedule, maps, and existing conditions documentation).
Deliverables: Contact List
Project Overview Packet (20 copies)
Task 3.2 Technical Memoranda
General Technical Memo Assumptions:
• •
HNTB
Page19
Environmental elements included here are the only ones that need documentation to show that a
Categorical Exclusion is appropriate. Buy -in for this and for the analysis methods proposed here
should be acquired from WSDOT and the FHWA. If they require additional analysis or analysis
of additional environmental elements, it will be considered Extra Work.
There will be no technical memo for Environmental Justice. Please refer to the assumption about
Environmental Justice evaluation under the Documented CE below.
Unless otherwise stated in the text below, all technical memos will review Existing Conditions,
analyze impacts of the Build Alternative and the No Build Alternative for the design year, and
present project activities that will minimize impacts if needed.
Task 3.2.1 Displacement and Relocation
Assumptions:
None
The CONSULTANT will identify likely acquisition of property, including land, structures, and
landscaping, based upon conceptual right-of-way plans. Displacement of businesses, loss of
parking, or change in access will be identified and evaluated. Mitigation measures specific to
affected properties will be analyzed. Procedures will comply with the Uniform Relocation Act.
Deliverables: Draft Displacement and Relocation technical memo
Final Displacement and Relocation technical memo
Task 3.2.2 Aesthetics
Assumptions:
Since the project is not likely to substantially affect aesthetics and visual resources, the typical
EPM evaluation will not be prepared.
The CONSULTANT will use the rendering of the landscaping and monumentation plans, as well
and the design plans and sections to describe changes in the visual resources created by the
project and any potential impacts and mitigations.
Deliverables: Draft Aesthetics Technical Memo.
Final Aesthetics Technical Memo
Task 3.2.3 Air Quality
The air quality impact analysis will be consistent with the requirements of federal and state
conformity regulations, the procedures in the Environmental Protection Agency's (EPA)
"Guideline for Modeling Carbon Monoxide from Roadway Intersections" and the WSDOT
Environmental Procedures Manual (EPM) guidelines.
•
HNTB
Page20
Assumptions:
• Up to 3 intersections will be modeled for potential air quality impacts.
• MOBILE 6.2 vehicle emission rates for all modeled scenarios will be provided by PSRC.
A regional emissions or burden analysis will not be performed.
• The CONSULTANT shall develop A.M. and P.M. peak -hour turning movements for all
modeled intersections and scenarios listed below under CAL3QHC Modeling, as well as
signal timing data and intersection geometries for each intersection included in the
analysis.
• Existing air quality in the vicinity of the project area will be described using readily
available information from the Puget Sound Regional Council (PSRC), Puget Sound
Clean Air Agency (PSCAA), the Department of Ecology (DOE), and the Environmental
Protection Agency (EPA).
• Air quality impacts from construction activities will be evaluated qualitatively per
WSDOT EPM guidelines. Temporary air quality impacts during construction will be
described, and mitigation measures to control fugitive dust will be discussed.
• Modeling of air pollutants other than carbon monoxide (CO) is not proposed.
Existing Conditions: For this task the CONSUTLANT will describe the existing air quality and
pollution sources in the vicinity of the project area. The existing conditions will be described
using existing sources of information such as Washington Department of Ecology (Ecology)
Annual Air Quality Reports, and available data from Ecology monitoring stations. The potential
environmental and health effects of CO, Particulate Matter (PM), Ozone, Hazardous Air
Pollutants, and Greenhouse gasses will be discussed.
Input Files for Model. Each intersection selected for modeling will be coded for input to the
CAL3QHC model. Traffic volumes, turning movements, and signal timing information will be
developed in conjunction with project traffic and transportation engineers and formatted for
inclusion in the model input files. Input files will be developed for both the AM and PM peak
traffic periods for Existing Conditions, the Year of Opening (Build and No -Build), and the
Design Year (Build and No -Build).
CAL3QHC Modeling. The air quality analysis will meet the requirements of WAC 173-240 and
follow EPA and WSDOT guidelines. The air quality microscale analysis will determine CO
concentrations using the CAL3QHC, version 2, air quality dispersion model. Maximum one-hour
and eight-hour CO concentrations will be modeled at each intersection for AM and PM peak
traffic periods.
The intersections selected for air quality modeling and the corresponding receptor locations will
be based on the level of service (LOS) in accordance with the federal conformity rule. The final
selection of intersections to be modeled for air quality impacts will be made based on traffic
modeling results and consultation with Tukwila and WSDOT Air Quality staff.
Air quality impacts associated with the proposed project will be assessed, quantified, and
described for:
• •
HNTB
Page21
• The existing year
• The year of opening — No Build Alternative
• The year of opening — Build Alternative
• The design year — No Build Alternative; and
• The design year — Build Alternative
Technical Memo: The CONSULTANT will prepare an Air Quality Technical Memo
documenting the results of the analysis. The following traffic information and modeling
information will be included in the report:
• AM and PM peak hour traffic volumes and turning movements for the selected
intersections
• Description of modeled intersections
• Description of receptor locations or figure showing receptor locations
• 1 -hour and 8 -hour maximum pollutant concentrations at each intersection for each
modeling scenario
• Construction impacts and mitigations
• Comparisons of modeling results to the state regulation and to the National Ambient Air
Quality Standards (NAAQS)
• Comparison of modeling results among the alternatives
Project conformity statement noting the project's inclusion in an approved and conforming
transportation plan and conforming transportation improvement program (if applicable), and the
pertinence of the transportation control measures to the project. The conformity statement will
indicate whether the project contributes to a reduction in the frequency and severity of violations
of NAAQS (if any).
Deliverables: Draft Air Quality Technical Memo
Final Air Quality Technical Memo
CAL3QHC Model files on CD
Task 3.2.4 Traffic and Transportation
Traffic and Transportation scope is provided under the section on Preliminary Engineering
Studies. The report prepared for engineering will serve as the technical memo for the
environmental document.
• •
CHNTB
Page22
Task 3.2.5 Geology and Groundwater
Assumptions:
• No additional borings will be drilled specifically for the environmental documentation.
• This work will be based on existing reports and reports prepared for the project. There
will be no additional field work.
The effects of cuts and fills on groundwater and on the steep slope adjacent to the shopping center
will be evaluated. Geology, Soils (Earth), Groundwater and issues pertaining to City of Tukwila
Environmentally Sensitive Areas (Potential Geologic Instability Areas) will be addressed. The
information will include a description of subsurface conditions, project geology, tectonics and
seismicity, geologic hazards, and sensitive areas. The effects of these factors on the project will
be discussed.
Deliverables: Draft Geology and Groundwater Technical Memo
Final Geology and Groundwater Technical Memo
Task 3.2.6 Water Quality
Assumptions:
None needed
Water Quality Overview: Describe existing water quality conditions for water bodies that would
be potentially affected by the project, in particular, the Type 3 (perennial) and Type 4 (seasonal)
watercourses leading to the Type 2 (verified salmonid use) watercourse (leading to the Green
River) along the southeast quadrant of the I -5/I-405 interchange. Provide an overview of the
sources of water quality problems within the Southcenter subbasin of the Gilliam Creek Basin.
Contact agencies (such as the Washington Department of Ecology (Ecology), the City, and the
King County Department of Water and Land Resources Division (KCWLRD) to obtain existing
water quality data, relevant water quality reports, and agency concerns. Review recent reports
related to water quality within the Tukwila area.
Site Visit: Conduct site visit to document existing water quality, drainage patterns, and potential
sources of contamination in the project area.
Review Water Quality Standards. Review water quality requirements that govern water quality
treatment for development within the basin (refer Preliminary Engineering Studies for the
stormwater scope and applicable regulations).
Summarize Existing Pollutant Loading from the Project Site. Summarize pollutant loading
impacts of the alternatives during construction and after construction. Describe water quality
impacts with the project, with and without the treatment measures. Impacts to water quality will
be described primarily in terms of changes in pollutant loadings entering the receiving waters and
compliance with state water quality standards. Summarize water quality impacts other water -
related elements, such as groundwater and fisheries.
• •
'INTB
Page23
Technical Memo Coordination: Coordinate with preparers of surface water, groundwater,
wetlands, soils and fisheries elements to improve the understanding of existing conditions, the
assessment of impacts, and to maintain consistency of the proposed mitigation.
Summarize Impacts and Treatment. Describe the project's proposed water quality treatment
facilities. Evaluate adequacy of the proposed facilities to mitigate water quality impacts.
Describe potential mitigation for water quality impacts if additional mitigation is required.
Deliverables: Draft water quality technical memo.
Final water quality technical memo.
Task 3.2.7 Stormwater
Stormwater scope is provided under the section on Preliminary Engineering Studies. The report
prepared for engineering will serve as the technical memo for the environmental document.
Task 3.2.8 Fish and Aquatic Resources
Assumptions:
• The downstream watercourses include a Type 3 (perennial) and Type 4 (seasonal)
watercourses leading to a Type 2 (verified salmonid use) watercourse which flows into
the Green River. No in -stream work is proposed.
• Since no in -stream work is proposed, no specific stream surveys will be performed.
• Existing mapping, provided by the City, will be used for this project.
• The focus of the impact assessment will be on the secondary impacts to downstream
watercourses.
Data Collection: CONSULTANT will gather and review data available from the City of
Tukwila, Washington Department of Fish and Wildlife (WDFW) Priority Habitat Species
database, interviews with the local WDFW habitat biologist, King County and other existing
information on the watercourses and associated riparian areas.
Site Reconnaissance: CONSULTANT will conduct a site reconnaissance of the project corridor.
The site reconnaissance will consist of general observations of the stream. No specific habitat
surveys will be conducted. Photo documentation of representative habitat within the project area
will be taken to illustrate existing conditions.
Impact Assessment: Based on the review of existing environmental background information, the
site reconnaissance, and the proposed project actions, CONSULTANT will identify and evaluate
potential impacts to the stream. This will include a brief description of impacts to species and
habitats identified for the project, impacts such as impacts from direct degradation by actions
such as sedimentation during clearing and filling. In addition, CONSULTANT will provide
recommendations for avoiding and minimizing impacts including site-specific conservation
measures and best management practices.
* •
HNTB
Page24
Technical Memo: CONSULTANT will prepare a technical memo which summarizes the results
of the stream reconnaissance, the stream assessment, and the photographic documentation of the
existing conditions.
Deliverables: Draft fisheries and aquatic resources technical memo
Final fisheries and aquatic resources technical memo
Task 3.3 Biological Assessment (BA) and Essential Fish Habitat
The purpose of the BA is to evaluate individual projects in terms of their potential impacts to any
species listed or proposed for listing as threatened or endangered under the Endangered Species
Act (ESA).
Assumptions:
• Pink salmon are not present in the Type 2 watercourse.
• Chinook and Coho salmon may occur in the watercourse.
• Bull trout may occur within the Green River.
• Eagles may occur is the project area.
• A "No Effect" determination is expected, hence a "No Effect" BA level -of effort is
planned.
• The BA will include 30% complete drainage design. Although not expected, additional
work beyond 30% required by the services will be considered Extra Work.
ESA Listings. Requests will be made for ESA listings in the project vicinity. Letter requests are
required for the Washington State Department of Natural Resources (DNR) and the Washington
State Department of Fish and Wildlife (WDFW). Data is available on-line for NOAA-Fisheries
and the U. S. Fish and Wildlife Service (USFWS). Listing of both threatened and endangered
species and priority or critical habitats are made available by these agencies. Data received from
these agencies will be used to determine the level -of -detail for the BA.
Data collected through this process is only valid for six months. Additional information requests
will be necessary if the project is not completed within this six-month window. If any listings or
locations have changed, the BA will need to be updated to reflect those changes and this will be
considered Extra Work.
Effects Determination. Even though the BA is likely to be a "No Effects" letter BA, a field
review will be required. An assessment of the potential impacts on all listed species and habitat
will be completed followed by the "effects" determination.
Documentation. If a determination of "No Effect" is made and WSDOT concurs, the services do
not need to be contacted and the process is complete. If a full BA is required, it will be
considered Extra Work.
•
GPINTB
Page25
Essential Fish Habitat. Federal agencies are obligated under Section 305(b)(2) of the Magnuson -
Stevens Act (MSA) and its implementing regulations (50 CFR 600), to consult with NOAA
Fisheries regarding actions that are authorized, funded, or undertaken by that agency, that may
adversely affect Essential Fish Habitat (EFH). The MSA defines EFH as "those waters and
substrate necessary to fish for spawning, breeding, feeding, or growth to maturity." Furthermore,
NOAA Fisheries is required to provide the Federal agency with conservation recommendations
that minimize the adverse effects of the project and conserve EFH (MSA 305(b)(4)(A)). This
consultation is based, in part, on information provided by the Federal agency and descriptions of
EFH for Pacific groundfish, coastal pelagic species, and Pacific salmon (Chinook, Coho and pink
salmon) contained in the Fishery Management Plans produced by the Pacific Fisheries
Management Council.
An EFH review and determination will be completed as part of the BA process. The EFH review
will reference the effects discussed in the BA portion of the document and will evaluate the
project effects on spawning, breeding, feeding, growth and/or maturity for Chinook and Coho.
Deliverables: Draft Biological Assessment
Final Biological Assessment
Essential Fish Habitat Evaluation
Task 3.4 Environmental Documentation
Prepare a Documented Categorical Exclusion (DCE) to satisfy NEPA requirements, following the
format and procedures specified in the WSDOT EMP. Complete the WSDOT Environmental
Classification Summary. Adopt the NEPA document to satisfy SEPA requirements.
Assumptions:
• A NEPA Documented Categorical Exclusion (DCE) is acceptable for the project.
• No environmental justice (EJ) populations are expected within the study area. Reference
to the most recent census tract data for minority and low-income populations will be
sufficient to answer the Environmental Classification Summary question. If WSDOT
requests additional EJ documentation such as a technical report, or public outreach
efforts, it will be considered Extra Work.
• SEPA public notice requirements such as posting, mailings, and hearings will be handled
and paid for by the City.
• The City of Tukwila will accept and adopt the NEPA document and supplemental
paperwork to satisfy the SEPA process.
• The DCE documentation form (the Environmental Classification Summary, or ECS) will
be adopted as the SEPA checklist. To be adopted in this way, the adoption package will
include the elements included in Section A. Background of the SEPA Environmental
Checklist. The adoption process will include a 15 -day public and agency comment
• •
HNTB
Page26
period according to the Implementing Agreement between WSDOT and Ecology (see
SEPA Compliance, below). The document issued for comments will be the document
referred to as the approved camera-ready document, below, in the section on Document
Review and Production. It is assumed that there will be no revisions of the document
following review of the comments. The City will be responsible for notification of the
public and agencies about the comment period and will be responsible for supplying them
with requested copies of the document.
• WSDOT will review the content of the adoption package and determine that they meet
the adopting agency review standards, per WAC 197-11-630, prior to submitting the
package to Ecology.
Task 3.4.1 Documented Categorical Exclusion Preparation
CONSULTANT will prepare an environmental document supporting the DCE, which includes
preparation of the following sections:
• Cover Sheet
• Table of Contents
• Chapter 1 — will include a summary description of existing conditions, describe the
project purpose and project need, and the conclusions.
• Chapter 2 — describes the proposed alternative and the other alternatives considered.
• Chapter 3 — is a brief summary of impacts and mitigation, which is planned to be
presented as a matrix. The following environmental elements will be addressed:
• Displacement and Relocation
• Aesthetics
• Air Quality
• Traffic and Transportation
• Geology and Groundwater
• Water Quality
• Stormwater
• Fish and Aquatic Resources
• Biological Assessment and Essential Fish Habitat
• References
• Appendices (includes all technical memoranda)
•
HNTB
Page27
Task 3.4.2 Environmental Classification Summary
Prepare a WSDOT Environmental Classification Summary (ECS).
Task 3.4.3 WSDOT Coordination
Coordinate with the WSDOT Local Programs staff during the preparation of the technical reports,
the environmental documentation, and the BA.
Task 3.4.4 SEPA Compliance
Pursuant to the Implementing Agreement between WSDOT and the Washington Department of
Ecology, prepare the paperwork allowing the NEPA documentation to satisfy SEPA compliance.
Please refer to the EMP, M31-11, March 2003, Exhibit 320-6 for the Implementing Agreement
procedures.
Deliverables: Draft and Final Environmental Document Supporting the CE.
Draft and Final ECS form.
SEPA/NEPA paperwork per WSDOT/Ecology MOU: Determination of Nonsignificance and
Adoption of Existing Environmental Document.
Task 3.5 Document Review and Production
This task describes the internal review, editing, word processing, client review, WSDOT review,
and production of the environmental documents.
Assumptions:
• It is assumed that the technical memoranda and the Environmental Classification
Summary will be reviewed as part of the environmental document supporting the DCE
rather than being reviewed separately. All environmental documents will have one
review and revision cycle for the draft and one review and revision cycle for the final by
the City and WSDOT Local Programs, followed by approval of a camera-ready version
by the City. The 2 reviews and the camera-ready check by the City and WSDOT will
occur concurrently.
• The City will consolidate review comments of all reviewers, including WSDOT, and will
resolve conflicting comments and duplicative comments before delivering them to the
CONSULTANT. Comments will be delivered all at one time. Late comments often
cause extra work.
• All documents will be printed in black and white. Use of color will require additional
budget.
• •
'INTB
Page28
• The budget for editing, word processing, reproduction, quality control, and other reviews
is based on 100 pages, including appendices, for both the draft and final versions of the
DCE and supporting technical memos.
• The budget for GIS/Graphics for the draft and final versions assumes a limit of 33 color
figures created with no more than 2 base figures. Five (5) copies, each, of the draft and
the final, and one copy of the camera-ready will be provided to the City and WSDOT.
• Following receipt of approval signatures, 20 duplicated copies and one CD copy of the
document will be provided to the City.
• It is assumed that the screening document will be no longer than 100 pages with no more
than 40 color graphics. There will be 5 review copies. 5 final copies and one camera-
ready CD copy of the screening document will be provided. The screening document
will refer to the previous screening work but will not be required to be packaged with it
under one cover.
• The biological assessment/no effect letter will be no longer than 15 pages. 5 copies will
be provided for review and 1 camera-ready CD copy and 4 hard copies of the final will
be provided.
The screening document, each of the technical memos, the environmental classification summary,
the environmental document supporting the CE, and the SEPA adoption document will require
internal CONSULTANT technical review, editing, and word processing; then City and WSDOT
review, followed by revisions, editing, word processing and production for each review cycle.
There will also be an internal CONSULTANT QA/QC process to monitor and make sure that the
appropriate quality control is being conducted.
Deliverables: Document deliverables are listed under each task described above.
Task 3.6 Task Management
This task is for the Environmental Task Leader to supervise the environmental work, contribute
to progress reports, and to manage the staffing, scheduling, budgeting, and other administrative
tasks required to produce the deliverables listed in the environmental tasks described above.
Assumptions:
• The environmental work will be completed within 11 months after receiving Notice to
Proceed.
Deliverables: Environmental task contributions to the monthly report.
• •
HNTB
Page29
Task 3.7 Permitting
Permitting will be initiated during phase 2 of the project. The scope will be developed prior to
commencement of that phase.
Task 4 Public Involvement / Stakeholder Coordination
The goal of public involvement activities is to seek input from citizens and interested groups in
future decisions for the unresolved project issues, through a program of two-way
communications. Strategies to involve interested groups and citizens in Phase 1 of the PROJECT
are described in the following subtasks.
Task 4.1 Implement Ongoing Community and Agency Involvement
Program
Assumptions:
• Public outreach for this project will be directed by, and the primary responsibility of the
CITY's Department of Public Works. The overall role of the CONSULTANT team
members for public outreach tasks will be to support the CITY staff with stakeholder
coordination, scheduling meetings and preparing meeting minutes.
• CITY staff and elected leaders will remain the primary public spokespersons in outreach
to citizens and interested groups for all phases of the PROJECT. The City Project
Manager has been designated as official spokesperson for the project.
• Public communications will emphasize the alternative screening process already
performed for the PROJECT. Public involvement in these final project phases will seek
input on the unresolved issues and future decisions that still need to be made.
• The main project stakeholders will be City of Tukwila, Westfield Shoppingtown Mall
Southcenter Place Building and WSDOT. It is anticipated that significant coordination
with other adjacent local businesses will be necessary.
• Public outreach in Phase 1 sets the stage for gathering vital information and intelligence
from key stakeholders, and further refining the approach that will be used for public
outreach in subsequent project phases.
• Citizen participation for Phase 2 is a dynamic process. The public outreach program for
the PROJECT developed in Phase 1 will be designed to be flexible, recognizing that
adjustments will be made along the way. These adjustments will be the result of close
collaboration between the CITY and the CONSULTANT team.
• The CONSULTANT shall, to the maximum extent possible, utilize the exiting Public
Involvement Plan in use for the TUC. After the Team has reviewed and approved the
Plan, the CITY will be responsible for ongoing adjustments and decisions regarding
implementation of public outreach.
• •
HNTB
Page30
• Two meetings are assumed as part of the Phase 1 Public Involvement Program. These
meetings will be held to introduce the PROJECT to the stakeholders and discuss the
preferred alternative, and to coordinate the development of the PROJECT with input
provided from the stakeholders.
Objective: To establish a community and agency involvement program in support of the overall
work program, provide ongoing methods to disseminate project information, and gain feedback in
an effective and timely manner throughout the project process. The community involvement
program should be complementary to other community outreach conducted by the local
jurisdictions.
Community and agency involvement will be obtained through early and ongoing methods of
information exchange. The goals include disseminating information about the PROJECT and
evaluation process to the community, interested agencies, elected officials, and affected
businesses, as well as obtaining and monitoring feedback. It is expected that the community and
agency involvement process will vary in intensity and method during different stages of the work
program.
The CONSULTANT, in consultation with CITY and the Project Management Team, will
develop, implement, and maintain several modes of information exchange as described below,
from project initiation through completion of environmental review.
Community and Agency Involvement Coordinator: The CONSULTANT will designate a
Community and Agency Involvement Coordinator who will be primarily responsible for
responding to and documenting inquiries from interested parties relating to the technical and
community involvement. The coordinator also will serve as a vital conduit to channel feedback
to the CITY and the Project Manager.
Fact Sheets: The CONSULTANT will develop a project facts sheet with approved masthead that
will contain project descriptions, a summary of the public involvement process, and other
pertinent information of interest to the public. This facts sheet will be updated as necessary at
key milestones during the course of the project and forwarded to the CITY for distribution to
those sources requiring the update. Fact sheets will be 1-2 pages, focusing on specific topics
(such as project development process, proposed concepts, screening and evaluation,
environmental issues, etc.) on an as -needed basis. For budgeting purposes, a total of four fact
sheets are assumed.
The design, editing, and printing of the fact sheets will be the responsibility of the
CONSULTANT. Distribution of the fact sheets and direct printing expenses will be the
responsibility of the CITY. All written communications shall be developed in consultation with
the CITY and subject to prior approval by the CITY.
Community Mailing List: The CITY will develop a mailing list of community-based
organizations, publications, agencies, libraries, elected officials, and individuals that will receive
copies of the newsletter, notice of open houses/public hearings, and other pertinent information.
This task will be coordinated with the CITY prior to initiation in order to incorporate any lists the
CITY may already have developed and reduce the potential for confusion with other mailings of
the CITY.
CITY Web Site: The CONSULTANT will coordinate with the CITY's web site staff to enable
project newsletters and other public information to be posted on the CITY's web site. The format
• •
HNTB
Page31
and content of materials to be posted on the web site must be reviewed in advance by the CITY.
The web site will be publicized on all communications relating to the community and agency
involvement process. The CITY will be responsible for downloading, summarizing or otherwise
organizing, and responding to any feedback received through the web site.
Schedule: On-going through completion of the environmental clearance and Design
Documentation File.
Deliverables: Designation of Community and Agency Involvement Coordinator
Develop community mailing list
Design, implementation, and maintenance of specific communications
vehicles to be used throughout the duration of the project process,
including newsletters, fact sheets, and web pages.
Task 4.2 Coordinate Activities with WSDOT
Meet with WSDOT's Traffic office, Developer Services office, and Environmental office to
introduce the PROJECT, and to explore adjustments or enhancements to the proposed alternative,
and to confirm the method used for alternative screening. Present preferred alignment and collect
their input.
Deliverables: Up to two meetings with WSDOT, arranged such that the representatives
of each WSDOT department attends the same meeting(s)
Task 4.3 Coordinate Activities with Westfield Shoppingtown Mall
Meet with Westfield to introduce the PROJECT, and to explore adjustments or enhancements to
the proposed alternative, and to coordinate proposed optional traffic circulation to and from the
new parking garage.
Deliverables: Up to two meetings with Westfield.
Task 4.4 Coordinate Activities with Southcenter Place Building
Meet with Southcenter Place Building to introduce the PROJECT, and to explore possible
parking lot reconfiguration to mitigate lost stalls adjacent to Southcenter Parkway, as well as
right-of-way and pedestrian facilities impacts. This task shall include the development of up to
three conceptual drawings to address the impacts to the existing parking capacity of this building.
The drawings will be generated at 1"=50' scale and will include available base mapping to date.
It is expected that the owner/property manager of the Southcenter Place Building will select a
layout for the CONSULTANT to further in the Preliminary Design effort. (Task 5).
Deliverables: Up to four meetings with Southcenter Place Building; three conceptual drawings
at 1"=50'.
• •
NNTB
Page32
Task 4.5 Displays and Maps
The CONSULTANT will assist the CITY in preparing large-scale portable graphic displays and
maps to depict information for the stakeholder meetings.
Deliverables: Up to 6 portable displays and maps for stakeholder meetings.
(planimetric preferred project alternative); maps to be provided in hard
copy and in electronic/PDF format.
Task 4.6 Project Open House Meetings
Assumptions:
• A total of two (2) public open houses will be held in support of this project through 30%
design.
Objective: To ensure opportunities for early coordination with the public; provide information on
the PROJECT, concepts, and evaluation process; and obtain feedback with respect to the project
concepts, concepts evaluation, findings, and recommendations.
Approach: The CONSULTANT will organize, conduct, and facilitate a public open house where
the information and recommendations developed by the CONSULTANT can be presented.
Public feedback will be encouraged at the open house through conversations with project team
members who will staff a series of information stations, as well as written feedback using
response forms provided to each attendee. Also, the CONSULTANTS's Community and Agency
Involvement Coordinator will be available to identify community groups that have been contacted
and to discuss their input.
The open house will be up to 4 hours in length and will be held at a time designed to maximize
public attendance. The open house will be held in a space that affords room for individual
stations corresponding to key subject areas, with appropriate visual depictions and handouts
provided at each. Stations may include, but are not limited to, greeting/sign-in/room layout;
proposed project action; the concept development and evaluation process; relationship to the
environmental review process; project schedule; key issues; relationship to Westfield
Shoppingtown Mall expansion and Tukwila Urban Center plan; and how the public can continue
to be involved.
Each station will be staffed by one or more members of the CONSULTANT team, in conjunction
with CITY or stakeholder staff. CITY staff will be in attendance to assist with presentations, and
to answer other general questions consistent with their area of expertise or responsibility. Brief
presentations may be made at specific intervals (such as on the half-hour) to welcome attendees,
provide a general overview of the open house, and summarize the proposed projects and process.
The CONSULTANT will be responsible for the following in connection with the open house:
• Coordinate scheduling of the open house with the CITY;
• Provide clear directional signage;
1 •
HNTB
Page33
• The CITY shall provide notice of the open house by publication in newspapers of local
and regional circulation and other available means of communication (including the
project newsletter, CITY web site, and community publications and calendars);
• Provide notice of availability of reasonable accommodations for the open house such as
large -type written materials, sign language interpreter, foreign language interpreter and
physical ability accommodations and instructions on how to arrange for these in advance
(these service to be provided by CITY);
• Develop sign -in sheets, presentation materials for the meeting including audio-visual
aids, written handouts, fact sheets, and response forms. The CONSULTANT will print
and assemble 75 copies of the public handouts, fact sheets, and response forms;
• Brief staff at the open house on assignments, media contacts, recording public comments,
and encouraging use of response forms;
• Arrange for set-up and take-down of the open house location;
• Debrief staff assigned to the meeting in order to capture verbal comments received; and
• Compile and summarize all verbal and written comments received.
The CITY will be responsible for meeting room rental fees and publication of legal meeting
notices. Notice of the public open house will include publication in newspapers of local and
regional circulation, and other available means of communication including the project
newsletter, CITY web site, and community publications and calendars.
Schedule: The initial open house will be scheduled to occur during Task 3.1.
Deliverables: Preparation of support materials
Arrangement of, and attendance at, two public open house meetings
Preparation of up to 6 display boards; 75 copies of the public handouts,
fact sheets, and response forms; sign -in sheets; a record of the early
coordination efforts, including documentation of coordination meetings
and announcements; copies of all fact sheets, handouts, mailings, and
other written information provided; summaries of comments received;
and a sign -in record.
Task 5 Preliminary Engineering Studies
This task specifically identifies the effort for preliminary engineering necessary to support the
Environmental Documentation, and development of the Design Report. Effort associated with
preparing, circulating, revising and finalizing the Design Report are covered separately in Task 8
— Design Report.
General Assumptions.
• •
HNTB
Page34
1. The level of effort for each phase and task of work is limited to the amount of labor and
expenses indicated in Exhibit A. These costs are itemized to aid in project tracking
purposes only. The budget may be transferred between tasks, provided the total
contracted amount is not exceeded. Additional services beyond these limits shall be
considered Extra Work.
2. The CONSULTANT is responsible for meeting deadlines for their tasks only; having no
control over those portions of the schedule related to the tasks performed by the CITY or
any third party.
3. Subsurface investigation and remedial action associated with hazardous wastes located
within the project limits are not within this scope of services. It is assumed no hazardous,
dangerous, or contaminated soil/ground water shall be encountered on or within the
project limits. Should any of these materials be encountered, it shall be considered Extra
Work.
4. Electronic contract plan files and survey data shall be delivered to the CITY in AutoCAD
format at the conclusion of Phase 2 — Final Design. Electronic deliverables, in PDF
format, shall be provided at the conclusion of Phase 1.
5. The analyses, design, plans, specifications, and estimate performed or prepared as part of
the PROJECT shall be in English units. Metric units shall not be used on this PROJECT.
6. The plans shall be prepared in accordance with CITY drafting standards, with
WSDOT/APWA standards being the default standards to follow, if CITY standards do
not exist.
The CONSULTANT shall complete the necessary preliminary engineering studies and design for
the proposed concept to the level of detail to support the NEPA and SEPA environmental
processes, to prepare an accurate and defendable construction cost estimate for the identified
work, and to support the pursuit of additional project funding.
Assumptions:
In preparing the scope and budget for this project, the following assumptions were made:
• Preliminary estimate of probable cost will be prepared for the preferred alternative only.
All costs will be estimated in 2005 dollars. Estimated costs will include design
engineering, construction management and construction and right of way.
• The proposed roadway alternative is the preferred alternative presented in the project
proposal.
• The proposed improvements will not directly impact the WSDOT ramps connecting to
Southcenter Parkway
• The estimated hours include a single review and revision cycle with the City of Tukwila.
The effort associated with additional reviews and revisions will be considered Extra
Work.
•
HNTB
Page35
• Review and comments on all submittals to agencies will be returned to the
CONSULTANT within the time stipulated (two or three weeks) for each.
• Work performed during the concept development and proposal stage of the project will
be the basis of all work identified in this scope of services.
Task 5.1 Data Needs Confirmation and Collection
Assumptions:
• The CITY shall provide to the CONSULTANT any additional available existing
information and requirements relative to the PROJECT.
Existing Data Collection and Review - Review the existing data provided by the CITY. Review
collected information against the assumptions made on the project. Categorize and prioritize the
information as to the degree it specifically relates to the proposed PROJECT improvements.
Document the major findings and determine what additional data or analysis is needed.
Site Reconnaissance - The CONSULTANT team members shall visit the site after reviewing the
collected existing data taking photographs and video to assist in future corridor studies and for
coordination purposes. The site visit shall be used to check existing data, aerial mapping data, and
as -built maps; noting those features that visibly differ from the existing data collected and
determining areas that need additional field survey in the later phases of the PROJECT.
Transportation -related data to be collected during the site visit may include channelization
inventory, lane widths, and pedestrian and bicycle facilities inventory.
Task 5.2 Aerial Photogrammetry, Surveying, and Base Mapping
Assumptions:
• The Modified Lid concept is the selected alternative for scoping.
• The horizontal datum for this project will be NAD83/91.
• The vertical datum for this project will be NAVD88.
• No surveying will be required in the traveled lanes of I-5.
• No permanent monuments will be set along the existing or proposed right-of-way, and no
record of survey will be filed with the County.
Establish horizontal and vertical control in the project area based on the project datums, and set
project benchmarks approximately 500' along Southcenter Parkway.
Establish the boundaries of Southcenter Parkway and Strander Blvd. within the limits of the
Klickitat Drive project.
Prepare a topographic base map for the project area showing all physical features visible on the
ground surface and evidence of underground utilities. The mapping will also include record
utility information obtained from existing records.
1 •
HNTB
Page36
The mapping limits will be as follows:
Along Southcenter Parkway from a point approximately 500 feet south of Strander Blvd. to a
point approximately 1320 feet north of Strander Blvd. and 75' west of centerline and 100' east of
centerline.
Along Strander Blvd. from Southcenter Parkway to a point approximately 300' to the east and 50'
each side of centerline.
Along Klickitat Drive from Southcenter Parkway to the most easterly edge of pavement of I-5
and 45' north of centerline and 55' south of centerline.
The mapping will be provided in AutoCAD at a scale of 1" = 40' with a 1' contour interval.
Task 5.3 Existing Utility Plan
Assumptions:
• One (1), 4 -hour coordination meeting with CITY and the affected utility franchises.
• Up to two (2), 2 -hour meeting for design team staff with other disciplines and work
efforts.
• The CONSULTANT will distribute materials to all affected agencies for two (2) reviews.
• The CONSULTANT will compile all affected agency comments.
• Engineering services for the relocation of existing utilities as required by conflict shall be
accomplished by the utility owners per franchise and easement agreement for existing
and proposed right-of-way, and not by the CONSULTANT.
The CONSULTANT will prepare an Existing Utility Plan to determine impacts from the
PROJECT, and prepare an action strategy for inclusion in the Design Report. The
CONSULTANT will assemble and review applicable studies, existing information, and as -built
plans to identify major utilities that could be affected by the direct access project. Task 5.2,
Aerial Photogrammetry, Surveying, and Base Mapping includes inventory, survey, and base
mapping of all drainage flow lines (ditch, culvert, catch basin, etc.), pipe size, electrical facilities,
sign posts, communications, telephone, water, sewer, gas, other utilities, and related facilities
based upon existing surveys, as -built information, utility locates, and potholing or other location
techniques.
After information has been obtained, surveyed, and plotted, the CONSULTANT will identify
potential impacts to utilities. A meeting will then be held with the CITY, and all affected utilities
present by easement to discuss utility relocation or modification costs. The CONSULTANT will
record the meeting notes and provide copies to the CITY.
Schedule: To be determined as part of Task 1.2, Develop Detailed Project Schedule and
Milestones.
• •
'INTB
Page37
If insufficient data is available for design purposes, it may be necessary to pot -hole existing utility
locations. This scope assumes that the City will arrange for right of entry, and provide the
necessary permits.
Deliverables:
Existing Utility Plan, list of utilities affected by project, and
action strategy for resolving the conflicts for inclusion with the
Design Report.
Task 5.4 Preliminary Engineering; 30% Level Design
CONSULTANT will prepare detailed preliminary Construction Drawings (30% level design),
including plan views, profiles, and cross-sections, along with supporting design calculations. In
order to develop a basis for a work hour estimate, an estimate of the preliminary plans that are
assumed to be required is included below. The project length is approximately 1,500 linear feet
along Southcenter Parkway and it is assumed that the project can be covered on four (4) plan
sheets plus three (3) additional plan sheets to address improvements required on Klickitat Drive,
Strander Boulevard, and Nordstrom's Mall access. It is anticipated that additional off-site
improvements can be incorporated into these sheets. Related profiles will be addressed on
separate sheets as quantified below. Plans will be drawn at 1" =20' scale unless noted otherwise.
Plans will be generated in accordance with the City of Tukwila Plan Standards. Format for plans
will be ink or equivalent, on City of Tukwila title/border, 22 -inch x 34 -inch size sheets. The
scales to be used, the lettering and the general delineation of the plans will be such as will provide
legible reproduction at full scale or when reproduced at one-quarter the original size (50 percent
reduction).
A total of 30 drawings is anticipated and will be based on the following sheet breakdown and
descriptions:
a. Title and Index Sheet (1 Sheet, not -to -scale (NTS)) Title and index sheet will include a
vicinity map.
b. Legend, Abbreviations, and General Notes (1 Sheet, NTS) Sheet will present legend,
abbreviations, and general notes for preliminary drawings.
c. Roadway Sections (1 Sheet, NTS) Roadway sections for the typical roadway cross-
sections for construction.
d. Paving, Grading, and Drainage Plans / Curb and Drainage Profiles
(13 Sheets 7 plan, 4 profile, H:1" =20', V:1" =5' Scale ) The plan format will split the
plan and profile information, providing each on separate sheets.
The plans will include:
• horizontal alignment information, paving limits, retaining wall locations and
heights and limits of any cut/fill required.
• limits of pavement removal and grading limits
• proposed drainage, stormwater treatment, and detention facilities locations and
sizing
•
HNTB
Page38
• Elevation and pipe slope information for drainage laterals, on plan view;
elevation and pipe slope information for main drainage lines on the roadway
profiles.
The plans will include centerline profiles (including location and elevation) to control the
vertical elements of the work within the corridor. On the same profile, preliminary
drainage profiles (including location and elevation) will be prepared by the
CONSULTANT for the main drainage lines throughout the project. These profiles will
provide information on drainage structure types, rim elevations and invert elevations.
Design slopes between drainage structures will be shown here and not on the Plans.
Profiles will not be prepared for the laterals.
e. Channelization and Signing Plans (4 Sheets, 1" =20' Scale) Preliminary channelization
and signing plans (including sign schedule) that illustrate project channelization and
signing.
f. Preliminary Signal Plans (4 Sheets, 1" =20' Scale) Prepare preliminary design for signal
modifications at Klickitat Drive, Strander Boulevard and Nordstrom entrance
intersections with Southcenter Parkway. The preliminary design of a new signalized
intersection at Klickitat Drive and the I-5 SB on-ramp will also be included. Preliminary
layouts will include plan view of the proposed signal identifying signal pole locations,
controller cabinet locations and other surface features associated with the signal that
could impact existing or proposed improvements. Assumes 1 sheet each at Strander,
Klickitat, Nordstrom's Mall entrance and Klickitat/SB I-5 intersections. Preliminary
signal plans shall also include proposed signal interconnection between the Strander,
Klickitat, Nordstrom and Klickitat Dr/SB 1-5 ramp intersections. Coordination with the
Tukwila Urban Center Signal Interconnect Project will be necessary during this design.
g.
Preliminary Traffic Control Plans (4 Sheets, 1" =40' Scale) Prepare plans outlining
recommended construction sequencing and signing to minimize traffic impacts during
construction.
h. Preliminary Right-of-way Needs Assessment (2 Sheets, 1" =40' Scale) Develop plan
which identify the locations and associated areas of impact for the proposed project. The
plan will show proposed take areas and proposed easement areas. A tabulated summary
of needs will be included on the plan by affected parcel.
Deliverables: Preliminary Construction Drawings (30% Level Design); 30 sheets
Task 5.5 Visual Inventory and Context Sensitive Solutions
Assumptions:
• Up to five Advisory Committee meetings for purposes of presentation and eliciting
feedback.
• Two site visits will be conducted. One brief primary site visit with the City Project
Manager and a second more extensive site visit to document the existing conditions.
Information to be furnished by the City includes any documentation or base map
information related to Aesthetics and Visual Inventory.
•
HNTB
Page39
The CONSULTANT will conduct a visual inventory for the project in accordance with the City
of Tukwila and WSDOT guidelines. In this task, the CONSULTANT will work with the CITY
and other identified stakeholders as part of the context sensitive solutions process to define the
aesthetic and visual elements of the proposed project, identify urban design opportunities and
constraints and develop aesthetic and architectural treatments to be in harmony with the urban
center theme.
The CONSULTANT will implement the requirements of the Roadside Classification Plan for the
I-5 and I-405 corridor, incorporate the restoration and enhancement of the roadside function,
develop concepts and alternatives for urban design improvements and develop cost estimates
based upon selected aesthetic treatment options. The CONSULTANT will work with the CITY
to develop and identify individuals within the community that will provide a regional and local
based perspective on design issues. It is anticipated that the CSS Advisory Committee meetings
will be a workshop or charette environment.
Task 5.5.1 Visual Inventory
The visual inventory report shall consist of a written report and plan graphics to depict findings of
existing conditions, opportunities and constraints. This will include site plan graphics and
photographs to illustrate existing conditions and will be presented at the first of the Advisory
Committee meetings (see Task 5.5.2). The report will contain an appendix containing copies of
photographs documenting existing conditions viewed from and view to elements. View points
will be determined with the CITY and the Advisory committee in conjunction with the WSDOT
NW Region Landscape Architect. The focus of the report will be on "View from the Road" issues
and "View to the Road" issues.
Deliverables: Visual Inventory Report
Appendix documenting existing conditions
Task 5.5.2 Context Sensitive Solutions and Aesthetics
The CONSULTANT will conduct up to two 2 -hour Advisory Committee (AC) meetings. The
Advisory Committee (AC) will be guided through the process used on the I-405 project, and the
colors, textures, materials, and plant types selected. CITY staff will supplement the meeting
discussion with the process used for the TUC sub -area plan.
Incorporate Community Vision and Goals: The Consultant will distill the issues and aspirations
listed by the AC at the first workshop, and from a meeting with the CITY to incorporate TUC
elements, into a draft vision statement and draft set of goals for the project. Example images will
be illustrated and will be coordinated with findings and efforts associated with the adjacent I-405
project.
Develop Design Concepts: Based upon the vision established under TUC and I-405, project goals
and review of the site inventory, the CONSULTANT will identify a series of design concepts or
•
HNTB
Page40
'big ideas" for composing and organizing the design of the project. At this stage opportunities for
community enhancement or artwork will be discussed and identified.
Conceptual Plan: Based upon feedback received from the AC, the design team will develop a
preferred conceptual plan and probable cost for the urban design and aesthetic elements. In
conjunction with the preferred plan, a master plan report will be developed to document the
planning effort in sufficient detail to explain the elements selected and process undertaken to
achieve the recommended results. The recommendations will be organized based on the
priorities established during the study.
Deliverables: Conceptual Plan for Urban Design and Aesthetics Elements
Task 5.6 Prepare Preliminary Estimate of Probable Project Cost
CONSULTANT shall prepare an Engineer's Opinion of Probable Construction Cost, with an
itemized list in tabular form describing specification section, item, and quantity, estimated unit
costs and estimated total cost. At the preliminary phase of design, the estimate will itemize the
quantities to the level of detail available and address the remaining items with general unit costs
and contingencies.
It is understood that any cost opinion or engineer's estimate provided by the CONSULTANT will
be on the basis of experience and judgment. Because the CONSULTANT has no control over
market conditions or bidding procedures, the CONSULTANT does not provide warranty or
guarantee of the estimated costs.
Deliverables: Estimate of Probable Construction Cost
Task 5.7 Value Engineering Study
Assumptions:
• Up to two (2), 2 -hour meetings for 3 members of the design team.
• The CONSULTANT will be responsible for the meeting logistics, refreshments and
facilities.
• The CONSULTANT will distribute materials to all affected agencies for two (2) reviews
(one each for the "Draft" and "Final" VE study reports).
• The CONSULTANT will compile all affected agency comments.
A value engineering (VE) analysis will be conducted for the preferred alternative. The
CONSULTANT will recommend the VE Team composition and desired qualifications to the
CITY, and the CITY will provide names of project stakeholders or CITY staff to attend. Salaries
and travel expenses for VE Team members will be borne by their respective agencies, or
businesses.
s •
HNTB
Page41
The VE study is assumed to occur over three consecutive days. The CONSULTANT will
provide a facilitator for the VE team, compile the findings and recommendations, and prepare a
draft and final VE study report. The CONSULTANT will prepare design information, exhibits,
and necessary support materials for the VE study, and will participate throughout the study. The
CONSULTANT will also be responsible for all logistical arrangements, including a meeting
facility and light refreshments.
Following preparation of the draft VE study report, the CONSULTANT will coordinate with the
CITY to determine how best to incorporate the study findings and recommendations into the
continued development of the preferred alternative. Decisions reached will be reflected in the
final VE study report.
The VE Study will take place within 30 days after completion of Task 5.0. The CONSULTANT
will be responsible for preparation for the three-day VE study including: provision for meeting
arrangements and refreshments; exhibits, design information, and support materials; and five
copies, and electronic files, of the draft and final report identifying the study findings and
recommendations.
Deliverables: Draft and Final VE Study Report
Task 6 Drainage
This task is divided into two distinct efforts; 1) Support for Environmental Documentation, and 2)
Continued design effort in support of the Design Report via the Technical Information Report
(TIR)
Assumptions:
• Treatment and detention requirements will be based on the methodology defined by the
CITY. No special analysis of treatment options will be conducted if required by
permitting agencies under this scope.
Task 6.1 Environmental Documentation Support
Task 6.1.1 Existing Data Collection
This effort will include the acquisition of the following:
• System maps, hydraulic reports, and maintenance issues on existing drainage facilities;
• As -built drawings of the existing drainage utilities;
• Available geotechnical data including infiltration capacity evaluations;
• Available water quality data.
•
HNTB
Page42
Task 6.1.2 Identify Discharge Locations (Outfalls)
Specific activities to be carried out in the execution of this task include:
• Review existing drainage system records and locate current discharges to the Green
River, Gilliam Creek, and the stormwater collection systems;
• Field Verification of existing drainage facilities;
• Field verification of current condition of existing CITY and WSDOT facilities including
all culverts to 1/4 mile downstream of the project;
• Description of existing conditions;
• Develop vicinity map.
Task 6.1.3 Determine Stormwater Quality and Flow Control Requirements
Specific efforts to be carried out in this task included the estimation of the increased impervious
area based on the preferred roadway improvement alternative. Required treatment protocols and
detention volumes will be established based on the results of the estimation.
Task 6.1.4 Prepare Stormwater Management Facility Type, Size and
Location Report
This Consultant will be responsible for the following in this task:
• Summarize results of data collection and interviews in narrative form;
• Summarize design criterion to be applied for this project;
• Document Stormwater Quality and Flow Control mitigation measures considered;
• Recommend Stormwater Quality and Flow Control for the preferred roadway
improvement alternative.
Task 6.1.5 Support Environmental Documentation
The purpose of the task is to ensure coordination between the stormwater design and
environmental permitting efforts. The CONSULTANT will carry out coordination as follows:
• Provide quality control review of Discipline Report(s)
• Provide initial temporary erosion control concepts as required to support permitting.
Deliverables:
•
HNTB
Page43
• Log of collected data
• Meeting minutes and correspondence, (1 copy)
• Narrative summarizing collected information and final
stormwater elements for inclusion in the Stormwater
Management TS&L Report.
Task 6.2 Technical Information Report (TIR)
Assumptions •
• Basis for preparation of the TIR will be the King County Surface Water Design Manual,
1998
The CONSULTANT will expand the analysis developed in Task 6.1, Prepare Conceptual
Hydraulics Studies, and will prepare a Hydraulics Report for the direct access project in
accordance with the WSDOT Hydraulics Manual. The Hydraulics Report shall contain:
• Vicinity map;
• Description of the drainage basin(s);
• Description of drainage surface(s);
• Field verification of existing drainage facilities;
• Field verification of current condition of existing CITY drainage facilities, including all
culverts;
• Type, size, and location of existing drainage facilities owned by CITY and others;
• Type, size, and location of proposed drainage structures;
• Profiles on standard sheets showing flow line (invert) elevations;
• Calculations for runoff and pipe sizing;
• Cross-sections for open channel or ditch drainage structures;
• Ditch and gutter conveyance calculations;
• Type, size, and location of retention facilities;
• Type, size, and location of storm water treatment facilities;
• Evaluation of culverts for fish passage requirements;
• Discussion of alternatives;
• Identification of selected alternatives; and
•
HNTB
Page44
• Cost estimate, including right-of-way, mitigation for right-of-way acquired for drainage
purposes (if applicable), drainage facilities, and maintenance cost over the life
expectancy of the drainage facility;
The CONSULTANT will meet with the CITY Stormwater Engineer to discuss the
CONSULTANT's approach to preparing the Hydraulics Report prior to starting this phase of
work. The CONSULTANT will submit a Draft Hydraulic Report to the CITY Stormwater
Engineer for review. Review comments will be prepared and returned to the CONSULTANT.
All comments returned to the CONSULTANT shall be addressed to the satisfaction of the CITY
Stormwater Engineer. Once all issues are resolved a Final Hydraulic Report shall be submitted.
Schedule: To be determined as part of Task 1.2, Develop Detailed Project Schedule and
Milestones.
Deliverables:
Draft Hydraulics Report
Documented Response to Comments
Approved Final Hydraulics Report
Hydraulic Summary for inclusion in the Design Report.
Task 7 Geotechnical
This task will be accomplished in three phases; environmental documentation support, additional
soils data collection and analysis, and support for the structure analysis and Design Report
(Preliminary Geotechnical Report)
Task 7.1 NEPA Documentation: Geology, Soils, Groundwater and
Geologically Sensitive Areas
Assumptions:
• No additional borings will be drilled specifically for the environmental documentation.
This work will be based on existing reports and those prepared for the project; no
additional field work is anticipated.
CONSULTANT will address the following elements of the NEPA documentation: Geology, Soils
(Earth), Groundwater and issues pertaining to City of Tukwila Environmentally Sensitive Areas
(geologic elements). The information will be presented in the form of a technical memorandum
to be excerpted into the NEPA document. The information will include an existing conditions
(affected environment) section that will describe subsurface conditions, project geology, tectonics
and seismicity, geologic hazards, and sensitive areas. The information will also include a
discussion of geotechnical impacts of the project and mitigation measures will be proposed to
offset potential impacts.
Task 7.2 Geotechnical Design Services
Assumptions:
•
HNTB
Page45
• It is assumed the extent of field exploration will be 11 drilled borings. Of these 11
borings, 4 are assumed to be mud rotary.
Data Review and Summary Memorandum: This initial phase will include a thorough review of
existing geotechnical and geological background information such as geologic maps,
topographical maps, and geotechnical studies of the site and vicinity. This review will help
identify likely ground conditions and facilitate preliminary project team design decisions. The
results of these evaluations will be presented in a summary memorandum.
The Consultant will obtain the necessary permits for field explorations.
Field Explorations and Laboratory Analyses: Additional field explorations will be performed to
complement and expand on the body of available geotechnical data. Prior to performing
subsurface explorations we will prepare a work plan that will identify the locations and depths of
the explorations. The work plan will also be used to facilitate obtaining the various permits that
will be likely from the City of Tukwila and WSDOT as well as to coordinate utility clearances.
Field explorations will include drilled borings. The CONSULTANT will also observe and
document existing conditions of the pavement surface along the project alignment. Falling
weight deflectometer (FWD) testing may also be completed to assist in evaluating the existing
pavement section for overlay design purposes.
Laboratory analyses will be performed to evaluate pertinent physical and engineering
characteristics of the soils based on laboratory tests performed on samples obtained from the
borings. The laboratory tests may include moisture content, dry density, Atterberg Limits and
grain size analyses, as appropriate.
Engineering Analyses and Development of Design Recommendations: Engineering analyses will
be performed to develop preliminary geotechnical design recommendations for the various site
improvements. These recommendations will likely include: site preparation and earthwork
including mitigation of unsuitable ground conditions; pavement design; stability and performance
of temporary and permanent cut and fill slopes; foundations for new bridge/lid structure and other
structures such as retaining walls and traffic signal and luminary poles; alternative retaining
walls; and seismic considerations including seismic design criteria and liquefaction potential of
site soils.
The results of the subsurface exploration, laboratory testing, analyses, and geotechnical design
recommendations will be presented in a Draft Preliminary Geotechnical Report for review by the
project team. The draft report will provide the findings, conclusions and recommendations as�
appropriate for the project
Task 7.3 Final Preliminary Geotechnical Report
Assumptions:
• Traffic data (equivalent single -axle loads, ESAL's) will be determined by the
CONSULTANT 's work under Task 9.0.
• No participation in team and/or agency meetings is assumed for completion of this task
•
HNTB
Page46
The final report will document the efforts and results of Tasks 7.1 through 7.2 and provide
recommendations for pavement determination, and foundation design for walls and structures.
Following review of the draft report, the CONSULTANT will respond to review comments and
submit a Final Preliminary Geotechnical Report. Five copies will be submitted for approval.\
Deliverables: Draft and Final Preliminary Geotechnical Report
Task 8 Structures
Task 8.1 Design Criteria
A. Work with City staff and stakeholders to develop project goals and objectives and a
list of evaluation criteria to be used for the screening of alternatives. Prepare a report
documenting the goals, objectives, and evaluation criteria. After receiving
comments, prepare the Final Design Criteria Report. WSDOT and FHWA review
and approval of the screening criteria should be obtained to ensure the analysis meets
federal, state, and local review requirements for screening and ranking of potential
design and alignment alternatives.
B. Prepare project design criteria. Submit five copies of the draft report to the City for
review. After receiving comments, prepare the final report. An original and five
copies of the final report will be delivered to the City. Elements will include but not
be limited to:
1. Minimum level of service.
2. Design speed.
3. Maximum allowable grade.
4. Minimum sight distance.
5. Lane widths.
6. Pedestrian requirements.
7. Bicycle requirements.
8. Drainage requirements for water quality and detention.
9. Structural live loads.
10. Structural seismic criteria
11. Illumination standards.
12. Signal criteria, including CCTV and interconnect systems.
13. Landscape requirements.
14. Aesthetic requirements.
Task 8.2 Concept Design
A. Prepare a geometric layout plan and profile for the preferred alternative. Plan and
profile to include but not limited to:
1. The horizontal alignment of all structures, streets, intersections, local access, bike
paths or lanes, and sidewalks; showing limits of structures, number of lanes and
direction, curve radii and a convenient method of stationing.
2. Provide sufficient horizontal controls to ascertain that the design criteria are
feasible and that adequate clearances exist.
• •
HNTB
Page47
3. The vertical alignment of the new construction showing grades vertical curve
data, clearances (taking into account superelevation), stationing and other profile
controls.
4. Typical sections, showing widths of structures, roadways, sidewalks, bike paths
or lanes, and traffic lanes.
B. Develop a construction phasing and detour concept showing the limits of the detour,
number of lanes available during all phases of construction, lane operation, traffic
volume assignments and anticipated temporary roadways, structures, and
signalization.
C. Identify probable bridge and wall types. Prepare a bridge and wall type study to
select the structure type for the preferred alignment. Identify up to 3 structure types.
Develop a preliminary design for the three alternatives including architectural studies
for span length, pier configuration and superstructure shape. Superstructure,
substructure, and foundation systems will be developed in sufficient detail to
determine estimated quantities for cost estimating. Prepare plan, elevation and
typical section plus rendering for the preferred alternative. Select preferred bridge
type with input from the City, Design Advisor Group and others as approved by the
City.
D. Prepare graphics to be used in agency and public meetings.
E. Identify right of way needs for each of the final alignments. The CONSULTANT
will prepare a cost estimate for right of way acquisition.
F. Prepare a Concept Design memorandum to document the process and results.
Information will be summarized in a matrix format for easy comparison of the design
concepts, advantages, disadvantages and costs. An original and five copies of the
final report will be delivered to the City.
G. Prepare overall project budgets to include construction costs, contingencies, right-of-
way acquisition (estimate by the CITY), design costs, and inflation to the estimated
start of construction.
H. Basic information developed in this task and depicted on the 30% plans will include:
• Roadway horizontal alignments and profiles;
• Edges of pavement;
• Travel lane and shoulder designations;
• Sidewalks, pedestrian ways, and waiting areas;
• Grading concept, including limits of cut and fill;
• Approximate locations of significant stormwater detention and treatment
facilities
• Existing utility locations;
• Retaining wall locations and approximate heights; and
• Bridge structure locations with approximate span lengths and pier locations.
I. Prepare an estimated time schedule for the completion of environmental, design and
construction phases.
• •
HNTB
Page48
Task 8.3 Structures TS&L Report
The CONSULTANT will prepare the 30% Structural Design Report. The report will
include structural design criteria, alternative structure types (up to three), and Estimates
of Probable Project Cost for each alternative. The report will recommend a preferred
alternative for each structure location and be submitted to the CITY for review. The
CONSULTANT will respond to the comments and incorporate the requested changes
into the revised report.
The CONSULTANT will complete Retaining Wall Data Sheets for all walls. Proposed
retaining wall types, locations, and heights shall be discussed in the Structural Design
Report to determine the right-of-way impact.
The CONSULTANT will prepare a summary of the Structural Design Report and
Retaining Wall Data Sheets for inclusion in the Design Report. The summary will
describe the coordination performed during the development of the Report and Data
Sheets, and also will describe the impacts on the proposed project.
Schedule: To be determined as part of Task 1.2, Develop Detailed Project Schedule and
Milestones.
Deliverables: 30% Structural Design Report and Retaining Walls Data Sheets
A summary of the impacts for inclusion with the Design Report.
Task 9 Traffic Forecasts and Analyses
General Assumptions:
1. The Study Area will be refined by the Consultant during this task. At a minimum, it will
consist of the Klickitat Drive, Southcenter Parkway, and Strander Boulevard
intersections, and may include 61st & Tukwila Parkway and 61' & Southcenter Blvd.
intersections. Specifically, the intersections to be considered within the Study area
include:
• Southcenter Parkway/Strander Boulevard;
• Southcenter Parkway/I-5 northbound off -ramp;
• Southcenter Parkway/Klickitat Drive;
• Southcenter Parkway/Nordstrom Driveway;
• Klickitat Drive/I-5 southbound on-ramp;
• Strander Boulevard/"Target" driveway to Southcenter Mall.
2. The City of Tukwila shall provide available data required for the project to the
CONSULTANT. The City and the CONSULTANT shall develop assumptions, or
• •
HNTB
Page49
determine if additional data should be collected, in place of any unavailable data. The
required data includes:
• Aerial photographs
• Roadway grades of all intersection approaches
• Street use information: parking regulations/restrictions, designated truck routes,
speed limits.
• All available traffic count information in the City, including a.m. and p.m. peak
hour traffic volumes, average daily traffic (ADT) volumes, and vehicle
classification counts.
• Preferred signal timing plans, including minimum and maximum cycle lengths,
clearance intervals, and pedestrian clearance times for all proposed intersections.
• Existing land use zoning map
• Existing land use inventory map
• 2005, year of opening, and 2030 land use data for the City travel model traffic
analysis zones
• A list of City transportation improvements to be assumed in the year of opening
and 2030 travel model networks
• Critical areas mapping
• List of pipeline developments, with land uses and applicable traffic studies, if
available
• Tukwila Comprehensive Plan
• Any other studies, documents, mapping, etc. that may be applicable to this
project.
3. The years of analysis will be 2005, year of opening for the action alternative, and 2030.
4. The periods of analysis will be weekday a.m. and p.m. peak hours.
5. The analysis will include a no action alternative and one action alternative.
6. The traffic analysis tool will be Synchro for signal timing, and VISSIM for operational
analysis.
7. The forecasting tool will be EMME/2.
• 9
4NTB
Page50
Task 9.1 Obtain City's Forecast Model and Review Forecasts
The CONSULTANT will review the City's forecast model a.m. and p.m. calibration. If
necessary to assess the model's level of detail and accuracy in the study area, the CITY will carry
out additional traffic counts.
Based on the above review, the CONSULTANT may modify the City's travel model to increase
its level of detail and/or improve its accuracy in the a.m. and p.m. periods within the study area.
Such modification may require additional transportation system, land use, trip generation, or trip
distribution data.
Task 9.2 Data Collection and Model Installation
After receipt of the required data for the project, the CONSULTANT shall review and verify the
data provided by the City for completeness. The CONSULTANT shall conduct field
reconnaissance to confirm selected geometric and land use information. A list of missing and/or
incorrect data will be submitted to the City for collection and submittal in a timely manner. At
the City's request, the CONSULTANT may be asked to collect additional data at additional cost.
The CONSULTANT shall install the City's forecast model on the CONSULTANT's network
using the CONSULTANT's own EMME/2 license.
Task 9.3 Incorporate Network and Land Use Changes in Forecast
Model
The CONSULTANT, subject to City approval, will assemble a list of transportation system
improvements outside of Tukwilla, to be assumed for year of opening and 2030 conditions.
Within Tukwila, the CONSULTANT will include assumed year of opening and 2030
transportation system improvements to be defined by the City.
For 2030, the CONSULTANT will develop 2030 land use data based on existing 2020 land use
and 2030 Puget Sound Regional Council (PSRC) data, with adjustments based on local
knowledge, plans, or pipeline development. Year of opening land use will be interpolated, if
necessary, from PSRC projections, and will also include appropriate adjustments based on local
knowledge.
Task 9.4 Develop Year of Opening and 2030 Peak -Hour Forecasts
The CONSULTANT will create No Action and Action alternative networks for analysis using the
City travel model.
Using the City travel model with adjustments as described above, the CONSULTANT will
prepare year of opening and 2030 a.m. and p.m. traffic forecasts for the No Action and Action
alternatives.
HNTB
Page51
Task 9.5 Documentation of Results and Transfer of Model
Assumptions:
• This task assumes a total of 12 hours for meetings with the City.
The CONSULTANT will prepare a technical memorandum documenting refinements, updates,
and any other revisions to the City's travel model, as well as future year land use or network
assumptions used in the model forecasts. The final version of the model will be transferred to the
City in electronic form.
Task 9.6 Analyze Traffic Data
The CONSULTANT shall create a roadway network in Synchro/Simtraffic and VISSIM using
the existing roadway geometry where applicable, planned roadway geometry, and peak hour
traffic volume information provided through previous tasks.
The CONSULTANT shall generate traffic analyses results for the future conditions based on
Year of Opening and 2030 peak hour forecasts developed in Task 9.4. Therefore, the following
five scenarios will be analyzed:
• Saturday peak hour and weekday p.m. peak hour, 2005, Existing Street Network
• Saturday peak hour and weekday p.m. peak hour, Year of Opening, No Action Street
Network
• Saturday peak hour and weekday p.m. peak hour, Year of Opening, Action Street
Network
• Saturday peak hour and weekday p.m. peak hour, 2030, No Action Street Network
• Saturday peak hour and weekday p.m. peak hour, 2030, Action Street Network
Five simulation runs for each scenario will be made using VISSIM for the two peak hours, and
the results will be averaged for each peak hour. The CONSULTANT shall provide MOEs (queue
length, LOS, intersection delay, travel speeds) for the No Action and Action Alternatives.
Provide LOS calculations, proposed channelization, lane lengths, etc. to the Air/Noise Quality
specialists for analysis. It is assumed the air/noise quality specialists will provide a list of
information required to conduct the analysis, and that no additional analyses outside of that
described in task 9.6.2 are required.
Air quality mitigation determination is typically an iterative process between the traffic engineer
and air quality specialist. For the purposes of this scope and associated budget, up to 2 iterations
of mitigation analysis to satisfy air quality is assumed.
Based on the results of previous tasks, the CONSULTANT will recommend a channelization
scenario for the Action Alternative.
• •
HNTB
Page52
Task 9.7 Traffic Analysis Report
The CONSULTANT shall prepare an outline of the various sections of the report for City review.
This will ensure at the onset, that major elements of report are agreed to, and potential list of
MOEs are identified. The technical report outline is also intended to put expectations in order.
The CONSULTANT shall develop and submit five copies of a draft technical report to Tukwila
for review.
The CONSULTANT shall perform QA/QC on the draft technical report prior to submitting the
report to the City. This will ensure that the CONSULTANT's principal staff has reviewed the
report, and that the City receives a high quality product.
The CONSULTANT shall review and incorporate comments by the City and WSDOT staff on
the draft technical report, and incorporate necessary changes. The CONSULTANT shall meet
with City staff to discuss all comments for clarification, prior to incorporating them into the
report, and submittal of the final technical report. Comments that result in additional analysis
may require extra work.
The CONSULTANT shall incorporate the comments on the draft technical report and submit a
final technical report. The final technical report would contain output for each of the selected
intersections, and VISSIM electronic files.
Deliverables: Draft and Final Traffic Analysis Report
Task 10 Design Report
This task identifies the effort for preparation, assembly, distribution, revision and final submittal
of the Design Report. This task consists largely of collecting and organizing supporting work
prepared under other Tasks, but does include new work in the form of supporting drawings and
reports as described in the following sub -tasks:
Task 10.1 Design Analysis
Assumptions:
• Up to two (2), 2 -hour meetings for design team staff with other disciplines and work
efforts.
• One (1), 4 -hour meeting of key design team staff to review and recommend refinements.
Refinements to the preferred alternative will be documented to reflect comments and changes
resulting from the NEPA and SEPA environmental clearances in order to develop a final,
approved, Design Report consistent with CITY guidelines. Included will be a review of Value
Engineering recommendations to ensure that potential areas for cost savings have been
incorporated into the project definition.
Schedule: To be determined as part of Task 3.1. "Environmental Kick-off Meeting".
• •
HNTB
Page53
Deliverables:
• List of refinements to the preferred alternative.
• Incorporation of VE analysis and findings.
Task 10.2 Horizontal Alignment and Vertical Profile
The CONSULTANT will provide report text discussing the considerations and constraints related
to the PROJECT alignment and profile, and how these items affected or dictated the alignment
and profile shown in the 30% drawings. Electronic drawings will be provided in conjunction
with the Design Report in AutoCAD format.
Schedule: To be determined as part of Task 3.1. "Environmental Kick-off meeting".
Deliverables: Supporting text for the Design Report
Electronic Alignment files
Task 10.3 Estimate of Probable Construction Cost
Assumptions:
• The CONSULTANT will use the most current version of the CITY bid tabulation data
for projects of similar magnitude. In areas where information is lacking, the
CONSULTANT shall use the most current version of the WSDOT bid tabulation data.
The CONSULTANT will review and update the Estimate of Probable Construction Cost prepared
under Task 5.7, for inclusion in the Design Report. The information will be tabulated and
presented in a format determined by collaborating with the CITY.
Schedule: To be determined as part of Task 1.2, Develop Detailed Project Schedule and
Milestones.
Deliverables: Estimate of Probable Construction Cost
Task 10.4 Added Access Report Summary
Assumptions:
• An Access Point Decision Report (APDR) is not required for the PROJECT. Though a
portion of this project lies within WSDOT limited access, no physical adjustments are
anticipated in development of the PROJECT. Therefore, coordination with WSDOT is
anticipated under Task 4.3, but no effort is anticipated for an APDR.
The CONSULTANT will describe the project components in the vicinity of the existing WSDOT
ramp terminals (e.g. signal installation at Klickitat and southbound I-5 on-ramp), and summarize
how the PROJECT improvements do not physically affect the existing ramps.
• •
HNTB
Page54
Schedule: To be determined as part of Task 1.2, Develop Detailed Project Schedule and
Milestones.
Deliverables: Added Access summary for inclusion in the Design Report.
Task 10.5 30% Constructability Review
Assumptions:
• Up to two (2), 2 -hour meetings for design team staff with other disciplines and work
efforts, and four (4) hours for the 30% constructability review meeting.
• The CONSULTANT will distribute materials to all affected agencies for two (2) reviews.
• Consultant will provide one construction contractor; CITY will provide any additional
staff.
• The CONSULTANT will compile all affected agency comments.
The CONSULTANT will participate in one constructability review performed by the CITY. The
CONSULTANT will be responsible for planning, organizing, and implementing the
constructability review. The Consultant will provide the services of a local roadway construction
contractor to perform a coordinated review with staff assigned by the CITY. The constructability
review will be conducted concurrently with the review of the Design Report.
Schedule: To be determined as part of Task 1.2, Develop Detailed Project Schedule and
Milestones.
Product: Thirty Percent Constructability Review, documentation for inclusion with the Design
Report, and action strategy for further constructability issues.
Task 10.6 Project Design Report
Assumptions:
• Up to two (2), 2 -hour meetings for design team staff with other disciplines and work
efforts.
• The CONSULTANT will distribute materials to all affected agencies for one (1) review.
• The CONSULTANT will compile all affected agency comments; comments will be
addressed in the Final Design Report.
Using products developed in other tasks within this work program, the CONSULTANT will
prepare a complete draft Design Report for the direct access project in English units. Formal
documentation of design considerations supporting the direct access preferred alternative will be
prepared by the CONSULTANT. This will include records of the various disciplines' evaluations
that result in design recommendations. After review and approval by CITY, these
• •
HNTB
Page55
recommendations will provide the approved design. The Design Report will contain the
documentation of planning, project definition, concept development, programming, project
approvals, feasibility of construction, utility relocation, right-of-way acquisition for the project,
and right-of-way and construction cost estimates. This will be accompanied by 11"xl7"
reproductions of plan drawings and graphics produced as part of the preliminary design and
alternatives analysis. The Design Report will identify the design elements of the project, and will
document the design decisions and justifications for deviations from approved design standards.
The City will be responsible for circulating the draft Design Report to appropriate agencies for
comment. The CITY will provide a standard form and format for providing comments to the
CONSULTANT, and will resolve and consolidate all conflicting comments before providing
them to the CONSULTANT.
Schedule: To be determined as part of Task 1.2, Develop Detailed Project Schedule and
Milestones.
Deliverables: Draft and Final Project Design Report
Deliverables: Design Report containing the following elements:
Project Definition Report
Design Analysis
Project Item Log
Design Parameters Forms
Environmental Review Summary
Design Variance Inventory Form
Design Plan Drawings
Horizontal Alignments and Vertical
Profiles
Channelization Plans
Preliminary Signal Plans
Preliminary Traffic Control Plans
Preliminary Right of Way Needs
Assesment
Existing Utility Plan
Context Sensitive Solutions Report
Hydraulics Report
Preliminary Geotechnical Report
Hazardous Waste Investigation Report
30% Structural Design Report
Retaining Walls Data Sheets
Traffic Analysis Report
Construction Cost Estimate
Added Access Report Summary
30% Constructability Review
• •
HNTB
Page56
Task 10.7 Final Design Report
Assumptions:
• Up to one (1), 2 -hour meeting for design team staff with other disciplines and work
efforts.
The CONSULTANT will respond to and incorporate all comments on the draft Design Report.
Any incomplete work shall be completed prior to final submittal. It is anticipated that the final
Design Report will be reviewed once by the CITY before being approved.
Schedule: To be determined as part of Task 1.2, Develop Detailed Project Schedule and
Milestones.
Deliverables:
Responses to comments on draft Design Report
Revised Design Report
Final Design Report for the PROJECT.
Task 11 Funding Support
Develop a funding strategy plan with identified potential sources. Funding plan will include
meeting with funding agencies to work in partnership to identify the best approach to acquiring
dollars for the various project phases.
Assumptions:
• City will provide copies of all past funding applications, scoring results and debriefs to
assist in the evaluation of funding opportunities
• The process described below will assist the City in securing funds but does not guarantee
project funding.
Task 11.1 Existing Process Evaluation
Evaluate work completed to date including the evaluation of existing and past funding efforts.
Evaluation will include the assessment of the past application to identify alternate strategies for
completing applications to maximize available scoring points. Additionally, identify areas of
improvement with proposed project design that can be integrated to maximize application score
and increase funding opportunity.
Task 11.2 Funding Source Identification
Evaluate project scope to identify potential additional funding sources for project
• •
HNTB
Page57
Task 11.3 Funding Source Matrix
Utilizing information identified in Task 13.2 tabulate all potential funding sources and summarize
in a matrix format. Include administering agency, program purpose and description, agency
eligibility, financial information, application period and requirements, conditions of eligibility,
matching requirements, terms of grant or loan and guideline and publication references.
Task 11.4 Funding Source Evaluation
Review and evaluate identified funding sources and determine appropriate/potential funding
sources to pursue.
Task 11.5 Funding Source Review
Meet with funding agency staff to insure that all program data and assumptions are correct, that
the project or portion of project under consideration is fundable, (recognizing the competitive
nature of grant and loan programs) and the best approach to maximize the receipt of project
dollars for the phases identified below.
Task 11.6 Funding Strategy Plan
Develop a funding strategy plan with identified potential sources. Plan will summarize the
recommended funding sources for all phases of the project including the following (as
appropriate by element of work):
• Preliminary Design
• Design
• Construction
The strategy plan will include a summary table that lists all potential funding sources by element
and phase of work and a proposed process for securing those funds.
Deliverables: Funding Source Matrix
Funding Strategy Plan
Task 12 Prepare Work Plan, Estimate, and Schedule for
Phase 2 - Final Design
Objective: To identify the work and schedule necessary to design and construct the project
improvements advanced through environmental review and completion of the Design
Documentation File.
Approach: If directed by CITY's Project Manager, the CONSULTANT will develop a detailed
work program scope, budget estimate, and schedule for final design, preparation of contract
documents, and assistance during bidding, construction administration, and claims management
• •
HNTB
Page58
for project improvements advanced through environmental review and completion of the Design
Documentation File.
Schedule: At completion of Task 10, or before, the CITY will determine whether to authorize
this task. Execution of Phase 2 is dependant on funding.
Deliverables:
Detailed work program scope and schedule for final design and construction of project
improvements. Estimated cost for performing final design, specifications, bidding, and
administering construction and claims management.
Based on the CITY approved Southcenter Access Improvement: Klickitat Drive/Southcenter
Parkway Area Design Report prepared in Task 10, the CONSULTANT will develop and
negotiate with the CITY to establish the scope of services and associated budget for Phase 2 —
Final Design.
Deliverables: Phase 2 — Final Design Scope of Work and associated budget
PHASE 2 - FINAL DESIGN
The following tasks are not currently budgeted or included in this contract. The outline of
services for Phase 2 — Final Design represents the CONSULTANT's present understanding of the
work to be completed during this phase of the project, whether performed by the CONSULTANT
or CITY staff. Following the preparation of the Design Report (Task 8), the level of effort for
Phase 2 will be established and negotiated as part of completing Task 11, and the contract
amended accordingly. The following task list is provided in this scope for clarification that Phase
1 does not represent the total services to be provided under this contract.
Task 1 Project Delivery Services
Task 1.1 Project Workplan Development for Phase 2
Task 1.2 Issues Resolution
Task 1.3 Measure Project Requirements
Task 1.4 Measure Budget Conformance
Task 1.5 Measure Schedule Conformance
Task 1.6 Communication Progress
Task 1.7 Lead the Project CONSULTANT Teams
Task 1.8 Manage Quality
Task 1.9 Manage Change
• •
HNTB
Page59
Task 1.10 Meetings
Task 1.11 Records Management
Task 1.12 Produce Phase 2 Work Deliverables
Task 2 Public Involvement
Task 2.1 Public Outreach Plan
Task 2.2 Public Information/Education
Task 3 Surveying
Task 3.1 Research
Task 3.2 Horizontal Control
Task 3.3 Topographic Survey
Task 3.4 Tukwila River Floodplain Cross -Section Survey
Task 3.5 Mapping
Task 4 Geotechnical
Task 4.1 Final Geotechnical Engineering Study
Task 4.2 Earthwork Specifications
Task 4.3 Geotechnical Support
Task 5 Environmental
Task 5.1 Environmental Documentation
Task 5.2 Environmental Commitments List (Summarizes Mitigation)
Task 5.3 Permit Preparation, Submittal, and Coordination
o Section 404 Permit - U.S. Army Corps of Engineers
o Hydraulic Project Approval (HPA) - Washington Department of Fish and
Wildlife
o Section 401 Water Quality Certification — Washington DOE.
o City of Tukwila Shoreline Management Substantial Development Permit —City
of Tukwila
o City of Tukwila Flood Hazard Permit — City of Tukwila
• i
INTB
Page60
o Grading Permit — City of Tukwila
Task 6 Mitigation Plans and Designs
Task 7 Site/Roadway
Task 7.1 Alignments
Task 7.2 Typical Roadway Sections
Task 7.3 Roadway Plans & Profiles
Task 7.4 Grading Plans
Task 7.5 Erosion Control Plans
Task 7.6 Traffic Control Plans
Task 7.7 Roadway Review
Task 8 Site Drainage and Utilities
Task 8.1 Stormwater Conveyance System
Task 8.2 Stormwater Site Plan (SSP)
Task 8.3 Utility Coordination
Task 8.4 Utility Relocation/Installation Plans & Profiles
Task 9 Structures (Bridges/Walls)
Task 9.1 Design Criteria
Task 9.2 Design Loadings
Task 9.3 Structure Calculations
Task 9.4 Structures Plans
Task 9.5 Demolition Plans
Task 9.6 Constructibility
Task 9.7 Load Rating
Task 9.8 Structural Review
Task 10 Special Provisions
Task 11 Quality Assurance
• •
HNTB
Page61
Task 12 Quantities & Cost Estimate
Task 13 Assemble & Submit Documents
Task 14 Respond to Review Comments
Task 15 Assistance during Pre -Bid & Bid Periods
Task 16 Prepare Phase 3 Construction Assistance Scope Validation
PHASE 3 - CONSTRUCTION ASSISTANCE
The following tasks are not currently budgeted in this contract. The outline of services for Phase
3 - Construction Assistance represents the CONSULTANT's present understanding of the
potential services to be provided. Following the preparation of the contract documents (Phase 2),
the level of effort for Phase 3 will be established and negotiated as part of completing Task 16,
and the contract amended accordingly. The task listing is provided in this scope for clarification
that Phase 1 does not represent the total services to be provided under this contract.
Task 1 Project Administration
Task 1.1 Supervise CONSULTANT's staff
Task 1.2 Requests for Information (RFI's); Plan interpretation
Task 1.3 Change Order Assistance
Task 2 Preconstruction Conference
Task 3 Construction Review Services
Task 31 Review Shop Drawings.
Task 3.2 Review Contractor Submitted Data.
Task 4 Construction Observation
Fee Summary
Southcenter Access Improvement: Klickitat Drive/Southcenter Parkway
Phase 1 — Preliminary Engineering and Environmental Documentation
Exhibit C-1
Payment (Lump Sum)
Task
Total
Task 1
Project Management
$125,899
Documentation in support of Tasks 1.1 through 1.13
Task 2
Alternatives Screening
$90,334
Screening Report
Task 3
Environmental
$198,642
Contact list
Project Overview Packet
Draft and Final Displacement and Relocation Tech Memo
Draft and Final Aesthetics Tech Memo
Draft and Final Air Quality Tech Memo
CAL3QHC Files (electronic)
Draft and Final Geology and Groundwater Tech Memo
Draft and Final Water Quality Tech Memo
Draft and Final Fisheries and Aquatic resources Tech Memo
Draft and Final Biological Evaluation
Essential Fish Habitat Evaluation
Draft and Final Environmental Document Supporting the DCE
Task 4
Public Involvement / Stakeholder Coordination
$63,021
Project Mailing list
Documentation of Stakeholder coordination meetings
6 Portable diplays for Public Open House
Handout for Public Open House
Task 5
Preliminary Engineering Studies
$198,813
Existing Utility Plan
Preliminary Construction Drawings (30%), 30 sheets
Visual Inventory Report
Documentation of existing visual inventory
Conceptual Plan for Urban Design and Aesthetics Elements
Preliminary Cost Estimate
Draft and Final VE Study Report
Task 6
Drainage
$56,099
Draft and Final Hydraulics Reporst
Hydraulic Summary for inclusion in the Design Report (Task 10)
Task 7
Geotechnical
$118,580
Draft and Final Preliminary Geotechnical Report
Fee Summary
Southcenter Access Improvement: Klickitat Drive/Southcenter Parkway
Phase 1 — Preliminary Engineering and Environmental Documentation
Exhibit C-1
Payment (Lump Sum)
Task
Total
Task 8
Structures
$108,963
Draft and Final 30% Structural Design Report and retaining walls
data sheets
Task 9
Traffic Forecasts and Analyses
$102,155
Draft and Final Traffic Analysis Report
Task 10
Project Design Report
$51,192
List of Refinements to preferred alternative
Updated Estimate of Probable Construction Cost
Added Access Summary for inclusion in Design Report
Draft and Final Project Design Report
Task 11
Funding Support
$29,605
Funding Source Matrix
Fund Strategy Plan
Task 12
Prepare Work Plan, Estimate, and Sched. For Phase 2
$15,019
Workplan, Estimate and Schedule for Final Design and Construction
$1,158,322
Allowance (Right of Way Research)
$10,000
Total Lump Sum Amount
$1,168,322
• •
Exhibit D-1
HNTB
Consultant Fee Determination
Summary Sheet (Lump Sum)
Southcenter Access Improvement: Klickitat Drive/Southcenter Parkway
Phase 1 — Preliminary Engineering and Environmental Documentation
DIRECT SALARY COSTS
Staff Classification
Hours Rate Total Cost
68 $220 87 $15,019
828 $141 41 $117,087
206 $159.23 $32,801
110 $109 56 $12,052
592 $142.57 $84,401
282 $118.62 $33,451
735 $91 15 $66,995
392 $69.24 $27,142
412 $100.50 $41,406
372 $67 49 $25,106
72 $78.59 $5,658
188 $57.56 $10,821
4257
Principal
Project Manager
Sr. Engineering Manager
Sr. Architectural Manager
Senior Project Engineer
Project Engineer
Design Engineer
Jr. Engineer/Jr. Landscape Architect
Sr. Technician
Technician
Project Administrator
Admin. Asst./Clerical
Total Hours
TOTAL SALARY COSTS
$471,941
REIMBURSEABLE COSTS
Travel:
Local travel
Other travel
Reproduction:
Other
$709
$6,548
$908
TOTAL REIMBURSEABLE COSTS
$8,165
SUBCONSULTANT COSTS
HDR
$444,376
GeoEngineers
$121,428
PACE
$86,327
Sub Mark-up (4%)
$26,085
ALLOWANCE (Right of way research)
$10,000
TOTAL HNTB FEE
$506,191
TOTAL FEE
$1,168,322
•
Exhibit D-2
HDR
Consultant Fee Determination
Summary Sheet (Lump Sum)
Southcenter Access Improvement: Klickitat Drive/Southcenter Parkway
Phase 1 — Preliminary Engineering and Environmental Documentation
DIRECT SALARY COSTS
Staff Classification
Hours Rate Total Cost
68 $218.81 $14,879
489 $177.20 $86,651
116 $151.20 $17,539
18 $143.25 $2,579
268 $107.25 $28,743
65 $93.25 $6,061
112 $109.70 $12,286
390 $85.30 $33,267
347 $179.65 $62,339
800 $133.35 $106,680
234 $69.50 $16,263
20 $115.35 $2,307
262 $89.05 $23,331
24 $77.90 $1,870
44 $81.75 $3,597
228 $69.04 $15,741
3485
Sr Funding Specialist
Sr Transpo. Engineer
Transportation Engineer
Drainage Engineer
Project Engineer
Design Engineer
Traffic Engineer
CAD Tech
Sr Enviro Engineer
Sr Env./Traffic Modeler
Env Scientist
GIS Specialist
Tech. Editor/Admin
Graphics
Project Controls
Word Processing
Total Hours
TOTAL SALARY COSTS
$434,133
REIMBURSEABLE COSTS
Travel:
Local travel
Other travel
Reproduction:
Other
$657
$9,382
$205
TOTAL REIMBURSEABLE COSTS
$10,244
TOTAL FEE
$444,376
•
Exhibit D-2
PACE
Subconsultant Fee Determination
Summary Sheet (Lump Sum)
Southcenter Access Improvement: Klickitat Drive/Southcenter Parkway
Phase 1 — Preliminary Engineering and Environmental Documentation
DIRECT SALARY COSTS
Staff Classification
Hours Rate
16 $145.00 $2,320
74 $125.00 $9,250
253 $115.00 $29,095
137 $95.00 $13,015
218 $82.00 $17,876
92 $67 00 $6,164
790
Total Cost
Sr Principal
Sr Project Manager
Project Manager
Project Engineer
Engineer II
Jr. Engineer
Total Hours
TOTAL SALARY COSTS
$77,7201
REIMBURSEABLE COSTS
Travel:
Reproduction:
Photogrammetric Mapping - Walker & Assoc.
Utility Locating Service - APS
Misc.
Other
Local travel
Other travel
40
L.S.
$0
$750
$4,607
$75 $3,000
$250
$0
TOTAL REIMBURSEABLE COSTS
$8,607
TOTAL FEE
$86,3271
• •
Exhibit D-2
GeoEngineers
Subconsultant Fee Determination
Summary Sheet (Lump Sum)
Southcenter Access Improvement: Klickitat Drive/Southcenter Parkway
Phase 1 — Preliminary Engineering and Environmental Documentation
DIRECT SALARY COSTS
Staff Classification
Hours Rate Total Cost
106 $157 00 $16,642
218 $116.00 $25,288
106 $103.00 $10,918
230 $91 00 $20,930
46 $85.00 $3,910
70 $58.00 $4,060
776
$81,748
Principal
Project Engineer/Scientist
Engineer/Scientist 3
Engineer/Scientist 2
Senior Technician
Admin/Project Assistant
Total Hours
Total Labor Fee
TOTAL SALARY COSTS
$81,748
REIMBURSEABLE COSTS
Internal Expenses
Outside Reimburseables
Copies ($0.12/page)
Mileage ($0.405/mile)
Postage
Field Equipment
Laboratory Testing
$150
$180
$50
$850
$2,700
Drilling Subcontractor $22,000
Traffic Control Subcontractor $12,500
Pavement Coring Subcontractor $1,250
TOTAL REIMBURSEABLE COSTS
$39,680
TOTAL FEE
$121,428
171 Washington State
Department of Transporta io
Agency City of Tukwila
Address 6200 Southcenter Boulevard
Tukwila, WA 98188
—K? -7/
Local Agency Agreement
CFDA No. 20.205
(Catalog of Federal Domestic Assistance)
Project No.
Agreement No.
For OSC WSDOT Use Only
The Local Agency having complied, or hereby agreeing to comply, with the terms and conditions set forth in (1) Title 23, U.S. Code Highways, (2) the
regulations issued pursuant thereto, (3) Office of Management and Budget Circulars A-102, A-87 and A-133, (4) the policies and procedures
promulgated by the Washington State Department of Transportation, and (5) the federal aid project agreement entered into between the State and
Federal Government, relative to the above project, the Washington State Department of Transportation will authorize the Local Agency to proceed on
the project by a separate notification. Federal funds which are to be obligated for the project may not exceed the amount shown herein on line r, column
3, without written authority by the State, subject to the approval of the Federal Highway Administration. All project costs not reimbursed by the Federal
Government shall be the responsibility of the Local Agency.
Project Description
Name Tukwila Urban Access Improvement Project
Length 0.23
Termini
Description of Work
Design of a grade separated facility, primarily at the Klickitat/Southcenter Parkway intersection. Southbound traffic on Southcenter Parkway will travel
under a partial lid supporting Klickitat Drive. Provisions would be made to accomodate turning movements both to and from Klickitat Drive and allow
for driver selection of most appropriate route as motorists approach the Southcenter Parkway/Strander Boulevard intersection. Southcenter Parkway will
be widened to the east, toward Southcenter Mall. No changes to the I-5 off -ramps are anticipated. A new signal at the Klickitat Drive/SB I-5 On-ramp on
the west side of I-5 will also be included.
Agency Official
Title Mayor
DOT Form 140-039 EF
Revised 01/2004
1
Washington State Department of Transportation
Assistant Secretary for Highways and Local Programs
Date Executed
Estimate of Funding
Type of Work
yp
(1)
Estimated Total
Project Funds
(2)
Estimated Agency
Funds
(3)
Estimated
Federal Funds
PE a. Agency
100 % b. Other Consultant
674,380.00
674,380.00
Other
c.
Federal Aid d. State
10,000.00
10,000.00
Participation
Ratio for PE e. Total PE Cost Estimate (a+b+c+d)
684,380.00
684,380.00
Right of Way f. Agency
% q. Other
h. Other
Federal Aid i, State
Participation
Ratio for RW j. Total R/W Cost Estimate (f+g+h+i)
Construction k. Contract
I. Other
Other
m.
n. Other
% o. Agency
Federal Aid
State
Participation p.
Ratio for CN q. Total CN Cost Estimate (k+I+m+n+o+p)
r. Total Project Cost Estimate (e+j+q)
684,380.00
684,380.00
Agency Official
Title Mayor
DOT Form 140-039 EF
Revised 01/2004
1
Washington State Department of Transportation
Assistant Secretary for Highways and Local Programs
Date Executed
• .
Construction Method of Financing (Check Method Selected)
State Ad and Award
❑ Method A - Advance Payment - Agency Share of total construction cost (based on contract award)
❑ Method B - Withhold from gas tax the Agency's share of total construction cost (line 4, column 2) in the amount of
$ at $ per month for months.
Local Force or Local Ad and Award
® Method C - Agency cost incurred with partial reimbursement
The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a
condition to payment of the federal funds obligated, it accepts and will comply with the applicable provisions set forth
below. Adopted by official action on
Provisions
1. Scope of Work
The Agency shall provide all the work, labor, materials, and services necessary
to perform the project which is described and set forth in detail in the "Project
Description" and "Type of Work."
When the State acts for and on behalf of the Agency, the State shall be
deemed an agent of the Agency and shall perform the services described and
indicated in "Type of Work" on the face of this agreement, in accordance with
plans and specifications as proposed by the Agency and approved by the State
and the Federal Highway Administration.
When the State acts for the Agency but is not subject to the right of control by
the Agency, the State shall have the right to perforin the work subject to the
ordinary procedures of the State and Federal Highway Administration.
1I. Delegation of Authority
The State is willing to fulfill the responsibilities to the Federal Govemment by
the administration of this project. The Agency agrees that the State shall have the
full authority to carry out this administration. The State shall review, process,
and approve documents required for federal aid reimbursement in accordance
with federal requirements. If the State advertises and awards the contract, the
State will further act for the Agency in all matters concerning the project as
requested by the Agency. If the Local Agency advertises and awards the project,
the State shall review the work to ensure conformity with the approved plans and
specifications.
III. Project Administration
Certain types of work and services shall be provided by the State on this
project as requested by the Agency and described in the Type of Work above. In
addition, the State will furnish qualified personnel for the supervision and
inspection of the work in progress. On Local Agency advertised and awarded
projects, the supervision and inspection shall be limited to ensuring all work is in
conformance with approved plans, specifications, and federal aid requirements.
The salary of such engineer or other supervisor and all other salaries and costs
incurred by State forces upon the project will be considered a cost thereof. All
costs related to this project incurred by employees of the State in the customary
manner on highway payrolls and vouchers shall be charged as costs of the
project.
IV. Availability of Records
All project records in support of all costs incurred and actual expenditures kept
by the Agency are to be maintained in accordance with local government
accounting procedures prescribed by the Washington State Auditor's Office, the
U.S. Department of Transportation, and the Washington State Department of
Transportation. The records shall be open to inspection by the State and Federal
Government at all reasonable times and shall be retained and made available for
such inspection for a period of not less than three years from the final payment of
any federal aid funds to the Agency. Copies of said records shall be furnished to
the State and/or Federal Government upon request.
V. Compliance with Provisions
The Agency shall not incur any federal aid participation costs on any
classification of work on this project until authorized in writing by the State for
each classification. The classifications of work for projects are:
DOT Form 140-039 EF 2
Revised 01/2004
, Resolution/Ordinance No.
1. Preliminary engineering.
2. Right of way acquisition.
3. Project construction.
In the event that right of way acquisition, or actual construction of the road,
for which preliminary engineering is undertaken is not started by the closing of
the tenth fiscal year following the fiscal year in which the agreement is executed,
the Agency will repay to the State the sum or sums of federal funds paid to the
Agency under the terms of this agreement (see Section IX).
The Agency agrees that all stages of construction necessary to provide the
initially planned complete facility within the limits of this project will conform
to at least the minimum values set by approved statewide design standards
applicable to this class of highways, even though such additional work is
financed without federal aid participation.
The Agency agrees that on federal aid highway construction projects, the
current federal aid regulations which apply to liquidated damages relative to the
basis of federal participation in the project cost shall be applicable in the event
the contractor fails to complete the contract within the contract time.
VI. Payment and Partial Reimbursement
The total cost of the project, including all review and engineering costs and
other expenses of the State, is to be paid by the Agency and by the Federal
Govemment. Federal funding shall be in accordance with the Transportation
Equity Act for the 21st Century (TEA 21), as amended, and Office of
Management and Budget circulars A-102, A-87 and A-133. The State shall not
be ultimately responsible for any of the costs of the project. The Agency shall be
ultimately responsible for all costs associated with the project which are not
reimbursed by the Federal Government. Nothing in this agreement shall be
construed as a promise by the State as to the amount or nature of federal
participation in this project.
The Agency shall bill the state for federal aid project costs incurred in
conformity with applicable federal and state laws. The agency shall mimimize
the time elapsed between receipt of federal aid funds and subsequent payment of
incurred costs. Expenditures by the Local Agency for maintenance, general
administration, supervision, and other overhead shall not be eligible for federal
participation unless an indirect cost plan has been approved by WSDOT.
The State will pay for State incurred costs on the project. Following payment,
the State shall bill the Federal Government for reimbursement of those costs
eligible for federal participation to the extent that such costs are attributable and
properly allocable to this project. The State shall bill the Agency for that portion
of State costs which were not reimbursed by the Federal Government (see
Section IX).
1. Project Construction Costs
Project construction financing will be accomplished by one of the three
methods as indicated in this agreement.
Method A — The Agency will place with the State, within (20) days after the
execution of the construction contract, an advance in the amount of the Agency's
share of the total construction cost based on the contract award. The State will
notify the Agency of the exact amount to be deposited with the State. The State
will pay all costs incurred under the contract upon presentation of progress
billings from the contractor. Following such payments, the State will submit a
billing to the Federal Government for the federal aid participation share of the
cost. When the project is substantially completed and final actual costs of the
project can be determined, the State will present the Agency with a final billing
showing the amount due the State or the amount due the Agency. This billing
will be cleared by either a payment from the Agency to the State or by a refund
from the State to the Agency.
Method B — The Agency's share of the total construction cost as shown on
the face of this agreement shall be withheld from its monthly fuel tax allotments.
The face of this agreement establishes the months in which the withholding shall
take place and the exact amount to be withheld each month. The extent of
withholding will be confirmed by letter from the State at the time of contract
award. Upon receipt of progress billings from the contractor, the State will
submit such billings to the Federal Government for payment of its participating
portion of such billings.
Method C — The Agency may submit vouchers to the State in the format
prescribed by the State, in duplicate, not more than once per month for those
costs eligible for Federal participation to the extent that such costs are directly
attributable and properly allocable to this project. Expenditures by the Local
Agency for maintenance, general administration, supervision, and other overhead
shall not be eligible for Federal participation unless claimed under a previously
approved indirect cost plan.
The State shall reimburse the Agency for the Federal share of eligible project
costs up to the amount shown on the face of this agreement. At the time of audit,
the Agency will provide documentation of all costs incurred on the project.
The State shall bill the Agency for all costs incurred by the State relative to the
project. The State shall also bill the Agency for the federal funds paid by the
State to the Agency for project costs which are subsequently determined to be
ineligible for federal participation (see Section DQ.
VII. Audit of Federal Consultant Contracts
The Agency, if services of a consultant are required, shall be responsible for
audit of the consultant's records to determine eligible federal aid costs on the
project. The report of said audit shall be in the Agency's files and made
available to the State and the Federal Government.
An audit shall be conducted by the WSDOT Internal Audit Office in
accordance with generally accepted governmental auditing standards as issued by
the United States General Accounting Office by the Comptroller General of the
United States; WSDOT Manual M 27-50, Consultant Authorization, Selection,
and Agreement Administration; memoranda of understanding between WSDOT
and FHWA; and Office of Management and Budget Circular A-133.
If upon audit it is found that overpayment or participation of federal money in
ineligible items of cost has occurred, the Agency shall reimburse the State for the
amount of such overpayment or excess participation (see Section IX).
VIII. Single Audit Act
The Agency, as a subrecipient of federal funds, shall adhere to the federal
Office of Management and Budget (OMB) Circular A-133 as well as all
applicable federal and state statutes and regulations. A subrecipient who
expends $500,000 or more in federal awards from all sources during a given
fiscal year shall have a single or program -specific audit performed for that year
in accordance with the provisions of OMB Circular A-133. Upon conclusion of
the A-133 audit, the Agency shall be responsible for ensuring that a copy of the
report is transmitted promptly to the State.
IX. Payment of Billing
The Agency agrees that if payment or arrangement for payment of any of the
State's billing relative to the project (e.g., State force work, project cancellation,
overpayment, cost ineligible for federal participation, etc.) is not made to the
State within 45 days after the Agency has been billed, the State shall effect
reimbursement of the total sum due from the regular monthly fuel tax allotments
to the Agency from the Motor Vehicle Fund. No additional Federal project
funding will be approved until full payment is received unless otherwise directed
the Assistant Secretary for Highways and Local Programs.
DOT Form 140-039 EF
Revised 01/2004
3
X. Traffic Control, Signing, Marking, and Roadway
Maintenance
The Agency will not permit any changes to be made in the provisions for
parking regulations and traffic control on this project without prior approval of
the State and Federal Highway Administration. The Agency will not install or
permit to be installed any signs, signals, or markings not in conformance with
the standards approved by the Federal Highway Administration and MUTCD.
The Agency will, at its own expense, maintain the improvement covered by this
agreement.
XI. Indemnity
The Agency shall hold the Federal Government and the State harmless from
and shall process and defend at its own expense all claims, demands, or suits,
whether at law or equity brought against the Agency, State, or Federal
Government, arising from the Agency's execution, performance, or failure to
perform any of the provisions of this agreement, or of any other agreement or
contract connected with this agreement, or arising by reason of the participation
of the State or Federal Government in the project, PROVIDED, nothing herein
shall require the Agency to reimburse the State or the Federal Government for
damages arising out of bodily injury to persons or damage to property caused by
or resulting from the sole negligence of the Federal Government or the State.
XII. Nondiscrimination Provision
No liability shall attach to the State or Federal Government except as
expressly provided herein.
The Agency shall not discriminate on the basis of race, color, national origin,
or sex in the award and performance of any USDOT-assisted contract and/or
agreement or in the administration of its DBE program or the requirements of
49 CFR Part 26. The Agency shall take all necessary and reasonable steps under
49 CFR Part 26 to ensure nondiscrimination in the award and administration of
USDOT-assisted contracts and agreements. The WSDOT's DBE program, as
required by 49 CFR Part 26 and as approved by USDOT, is incorporated by
reference in this agreement. Implementation of this program is a legal
obligation and failure to carry out its terms shall be treated as a violation of this
agreement. Upon notification to the Agency of its failure to carry out its
approved program, the Department may impose sanctions as provided for under
Part 26 and may, in appropriate cases, refer the matter for enforcement under 18
U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C.
3801 et seq.).
The Agency hereby agrees that it will incorporate or cause to be incorporated
into any contract for construction work, or modification thereof, as defined in
the rules and regulations of the Secretary of Labor in 41 CFR Chapter 60, which
is paid for in whole or in part with funds obtained from the Federal Government
or borrowed on the credit of the Federal Government pursuant to a grant,
contract, loan, insurance, or guarantee or understanding pursuant to any federal
program involving such grant, contract, loan, insurance, or guarantee, the
required contract provisions for Federal -Aid Contracts (FHWA 1273), Located in
Chapter 44 of the Local Agency Guidelines.
The Agency further agrees that it will be bound by the above equal
opportunity clause with respect to its own employment practices when it
participates in federally assisted construction work: Provided, that if the
applicant so participating is a State or Local Government, the above equal
opportunity clause is not applicable to any agency, instrumentality, or
subdivision of such government which does not participate in work on or under
the contract.
The Agency also agrees:
(1) To assist and cooperate actively with the State in obtaining the
compliance of contractors and subcontractors with the equal opportunity clause
and rules, regulations, and relevant orders of the Secretary of Labor.
(2) To furnish the State such information as it may require for the
supervision of such compliance and that it will otherwise assist the State in the
discharge of its primary responsibility for securing compliance.
(3) To refrain from entering into any contract or contract modification
subject to Executive Order 11246 of September 24, 1965, with a contractor
debarred from, or who has not demonstrated eligibility for, government
contracts and federally assisted construction contracts pursuant to the Executive
Order.
(4) To carry out such sanctions and penalties for violation of the equal
opportunity clause as may be imposed upon contractors and subcontractors by
the State, Federal Highway Administration, or the Secretary of Labor pursuant
to Part II, subpart D of the Executive Order.
In addition, the Agency agrees that if it fails or refuses to comply with these
undertakings, the State may take any or all of the following actions:
(a) Cancel, terminate, or suspend this agreement in whole or in part;
(b) Refrain from extending any further assistance to the Agency under the
program with respect to which the failure or refusal occurred until satisfactory
assurance of future compliance has been received from the Agency; and
(c) Refer the case to the Department of Justice for appropriate legal
proceedings.
XIII. Liquidated Damages
The Agency hereby agrees that the liquidated damages provisions of 23 CFR
Part 635, Subpart 127, as supplemented, relative to the amount of Federal
participation in the project cost, shall be applicable in the event the contractor
fails to complete the contract within the contract time. Failure to include
liquidated damages provision will not relieve the Agency from reduction of
federal participation in accordance with this paragraph.
XIV. Termination for Public Convenience
The Secretary of the Washington State Department of Transportation may
terminate the contract in whole, or from time to time in part, whenever:
(1) The requisite federal funding becomes unavailable through failure of
appropriation or otherwise.
' (2) The contractor is prevented from proceeding with the work as a direct
result of an Executive Order of the President with respect to the prosecution of
war or in the interest of national defense, or an Executive Order of the President
or Governor of the State with respect to the preservation of energy resources.
(3) The contractor is prevented from proceeding with the work by reason of a
preliminary, special, or permanent restraining order of a court of competent
jurisdiction where the issuance of such order is primarily caused by the acts or
omissions of persons or agencies other than the contractor.
(4) The Secretary determines that such termination is in the best interests of
the State.
DOT Form 140-039 EF
Revised 01/2004
XV. Venue for Claims and/or Causes of Action
For the convenience of the parties to this contract, it is agreed that any claims
and/or causes of action which the Local Agency has against the State of
Washington, growing out of this contract or the project with which it is
concemed, shall be brought only in the Superior Court for Thurston County
XVI. Certification Regarding the Restrictions of the Use
of Federal Funds for Lobbying
The approving authority certifies, to the best of his or her knowledge and
belief, that:
(1) No federal appropriated funds have been paid or will be paid, by or on
behalf of the undersigned, to any person for influencing or attempting to
influence an officer or employee of any federal agency, a member of Congress,
an officer or employee of Congress, or an employee of a member of Congress in
connection with the awarding of any federal contract, the making of any federal
grant, the making of any federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment, or
modification of any federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than federal appropriated funds have been paid or will
be paid to any person for influencing or attempting to influence an officer or
employee of any federal agency, a member of Congress, an officer or employee
of Congress, or an employee of a member of Congress in connection with this
federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit the Standard Form - LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be
included in the award documents for all subawards at all tiers (including
subgrants, and contracts and subcontracts under grants, subgrants, loans, and
cooperative agreements) which exceed $100,000, and that all such subrecipients
shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was
placed when this transaction was made or entered into. Submission of this
certification as a prerequisite for making or entering into this transaction
imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the
required certification shall be subject to a civil penalty of not less than $10,000
and not more than $100,000 for each such failure.
Additional Provisions
4