Loading...
HomeMy WebLinkAboutAdden 03 CAG-15-177, Adden #3-17 �► Washington State �� Department of 7Yansportation Supplemental Agreement OrganizationandAddress Number 3 ot�,�� 11241 Willows Road NE,Suite 200 Original Agreement Number Redmond,WA 98052 CAG-15-177 Phone: 425-822-4446 � Project Number Execution Date Completion Date 32468 August 26,2015 December 31,2017 � Project Title New Maximum Amount Payable � Lake Washington Loop Trail $657,964.00 Description of Work The Phase 3 segment of the proposed trail will be primarily located on the north side of Airport Way and will extend north along = Logan Avenue to connect to the existing Cedar River Trail.The Phase 3 segment will end near the intersection of Rainer Avenue N.and will include a connection to the existing Perimeter Road.The trail segment along Airport Way will be an interim solurion and will include a cycle track to minimize impacts to the existing roadway and right-of-way.This work will include the preparation of final plans,specifications,and construction cost estimates for Phase 3 segment. � ; f The Local Agency of Citv of Renton desires to supplement the agreement entered in to with otak �nc. � and executed on August 26,2015 and identified as Agreement No. cAG-is-177 � All provisions in the basic agreement remain in effect except as expressly modified by this supplement. � The changes to the agreement are described as follows: � 1 � Section 1, SCOPE OF WORK, is hereby changed to read: The Scope of Work/Services described and attached in Exhibits A, A-1, B, C, and D are � added to Agreement Number CAG-15-177's Scope of Work 11 Section IV,TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: N/A � III � Section V, PAYMENT, shall be amended as follows: The original maximum amount payable is$301,891.Amendment No. 1 ($34,870)increased the maximum amount payable to $336,761.The addirional services added by this Supplemental Agreement No.3 ($321,203)increase the maximum amount payable to$657,964.The basis for the increase in the maximum amount payable is detailed within the attached Ea�hibits. Note:Supplemental No.3 includes a$25,000 management reserve. as set f h in the attached Exhibits A, A-1, B, C, and D and by this reference made a part of this supplement. If you ncur with this supplement and agree to the changes as stated above, please sign in the Appropriate spac b Io ,and retu n to this o�ce for final action. By. ,(� G�V?Gj�l? (} ���a�un�� nis Law, Ma or .��`� OF ENT'''� � � .`�y`,,���,,���„����,,,,����Q,� �� �� ('� C nsultant Signat _ .: L y *? A uthority Signature Date = �` s S�Att�'s � ; y���'�•,, ,��� � �: ason eth, City C er DOT Rev sed 09 2005 ,'/��''c�Rp�RATEo g�e����`` . �`j������uu►��r��• EXHIBIT A SCOPE OF SERVICES FINAL DESIGN/ENGINEERING SERVICES City of Renton, Washington Lake Washington Loop Trail — Phase 3 Otak Project No. 32468 December 2016 Description of Project: The purpose of the Lake`�'ashington Loop Trail Project is to design and e�rentually build a 7,000 lineal feet regional trail facility to connect the existing Lake��'ashington Trail from the Logan A�Tenue/Cedar River junction to a ne�v trail at Rainier A�renue North. The project will complete a missing gap in the regional trail sj�stem. The Phase 3 segment of the proposed trail�vill be primaril5� located on the north side of Airpart�`'ay and�vill extend north along Logan Avenue to connect to the ezisting Cedar River Trail. The Phase 3 segment�vill end near the intersection of Rainier r��renue N. and�vill include a connection to the existing Perimeter Road. The trail segment along Airport ��'ay�vill be an interim solution and�vill include a cycle track to miniinize impacts to the existing road�vay and right-of-way. The cycle track is proposed to be an interim solution until the Renton l�Tunicipal Airport finalizes their comprehensive master plan for zoning and use requirements along Airport��'ay. The Phase 3 trail will accommodate pedestrians,runners,bicyclists, and other non- motorized trail users. The trail will be designed to be accessible. Key project elements include: • A 2,500 LF segment of regional trail • 12 foot�vidth asphalt concrete pavement trail or 9 foot�vidth cycle track • Enhanced bridge crossing over the Cedar River • Connections to the Cedar River regional trail • Pedestrian connections to the downto�vn core • Coordination��ith Renton Municipal Airport • Street crossings and dri�-e�vay crossings • Storm��ater management • Enhanced aesthetics,hardscape,landscape, and interpretive/�vayfinding • Utilit�� coordination • Federal funding— (FHWA funding included) • Anticipated construction cost of$1.5 to $2.0 million Following is the proposed scope of work for final design/engineering of the Lake"'ashington Loop Trail—Phase 3. Clty of Aenton — Lake IT"'rrsl� ingtou Loap Trnil 1 otak Ii:\projcct\32400\32468\Contraet\Pinal Dcsign-Suppfemcnt 2\Scopc_}�inalDcsign_12021G.duc Exhibit A - Scope of Work Continued 1.0 PROJECT MANAGEMENT AND COORDINATION 1.1 Coordination with City of Renton OTr,K will coordinate�vith the CITY of Renton on a regular basis to keep the CIT'Y's project manager informed about project progress,project issues and schedule. OTAK will assist in scheduling project related meetings,revie�vs, and other coordination activities needed to keep the project moving for�vard. Regular communication�vith the CITY�vill occur on a`veekl5r basis (b�� phone,regular meetings as described below, and/or by e-mail). 1.2 Preparation of Project Work Plan and Schedule OTAK�vill prepare a Project`�1ork Plan prior to the project kickoff ineeting.The�`�ork Plan�vill define project goals and design criteria, communications,deli�rerables, and quality control requirements. A project schedule (1�1S Project) will be developed and maintained as part of the�`Uork Plan. The��1ork Plan��ill be updated after the project kickoff ineeting, subject to comments received. The project schedule�vill sho��anticipated completion dates for defined deli�-erables. Deliverables • Project`�'ork Plan (january 2016) • Project schedule updates 1.3 Project Coordination Meetings with City (Assume 6 meetings) Project coordination meetings�vith CI1'�'Staff tvill occur approximately on a monthly basis to review progress, to discuss project related issues, to re�rie�v schedule, and to discuss current topics. It is anticipated that a total of six (6) coordination meetings��ill be held during the final design period for Phase 3. This Task�vill include a project kickoff ineeting. Attendance�vill generall5�include OTAIL's project manager and project engineer along�vith designated CITY Staff. 1.4 Stakeholder/Agency Meetings (Assume 3 meetings) There are a number of Stakeholder/t�gency groups that may have an interest in this project. Examples include Boeing,Renton School District, and the Cascade Bicycle Club. This Task pro�rides time for up to three (3) Stakeholder/Agency meetings during the final design period for Phase 3. 1.5 Coordination of Subconsultant Work Project management�vill include the coordination and review of subconsultant work. Subconsultants��ill include Geo Engineers for geotechnical engineexing,TEN��G' for traffic/signal/lighting, and Universal Field Services for right-of-way acquisition. Ci ty o f K e rt to n — Lak e 1F''nsh i irgto n Lo op T r�ri l 2 otak K:\prujeet\32400\32dG8\Contract\Final llesign-Supplement Z\Scope_l�inalDesign_130?lG.doc Exhibit A - Scope of Work Continued 1.6 Project Monitoring and Reporting Project management�vill include the coordination of design team members,internal project scheduling, and the preparation of a monthl5�progress report and a monthlj�billing statement. Deliverables • l�lonthly progress report and monthly in�roice,per City of Renton requirements (monthly) 2.0 DATA COLLECTION AND TOPOGRAPHIC SURVEYING/MAPPING 2.1 Data Collection and Review of Existing Field Conditions The OTAIL design team�vill conduct a field visit at the start of the project that includes a comprehensi�re review of existing field conditions for Phase 3. E:�isting conditions will be documented and digital photographs will be taken. OTAIL��ill inventory significant features to be considered in design. This task�vill also include collection of e�sting codes,recoxds,maps, reports, and other relevant information from the CIT'Y. E�sting conditions�vere documented during preliminar5�design. This Task�vill update previous documentation. 2.2 Supplemental Topographic Surveying and Mapping A topographic sur�=ey along Airport��G'ay and Logan A�renue�vas previously completed. This Task provides up to t�venty-four (24) additional sur�-ey crew field hours and associated office time for mapping to collect additional or ne�v field information needed to support the final design of improvements within the Phase 3 project area. A utility locate service will be retained to mark underground utilities`vithin ne�v areas to be mapped. OTAK�vill update the topographic and planimetric map in AutoCAD format sufficient for final design from field survey data and utility records. Base mapping�vill be provided at a horizontal scale of 1-inch = 20 feet showing the features outlined above. A digital surface�vill be prepared and contour lines��ill be sho�vn at one-foot intervals. The current CITY of Renton horizontal and vertical datum's �vill be referenced. Deliverables Updated Topographic Base 1�7ap (scale 1-inch = 20 feet) �vith one-foot contours and surveyed information per Task 2.2 (February 2017) 2.3 Right-of-Way/Easements — Legal Exhibit Support (Allowance) An allowance has been included to pro�ride design information to support the right-of-�vay acquisition effort being done by others. ��1ork is anticipated to include the furnishing of design City of Kentorr — Lake [T'asbington Loap Trai ! 3 ota k I�:\pro�ect\32400\32468\Contraet\Pinal Design-Supplement 2\ticoPe_Finalllesi�m_12021G.duc Exhibit A - Scope of Work Continued information needed to coinplete right-of-��ay�/easement exhibits and legal descriptions as�vell as design exhibits to illustrate frontage design details. 3.0 FRANCHISE UTILITY COORDINATION 3.1 Coordination/Meetings with Franchise Utilities (Assume 2 meetings) OTAK�vill begin communications�vith franchise utility companies (po�ver, gas, telecommunications, etc.) to verify locations of existing facilities and to discuss any potential relocation requirements, cost, schedule and recommendations on location of ne�� facilities. OTAK will also coordinate with other CITY departments as needed to coordinate CITY utility locations `vithin the project lirriits. Coordination meetings�vill occur during the final design phase of the project It is anticipated that up to t�vo (2) utilit�� coordination meetings will occur�vith franchise or CITY utilities that are determined to have conflicts or require relocation. 3.2 Coordination/Review and Utility Conflict Resolution Based on information determined during coordination per Task 3.1,it is anticipated that e�sting utilities may need to be relocated to accommodate the proposed project. Once potential conflicts are identified, OTAK�vill provide additional engineering to determine if the design can be revised to avoid utilit��conflict or to provide guidance to the utility companies on relocation efforts. OTAK will prepare a spreadsheet/matrix summarizing utilit��conflict locations and actions to be taken. Permit requirements for each location will be included in the matrix.This document�vill be updated�vhenever new information becomes available to assure that all utility coordination actieities are tracked. OTAK�vill also prepare a Comprehensi�Te Utility Coordination Plan to sho�v all e�sring and proposed utilities�vithin the project corridor. Deliverables • Spreadsheet/matrix summarizing utility� conflict locations (I�Zarch 2017� • Utility Coordination Plan (March 2017) 4.0 ENVIRONMENTAL/PERMITTING 4.1 Environmental/Permitting Support (Allowance) OTAK�vill provide technical design support to support the environmental/permitting work being led and prepared by the CITY. An allowance has been established to provide exhibits, to furnish design data,and to calculate and track areas of impacts (sensitive areas,buffers,mitigation areas, City of Rejtto �r — Lnke IT'�zrl� i �agto �r Loop Tr•rril 4 otak IC:\project\324110\324G8\Contract\Nmal llesiyn-SuPplement 2\Scope_f�inalDesign_12031G.doc Exhibit A — Scope of Work Continued etc.) 5.0 FINAL DESIGN/ENGINEERING 5.1 Design Coordination Meetings (Assume 4meetings) Design meetings will be held on a regular basis ��ith the CITY to discuss project issues during the design process. It is anticipated that a total of four (4) design meetings�vill be held during the final design period. 5.2 Review and Confirmation of 30% Design OTt,K�vill re�rie�v the 30% PSE and 30% Design Report and coordinate�vith the CITY to confirm direction for final design of Phase 3. Revie�v�vill include evaluation of CITY/Stakeholder revie�v comments that�vere deferred to 60°%Design. 5.3 Preparation of 60% Civil Plans OTAK�uill prepare 60%le�rel ci�Til design plans for the proposed Phase 3 trail alignment The design �vill include trail, side�valk,and road�vay impro�rements along r,irport`�ay and Logan Avenue along �vith intersection improvements and pedestrian/bicycle connections�vithin the project limits. Plans �vill be prepared to current CITY of Renton standards. An anticipated dra�ving list for the project is attached as E�hibit A-2 sho`ving the dra�vings that are anticipated at the 60%le�rel. Plans will include road�va�r sections,horizontal layout,vertical profile, and layout of utility impro�Tements for storm drainage and other utilities to be adjusted. Plans�uill be prepared at a horizontal scale of 1- inch = 20 feet and a verrical scale of 1-inch = 5 feet. Deliverables • Ci�-il Design Plans —60%Level (l�Tarch 2017) 5.4 Preparation of 60% Landscape/Urban Design Plans OTAK�vill prepare 60% level landscape/urban design plans for the proposed Phase 3 trail alignment. The design�vill include trail, sidewalk, and road�vay improvements along Airport`�'ay and Logan A�renue along�uith intersection improvements and pedestrian/bicycle connections �vithin the project limits. The landscape/urban design plans�vill be focused on hardscape finishes, planting/landscape, and irrigation. Plans�vill be prepared to current CITY of Renton standards. An anticipated drawing list for the project is attached as Exhibit A-2 sho�ving the drawings that are anticipated at the 60%level. Plans�vill include horizontal la5�out of proposed landscape,hardscape, and irrigation,including details. Plans�vill be prepared at a horizontal scale of 1-inch = 20 feet and a vertical scale of 1-inch = 5 feet. Ci ty o f K e irta n — Lak e [b'arl� i �rgto ir Lo op T rn i 1 5 ota k I�:\pxoject\32400\334G8\Contract\Final llesign-tiupplement 2\ticope_I�malllesi�,m_L031G.duc Exhibit A - Scope of Work Continued Deliverables • Landscape and Urban Design Plans —60% Level (1�'Iarch 2017� 5.5 Preparation of 90% Civil Plans OTAK will prepare 90% le�rel ci�-il design plans for the proposed Phase 3 trail alignment The plans will be updated from Task 53. Plans�vill be prepared to current CITY of Renton standards. An anticipated dra�ving list for the project is attached as Eshibit A-2 sho�ving the dra�vings that are anticipated at the 90%level. Plans�vill include road�va3� sections,horizontal layout,vertical profile, and schematic layout of utility improvements for storm drainage and other utilities to be adjusted. Plans�vill be prepared at a horizontal scale of 1-inch = 20 feet and a vertical scale of 1-inch = 5 feet. Deliverables • Civil Design Plans —90% Level (1�1ay?017) 5.6 Preparation of 90% Landscape/Urban Design Plans OTAI��vill prepare 90%level landscape/urban design plans for the proposed Phase 3 trail alignment. The plans will be updated from Task 5.4. Plans �vill be prepared to current CITY of Renton standards.An anticipated dra`ving list for the project is attached as Exhibit A-2 sho�ving the dra�vings that are anticipated at the 30%le�Tel. Plans will include horizontal layout of proposed landscape and hardscape,including preliminar5�details. Plans will be prepared at a horizontal scale of 1-inch = 20 feet and a vertical scale of 1-inch = 5 feet. Deliverables • Landscape and Urban Design Plans —90% Level (�1ay 2017) 5.7 Drainage Analysis and Preparation of Drainage Report Drainage analysis�vill be conducted utilizing the current CITY of Renton Surface��'ater Design Standards and associated (2009) King County Surface Water Design Manual requirements. OTAK will complete a design of the drainage features including locations and sizes of storm drain pipes, structures,and�vater quality facilities. Drainage calculations�vill also be prepared for existing and proposed conveyance. The drainage analysis and calculations�vill be summarized in a Draft Drainage Report that will be completed��ith the 60%level design. A Final Drainage Report will be prepared at 90% level design. Deliverables • Draft Drainage Report (TIR) —60% (March 2017) City af Kentojt — Lake 1�'a .rhi �rgton Loop Tr�ril 6 ota k IC:\project\3?400\32468\Contract\Pinal Design-Supplement 2\Scope_FinalDesign_12021G.due Exhibit A - Scope of Work Continued • I�inal Drainage Report (TIR) —90% (1une 2017) 5.8 Preparation of Construction Cost Estimates (60%, 90%, and Final) Engineering estimates of anticipated construction costs ��ill be prepared at the 60%, 90% and 100% levels. Estimates �uill be prepared using historical unit prices from similar projects, other current cost data, and recent City of Renton projects. Deliverables • Engineer's Estimate—60% , 90%, and Final-based on unit price bid items (Submit�vith Plans as noted above) 5.9 Preparation of Technical Specifications (60%, 90%, and Final) Specifications�vill be based on the 2016 (or current) edition of the`�SDOT Standard Specifications �vith the AP��'A supplement, current amendments,and CI"IY requirements. Special Proeisions�vill address technical work,as well as issues such as inconvenience to the neighborhood and traveling public, allowable work hours, construction phasing, utility coordination and other items specific to the needs of the CITY. It is assumed that the CITY�vill provide us with a current "front-end" boilerplate that includes general conditions, the bid proposal, and the contract documents. The specifications will be prepared to adhere to State and Federal funding requirements. The 60%level specifications�vill include outline specifications. Deliverables • Outline Specifications (Special Provisions) —60% (March 2017) • Special Provisions —90% (l�Zay 2017) • Final Specifications — 100% (June 2017) 5.10 Preparation of Final (100%) Bid Ready Plans OTAK will prepare Final (100%) Bid Read��Plans for the proposed trail alignment Plans `vill be prepared to current CI1'Y of Renton standards. An anticipated dra�ving list for the project is attached as Exhibit A-2 showing the drawings that are anticipated at the 100%level. Plans�vill be prepared at a horizontal scale of 1-inch = 20 feet and a vertical scale of 1-inch = 5 feet. The Final (100%) Plans�vill be coordinated and submitted to the CITY for bidding purposes. Task 5.10�vill include coordination�uith`USDOT/Local Programs for final revie�v of bid documents to obtain permission to adverrise. OTAK�vill also assist the CITI'with posting of the project on Builder's E�change. C i t�y� o f K e �r t o n — L cr k e [F-'a .r b r n g t o ir L a o p T r n r l 7 ota k Ii:\rro�ect\3Z411p\324G8\Contraet\i�inal Des'ign-Supplement Z\Scope_NinalDcsign_121121G.dnc Exhibit A — Scope of Work Continued Deliverables . Final (100%) Plans (June 2017) 6.0 STRUCTURAL DESIGN/ENGINEERING 6.1 Evaluate Structural Design Alternatives The proposed Phase 3 trail concept includes the addition of a ne�v concrete barrier on the e�sting Logan Avenue Bridge. OTAK�vill further evaluate three (3) structural design alternatives to confirm this or an alternati�re approach. The structural alternati�-es to be e�=aluated include: • Pro�ride ne�v concrete barrier on existing bridge deck (current alternative). • Re-channelize the existing bridge deck to eliminate need for ne�v barrier�vith use of raised traffic curb. • Change trail designation and utilize esisting side�valk�vith addition of bike lanes on bridge OTAK�vill participate in t�vo (2) design meetings�vith the City� to re�riew and discuss the structural design alternatives. OTAI��vill prepare a Summary Memorandum that describes the ad�-antages and disadvantages of each alternative along�vith a recommended alternative to move forward to 60% level design. Final design (60%, 90%, and 100%) of the preferred alternative�vill be added to the scope of�vork at a later time. Deliverables • Summary 1�lemorandum—Structural Alternati�res (February 2017) 7.0 COMMUNITY INVOLVEMENT 7.1 Community Involvement Assistance (Allowance) OTt�K�vill support the CITY in the coordination and facilitation of community involvement activities and notifications for the project. OTAK�vill assist in the preparation of presentation materials including presentation graphics,�vebsite materials, and other appropriate graphics. An allo`vance has been established for tlus Task. City of Renton — Lrrke li''n .r /� iirgton Loop Trarl 8 otak I�:\pro�cet\324011\3?4G8\Con[ract\k�inal Dcsign-tiupplemcnt 2\Seopc_PinalDcsign_12U2lG.doc Exhibit A - Scope of Work Continued 8.0 BIDDING 8.1 Bidding Support OTAI��vill assist the CITY in soliciting construction bids. r�nticipated services include response to bidder questions and issuance of clarifications, as required. The CI'I�'�vill ad�rertise for bids, distribute and track contract document distribution, accept and process questions from bidders, distribute addenda, attend and facilitate bid opening,prepare and distribute the bid tabulation, and e�raluate bids received. SUBCONSULTANTS • Geo Engineers —geotechnical engineering • Transportation Engineers N��'—traffic, street crossings,lighting • Universal Field Services —Right-of-Way Acquisition and Airport/FAA coordination • En�rironmental by Others EXPENSES • Utility Locate Ser�rice (APS) • Reimbursable for Reproduction of Plans, Specifications,Reports, Ftc. • Other 1�Zisc. Expenses DESIGN STANDARDS • City of Renton • WSDOT Local Agency Guidelines • `��SDOT Bridge Design 1�lanual • `�SDOT Design 1�Zanual • AASHTO LRFD Bridge Design Specifications • AASHTO Guide Specifications for LRFD Seismic Bridge Design • AASHTO Geometric Design of Highways and Streets • AASHTO Roadside Design Guide • Fr,A/Airport Requirements ASSUMPTIONS • Design�vork�vill begin in January 2017 and be completed by July 2017. The target date for Bid Ad�=ertisement is summer 2017. • Design will generally follow the 30%Plans and 30% Design Report prepared by OTAK—dated April 2016. Cit�� o f Keirtorr — Lnke li"rr .rhrngtair Loop Trai1 9 otak IC:\project\324011\324G8\Contraet\I�inal Design-Supplement 2\Seope_PinalDesign_12021C.doc Exhibit A - Scope of Work Continued • OTr�Ii�vill pro��ide fi��e (5) sets of all deliverables and ten (10) sets of final plans and specifications unless other�vise noted. • If utility potholing is needed,it will be done by others. OTAI��vill assist�vith coordinating locations. • The CI"1'Y�vill be responsible for all hazardous materials and special permits. • The CITY�vill pa5� for all required permit fees. • The CITY�vill obtain all Rights of EntrS� needed to perform survey or other investigation on private property necessary to support the project. • The CITY�vill acquire all necessary Title Reports. • NEPr,/SEPA��ill be required. Environmental/permitting�vill be provided by others. OTr�K will provide support as noted. NEPA will be completed prior to acquisition of RO�'. • Construction management support, construction administration,and/or construction inspection ser�-ices are not included in this scope of�vork,but may be added at a later time at the discretion of the CITY. • The CITY has prepared a traffic model that can be utilized for the project. Kemodeling will not be required. • Final (60%, 90% and 100%) structural design�vill not be included until a preferred structural alternative is selected. • r,load rating for the re�risions to the Logan Avenue Bridge o�rer the Cedar Ri�>er may be needed, but is not included in this scope of work. If required,a load rating may be added at a later time at the discretion of the CITY. City o f Keirton — Lake I�"arhington Loop Trai1 10 ota k I�:\pro�eet\32400\324GR\Contract\rinal Design-tiupplemen�2\Scupe_FinalDesign_12021G.doc EXHIBIT A-1 Lake Washington Loop Trail City of Renton Preliminary Drawing List - Phase 3 No. 60% 90% 100% Description Sheets Plans Plans Plans Notes Co�rer Sheet,Vicuutj-I�1ap,Indes 1 j-es 5-es yes General Notes,Legend 1 j�es 3-es yes Horizontal/Sur��e5�Control Plans 4 j-es 5-es Double Plan Vie�v TESC and Demolition Plans 4 j-es �-es j�es Double Plan View TESC and Demolition Details 2 j�es Trail Plan and Profile 7 y�es j�es 5�es Trail Details 2 j�es yes 5�es Drainage Details 2 j�es Logan Avenue Bridge Plans and Details 3 yes y�es y-es Landscape/Hardscape Plans 7 ��es y�es j�es Hardscape/Landscape Details 3 5�es 5�es j�es Signing and Striping Plans 4 yes 3�es Double Plan Vie�v Signing and Striping Details ? 5�es Signal and Illumination Plans tbd 5-es 5�es Signal and Illumination Details tbd 5�es 3-es Miscellaneous Details tbd 5�es Total Sheets 42 36 42 42 Plus Signal/Illumination Sheets GEOENGINEER� 8410 154ih Avenue NE EXHIBIT B Redmond,Washington 98052 425.861.6000 September 23, 2016 Otak, Inc. 11241 Willows Road NE,Suite 200 Redmond, Washington 98052 Attention: Nico Vanderhorst, PE Subject: Contract Amendment No. 1 Geotechnical Engineering Services Lake Washington Loop Trail - Phase 3 Renton, Washington File No. 0693-077-00 INTRODUCTION GeoEngineers, Inc. (GeoEngineers) is pleased to present this Contract Amendment No. 1 for geotechnical engineering services to support geotechnical design for Phase 3 of the planned Lake Washington Loop Trail in Renton, Washington. The Phase 3 portion of the project will consist of improvements for segments of the regional trail along Logan Avenue North and Airport Way. GeoEngineers previously completed preliminary geotechnical engineering services for 30 percent design of the trail project,the results of which are presented in our report dated May 6, 2016. We understand the Phase 3 portion of the project will include installation of a multi-use trail and bicycle lane with connections to other trails and crosswalks at roadway intersections along Logan Avenue North and Airport Way. The proposed connection to the Cedar River Trail in the vicinity of Logan Avenue North will include modifications to an existing roadway bridge over the Cedar River. Existing pavement and sidewalks along Logan Avenue North and Airport Way will be modified. New street lighting along Logan Avenue North and pedestrian signal systems at two intersections (Airport Way/Logan Avenue North and Airport Way/Shattuck Avenue South)will be constructed. SCOPE OF SERVICES The purpose of our geotechnical consulting services is to evaluate existing site conditions as a basis for establishing geotechnical criteria and recommendations for design of the Phase 3 portion of the trail alignment. We will evaluate subsurface conditions by reviewing existing information and by observing conditions encountered in excavations ("potholes") made by others to locate and identify underground utilities along the alignment. Otak,Inc. 'September 23,2016 Page 2 Our specific scope of services for Phase 3 design includes the foilowing: 1. Review available geologic and geotechnical information for projects we and others have completed alongthe Phase 3 alignment,as appropriate. 2. Observe subsurface conditions encountered in utility potholes along the alignment. The utility potholes will be coordinated by Otak, Inc. (Otak). Our representative will observe the potholing on a full-time basis at selected locations near pianned light pole foundation locations, and will obtain representative soil samples, classify the soils encountered, record groundwater conditions (if encountered),and prepare a detailed log of each pothole. 3. Evaluate pertinent physical and engineering characteristics of the near-surFace soils based on existing data and the pothole explorations. We anticipate the laboratory test program will consist of moisture content and gradation (sieve analyses)tests,as appropriate. 4. Develop recommendations for foundation support of new light and pedestrian signal poles, including bearing pressure, embedment depth, minimum diameter, lateral resistance and settlement estimates. 5. Comment on anticipated construction issues related to pole foundation installation such as the potential for caving soils and groundwater. 6. Provide recommendations for underground utility installation, including backfilling and compaction criteria. 7. Attend one project team meeting to discuss our findings and present our preliminary recommendations for pole foundation design. 8. Prepare a written report in both draft and final versions containing our findings, conclusions and recommendations. Our services will be provided as an amendment to an existing Subconsultant Agreement between GeoEngineers and Otak dated September 23, 2015. The agreement includes negotiated hourly rates based on a 2014 Washington State Department of Transportation (WSDOT) audit. Exhibit A summarizes our fee estimate based on these rates. A breakdown of hours for the services described above is presented in Exhibit B. We understand additional geotechnical design services will be requested for subsequent design phases for this project in the future. Please contact us if you have questions regarding the proposed scope of services or fee estimate. Sincerely, GeoEngineers, Inc. �����-� � �.�--�'''-�. � . ' = �'� � � Herbert R. Pschunder, PE Robert C. Metcalfe, PE, L G Senior Geotechnical Engineer Principal HRP:RCM:nId Attachments: Exhibit A.Consultant Fee Determination Exhibit B.Hours Estimate—Geotechnical Services Disclaimer:Any electronic form,facsimile or hard copy of the original document(email,text,table,and/or figure),If provided,and any attachments are only a i copy of the original document.The original document Is stored by GeoEngineers,lnc.and will serve as the o�cial document of record. GEOENGINEER� Fde No.0693-U77-00 � Consultant Fee Determination Project Name: Lake Washington Loop Trail Project Number: 0693-077-00 Consultant: GeoEngineers, Inc. NEGOTIATED HOURLY RATES Classification Hours Rate Cost Principal 5 $242 $1,210 Associate $204 Senior Eng/Sci 28 $170 4,760 Project Eng/Sci $131 Eng/Sci 3 2 $113 226 Eng/Sci 2 12 $99 1,188 Eng/Sci 1 $95 Senior Technician 4 $107 428 Technician $81 Word Processor 6 $83 498 ProjectAssistant 10 $121 1,210 Subtotal: 67 $9,520 REIMBURSABLES Mileage at $0.55 $200 Reproduction (copies, plots, etc.) 150 Geotechnical laboratory testing 700 Subtotal: $1,050 SUBCONSULTANT COSTS (See Exhibit D) Subtotal: TOTAL $10,570 CONTINGENCY GRAND TOTAL $10,570 City of Renton Lake Washington Loop Trail•Phase 3 Hours Estimate-Geotechnical Services Seniar Pra�ect Senior Wortl Pro�ect Prinapal Associate Eng/Sci Eng/Sci Eng/Sci 3 Eng/Sci 2 Erg/Sa 1 Technician Technician Processor Assistant 1 Sco e Item T Review available geotechnical and geological data 3 3 Observe utility potholing 3 12 1 16 Review soil samples,conduct geotechnical lab tests,prepare logs 3 3 1 7 Provide pole foundation 2commendatians 1 3 2 1 7 Provide utility installation recommendations 2 2 Comment on construction issues 1 1 Project management,�AIQC 1 2 4 7 One project team meetin9 3 1 4 Prepare draft and final report 3 8 4 3 2 20 Total Geotechnical Hours 5 0 28 0 2 12 0 4 0 6 �0 67 Lake Washington Loop Trail-Phase 3 Final Design EXHIBIT C SCOPE OF SERVICES Lake Washin�ton Loop Trail—Phase 3 Final Desi�n PROJECT DESCRIPTION The following is TENW's proposed Scope of Services for Phase 3 of the Lake Washington Loop Trail project. This scope assumes that design will be progressed to final design with submittal levels at 60%/90%Bid,with the project to consist of the following general improvements: o Regional Trail along Logan Avenue S.,and Airport Way o Cedar River Bridge Crossing o Connections to Cedar River Trail o Enhanced Pedestrian Connections to downtown core o Street and Driveway Crossings o Traffic Signal modifications at Logan/Airport and Airport/Shattuck necessary to accommodate trail crossings. SCOPE OF SERVICES Below is a summary of task items that the TENW team will provide for this scope of services: Task 1:Proiect ManaQement and Coordination 1.1 Scope: TENW will provide project management and coordination services, and will attend project team/agency coordination meetings as follows: Deliverables: • Project coordination meetings with City(Assume 4 meetings) • Stakeholder/Agency Meetings(Assume 1 meeting) Task 2:Final DesiQn/EnQineerinQ 2.1 Scope: TENW will prepare illumination, and traffic signal construction documents for 60%/90%Bid submittal levels as necessary to accommodate new trail. TENW will evaluate trail lighting along the Cedar River focused on light spillover associated with proposed bridge lighting. TENW will also provide assistance to the team with respect to channelization/t►orizontal alignment. Documents will include signal phasing, signal heads, pedestrian heads, placement of poles, conduit, junction boxes, general wiring, interconnection,and other associated elements. Deliverables: �TENW 1 September 19, 20�6 �� TE N W Transportation Engineering NorthWest • Assistance to the project team with review of alignment and channelization documents prepared by others. • Preparation of Illumination Design/Plans. • Preparation of Traffic Signal Modification Design/Plans(Logan/Airport, Airport/Shattuck). • Illumination Light Level/Uniformity Calculations. • Cedar River Light Spillover Analysis Documentation. • Design Vehicle(Autoturn)Analysis. • Construction Cost Estimates. • Specifications—(Word Document). FEES The total cost to complete the Tasks l-2 as described above is$84,610.00. ASSUMPTIONS & EXCLUSIONS The following assumptions and exclusions were made in the preparation of this scope of services: ➢ Project documents are assumed to be based upon Federal Funding requirements. ➢ Changes to the scope of improvements as described above may require additional scope and fee. ➢ Significant changes in project schedule(lengthening or shortening)may require additional budget. ➢ Geotechnical recommendations with respect to pole foundations if necessary will be provided by others. ➢ Potholing for underground utility conflicts if necessary will be coardinated and provided by others. ➢ TENW will provide all document submittals in electronic format. ➢ TENW has assumed no involvement in obtaining permits in this proposal. ➢ Construction Support services are not included in this proposal. Transportation Planning I Design I Traffic Impact&Operations 11400 SE 8'h Street Suite 200,Bellevue,WA 98004 I Office (425)250-5002 Consultant Fee Determination -TENW TASKS 1-2 Project Name: Lk Wa Lop Trail Project Number: xxx Consuitant: TENW NEGOTIATED HOURLY RATES Classification Hours Rate Cost -� :<<����.��:.,�:�.a r,,. -�_ "� ,�„.. qM w?;�. �.�� y� ��v,;k,,,: _°�°>�� �;z::: :.�m� � °�� �,,�:;. �.. ,�° °�: .,,,: 4 F.:':•i S'�\':i' �' �C� G�: •�k jio> Y �.� ,t.rv:, '•_/„ � ;'. ;:,.: ., >.,.,�„� ..,., . , r+ne. ��,,.,..�+".,. ,.c �. ��;, t, .�.. �. .1�; „:,,„ � .:,.... <; ,,, ;:. ,.,..,.t:°+:. . « . , .: .:.:,,::.::,,., .�:.......... �......::.:...:......... `� �. �:.. �A �.:.�.� ...,... .,..�..<..... ..:... .. ...:... .. � ;;��;':.� . . � , s:� .F ��.. . ,� .,. . , ,. , ��: .., .,,�,,..>......: ;...:�;:.;,;. � :. . , ,,;,.„ Principal 8 $195 $1,560 Design Manager 80 $185 14,800 Project Manager 180 $135 24,300 Project Engineer 350 $125 43,750 Subtotal: 618 $84,410 REIMBURSABLES Mileage $200 Reproduction (copies, plots, etc.) Miscellanous Subtotal: $200 SUBCONSULTANT COSTS (See Exhibit D) Subtotal: TOTAL $84,610 GRAND TOTAL $84,610 P;xhibit U Lake l�'ashington Loop Tcail-City of Renton Oeelc Flou�s end Pee.-Final Design/Engmeenng Secvices-Phasc 3 x S'� � = .# � 4 ' S -iu _^ �3 -`� �1 �'� f' �' � '�` ' = - > a ��� c;� �G ti� S tiC= �eL .S e .°F ' 'A � v� z _ Toai To�e� S'���'/ 5�906 N�� S3'86 53029 S'-8�'-v 5600 b3'36 5-'6a j31.?0 1l'liflG Sifif�i 1_'6.'n S31i� �i�0 Ilou�s �ee. 1.0 Yni-cc�Mana.nn�n�vnJ(:�.ortlinv�inn 1 1 ��li�iaii.�ii..�ih(i�.���1'N�i�rt��i ?0 0 0 0 0 0 0 0 0 0 0 0 9 ]8 j1,49f1 �z r�t�.,�n�,���,r v��,i.,�tt��,��;ei,�,���a sd��a��iz o o a o 0 0 0 o a o e u, Se� 13 1'u+i�.�(;��•��I�n�.�i.�ii.\I���riii-wi�liCiry(fi\leew IB 0 IB 0 D 1] 0 13 0 0 J 0 0 8 - fJ.'911 I 1 Si+l�hcl�l�e:A��n�\I�e�u�-)\I«ni�_ 1� 0 �� 0 0 1] 8 8 0 0 0 0 6= S'_,i]6 I S �al�n�ii�.�i o�S�i1...+ii.��I�ii��R'o�k 0 8 0 0 0 0 0 0 0 0 1 16 S7» 1G P�ojectTloniro�in �n.ilL�+�nii� 1; 0 0 0 0 0 1> 'y 11.191 Sub�o�o/lloii..r l0 0 8 ZO 0 8 0 0 J/O,1RS 2.0 Uaa Collec�ion and To u ra hic tiunr�in./M+ ].l O�toCollcctio�andR��i.v�oll!xia�in hi�l.l(n.�iul�noii� tl 0 8 0 J 0 0 0 0 0 J }� 5�.�06 (1 ..Iemei.olTo»�uiM1�.Su�vey�n end3la 0 0 1 0 0 0 0 8 ?1 1? ]6 5'-.�69 -- Ri h�.��l-\Y'��r�F':i.ei,�ene-!z ilEd�;Fi�S� 0 0 0 1 0 0 0 0 0 1 1_' 0 30 j1,0�' S�b��tdfloi�.i 0 0 0 0 1? 3G 12 8 13G 7?��' 1.0 Frvnchi.�ll�ili��'('���„il:� J 1 Coaidinat��n\I:ut�ii.-wi�l�I�anrhise l'olioes 0 I6 0 0 16 0 0 0 38 S�,A15 J� Coa�dinati��i�Ii.vi�+.�Aii�Il��ilirvConflic�Resol��mn 0 8 Ifi 0 Ifi 0 0 0 0 0 � i S�,IOfi Subeol�llfoi�.r 0 /6 0 0 0 0 0 0 8 f3.J22 !A Gnvimnm.�n�nl/Prnnin�n 1.1 Fnvi�onmentil.'h�cm�t�n Su on(All��w:u��e 0 8 0 0 l� � 0 0 0 51.10] Su6ioN/Hourr 0 S 0 0 0 0 0 0 0 0 2 tI.103 S.0 Prel�minan lin in 51 IJ�xi i Lr�ln�xno<<�[zeon (J\leevn i? 1'_ 1_' 0 1] 0 1? 0 0 Gi S'-,��-' Il R=cicac�odCont�ointiai�o�3IWoIJcs� 0 J 8 0 tl 0 1 0 0 0 0 0 3' S�,�GI i3 P�e r�r�aon of GU".Cnil I'laas 0 I6 ?J 0 80 611 � 0 0 0 0 IN6 5?�9-' Fee»ciaon oi ei�".L�ndse. end U�fian U.si�Plvis 0 0 0 0 J� 0 0 0 5��3' �r��� ol 90"�o Ci��il�lAns 6 0 �J 36 0 1'_I1 IUII 0 0 0 0 0 � 58,9-1 � �i i.6 I'R�.��iioii�l'10°-.I.ii�.��ea��3Lh�anDesi Clsas 0 1 0 0 0 8 10 0 0 0 1}6 31,IXI1 - 1Je�in��Aii.lvsx��i�lP.e�-.��.�iono���vn Reo 0 40 8 0 0 0 1= 9i 730i1 i.8 Pa���e�+�i�i�i.+�(�.���nrueno<<Cas�Fs�im�res Ifi Ifi 0 ?.1 0 1 8 0 0 � - f'-,» 5.9 1'r� ��T�.M1i�i.il5�zcit�.��io�s 16 i0 0 ?1 0 1 16 0 0 0 ?1 1_6 3�'—�� S.IU P��. otIUU^oBidRend��l'I�i�s 0 A 8 0 i0 �0 8 0 0 0 0 1 IIJ 33,J39 Subrom/lloii�.r 36 0 3!d 221 92 156 0 0 i8 i.1Rt 73R.G8G 6.0 Svuc�urelVesi�n/L:�in G.1 F.�ilu���e5�rw�tumlDnsi Sli.ni�ii��.x 6 3? lfl 0 0 0 0 � 0 0 0 8 RB 53,616 Siibtnivlflav.� 6 32 0 0 0 0 0 0 0 S f3.G16 ].0 C�.mmun�n-In���1�.�men�vndArtlnte.mti��n - i��ln�ol..�i»��i�_>..i.�.�i.e i 0 8 0 16 0 0 1 5? SI,BIi +a/1(�i��F 8 0 0 tl,X15 K'.�pmkc�\u'+�\u,b9\eomm�\euW Degn-s.�pplunm�3\HowPee._PmJDn�11x116a� otak Ezhibit D Lake\\'ashington I,00p'1'rail-Cih�of Renron Otnk Flou�s and Feu-Final Design/I:ng��ee�ing Senice��-Phase 3 . K S_ � _ . � • ' � ' ' �i .� -� ' 3 _ �� �� ��� _ � _�`� ,ui �5"_ �"�+ � '� 3 �` ' " _ i 2� ' J G ' J f:1 C' .7<! �< � ' S E z i J � ToaJ T.�ul 5-»-' 7�9-OG yAJ.63 53.84 [0.'_9 S'_R.�"� S`=fi0� f3'.3G S'-6S }il."_� �ii�lJill 5�6'i S'-6-8 �.11�.il) S'-�00 Il�ure F�v_a R.0 NiJJin. 81 B�ddin45��>>oii 0 A 0 8 0 1 D 0 � 0 _ ]? ll,2Si Siib�om]31oi�� 8 0 0 0 0 0 0 32 lI.23i ti��b�o[��IloursLul+��rG�F�-O�klubo�-l'as1�1.0�o1{.0 121 6 231 256 Il �SG 256 120 16i 21 16 ]G ?A 12 152 I860 SGSVM ovrmr:.d v.a9zX,l�h..�c��v SuoA9� Pmfi�29.'NYi.x Lab�,r C„s� 519.J(2 Subro�dFeee �rC�w�+nr.�rh.�aJtYrof�-Vuk1�F.�r-Tn.lu.1.11n.R.11 51951121 Subca�uulhnt Coste Gro�i�ei�cca-Gcotcch��icAlEn�i J10.fla 1'LI�IC'-'1'nflic.5tact(:mssin-.I,i21�1iin f8J,610 L'�i�'c cx+Il�i�I.IS.rvires-A� �rt'P.iACaa�d�inetian(.411oa-sncc f3.OW O�J�\I«V��i on Subco�sul�a�ts 0 o°�v r� T�mi sobeons��l�ane Coem E9x,1N0 Heimbu�sableGa e e-Re mducu��n/Gn M1�cs J���� HeimbursaM1leG�e e-Mixe. fi0p uui�o�i.,=e�=s����ee nrs t�.aa Man�, n�N.�.cnce T.�u1Prv��ceCas�-kinwlDesi.n Gn.ina�enn.S��ni�en 5.121ID3 +N.,r��-R.rcss'Anxnnn�l�Hud n Pu s-Acrua/F:.u�s �rCnsr usNe aredFee tc�pmi�c��z,aoUzme�com.���P�.l�app-s,�pp�,.,.,nz�xe�a..._em.�..����zt�r..a, olaw