Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
07-123 - KPFF Consulting Engineers - Tukwila Urban Center Pedestrian-Bicycle Bridge
07-123(t) Council Approval N/A Washington State �4 Department of Transportation Supplemental Agreement Number 20 Original Agreement Number 07-123 (t) Project Number 05-RWO3 Project Title Tukwila Urban Center, PedBicycle Bridge Organization and Address KPFF Consulting Engineers 1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 Phone: (206) 622-5822 Execution Date Completion Date May 15, 2019 New Maximum Amount Payable $ 2,302,144.16 Description of Work Construction management and support services for the Tukwila Pedestrian/Bicycle Bridge. The Local Agency of the City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. 07-123 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: Section 1, SCOPE OF WORK, is hereby changed to read: No change. II Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Contract completion date extends to May 15, 2019. III Section V, PAYMENT, shall be amended as follows: No change. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: Aaron Olson, Associate/Project Manager Consultant Signature Approving Authority Signa DOT Form 140-063 EF Revised 9/2005 Date Washington State W. Department of Transportation 07-123(s) Council Approval N/A Supplemental Agreement Number 19 Organization and Address KPFF Consulting Engineers 1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 Phone: (206) 622-5822 Original Agreement Number 07-123 (s) Project Number 05-RWO3 Execution Date Completion Date March 31, 2019 Project Title Tukwila Urban Center, Ped/Bicycle Bridge New Maximum Amount Payable $ 2,302,144.16 Description of Work Construction management and support services for the Tukwila Pedestrian/Bicycle Bridge. The Local Agency of the City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. 07-123 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: Section 1, SCOPE OF WORK, is hereby changed to read: No change. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Contract completion date extends to March 31, 2019. Section V, PAYMENT, shall be amended as follows: No change. 111 as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: (Aaron Olson, Associate/Project Manager By: City of Tukwila l DOT Form 140-063 EF Revised 9/2005 Consultant Signature p 114,n c .t •Approving Authority Signature Date / 5��� C/ 6 07-123(r) Contract Approval N/A Washington State �� Department of Transportation Supplemental Agreement Number 18 Organization and Address KPFF Consulting Engineers 1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 Phone: (206) 622-5822 Original Agreement Number 07-123 (r) Project Number 05-RWO3 Execution Date Completion Date December 31, 2018 Project Title Tukwila Urban Center, Ped/Bicycle Bridge New Maximum Amount Payabl $ 2,302,144.16 Description of Work Construction management and support services for the Tukwila Pedestrian/Bicycle Bridge. The Local Agency of the City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. 07-123 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: Section 1, SCOPE OF WORK, is hereby changed to read: See attached 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: Contract completion date extends to December 31, 2018. 111 Section V, PAYMENT, shall be amended as follows: This supplement increases the contract value by $29,262.86, increasing the previously authorized maximum amount payable to $2,302,144.16. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. Thomas H. Whiteman, P.E./Associate By: on behalf ofDavid K. McMullen, Principal/Proiect Manager By: A 11 a►1 bee) - City of Tukwila YMt A trio // Consultant ignature .. DOT Form 140-063 EF Revised 9/2005 Approving Authority Signatu Dectfl1t4 (21 , ao f Date / 6 a ctifG/./4 5 Exhibit A-1 Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge Supplement No. 18 - Construction Support Services Additional Services PROJECT DESCRIPTION KPFF has previously contracted with the City of Tukwila (City) to complete the Plans, Specifications and Cost Estimate (PSE) Phase of the Tukwila Urban Center Pedestrian and Bicycle Bridge project. The project has now moved in to the construction phase which includes construction of a 350 foot -long pedestrian bridge across the Green River. Specific tasks include, but are not necessarily limited to: construction of a mixed use trail, installation of bridge and trail lighting, installation of urban design and landscape features, relocation and adjustment of existing utilities and removing and replacing concrete curbs, sidewalks and ramps. PROJECT OBJECTIVES The overall objectives of this supplement include: • On an as needed basis, provide additional Construction Support Services (CSS) for the duration of the construction phase of the project The scope of work is expected to last approximately 2 months following Notice to Proceed of this supplement. The Contractor was awarded the Contract on June 20, 2016 with construction activities anticipated to begin in July 2016 and be completed by the end of 2017. PROJECT CSS TEAM This supplement includes effort by the following project design team members: Prime Consultant Structural Engineering Civil Engineering Landscape, Urban Design & Electrical Architectural Services KPFF Consulting Engineers KPFF Consulting Engineers KPFF Consulting Engineers KPG Inc. LMN Architects Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #18 Page 2 SCOPE OF WORK The following is a scope of work for additional Construction Support Services for the construction phase of the project. TASK No. 1.0 - PROJECT MANAGEMENT AND ADMINISTRATION Task No. 1.10 - Project Management, Coordination & Invoicing KPFF shall be available to provide project management and coordination of the CSS team members. The CSS team shall be available on an as needed basis throughout the construction phase to answer questions from the City. CSS team members prepare monthly invoices for work completed which are then compiled by KPFF into a single invoice for the City. TASK No. 2.0 -ADDITIONAL STRUCTURAL SUPPORT SERVICES KPFF shall be available to provide structural Construction Support Services throughout the duration of construction. These services shall be provided on an as -needed basis, as authorized by the City's Construction Manager. KPFF shall be available to assist the City and the Construction Management team with the following activities: Task No. 2.10 - Additional Requests for Information (RFIs) KPFF bridge engineers have already responded to approximately 120 RFIs thus far. This is far more than the anticipated 10 RFIs included in the original CSS supplement. KPFF bridge engineers shall be available on an as -needed basis to respond to structural related RFI's. For scoping purposes it is assumed that KPFF bridge engineers shall review up to ten (10) additional structural related RFI's. Task No. 2.20 - Site Visits KPFF bridge engineers have been asked to be on site eight times thus far. This is more than the anticipated five site visits included in the original CSS supplement. It is anticipated that KPFF bridge engineers shall need to visit the site four more times prior to completion of construction. Two of these site visits shall be for a punch -list walkthrough at the end of construction and a verification walkthrough that the punch -list items have been addressed. Two other site visits shall be assumed for general coordination of the remaining work. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #18 Page 3 TASK No. 3.0 - ADDITIONAL URBAN DESIGN/LANDSCAPE/ELECTRICAL SUPPORT SERVICES KPG shall be available to provide additional Urban Design, Landscape and Electrical Construction Support Services throughout,the duration of construction. These services shall be provided on an as -needed basis, as authorized by the City's Construction Manager. KPG has already provided additional services not originally included in the CSS supplement for the following items: • (10/16-12/16) RFI's including several meetings with AKANA (by request) to review the specifications and plans for the electrical components for the. bridge lighting. • RFI for conduit attachments and wiring location for uplights • (12/16) RFI and Submittals for the Pedestrian Railing Sub #98 • (02/17) RFI #45 for the construction and finish of the precast concrete stairs • (04/17) RFI #63 and Submittals for Concrete Joint Plan • RFI #78 Decorative Walls (Seat Wall) • (06/17) RFI #72.2 for Aluminum Kiosk • RFI #53 Decorative Cable Fence • RFI 45.1 Topsoil questions • The amount of work expended to complete the graphics for the bike counter was also unanticipated and not included in the additional services for KPG. This is not an inclusive list of RFI's received and responded to, however these were some of the most pertinent. Task No. 3.10 - Submittal Reviews The following items are anticipated to be reviewed by KPG prior to completion of the project. • Wayfmding signs • Paint fmishes for Urban Design elements • Kiosk materials (partial) • Landscape rocks • Landscape Plant and Tree submittals (partial) Task No. 3.20 - Additional Requests for Information (RFIs) KPG designers shall be available to respond to RFI's relating to Urban Design/Landscape/Electrical related items, on an as needed basis. Task No. 3.30 - Site Visits KPG designers shall perform site visits at critical phases during construction, to review mock ups required for the retaining walls and decorative pavement Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #18 Page 4 treatments, landscape installation and bridge lighting installation and placement. TASK No. 4.0 - ARCHITECTURAL SUPPORT SERVICES LMN shall be available to provide Architectural Construction Services during the final phases of construction. LMN Architects shall be available to assist the City and Construction Management team with the following activities: Task No. 4.10 - Submittal Review LMN Architects shall be available to review the following architectural related submittals required by the project specifications and prepared by the Contractor: • Additional review of pedestrian railing shop drawings and mockup Task No. 4.20 - Additional Requests for Information (RFIs) LMN Architects shall be available to answer an additional four RFIs related to architectural design elements. Task No. 4.30 - Site Visits LMN shall be available for 5 additional site visits and construction meetings from the original CSS contact. These visit include: • Additional Railing mock up review • Railing installation review • Lighting installation and deck coordination • Punch -list walk through • Punch -list follow-up TASK No. 5.0 - RECORD DRAWINGS KPFF, KPG and LMN will produce a record drawing set based upon Contractor and/or City provided redlines of the contract Plans. The record set will not be stamped or sealed. Deliverables: • Record Drawing set (PDF) EXHIBIT E-1 KPFF Consulting Engineers CONSULTANT FEE DETERMINATION SUMMARY OF COST TUKWILA URBAN CENTER PEDESTRIAN/BICYCLE BRIDGE Classification Principal Total Hours X Rate 0.00 X j Project Manager 0.00 X Senior Engineer Design Engineer CADD Technician Project Coordinator Admin Overhead (OH) Cost OH Rate x DSC of Fixed Fee (FF) FF Rate x DSC of Reimbursables Mileage Reprographics Subcontract (Blank) Subtotal 54.00 X 0.00 X 20.00 X 4.00 X 0.00 X 0.00 X 0.00 X 136.25% 30.00% $64.911 = $64.91 = $58.22' = $38.00! = $45.75j = $26.48', = $21.63, = = i= DSC Subtotal J Cost $0.00 $0.00 $3,143.88 $0.00 $915.00 $105.92 $0.00 $0.00 $0.00 $4,164.80 $4,164.80 X $4,164.80 Total KPFF Labor Cost (## Miles x $0.535/mile) (## Sheets x $X.xx/sheet) (Sub Name & Task) (Allowance) Subconsultant Costs (See Exhibit G $5,674.54 $1,249.44 $11,088.78 $0.00 $18,174.08 GRAND TOTAL: $29,262.86 EXHIBIT G-1 KPG CONSULTANT FEE DETERMINATION SUMMARY OF COST TUKWILA URBAN CENTER PEDESTRIAN/BICYCLE BRIDGE Classification :Senior Traffic Engineer 'Traffic Engineer Senior LA Project LA/UD Design LA CAD Technician Survey Crew Office Admin Total Hours X Rate = Cost 6.00 X $56.97: = $341.82 20.00 X $44.59 $891.80 19.00 X $54.57 = $1,036.83 16.00 X $38.46 = $615.36 0.00 X $27.76 = $0.00 16.00 X ; $37.86 = $605.76 0.00 X $47.12 = $0.00 2.00 X $31.25. = $62.50 Overhead (OH) Cost OH Rate x DSC of 131.49% DSC Subtotal $3,554.07 $3,554.07 = $4,673.25 Fixed Fee (FF) FF Rate x DSC of 30.00% X $3,554.07 = $1,066.22 Reimbursables Total Subconsultant Labor Cost $9,293.54 Mileage' }(## Miles x $0.565/mile) Reprographics '(## Sheets x $X.xx/sheet) Subcontract .(Sub Name & Task) (Blank) ,(Allowance) Subtotal $0.00 Subconsultant Total: $9,293.54 EXHIBIT G-1 LMN Architects CONSULTANT FEE DETERMINATION SUMMARY OF COST TUKWILA URBAN CENTER PEDESTRIAN/BICYCLE BRIDGE Classification Total Hours X Rate = Cost :Partner 0.00 X $86.541 = $0.00 Project Designer 18.00 X $53.851 = $969.30 Project Architect 54.00 X $32.21 = $1,739.34 0.00 X 1 $0.00 = $0.00 0.00 X $0.00 = $0.00 0.00 X $0.00 = $0.00 0.00 X $0.00 = $0.00 0.00 X $0.00 = $0.00 Overhead (OH) Cost OH Rate x DSC of 197.86% DSC Subtotal $2,708.64 X $2,708.64 = $5,359.32 Fixed Fee (FF) FF Rate x DSC of 30.00% X $2,708.64 = $812.59 Reimbursables Subtotal Total Subconsultant Labor Cost $8,880.55 (## Miles x $0.565/mile) (## Sheets x $X.xx/sheet) (Sub Name & Task) (Allowance) $0.00 Subconsultant Total: $8,880.55 Mileage Reprographics { Subcontract (Blank) Subtotal Total Subconsultant Labor Cost $8,880.55 (## Miles x $0.565/mile) (## Sheets x $X.xx/sheet) (Sub Name & Task) (Allowance) $0.00 Subconsultant Total: $8,880.55 Depahrtmen of Twansportation 07-123(q) Council Approval 8/7/17 Supplemental Agreement Number 17 Organization and Address KPFF Consulting Engineers 1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 Phone: (206) 622-5822 Original Agreement Number 07-123 (q) Project Number 05-RWO3 Execution Date Completion Date December 31, 2017 Project Title Tukwila Urban Center, Ped/Bicycle Bridge PSE New Maximum Amount Payable $ 2,272,881.30 Description of Work Construction management and support services for the Baker Boulevard Road Diet & Christensen Road Improvements. The Local Agency of the City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. 07-123 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: Section 1, SCOPE OF WORK, is hereby changed to read: See attached 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: Contract completion date remains December 31, 2017. 111 Section V, PAYMENT, shall be amended as follows: This supplement increases the contract value by $119,680.98, increasing the previously authorized maximum amount payable to $2,272,881.30. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as s below and return to this office for final action. David K. McMullen, P.E. By: KPFF Principal/Project Manager B Consultant Signature DOT Form 140-063 EF Revised 9/2005 d above, please sign in the appropriate spaces City of Tukwila `s( r' a. ge-o — Ort,o -�.crr - /IC \).Q,(,4aSpest_ Approving Authority Signature 2 /9 ‘c) Date % e� 02 c f6(Dt t e s Baker Blvd Road Diet & Christensen Road Improvements Construction Management and Support Services Scope of Work PROJECT DESCRIPTION & OBJECTIVES KPFF is currently under contract with the City of Tukwila (City) for the Plans, Specifications, and Cost Estimate (PS&E) Phase of the Tukwila Urban Center Pedestrian/Bicycle Bridge project. This supplement provides additional services related to: • Providing Construction Management Services and Construction Support services for the Baker Boulevard Non -Motorized improvements Project, including ADA upgrades at the intersection of Andover Park East and Baker Boulevard. SCOPE OF WORK The following is a scope of work for additional services in support of this project's Construction Phase. Task No. 1.0 Project Management and Administration Task No. 1.10 - Project Management, Coordination, and Invoicing Team members shall provide continuous internal project management and project team coordination. Team members shall prepare monthly invoices for work completed. KPFF shall compile the invoices into a single document to be submitted to the City. Task No 2.0 Construction Management Services Task No. 2.10 - Contract Administration The items within this subsection are to be performed by City staff, with assistance of the Consultant. The Consultant will provide guidance, data, and review on an as -needed basis in coordination with City staff. The following items are anticipated to be performed under the Contract Administration Task: 1. Liaison with the City, construction Contractor, Designer, appropriate agencies, property owners, and utilities. 2. Provide the City with brief monthly construction progress reports, highlighting progress and advising of issues which are likely to impact cost, schedule, or quality/scope. 3. Schedule Review: a. Review construction Contractor's schedules for compliance with Contract Documents. Page 2 b. Monitor the construction Contractor's conformance to schedule and require revised schedules when needed. Advise City of schedule changes. 4. Progress Meetings. Lead regular (usually weekly) progress meetings with the construction Contractor, including City pre -construction meeting. Prepare weekly meeting agenda and meeting notes, and distribute copies to attendees. Track outstanding issues on a weekly basis. 5. Manage Submittal Process. Track and review, or cause to be reviewed by other appropriate party, work plans, shop drawings, samples, test reports, and other data submitted by the construction Contractor, for general conformance to the Contract Documents. Submittals will be forwarded initially to the City for review, and only those unable to be approved by City staff will be forwarded to the Designer for review. 6. Record of Materials. Provide Record of Materials indicating anticipated material approvals, material compliance documentation, and materials testing requirements. Maintain records of material compliance documentation received and advise of any known deficiencies. 7. Prepare weekly statement of working days and distribute to the City and Contractor. 8. Manage RFI (Request for Information) process. Track and review/evaluate, or cause to be reviewed/evaluated by other appropriate party, RFIs. Manage responses to RFIs. 9. Change Management. Evaluate entitlement, and prepare scope, impact, and independent estimate for change orders. Facilitate resolution of change orders. 10. Monthly Pay Requests. Review payment requests submitted by the construction contractor. Review with City and construction contractor, and recommend approval, as appropriate. 11. Evaluate construction Contractor's Schedule of Values for lump sum items. Review the Contract Price allocations and verify that such allocations are made in accordance with the requirements of the Contract Documents. 12. Assist the City in the investigation of malfunctions or failures during construction. 13. Record Drawings. Review not less than monthly, the construction Contractor's redline set of contract plans. Maintain a CM Team set of conformed drawings tracking plan changes, location of discovered anomalies and other items, as encountered by the CM team. Use these markups to check -the progress of the Contractor -prepared Record Drawings. 14. Document Control. Establish and maintain document filing and tracking systems, following City guidelines and meeting funding agency requirements. Collect, organize, and prepare documentation on the Project. a. One hard copy of files will be kept in the Project field office. Page 3 b. Electronic documentation will be stored as provided by the City, otherwise on Consultant's facilities. 15. Project Closeout. Support the City in preparation of Letters of Substantial (including punch list), Physical, and Final Completion. Prepare final pay estimate for City approval and processing. 16. Final Records. Compile and convey final Project records, transferring to the City for archiving at final acceptance of the Project. Records will consist of hard copy originals and electronic records on electronic storage medium. Deliverables • Monthly Construction Progress Reports • Schedule Review Comments • Meeting Agendas and Notes • Submittal Log • Record of Materials • RFI Log • Change Order(s) • Progress Pay Requests • Letters of Completion • Final records — hard copy and electronic Task No. 2.20 — Construction Phase Services — Field KPFF will perform the following construction inspection services: 1. Observe the technical conduct of the construction, including providing day-to- day contact with the construction Contractor, City, utilities, and other stakeholders, and monitor for adherence to the Contract Documents. The Consultant's personnel will act in accordance with Sections 1-05.1 and 1-05.2 of the WSDOT/APWA Standard Specifications. 2. Observe material, workmanship, and construction areas for compliance with the Contract Documents and applicable codes, and notify construction Contractor of noncompliance. Advise the City of all non -conforming work observed during site visits. 3. Prepare daily construction reports, recording the construction Contractor's operations as actually observed by the Consultant; includes quantities of work placed that day, Contractor's equipment and crews, and other pertinent information. 4. Interpret Contract Documents, in coordination with Designer. Page 4 5. Evaluate issues which may arise as to the quality and acceptability of material furnished, work performed, and rate of progress of work performed by the construction contractor. 6. Establish communications with adjacent property owners. Respond to questions from property owners and the general public. 7. Prepare field records and documents to help assure the Project is administered in accordance with funding agency requirements. 8. Attend and actively participate in regular on-site meetings. 9. Take periodic digital photographs during the course of construction. Photographs to be labeled and organized for future reference. 10. Punch List. Upon substantial completion of work, coordinate with the City and affected agencies, to prepare a 'punch list' of items to be completed or corrected. Coordinate final inspection with those agencies. 11. Testing. Coordinate materials and laboratory tests. Coordinate the work of the Field Representative(s) and testing laboratories in the observation and testing of materials used in the construction; document and evaluate results of testing; and inform City and construction Contractor of deficiencies. Deliverables • Daily Construction Reports with Project photos — submitted on a weekly basis • Punch List(s) • Test reports Task No 3.0 Construction Support Services: Task No. 3.10 - Submittal Review Consultant Team shall assist the City in review of materials and product information provided by the Contractor for project construction that are not already preapproved by the WSDOT Qualified Products List (QPL). Construction Project Manager will log and track all submittals, coordinate with the City for in-house review, and forward all submittals that cannot be reviewed and approved by City to the Consultant Design team for review. Effort related to this item is assumed to be a maximum of 30 items forwarded for review. Page 5 Task No. 3.20 - Requests for Information (RFI) Consultant Team shall assist the City in review and response to Contractor Requests for Information for design clarifications. Project Manager will log and track all RFIs, coordinate with the City for response/clarification by City staff, and forward all submittals that cannot be reviewed and approved by City to the Consultant Design team for review. Effort related to this item is assumed to be a maximum of 15 items forwarded for review. Effort related to this item is assumed to be a maximum of 15 RFI items forwarded for review, comment, and clarification. Task No. 3.30 - Design Modifications and Plan Revisions (RFI) Consultant Team shall prepare Plan revisions as a result of RFIs from unforeseen conditions and utility conflicts. Effort related to this item is assumed to be a maximum of 4 design modifications and clarifications. Deliverables • Submittal review of 30 items • 15 responses to Request for Information • 4 Plan revisions as a result of RFI issues, unknown field conditions, or utility conflicts. Assumptions II. Budget: A. Staffing levels are anticipated in accordance with the attached budget estimate. Consultant services are budgeted for fulltime inspection for 40 working days, and part time (3 full-time days per week) for 40 working days, from August 2017 through November 2017. This is intended to span the contract construction duration of 80 working days. Project closeout will be performed by the City with Consultant staff providing support as needed for that effort. Overtime has not been figured into the budget. B. Consultant will work up to the limitations of the authorized budget. If additional budget is needed to cover such instances as the following, City and Consultant will negotiate a supplement to this Agreement: 1. The Contractor's schedule requires inspection coverage of extra crews and shifts. Page 6 2. The construction contract runs longer than the time period detailed above. 3. Added scope tasks. 4. The work is anticipated to be performed during daytime hours. Should night work be necessary, a 15 percent premium for labor will be applied to all night shift hours worked by Consultant's employees. C. The budget allocations shown on Exhibit E-1 are itemized to aid in Project tracking purposes only. The budget may be transferred between tasks or people, or between labor and expenses, provided the total contracted amount is not exceeded without prior authorization. D. The budget assumes that City's standard forms, logs, and processes will be used. III. Items and Services City will provide: A. Meeting arrangements and facilities for all meetings. Decide which City staff would attend various meetings, and request their presence. Consultant to prepare and distribute meeting notes from preconstruction, and other meetings. B. Office space: 1. City is not providing any office space. 2. All supplies and facilities are to be provided by the Consultant C. Retain Engineer of Record for shop drawing review, RFIs, design changes, and final record drawings. D. Coordination with and enforcement of utility franchise agreements and/or contracts and schedules for services related to this Project. E. Verify that the required permits, bonds, and insurance have been obtained and submitted by the construction Contractor. Obtain all permits not required to be provided by construction contractor. F. Construction Survey. Construction Contractor is responsible for Survey. IV. Scope: A. Consultant will provide observation services for the days/hours that its' Inspector(s) personnel is/are on-site. The Inspector(s) will not be able to observe or report construction activities, or collect documentation, during the time they are not on-site. B. The Consultant's monitoring of the construction Contractor's activities is to ascertain whether or not they are performing the work in accordance with the Contract Documents; in case of noncompliance, Consultant will reject non- conforming work and pursue the other remedies in the interests of the City, as detailed in the Contract Documents. The Consultant cannot guarantee the Page 7 construction Contractor's performance, and it is understood that Consultant shall assume no responsibility for proper construction means, methods, techniques, Project site safety, safety precautions or programs, or for the failure of any other entity to perform its work in accordance with laws, contracts, regulations, or City's expectations. C. Definitions and Roles. The use of the term "inspect" in relation to Consultant services is synonymous with "construction observation, and reference to the "Inspector" role is synonymous with "Field Representative," and means: performing on-site observations of the progress and quality of the Work and determining, in general, if the Work is being performed in conformance with the Contract Documents; and notifying the City if Work does not conform to the Contract Documents or requires special inspection or testing. Where "Specialty Inspector" or "specialty inspection" is used, it refers to inspection by a Building Official or independent agent of the Building Official, or other licensed/certified inspector who provides a certified inspection report in accordance with an established standard. D. Consultant shall have no responsibility for the discovery, presence, handling, removal or disposal of toxic or hazardous materials, or for exposure of persons to toxic or hazardous materials in any form at the Project site, including but not limited to asbestos, asbestos products, polychlorinated biphenyl (PCB), or other toxic substances. If the Consultant suspects the presence of hazardous materials, they will notify the City immediately for resolution. E. Review of Shop Drawings, samples, and other submittals will be for general conformance with the design concept and general compliance with the requirements of the contract for construction. Such review will not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. F. Any opinions of probable construction cost provided by the Consultant will be on the basis of experience and professional judgment. However, since Consultant has no control over competitive bidding or market conditions, the Consultant cannot and does not warrant that bids or ultimate construction costs will not vary from these opinions of probable construction costs. G. Development of construction schedules and/or sequencing, and/or reviewing and commenting on contractor's schedules, is for the purpose of estimating number of days to complete a project, and for identifying potential schedule and coordination challenges and determining compliance with the construction contract. It is not a guarantee that a construction Contractor will complete the Project in that sequence or timeline, as means and methods are the responsibility of the construction Contractor. Page 8 H. RCW 4.24.115 is applicable to Consultant's services provided under this Agreement. I. Services provided by the Consultant under this Agreement will be performed in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances, in the same geographical area and time period. J. City agrees that Consultant will not be held liable for the completeness, correctness, readability, or compatibility of any electronic media submitted to City, after an acceptance period of 30 days after delivery of the electronic files, because data stored on electronic media can deteriorate undetected or can be modified without Consultant's knowledge. OPTIONAL SERVICES All services not detailed above, are considered Optional Services, which, along with any other Extra Work requested by the City, will be performed only when a mutually negotiated Supplement to this Agreement is executed, specifying scope of services and budget. EXHIBIT E-1 KPFF Consulting Engineers CONSULTANT FEE DETERMINATION SUMMARY OF COST Tukwila Urban Center Package #1: Baker & Christensen Improvements Classification Principal :Project Manager Project Engineer Sr Const Manager Const Manager Senior Inspector Field Inspector CADD Technician Coordinator / Admin Overhead (OH) Cost OH Rate x DSC of Fixed Fee (FF) FF Rate x DSC of Reimbursables Mileage Reprographics] Subcontract] Materials Testing Agency] Subtotal Total Hours X Rate 2.00 X 60.00 X 62.00 X 0.00 X 90.00 X 536.00 X 0.00 X 10.00 X 82.00 X 137.52% 30.00% $65.001 = $60.00 = $50.00 = $55.00 = $40.00 = $37.00 = $30.00 = $36.00 = $29.001 = DSC Subtotal Cost $130.00 $3,600.00 $3,100.00 $0.00 $3,600.00 $19,832.00 $0.00 $360.00 $2,378.00 X $33,000.00 = X $33,000.00 = (1800 Miles x $0.565/mile) (## Sheets x $X.xx/sheet) (Sub Name & Task) (Allowance) Subconsultant Costs (See Exhibit G) $33,000.00 $45,381.60 $9,900.00 $1,017.00 1 $20,000.001 $21,017.00 $10,382.38 GRAND TOTAL: $119,680.98 COST ESTIMATE: Tukwila Urban Center Package #1: Baker & Christensen Improvements Jigs 6.2017 KPFF Consulting Engineers KPFF Tukwila Urban Center Package #1: Baker & Christensen Improvements Principal Prefect Manager Prefect Engineer Sr Const Manager Const Manager Senior Inspector Field inspector CAD° Technician Coordinate r/Admin MULTIPLIER: item I SCOPE OF WORK 565.00 160.00 55000 555.00 540.00 537.00 530.00 536.00 S29.00 2.6752 1 Management and Administration yroleet 1.10 ana9ement, Coordination, and Invoicing 16 32 05,051 Labor Subtotal: 0 16 00 0 0 0 0 32 55,051 Rcimbursables: 51,017 2 Construction Management 2.10 • ntraet Administration Liason with Team8 51,284 Monthly Construction Progress Reports. 4 5428 Schedule Review2 6214 Progress Meetings4 5420 Manage Submittal Process .. 16 51,712 Record of Materials 8 $856 Weekly Statement of Working Days8 5856 Manage RFI Process_ 8 5856 Change Management8 5856 Evaluate Schedule of Values4 5428 Investleate Malfunctions or Failures During Construction8 . _ $856 Record Drawings 2 5214 Document Control 6 40 53,959 Protect Closeout8 2 51,488 Final Records 6 5856 2.20 • nstruction Phase Services - Field Daily Observation 385 538,108 Daly Construction Report 55 65,444 Protect Photos 40 53,959 Punch List 4 16 $2,228 Manage Testing of Materials 40 53859 • Labor Subtotal: 0 20 0 0 90 636 0 0 40 Seabee Reimbursables: 520.000 3 Construction Support Services 3.10 Submittal Review (3018 _ 30 10 56,073 3.20 Requests for Information (1 S)8 16 53,424 3.30 Design Modifications and Plan Revisions (4)2 8 16 10 54,735 labor Subtotal: 2 24 620 0 0 0 10 10 514,252 Relmbursables: 2 60 62 0 0 10 82 50 588,282 90 536 Labor Sum: Reimbursable Sum: KPFF SUBTOTAL: 521,017 $109,299 EXHIBIT G-1 KPG CONSULTANT FEE DETERMINATION SUMMARY OF COST Tukwila Urban Center Package #1: Baker & Christensen Improvements Classification Senior E/LA Project E/S LA/Eng ;Design Technician ;Survey Crew ;Office Admin. Overhead (OH) Cost OH Rate x DSC of Fixed Fee (FF) FF Rate x DSC of Reimbursables Mileage Reprographics Subcontract (Blank)', Subtotal Total Hours X 20.00 X 30.00 X 30.00 X 8.00 X 0.00 X 0.00 X 0.00 X Rate $56.97 = $44.59 = $40.38 = Cost $1,139.40 $1,337.701 $1,211.401 $26.44 ! = $47.12 = $31.25 = 0.00 x 1 DSC Subtotal $211.52 $0.00 $0.00 $0.00 $0.00 $3,900.02 136.21% t X $3,900.02 30.00% X $3,900.02 [(## Miles x $0.565/mile) (## Sheets x $X.xx/sheet) (Sub Name & Task) (Allowance) $5,312.35 $1,170.01 $0.00 Subconsultant Total: $10,382.38 COST ESTIMATE: Tukwila Urban Center Package #1: Baker & Christensen Improvements JUN 6.2017IPG 10.G Tukwila Urban Center Package #1: & Christensen ImprovementsPrni°ME'SC TDea,� n 6 e o� 0.00Baker MULnpuER: Item I SCOPE OF WORK 856.97 544.59 540.38 $26.44 $47.12 531.25 50.00 50.00 2.6621 1 Protect Management end Administndlon 1.10 Management, Coordination, and Invoicing Labor Subtotal:0 0 0 0 0 0 0 0 80 2 Reimbursables: - - -- --- Construction Management 2.10 • ntract Administration Ueson with Team Monthly Construction Progress Reports Schedule Review Progress Meetings Manage Submittal Process Record of Materials Weekly Statement of Working Days Menage RFI Process Change Management Evaluate Schedule of Values Investigate Malfunctions or Failures During Construction Record Drawings Document Control Project Closeout Final Records 2.20 • natruetlon Phase Services - Field Dally Observation Daily Construction Report Project Photos Punch Ust Manage Testing of Materials 3 Labor Subtotal: 0 00 0 0 0 0 0 20 Reimbursobles: Construction Support Sandals 3.10 Submittal Review (30)8 15 15 54,606 3.20 Requests for Information (15)8 10 10 53.475 3.30 Design Modification and Plan Revisions (4)4 5 5 8 52,301 Labor Subtotal: 20 50 808 0 0 0 0 810,382 Relmbursables: Labor Sum: 20 30 30 8 0 0 0 0 810 382 Reimbursable Sum: 80 KPG SUBTOTAL: $10,382 ij/)Washington State Department of Transportation 07- 123(P) Council Approval 3/6/17 Supplemental Agreement Number 16 Organization and Address KPFF Consulting Engineers 1601 Fifth Avenue, Suite 1 600 Seattle, WA 98101 Phone: (206) 622 -5822 Original Agreement Number 07 -123 (p) Project Number 05 -RWO3 Execution Date Completion Date December 31, 2017 Project Title Tukwila Urban Center, Ped/Bicycle Bridge PSE New Maximum Amount Payable $ 2,153,200.32 Description of Work PS &E for the Baker Boulevard Road Diet & Christensen Road Improvements. The Local Agency of desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. .07 -123 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: the City of Tukwila Section 1, SCOPE OF WORK, is hereby changed to read: See attached scope of work. II Section IV, TIME FOR BEGINNING AND COMPLETION. is amended to chanae the number of calendar days for completion of the work to read: Contract completion date remains as December 31, 2017. . III Section V, PAYMENT, shall be amended as follows: This supplement increases the contract value by $77,798.67, increasing the previously authorized maximum amount payable to $2,153,200.32. as set forth in the attached Exhibit A, and by this reference made a part of this supplement.. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. David K. McMullen, P.E By: KPFF Principal/Project Manager Consultant Signature DOT Form 140 -063 EF Revised 9/2005 By: City of Tukwila i 4 ill �.�.' 1 W pproving ihority Signature 3 /'97 l "7 Date /` 1d /6 /'/14-c-S Baker Blvd Road Diet & Christensen Road Improvements Plan, Specification and Cost Estimate (PSE) Scope of Work PROJECT DESCRIPTION & OBJECTIVES KPFF is currently under contract with the City of Tukwila (City) for the Plans, Specifications and Cost Estimate (PS&E) Phase of the Tukwila Urban Center Pedestrian/Bicycle Bridge project. This supplement provides additional services related to: • Creating a new set of Plans, Specifications and Cost Estimate (PS &E) combining the following previously designed elements: 1. Sidewalk, landscaping and illumination improvements from the intersection of the Green River Trail (GRT) and Christensen Rd south toward and including the intersection of Baker Blvd and Christensen Rd. 2. Channelization, roadway signing and striping work of Baker Blvd from the intersection of Christensen Rd west toward the intersection of Andover Park W including signal, and ITS modifications at Andover Park E. SCOPE OF WORK The following is a scope of work for additional design services in support of this project's PSE Phase. Task No. 1.0 Project Management and Administration Task No. 1.10 - Project Management, Coordination & Invoicing Team members shall provide continuous internal project management and project team coordination. Team members shall prepare monthly invoices for work completed. KPFF shall compile the invoices into a single document to be submitted to the City. Task No. 1.20 - Team Meetings Team members shall meet internally to discuss project reorganization and design issues. Two meetings assumed. Page 2 Task No 2.0 Right -of -Way and Additional Survey Services: Task No. 2.10 Review Title Reports & Update Easements KPG shall provide a review of previous City construction projects to verify easements for sidewalks along Baker and Andover Park E. Easements shall be added to the base map. Files from the past projects showing easements shall be provided by the City. KPG shall update the existing base map to include new curb ramps for the east /west directions at the intersection of Baker Blvd and Andover :Park E that are to be installed in conjunction with water main and sewer replacements under a separate project. CADD files for this shall be provided by the City. Note: With the exception of the new ramps, survey for Baker Blvd and Christensen has been completed, including existing illumination, signal poles, cabinets, and signal loops. No underground utilities have been located. Underground utility locates are not anticipated under this task. Deliverables • Updated Survey Project Base Map with sidewalk easements and updated curb ramps. Task No 3.0 Preparation of Contract Documents (PS85E) Task No. 3.10 - Repackaging Plans & Incorporating Signal Modifications KPFF and KPG shall assist the City in determining the Baker roadway striping, including design of protected bicycle facilities, as outlined in the King County Parks and Recreation and City of Tukwila, Mobility Connections Facilities Agreement for Baker Blvd and Christensen Road, approved 12/05/16. North - south curb ramps will be upgraded to current City standards Work includes modification of existing signal design at the intersection of Andover Park E and Baker Blvd, field review of existing signal equipment /conduit /wiring, video detection installation, loop abandonment, APS push button installation, push button landing area compliance field verification, coordination with City for new installation of East /West curb ramps (associated with Andover Park E Water Main and Sewer replacement project), countdown pedestrian heads, electrical wiring pole adjustments, ITS raceway verification /design and signal controller upgrades. Work also includes the redesign of current plans based on reuse of existing electrical service cabinet at the intersection of Christensen Road and Green River Trail access point. This does not include relocation modifications to the existing controller service cabinets. Page 3 KPFF and KPG shall repackage current design plans incorporating any aforementioned modifications into a complete set of Plans for submittal to the City. Task No. 3.20 — Update Quantities, Cost Estimate & Specifications KPFF and KPG shall update and /or calculate bid item quantities for the work shown in the Plans. An updated cost estimate shall be provided based upon these quantities and review of current bid tabulations provided by the City. A summary of quantities and a cost estimate shall be provided to the City for the Draft Final and Final /Bid PS &E packages (see Task 3.30). KPFF and KPG shall provide a complete Specifications package including Divisions 1 through 10 and front end proposal documents. The specifications shall be per the 2016 WSDOT Standard Specifications including any necessary City special provisions. The City shall provide a specification and proposal boilerplate for and any required forms associated with state and /or federal funding. Specifications shall be provided to the City for the Draft Final and Final /Bid PS &E packages (see Task 3.30). Task 3.30 — Submittal Preparation (Draft Final & Final/ Bid) KPFF and KPG shall prepare and submit a Draft Final and Final /Bid PS &E package described above to the City. The Draft Final submittal shall be prepared and submitted to the City for review and comment. Comments received shall be discussed and responses to comments shall be generated for City review and .agreement. The Draft Final PS &E package shall be modified as required based upon these comments and a Final /Bid submittal shall be generated The Final /Bid PS &E package shall be stamped, sealed and submitted to the City for inclusion in the bid package. Assumptions • No additional storm drainage report work is included. The Storm Drainage Report for the Tukwila Urban Center Bicycle /Bridge Project is assumed to . be adequate for permitting approval for this construction package. • WSDOT MEF documentation for curb ramp layout is not included.. • No additional permitting effort is included. • No additional right -of -way acquisition is included at this time. Additional acquisition may be necessary for ideal curb ramp layout at the intersection of Baker Blvd and Andover Park E. Deliverables • Plans and details to be included in Draft Final and Final /Bid level submittal set (3 hardcopies, 1 electronic). Page 4 o Cover Sheet & Index o Legend and abbreviations (1) sheet o Horizontal control (1) plan sheet o TESC (4) plan and detail sheets o Site prep (3) plan sheets o Typical section (3) sheets o Roadway plan/profile (3) sheets o Roadway details (3) sheets o Drainage and utility (2) plan sheets o Channelization and signing (3) .plan sheets o Channelization and signing (1) detail sheet o Pedestrian detour (1) plan sheet o Signal /Illumination (6) plan and detail sheets o Urban design (5) plan and detail sheets o Planting design (3) plan and detail sheets o Irrigation (3) plan and detail sheets • Quantities and Cost Estimate to be included in Draft Final and Final /Bid submittals (3 hardcopies, 1 electronic) . Project Specifications to be included in Draft Final and Final /Bid submittal (Electronic copies for Draft Final and Final /Bid, 3 hardcopies for Final /Bid) EXHIBIT E -1 KPFF Consulting Engineers CONSULTANT FEE DETERMINATION SUMMARY OF COST I_ Tukwila Urban Center Package #1: Baker & Christensen Improvements Classification Principal / Tech. Specialist Project Manager Senior Engineer Design Engineer Prof. Land Surveyor Project Surveyor Survey Crew CADD Technician Coordinator / Admin Overhead (OH) Cost OH Rate x DSC of Fixed Fee (FF) FF Rate x DSC of Reimbursables 1 Mileage Reprographics) Subcontract) (Blank)i Subtotal Total Hours X Rate 8.00 96.00 0.00 152.00 0.00 0.00 0.00 89.00 12.00 $64.43 = $58.20 = $45.00 = $38.08 = $42.00 = $32.00 = $65.00 = $33.00 = $27.30 = DSC Subtotal Cost $515.44 $5,587.20 $0.00 $5,788.16 $0.00 $0.00 $0.00 $2,937.00 $327.60 $15,155.40 137.52% I X $15,155.40 = 30.00% 1 X $15,155.40 = ( ## Miles x $0.565 /mile) ( ## Sheets x $X.xx /sheet) (Sub Name & Task) (Allowance) Subconsultant Costs (See. Exhibit G) i $20,841.71 $4,546.62 r $0.00 $37,254.95 GRAND TOTAL: $77,798.67 COST ESTIMATE: Tukwila Urban Center Package #1: Baker & Christensen Improvements February 21, 2017 KPFF Consulting Engineers KPFF Tukwila Urban Center Package #1: Baker & Christensen Improvements PrinciPal/ Tech' Specialist Project Manager Senior Engineer Design Engineer Prof. Land Surveyor Project Surveyor Survey Crew CADD Technician Coordinate 11 Admin MULTIPLIER: Item i SCOPE OF WORK 564.43 55820 545.00 538.08 042.00 932.00 00500 533.00 527.30 2.6752 1 Project Management and Administration 1.10 Management, Coordination & Invoicing 2 6 4 51,452 1.20 Team Meetings 3 6 51.120 Labor Subtotal: 5 0 0 :14 0 0 0 0 4 52,580 Reimbursables: _ 50 2 Right- ot.Way and Additional SurveyServlces 210 Review Title Reports and update easements for Baker Blvd & Andover PaAt E Labor Subtotal: 0 0 0 0 0 0 0 0 0 50 Reimbursables: S0. . . 3 Preparation of Contract Documents (PS &E) 3.10 Repackaging Current Plans with Signal Modifications 44 50 61 . 517,329 3.20 Update Ouantittes, Cost Estimate & Specifications 32 40 4 4 59,702 3.30 Submittal Preparation (Draft final & Final/Bid) 3 20 48 24 4 510,932 Labor Subtotal: 3 96 0 138 0 0 0 89 8 537,964 Relmbursables 50 Labor Sum: 8 96 0 ' 152 0 0 0 89 12 $40,544 Reimbursable Sum: 50 IKPFF SUBTOTAL: $40,544 EXHIBIT G -1 KPG CONSULTANT FEE DETERMINATION SUMMARY OF COST Tukwila Urban Center Package #1: Baker & Christensen Improvements Classification Senior E /LA Project E/S LA/Eng Design Technician Survey Crew Office Admin. Overhead (OH) Cost OH Rate x DSC of Fixed Fee (FF) FF Rate x DSC of Reimbursables Mileage Reprographics! Subcontract (Blank)I Subtotal Total Hours . X Rate = 70.00 100.00 56.00 104.00 8.00 3.00 0.00 0.00 $56.97i = $44.591 = $40.389 = $26.449 $47.12 = $31.251 = I I= DSC Subtotal Cost $3,987.90 $4,459.00 $2,261..28. $2,749.76 $376.96 $93.75 $0:00 $0.00 136.21% X $13,928.65 30.00% X $13,928.65 ( ## Miles x $0.565 /mile) ( ## Sheets x $X.xx /sheet) (Sub Name & Task) (Allowance) $13,928.65 $18,972.70 $4,17860 $175.00 r Subconsultant Total: $37,254:95 COST ESTIMATE: Tukwila Urban Center Package #1: Baker & Christensen Improvements February 21, 2017 KPG KPG ': Tukwila Urban Center Package #1: Baker & ChnStensen Improvements & Christensen sen. ERA Project E/S � Technician S's" Crew a1ice Admin. 0.00 0.00 MULTIPLIER: Item I SCOPE OF WORK $56.97 544.59 840.38 526.44 $47.12 531.25 $0.00 $0.00 2.6621 1 Project Management and Administration 1.10 Management, Coordination & Invoicing - _ 10 3 $1,766 1.20 Team Meetings . 12 - $1,820 Labor Subtotal: 22 0 0 0 0 3 0 0 $3,586 1 - - - - - - 525 2 Right-of -Way and Additional SurveyServices 2.10 Review Title Reports and update easements for Baker Blvd & Andover ParkF ? 8 8 52,173 Labor Subtotal 4 0 0 a 8 0 0 0 62,173 Reimbursables:l 1 5100 - . 3 Preparation of Contract Documents (PS&E) 3.10 Repackaging Current Plans with Signal Modifications 32 e0 40 80 524,280 3.20 Update Quantities, Cost Estimate & Specifications e . 16 . 12 $4,403 3.30 Submittal Preparation (Draft Final & Final/Bid) 4 4 4 16 - $2,638 Labor Subtotal: .. - - ' 44 100 56 86 0 0 0 0 531,321 Tr _ huge«,. :1T:LT 1 $50 Labor Sum: I f 70 l 100 J 56 l 104 8_ 3 J 0 0 $37,080 Reimbursable Sum: $175 I K P_ G S S U BTOT A L': I• $37, 255 t Wi Washington State WA. Department of Transportation Supplemental Agreement Number 15 Organization and Address KPFF Consulting Engineers 1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 Phone: (206) 622 -5822 Original Agreement Number - 07 -123 (o) Project Number 05 -RWO3 Execution Date Completion Date December. 31, 2017 Project Title Tukwila Urban Center, Ped/Bicycle Bridge PSE New Maximum Amount Payable $ 2,075,401.65 Description of Work Construction Support Services as identified in the Exhibit A -1 Scope of Work. • The Local Agency of the City of Tukwila desires to supplement the agreement_entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. 07 -123 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: Section 1, SCOPE OF WORK, is hereby changed to read: The overall objective of this supplement is to provide Construction Support Services (CSS). 11 Section IV, TIME FOR BEGINNING AND COMPLETION. is amended to change the number of calendar days for completion of the work to read: Contract completion date is extended to December 31, 2017. _ III Section V, PAYMENT, shall be amended as follows: This supplement increases the contract value by $77,174.23, increasing the previously authorized maximum amount increasing payable to $2,075,401.65. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. T • White : n, P.E. /Associate By. on b alf of David cMullen, Principal By: City of ukwila (c41/1/4# / Consultant Signature Approving Authority Sig r re °N Date DOT Form 140 -063 EF Revised 9/2005 inclw /5'/61'o2 G ff7/ -J Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #15 Page 1 Exhibit A -1 Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement No. 15 - Construction Support Services PROJECT DESCRIPTION KPFF has previously contracted with the City of Tukwila (City) to complete the Plans, Specifications and Cost Estimate (PSE) Phase of the Tukwila Urban Center Pedestrian and Bicycle Bridge project. The project has now moved in to the construction phase which includes construction of a 350 foot -long pedestrian bridge across the Green River. Specific tasks include, but are not necessarily limited to: construction of a mixed use trail, installation of bridge and trail lighting, installation of urban design and landscape features, relocation and adjustment of existing utilities and removing and replacing concrete curbs, sidewalks and ramps. PROJECT OBJECTIVES The overall objectives of this supplement include: • On an as needed basis, provide Construction Support Services (CSS) for the duration of the construction phase of the project The scope of work is expected to last approximately 11 months following Notice to Proceed. The Contractor was awarded the Contract on June 20, 2016 with construction activities anticipated to begin in July 2016 and be completed in June 2017. PROJECT CSS TEAM This supplement includes effort by the following project design team members: Prime Consultant Structural Engineering Civil Engineering Landscape, Urban Design & Electrical Geotechnical Engineering Architectural Services KPFF Consulting Engineers KPFF Consulting Engineers KPFF Consulting Engineers KPG Inc. Landau Associates LMN Architects - Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #15 Page 2 SCOPE OF WORK The following is a scope of work for Construction Support Services for the construction phase of the project. TASK No. 1.0 - PROJECT MANAGEMENT AND ADMINISTRATION Task No. 1.10 - Project Management, Coordination & Invoicing KPFF will be available to provide project management and coordination of the CSS team members. The CSS team will be available on an as needed basis throughout the construction phase to answer questions from the City. CSS team members prepare monthly invoices for work completed, which are then compiled by KPFF into a single invoice for the City. Task No. 1.20 - Meetings KPFF and CSS team members will be available on an as needed basis throughout the duration of construction for meetings in order to respond to questions from the City. The following meetings are assumed for this phase: • Pre - construction meeting: KPFF will attend this meeting. • Drilled shaft pre - construction meeting: Landau Associates will be available to attend this meeting. • Punchlist walkthrough meeting: KPFF and KPG will be available to attend this meeting. TASK No. 2.0 - STRUCTURAL SUPPORT SERVICES KPFF will be available to provide structural Construction Support Services throughout the duration of construction. These services will be provided on an as- needed basis, as authorized by the City's Construction Manager. KPFF will be available to assist the City and the Construction Management team with the following activities: Task No. 2.10 - Contractor Bid Assistance KPFF bridge engineers and project managers will be available to respond to technical questions from prospective bidders. Assume preparation of two bid package addenda may be needed. Task No. 2.20 - Submittal Review Given the nature of the bridge and its complexity, KPFF will review key structural submittals related to the steel tied arch at Span 2. The design and performance of this span is highly dependent on the steel fabrication details, welding materials /procedures and construction sequencing. Because of this, KPFF bridge engineers will review the following structural submittals: Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #15 Page 3 • Steel reinforcement shop drawings for Abutment 1, Pier 2, Pier 3, Abutment 5, Span 1 bridge deck, Span 2 bridge deck, Span 3 & 4 bridge deck, drilled shafts at pier 2 & 3. • Steel fabrication shop drawings and welding procedures for Span 2 • Structural strand shop drawings for .Span 2 • Calculations for Span 2 • Structural strand erection plan and calculations for Span 2 • Camber measurements and structural strand tension adjustments for Span 2 • Pedestrian railing shop drawings It is assumed that all other structural related submittals will be reviewed by the Construction Management team. Task No. 2.30 - Request for Approval of Materials (RAMs) Review For the reasons given in Task 2.20, KPFF bridge engineers will review the following RAMs required by the project specifications and submitted by the Contractor: • Concrete Class 4000D Lightweight for Span 2 • All structural steel and high strength bolts for Span 2 • Welded-shear connectors for Span 2 • Structural steel paint system for Span 2 It is assumed that all other structural related RAM's will be reviewed by the Construction Management team. Task No. 2.40 - Requests for Information (RFI's) KPFF bridge engineers will be available on an as- needed basis to respond in a timely manner to structural related RFI's. For scoping purposes it is assumed that KPFF bridge engineers will review up to ten (10) structural related RFI's. Task No. 2.50 - Site Visits KPFF bridge engineers will be available to perform site visits at critical phases during bridge construction. For scoping purposes, a total of five (5) site visits are assumed. TASK NO. 3.0 - CIVIL SUPPORT SERVICES KPFF will be available to provide civil Construction Support Services throughout the duration of construction. These services will be provided to the City on an as- needed basis, as authorized by the City's Construction Manager. KPFF will be available to assist the City and the Construction Management team with the following activities: Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #15 Page 4 Task No. 3.10 - Contractor Bid Assistance KPFF civil engineers will be available to respond to technical questions from prospective bidders. Assume preparation of two bid package addenda may be needed. Task No. 3.20 - Submittal Review It is assumed that the Construction Management team will review the majority of the civil related submittals. For scoping purposes, it is assumed that KPFF civil engineers will review up to three (3) civil related submittals. Task No. 3.30 - Request for Approval of Materials (RAMs) Review It is assumed that the Construction Management team will review the majority of the civil related RAMs. For scoping purposes, it is assumed that KPFF civil engineers will review up to three (3) civil related RAMs. Task No. 3.40 - Requests for Information ( RFI's) KPFF civil engineers will be available on an as- needed basis to respond in a timely manner to RFI's relating to construction of civil related items. For scoping purposes, it is assumed that KPFF civil engineers will review up to three (3) civil related RFI's. Task No. 3.50 - Site Visits KPFF civil engineers will be available to perform site visits at critical phases during construction. For scoping purposes, a total of two (2) site visits are assumed. TASK No. 4.0 - URBAN DESIGN /LANDSCAPE/ELECTRICAL SUPPORT SERVICES KPG will be available to provide Urban Design, Landscape and Electrical Construction Support Services throughout the duration of construction. These services will be provided on an as- needed basis, as authorized by the City's Construction Manager. KPG will be available to assist the City and the Construction Management team with the following activities: Task No. 4.10 - Contractor Bid Assistance KPG designers will be available to respond to technical questions from prospective bidders. Assume preparation of two bid package addenda may be needed. Task No. 4.10 - Submittal Review It is assumed that the Construction Management team will review the majority of the Urban Design /Landscape /Electrical related submittals. For this scope, KPG designers will review the following submittals: • Bridge mounted junction boxes (location) • Retaining wall mockup segments and installation • Shop drawings for Kiosk Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #15 Page 5 Task No. 4.20 - Request for Approval of Materials (RAMs) Review It is assumed that the Construction Management team will review majority of the Urban Design /Landscape /Electrical related RAMs. For this scope, it is assumed that KPG designers will review the following RAMs: • Bridge, kiosk and trail lighting, poles, luminaires • Bridge uplighting • Control Equipment • Pedestrian/Bicycle counter system • Kiosk materials • Paint finishes for Urban Design elements • Landscape submittals, topsoil, bark mulch, compost • Other related site landscape items - Task No. 4.30 - Requests for Information ( RFI's) KPG designers will be available on an as- needed basis to respond in a timely manner to RFI's relating to Urban Design /Landscape /Electrical related items. For scoping purposes, it is assumed that KPG designers will answer up to three (3) Urban Design /Landscape /Electrical RFI's. Task No. 4.40 - Site Visits KPG designers will be available to perform site visits at critical phases during construction. For scoping purposes, two (2) site visits have been assumed. TASK No. 5.0 - GEOTECHMCAL SUPPORT SERVICES Landau Associates will be available to provide Geotechnical Construction Support Services throughout the duration of construction. These services will be provided to the City on an as- needed basis, as authorized by the City's Construction Manager. Landau Associates will be available to assist the City and the Construction Management team with the following activities: Task No. 5.10 - Submittal Review Landau Associates geotechnical engineers will review all geotechnical submittals required by the project specifications and prepared by the Contractor. The following submittals are anticipated: • Drilled shaft slurry technical assistance, if needed • Drilled shaft obstruction removal plan, if needed Task No. 5.20 - Requests for Information ( RFI's) Landau Associates geotechnical engineers will be available to respond in a timely manner to RFI's related to geotechnical issues. For scoping purposes, it is assumed that Landau Associates geotechnical engineers will review up to three (3) geotechnical related RFI's. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #15 Page 6 TASK NO. 6.0 - ARCHITECTURAL SUPPORT SERVICES LMN Architects will be available to provide Architectural Construction Support Services during key phases of construction. LMN Architects will be available to assist the City and the Construction Management team with the following activities: Task No. 6.10 - Submittal Review LMN Architects will be available to review the following architectural related submittals required by the project specifications and prepared by the Contractor: • Pedestrian railings (KPFF to decide either KPFF or LMN Architects will do this submittal review). • Striated finish formliners. Task No. 6.20 - Requests for Information ( RFI's) LMN Architects will be available to respond in a timely manner to architectural related RFI's. For scoping purposes, it is assumed that LMN architects will review up to three (3) architectural related RFI's. Task No. 6.30 - Site Visits LMN Architects will be available to perform site visits at critical phases during construction. For scoping purposes, a total of three (3) site visits are assumed. EXHIBIT E -1 KPFF Consulting Engineers CONSULTANT FEE DETERMINATION SUMMARY OF COST TUKWILA URBAN CENTER BICYCLE /PEDESTRIAN BRIDGE CSS Classification Principal / Tech. Specialist Project Manager Senior Engineer Design Engineer Prof. Land Surveyor Project Surveyor Survey Crew CADD Technician Coordinator / Admin Overhead (OH) Cost OH Rate x DSC of Total Hours . X Rate = Cost - 25.00 X 0.00 X 88.00 X l 299.00 X 0.00 X 0.00 X 0.00 X 20.00 X 22.00 X I $62.50 = $60.06 = $58.201 = $38.801 = $46.201 = $35.201 = $71.501 = $40.331 = $25.501 = DSC Subtotal $1,562.50 $0.00 $5,121.60 $11,601.20 $0.00 $0.00 $0.00 $806.60 $561.00 127.17% 1 X $19,652.90 Fixed Fee (FF) FF Rate x DSC of 1 30.00% 1 X $19,652.90 Reimbursables Mileage) Reprographics) Subcontractl (Blank)1 Subtotal ( ## Miles x $0.565/mile) ( ## Sheets x $X.xx /sheet) (Sub Name & Task) (Allowance) Subconsultant Costs (See Exhibit G) $19,652.90 $24,992.59 $5,895.87 1 $0.00 $26,632.87 (GRAND TOTAL: $77,174.231 / COST ESTIMATE: TUKWILA URBAN CENTER BICYCLE /PEDESTRIAN BRIDGE CSS July 29, 2016 KPFF Consulting Engineers KPFF TUKWILA URBAN CENTER • BICYCLE /PEDESTRIAN BRIDGE CSS Principal / Tech Specialist Project Manager Senior Engineer Design Engineer Prof. Land Surveyor Prolett Surveyor Survey Crew CADD Technician Ccordlnato r/ Admin MULTIPLIER: Item SCOPE OF WORK 562.50 $60.06 $58.20 $38.80 I $46.20 j $35.20 671.50 540.33 625.50 2.5717 1 Project Management S Administration 1.10 Project Management, Coordination & Invoicing 6 12 12 $2,949 1.20 Meetings 4 14 10 $3,736 Labor Subtotal: 10 ( 0 14 . 22 I 0 I 0 0 0 12 90,685 Reimbursables:! 50 2 Structural Support Services • 2.10 Contractor Bid Assistance 10 I 5998 2.20 Submittal Review 4 14 150 617,706 230 Request for Approval of Material (RAMs) 8 $798 2.40 Requests for Information (RFIS) - - 4 12 45 I 8 $7,759 2.50 Site Visits 4 4 16 I Labor Subtotal: 12 0 30 I 229 I 0 I 0 0 8 0 927,261 Reimbarsables:. $0 3 Civil Support Services 3.10 Contractor Bid Assistance 2 $299 3.20 Submittal Review 6 12 I 5 $2.423 3.30 Request for Approval of Material (RAMS) 12 12 I 5 $3,321 3.40 Requests for Intormation (RFIS) 3 12 24 I 12 55,918 , 3.50 Site Visits 12 1 51,796 Labor Subtotal: 3 0 44 48 I 0 I 0 0 12 10 I $13,758 Reimbursables:, 50 4 Urban Design /Landscape /Electrical Support Services 4.10 Contractor Bid Assistance 4.20 Submittal Review 4.30 Request for Approval of Material (RAMS) . 4.40 Requests for Information (RFIS) 4.50 Site Visits 1 - Labor Subtotal: 0 r- 0 0 0 I 0 I 0 I 0 0 0 $0 Relmbursables: 00 5 Geotechnical Support Services 5.10 Submittal Review 5.20 Requests for Information (RFIS) Labor Subtotal: 0 0 0 r- 0 0 0 0 0 0 50 Relmbursables: 60 6 Architectural Support Services 6.10 Submittal Review 1 6.20 Requests for Information (RFIS) I I 6.30 Site Visits 1 Subtotal:+ 0 0 0 0 I 0 I o I 0 0 0 ( $0 ,L.abboor W_WL'YJ!_____C $0 Labor Sum: 25 0 88 299 0 0 I 0 20 22 $47,703 Reimbursable Sum: ; $0 IKPFF SUBTOTAL: $47,703 EXHIBIT G -1 KPG CONSULTANT FEE DETERMINATION SUMMARY OF COST TUKWILA URBAN CENTER BICYCLE /PEDESTRIAN BRIDGE CSS Classification Senior Traffic Engineer Traffic Engineer Senior LA Project LA/UD Design LA CAD Technician Survey Crew Office Admin Overhead (OH) Cost OH Rate x DSC of Fixed Fee (FF) FF Rate x DSC of Reimbursables 1 1 Mileagel Reprographicsl Subcontract) (Blank)I Subtotal Total Hours X Rate = 18.00 X $56.97 = 23.00 X $44.591 = 22.00 X $54.571 = 27.00 X $38.461 = 0.00 X $27.761 = 0.00 X .1 $37.861 = 0.00 X $47.12j = 0.00 X $31.251 = DSC Subtotal Cost $1,025.46 $1,025.57 $1,200.54 $1,038.42 $0.00 $0.00 $0.00 $0.00 131.49% 1 X $4,289.99 = 30.00% $4,289.99 ( ## Miles x $0.565 /mile) ( ## Sheets x $X.xx /sheet) (Sub Name & Task) (Allowance) $4,289.99 $5,640.91. $1,287.00 $0.00 Subconsultant Total: $11,217.89 COST ESTIMATE: TUKWILA URBAN CENTER BICYCLE /PEDESTRIAN BRIDGE CSS July 29, 2016 KPG KPG TUKWILA URBAN CENTER BICYCLE /PEDESTRIAN BRIDGE CSS Senior Traffic Engineer Traffic Engineer Senior LA Project LAUD - LA Technician CAD Survey Crew Office Admin MULTIPLIER: Item SCOPE OF WORK $56.97 $44.59 554.57 I 538.46 1 $27.76 $37.86 547.12 531.25 2.6149 1 Project Management & Administration 1.10 Project Management, Coordination & Invoicing 12 I I 51,712 1.20 Meetings I I . Labor Subtotal: 0 0 12 I 0 I 0 I 0 0 0 91,712 2 Structural Support Services 2.10 Contractor Bid Assistance 2.20 Submittal Review 2.30 Request for Approval of Material (RAMs) 2.40 Requests for Information (RFIs) I 2.50 Site Visits I I Labor Subtotal: 0 0 0 I 0 0 0 0 0 50 MIrEEIEULat 3 Civil Support Services 3.10 Contractor Bid Assistance I 3.20 Submittal Review I • 3.30 Request for Approval of Material (RAMs) 3.40 Requests for Information (RFIs) 3.50 Site Visits Labor Subtotal: 0 0 0 0 1 0 I 0 I a 0 1 $0 ommEcorazi 4 Urban Design /Landscape /Electrical Support Services 4.10 Contractor Bid Assistance 8 3 4 $2,112 4.20 Submittal Review 2 2 • 4 6 51,705 4.30 Request for Approval of Material (RAMS) 4 8 2 6 $2,417 4.40 Requests for Information (RFIs) 6 6 $1,303 4.50 Site Visits 4 4 9 51,967 Labor Subtotal: 18 23 10 27 0 0 0 0 59,506 5 Geotechnical Support Services 5.10 Submittal Review ( 5.20 Requests for Information (RFIs) I I Labor Subtotal: 0 0 0 I 0 0 I 0 0 0 $o Refnbursables:. 6 Architectural Support Services 6.10 Submittal Review _ I I 6.20 Requests for Information (RFIs) 6.30 Site Visits 1 I I 1 Labor Subtotal: 0 0 0 1 0 I 0 I 0 0 0 to Labor Sum: 18 23 22 27 0 I 0 0 0 $11,218 Reimbursable Sum: $0 BKPG SUBTOTAL: $11,218 EXHIBIT G -1 LANDAU ASSOCIATES CONSULTANT FEE DETERMINATION SUMMARY OF COST TUKWILA URBAN CENTER BICYCLE /PEDESTRIAN BRIDGE CSS Classification !Principal Associate Senior Project Senior Staff Staff /Senior Tech Project Coordinator Overhead (OH) Cost OH Rate x DSC of Fixed Fee (FF) FF Rate x DSC of Reimbursables Mileage! Reprographics1 Subcontract) (Blank)] Subtotal Total Hours X Rate = 2.50 X $61.63 = 15.00 X $45.87 = 18.00 X $40.241 = 0.00 X $31.25 = 0.00 X $27.74 = • 4.00 X $32.97 = 0.00 X $0.00 = 0.00 X $0.001 = 204.07% DSC Subtotal Cost $154.08 $688.05 $724.32 $0.00 $0.00 $131.88 - $0.00 $0.00 $1,698.33 30.00% X - $1,698.33 ( ## Miles x $0.565 /mile) ( ## Sheets x $X.xx /sheet) (Sub Name & Task) (Allowance) $1,698.33 $3,465.77 $509.50 $0.00 Subconsultant Total: $5,673.59 r COST ESTIMATE: TUKWILA URBAN CENTER BICYCLE /PEDESTRIAN BRIDGE CSS July 29, 2016 LANDAU ASSOCIATES LANDAU ASSOCIATES TUKWILA URBAN CENTER BICYCLE /PEDESTRIAN BRIDGE CSS Principal Associate Senior Project Senior Staff Staff /Senior Tech Project Coordinator 0.00 0.00 MULTIPLIER: Item SCOPE OF WORK $61.63 545.87 $40.24 $31.25 527.74 532.97 $0.00 60.00 fl 3.3407 1 Project Management & Administration 1.10 Project Management, Coordination & Invoicing 5 3 4 61,610 1.20 Meetings 5 5 51,438 Labor Subtotal: 0 10 8 0 0 4 0 0 13,048 Reimbursables: 2 Structural Support Services 2.10 Contractor Bid Assistance 2.20 Submittal Review 2.30 Request for Approval of Material (RAMs) 2.40 Requests for Information (RF1s) 2.50 Site Visits Labor Subtotal: 0 0 0 0 0 0 0 0 Reimbursables: _ 3 Civil Support Services 3.10 Contractor Bid Assistance 3.20 Submittal Review 3.30 Request for Approval of Material (RAMs) 3.40 Requests for Information (RFIs) 3.50 Site Visits Labor Subtotal: 0 0 0 0 0 I 0 0 0 00 Reimbursables: 4 Urban Design /Landscape /Electrical Support Services 4.10 Contractor Bid Assistance 4.20 Submittal Review 4.30 Request for Approval of Material (RAMs) 4.40 Requests for Information (RFIs) _ 4.50 Site Visits Labor Subtotal: 0 0 0 0 0 0 0 0 S0 5 Geotechnical Support Services 5.10 Submittal Review 1 2 4 $1,050 5.20 Requests for Intonation (RFIs) 1.5 3 6 I 11,575 Labor Subtotal: 2.5 5 10 I 0 0 0 0 0 12,625 Reimbursables: 6 Architectural Support Services 6.10 Submittal Review 6.20 Requests for Information (RFIs) 6.30 Site Visits Labor Subtotal: 0 0 0 0 0 0 0 0 So Labor Sum: 2.5 15 18 0 0 4 0 0 $5,674 Reimbursable Sum: $0 (LANDAU 1SS 'OTAL: $5,674 EXHIBIT G -1 LMN ARCHITECTS CONSULTANT FEE DETERMINATION SUMMARY OF COST TUKWILA URBAN CENTER BICYCLE /PEDESTRIAN BRIDGE CSS Classification Partner Project Designer Project Architect Overhead (OH) Cost OH Rate x DSC of Fixed Fee (FF) FF Rate x DSC of Reimbursables r Mileage' Reprographics( Subcontract! (Blank)1 Subtotal Total Hours X 6.00 X 24.00 X 36.00 X 0.00 X 0.00 X 0.00 X 0.00 X 0.00 X Rate $86.54 = $53.85 = $32.21 = $0.00 = $0.00 = $0.00 $0.00 = $0.00 = DSC Subtotal Cost $519.24 $1,292.40 $1,159.56 $0.00 $0.00 $0.00 $0.00 $0.00 197.86% X $2,971.20 30.00% X • $2,971.20 ( ## Miles x $0.565 /mile) ( ## Sheets x $X.xx /sheet) (Sub Name & Task) (Allowance) $2,971.20 $5,878.82 $891.36 $0.00 (Subconsultant Total: $9,741.381 COST ESTIMATE: TUKWILA URBAN CENTER BICYCLE /PEDESTRIAN BRIDGE CSS July 29, 2016 LMN ARCHITECTS LMN ARCHITECTS TUKWILA URBAN CENTER BICYCLE /PEDESTRIAN BRIDGE CSS Partner Project Designer Project Architect 0'00 0.00 0'00 0'00 0'00 MULTIPLIER: Item SCOPE OF WORK 586.54 053.85 532.21 60.00 60.00 50.00 50.00 50.00 3.2786 1 Project Management & Administration 1.10 Project Management, Coordination & Invoicing 12 52,119 1.20 Meetings I I I I . Labor Subtotal: 0 12 0 I 0 I 0 I 0 0 0 92,119 2 Structural Support Services 2.10 Contractor Bid Assistance 2.20 Submittal Review 2.30 Request for Approval of Material (RAMs) 2.40 Requests for Information (RFIs) 2.50 Site Visits I Labor Subtotal: 0 0 0 I 0 0 0 0 0 50 EIZENEarn 3 Civil Support Services 3.10 Contractor Bid Assistance - I I 3.20 Submittal Review i - 3.30 Request for Approval of Material (RAMS) 3.40 Requests for Information (RFIs) 3.50 Site Visits Labor Subtotal: 0 0 0 0 I 0 I 0 0 0 30 Reimbursables: 4 Urban Design /Landscape /Electrical Support Services 4.10 Contractor Bid Assistance 4.20 Submittal Review 4.30 Request for Approval of Material (RAMS) 4.40 Requests for Information (RAs) 4.50 Site Visits Labor Subtotal: 0 0 0 0 0 0 0 0 30 1 Reimbursables: 5 Geotechnlcal Support Services 5.10 Submittal Review 5.20 Requests for Information (RFIs) I Labor Subtotal: 0 1 0 0 0 I 0 0 0 0 50 les: Reimbursables: 6 Architectural Support Services 6.10 Submittal Review 2 6 14 1 51105 6.20 Requests for Information (RFIs) 2 10 51,409 6.30 Site Visits 4 4 12 53.108 I 1 I Labor Subtotal: 6 12 36 I 0 I 0 I 0 0 0 $7,623 Labor Sum: 6 24 36 0 0 1 0 0 0 $9,741 Reimbursable Sum: $0 ILMN ARCBLIETOTAL: $9,741 l4; Washington State Department of Transportation Supplemental Agreement Number 14 Organization and Address KPFF Consulting Engineers 1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 Phone: (206) 622 -5822 Original Agreement Number 07 -123 (n) Project Number 05 -RWO3 Execution Date Completion Date June 30, 2017 Project Title Tukwila Urban Center, Ped/Bicycle Bridge PSE New Maximum Amount Payable $ 1,998,227.42 Description of Work Modified hydraulic, surveying, permitting, geotechnical engineering and right of way acquisition services. The Local Agency of desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. the City of Tukwila 07 -123 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: Section 1, SCOPE OF WORK, is hereby changed to read: No change. 11 Section IV, TIME FOR BEGINNING AND COMPLETION. is amended to chance the number of calendar days for completion of the work to read: Contract completion date is extended to June 30, 2017. 111 Section V, PAYMENT, shall be amended as follows: No change. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. David K. McMullen, P.E. By: KPFF Principal/Project Manager DOT Form 140 -063 EF Revised 9/2005 A/sky/4)02 By: City of Tukwila Consultant Signature Approving Authority • nature Date / / I/ �i ( Washington State • 1,4111t Department of Transportation Supplemental Agreement Number 13 Organization and Address KPFF Consulting Engineers 1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 Phone: (206) 622 -5822 Original Agreement Number 07 -123 (m) Project Number 05 -RWO3 Execution Date Completion Date June 30, 2016 Project Title Tukwila Urban Center, Ped/Bicycle Bridge PSE New Maximum Amount Payable $ 1,998,227.42 Description of Work . Modified hydraulic, surveying, permitting, geotechnical engineering and right of way acquisition services. See scope of work (Exhibit A -1) for complete description. The Local Agency of the City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. 07 -123 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: Section 1, SCOPE OF WORK, is hereby changed to read: No change. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Contract completion date is extended to June 30, 2016. 111 Section V, PAYMENT, shall be amended as follows: No change. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: David K. McMullen, PE Consultant Signature DOT Form 140 -063 EF Revised 9/2005 By: City of Tukwila pproving A ignature Date ���� ( //VA -e-S 07-123(l) irWashington State Council Approval 5/18/15 Department of Transportation Supplemental Agreement Organization and Address KPFF Consulting Engineers Number 12 • 1601 Fifth Avenue, Suite 1600 Seattle,WA 98101 Original Agreement Number 07-123 C 0) Phone: (206)622-5822 Project Number Execution Date Completion Date 05-RWO3 12/31/2015 Project Title New Maximum Amount Payable Tukwila Urban Center,Ped/Bicycle Bridge PSE $ 1,998,227.42 Description of Work • Modified hydraulic, surveying,permitting,geotechnical engineering and right of way acquisition services. See scope of work(Exhibit A-1)for complete description. The Local Agency of the City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on �) —' and identified as Agreement No. 07-123 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: Section 1, SCOPE OF WORK, is hereby changed to read: See attached. II Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Contract completion date is extended to December 31,2015. III Section V, PAYMENT, shall be amended as follows: The total contract value increases by$164,371.10 to a new maximum payable amount of$1,998,227.42. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. B : David K. McMullen,PE By: City of Tukwila Y laylokkAMAL I 4,14 ' Consultant Signature Approving ly Signature DOT Form 140-063 EF Date Revised 9/2005 Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 1 Exhibit A-1 Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge Supplement No. 12 - Modified Hydraulic, Surveying, Permitting, Geotechnical Engineering and Right of Way Acquisition Services PROJECT DESCRIPTION KPFF is currently under contract with the City of Tukwila (City) for the Plans, Specifications and Cost Estimate (PS&E) Phase of the Tukwila Urban Center Pedestrian and Bicycle Bridge project. Issues with acquiring the necessary Right-of- Way required that the previous trail/bridge alignment be relocated further north ' along the Green River Trail. Because of this trail realignment, portions of the scoped services found in Supplement #10 are no longer applicable. Additionally, relocation of the trail requires additional design effort related to the final bridge alignment, including: • Evaluation of alternative alignments north of Riverview Properties and supplementation of the original TS&L report. • Critical flaws evaluation of the preferred alternative alignment selected in the TS&L supplement • Additional effort included in updating the design of the new alignment to 60%, 100%, and final design of trail, bridge, and landings for multi-use trail crossing the Green River, connecting West Valley Highway to Baker Blvd at Christensen Rd. • Additional Geotechnical Engineering. • Additional Surveying • Modified Right-of-Way Acquisition The table below gives a summary of the tasks from Supplement 10 that are being deleted and/or modified as well as new tasks that are being added as a part of this supplement (Supplement 12) Summary of Supplement 10 and 12 Task Changes 1.40, 1.50, 2.12, 3.10, 3.11, 3.20, 3.21, Supplement 10 Tasks Deleted 3.22, 3.23, 3.24, 3.30, 3.31, 3.32, 3.33, 3.34, 3.35, 3.40, 3.50, 5.10, 5.21, 8.33, 8.34, 8.61, 8.81, 8.82 Supplement 10 Tasks Modified 5.20, 5.30, 8.21, 8.32, 8.81 2.13, 3.60, 3.61, 3.62, 3.63, 3.70, 3.71, 3.72, 3.73, 3.74, 3.80, 3.81, 3.82, 3.83, 3.90, 4.30, 4.40, 4.50, 4.60, 4.70, 5.40, Supplement 12 New Tasks 5.50, 7.0, 7.10, 7.20, 8.100, 9.0, 9.10, 9.11, 9.12, 9.13, 9.14, 10.0, 10.10, 10.11, 10.12, 10.13, 10.14, 10.20, 10.21, 10.22, 10.30, 10.31, 10.32, 10.33, 10.34, 10.35 Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 2 PROJECT OBJECTIVES The overall objectives of this supplement include: • Supplement to TS&L Report evaluating alternative alignments north of the Riverview Plaza properties • Obtain technical data necessary for completion of the PS&E Phase based on the new alignment • Update design according to the new alignment PROJECT TEAM This supplement includes effort by the following project design team members: Prime Consultant KPFF Consulting Engineers Structural Engineering KPFF Consulting Engineers Civil Engineering KPFF Consulting Engineers Surveying KPG Inc. Landscape Architecture and Planning KPG, Inc. Geotechnical Engineering Landau Associates Environmental and Permitting Services Landau Associates River Hydraulics Watershed Science & Engineering Right of Way Acquisition Universal Field Services Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 3 SCOPE OF WORK The following is a scope of work for modifications/additions to design efforts including geotechnical engineering, surveying, permitting, planning, structural engineering, civil engineering, and right of way acquisition services in support of this project's PSE Phase. In addition to the basic services scoped in this document, the Consultant has included additional services that can be performed at the City's request. TASK No. 1.0-PROJECT MANAGEMENT AND ADMINISTRATION Task No. 1.40 - Design Team Meetings and Coordination (Supp. 12 TASK ADDED) The consultant team will need two (2) additional internal meetings to coordinate modified project tasks and incorporate scope changes into the project design. Additionally, KPFF will perform general coordination and be the main point of contact for the multidiscipline team. KPFF will collect and disseminate information for the team. Task No. 1.50 - Project Team Meetings with City (Supp. 12 TASK ADDED) An additional two (2) meetings with the City will be required to coordinate tasks associated with this scope of work. Deliverables: • Monthly progress reports and invoices • As-needed Project Schedule Updates • Team meetings o Participation in internal consultant team meetings o Participation in project meetings with the City Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 4 TASK No. 2.0- TOPOGRAPHIC AND BOUNDARY SURVEY The following is a scope of work for additional survey items needed as design proceeds on this project. KPG has included time and expense for project meetings, management of surveying and drafting efforts, professional review and quality control in our proposal. Task No. 2.10 -Additional Survey and Mapping Subtask No. 2.12 - Extend Survey of Green River Trail (Supp. 10 TASK DELETED) The survey of the Green River Trail shall be extended northerly approximately 100-feet to the limit of proposed improvements Subtask No. 2.13 - Survey North GRT, Additional Christensen Rd and New Bridge Abutment locations (Supp. 12 TASK ADDED) Additional survey for the north Green River Trail segment, additional Christensen Road from the existing Green River Trail head to Baker Boulevard. Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 5 TASK No. 3.0 - ALTERNATIVE ALIGNMENT PRELIMINARY DESIGN, AND TS&L SUPPLEMENT OF NEW ALTERNATIVE ALIGNMENTS Task No. 3.10 - Survey at Riverview Plaza Parking Lot (Supp. 10 TASK DELETED) KPG shall provide the field survey and mapping to augment the Riverview Plaza parking lot, including studies and alignments of alternative routes. Subtask No. 3.11 - Utility Locating (Supp. 10 TASK DELETED). A separate cost for private utility locating services has been included, which assumes 24 hours of underground utility sensing and locating. Task No. 3.20 - Walkway Section/ Parking Lot Trail Alignment Studies (Supp. 10 TASK DELETED) KPG and KPFF Civil shall provide alternative layouts and improvements to the Riverview Plaza property, including parking lot reconfiguration. This work will include additional design studies for proposed improvements, meetings with property owners of Riverview Plaza, and coordination with the property owner's consultants Subtask No. 3.21 - Trail Realignment Alternatives for Riverview Plaza (Supp. 10 TASK DELETED) Subtask No. 3.22 - Riverview Frontage/Property Studies (Supp. 10 TASK DELETED) Subtask No. 3.23 - Meetings for Riverview Plaza Property Owner Coordination (Supp. 10 TASK DELETED) Subtask No. 3.24 - Alternative Alignment Schematic Cost Estimate Comparison (Supp. 10 TASK DELETED) Deliverables: • Trail Alignment Alternatives and Selected Alternative Plan (including conceptual parking lot reconfigurations.) KPFF civil shall provide cost estimates for two (2) alternative alignments, compare the estimated costs to the current alignment, and identify changes to project cost as a result of alignment revisions. Task No. 3.30 - 30% Plans (Supp. 10 TASK DELETED) KPFF civil will meet with Riverview Plaza property owner representatives to discuss project progress selected alternative alignment to 30% design. Anticipated work includes preparation of new plan sheets for horizontal alignment, vertical alignment, site preparation, utility relocation, storm drainage, pavement markings and signing, and paving plans. Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 6 Subtask No. 3.31 - Site Preparation Plans (Supp. 10 TASK DELETED) Subtask No. 3.32 - Utilities Plans (Supp. 10 TASK DELETED) Subtask No. 3.33 - Storm Drainage and Grading (Supp. 10 TASK DELETED) Subtask No. 3.34 - Paving Plans (Supp. 10 TASK DELETED) Subtask No. 3.35 - Pavement Marking Plans (Supp. 10 TASK DELETED) Task No. 3.40 Update Storm Drainage Report (Supp 10. TASK DELETED) Storm Drainage report will need to be revised td assess impacts due to revised alignment. This may trigger stormwater detention requirements, and will also change basin delineation. Task No. 3.50 - Update Cost Estimate (Supp 10. TASK DELETED) Cost estimate will be revised to integrate quantities for preferred alignment. Task No. 3.60 - New Trail Alignment (Supp. 12 NEW TASK) KPG will update the Urban Design, Landscape and Illumination plans to a 60% design level based upon the new preferred alignment which will be selected in the TS&L Report Supplement 01. Subtask No. 3.61 - Update New Trail Alignment Urban Design to 60% (Supp. 12 NEW TASK) Subtask No. 3.62 - Update New Trail Alignment Landscape Design to 60% (Supp. 12 NEW TASK) Subtask No. 3.63 - Update New Trail Alignment Illumination Design to 60% (Supp. 12 NEW TASK) Task No. 3.70 - TS&L Alignment Studies (Supp 12. NEW TASK) KPFF shall evaluate up to 6 alternative alignments connecting-Baker Blvd at Christensen Rd to West Valley Highway with a multi-use trail and bridge crossing. Work will include alignment layout, evaluation of project costs and other impacts with existing conditions and future improvements and development, right-of-way needs, and supplemental report to existing TS&L Report. Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 7 Subtask No. 3.71 -Alternative Alignment Layouts (Supp. 12 NEW TASK) Subtask No. 3.72 - Evaluation of Alternative Alignment Layouts (Supp. 12 NEW TASK) Subtask No. 3.73 -TS&L Report Supplement 01 (Supp. 12 NEW TASK) Subtask No. 3.74.- Design Team and City Review Meetings (Supp. 12 NEW TASK Task No 3.80 - Fatal Flaw Assessment of Subsequent Preferred Alignment (Supp. 12 NEW TASK) KPFF shall evaluate the preferred alignment identified from the additional alignments evaluated in the TS&L Supplement. This evaluation includes meetings with King County Flood District representatives to evaluate impacts to levee, evaluation of structures within the levee and river, evaluation of river modeling done by King County Flood District for establishment of the 100 year flood elevation, assessment of horizontal alignment, and development of vertical alignment alternatives for clearances of the structure over the Green River. Work also includes meeting with City staff to review proposed alternative and resultant realignment of preferred multi-use trail along the north side of Riverview Plaza and revised landing alignment east of Green River to West Valley Highway. Subtask No. 3.81 - River and Levee Constraints (Supp. 12 NEW TASK) Subtask No. 3.82 - Horizontal and Vertical Alignment Alternatives (Supp. 12 NEW TASK) Subtask No. 3.82 - Design Team and City Review Meetings (Supp. 12 NEW TASK Task 3.90 - Presentation Graphics (Supp. 12 NEW TASK) KPFF will prepare graphics for City suitable for presentation to the• general public and the elected officials. Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 8 TASK NO. 4.0-CIVIL ENGINEERING ti Task No. 4.30 -Trail Alignment and Modeling (Supp 12. NEW TASK) KPFF civil team shall meet and coordinate design elements for revised trail alignment and layout. This work includes coordination meetings, evaluation of City standards for future frontage improvements, coordination of design elements and scope of improvements, evaluation of grades for landings, and other coordination necessary to develop the preliminary concept to a schematic design level. Task No. 4.40 - Storm Drainage Approach (Supp. 12 NEW TASK) KPFF shall design new storm drainage improvements for trail. Work includes new storm drainage report evaluating runoff and detention criteria. KPFF will present findings to City and work with the City to provide required improvements which may include mitigated collection and detention within an adjacent basin, dispersed runoff across adjacent city owned park, raingardens along West Valley Highway, and other measures currently unidentified. KPFF civil shall review all other discipline reports and information, including new survey topographic map and terrain model, supplemental geotechnical report, and proposed layout from Planners and Landscape Architect. Review will include providing comments and requests for additional information or revisions, and review of resubmittal. Task No. 4.50 - Quantities and Cost Estimate (Supp. 12 NEW TASK) KPFF shall quantify construction elements and earthwork, and prepare a preliminary cost estimate for new proposed improvements. Task No. 4.60 -Wall/Railing Assessment (Supp. 12 NEW TASK) KPFF shall work with team to design new trail alignment north of Riverview Plaza's north entrance, and along the north side of their parcel. Work shall include design of new horizontal and vertical alignment, modeling of pavement section, evaluation of trail and shoulder widths, evaluation of wall heights and types of retaining walls and railings Task No. 4.70 - 30% Plan Sheet and Layout (Supp. 12 NEW TASK) KPFF civil shall provide permit support for revised environmental permitting information. This information is typically total earthwork summaries, stormwater impacts, project and construction description, evaluation of tree impacts, and support graphics for same. Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 9 • TASK No. 5.0-ENVIRONMENTAL AND PERMITTING SERVICES Landau Associates will provide supplemental environmental and permitting services for this project. The scope of services is based on discussions with and information provided by a City of Tukwila (City) Shoreline Planner regarding impacts to trees adjacent to the Green River, 30 percent plan review documentation referencing an illumination study associated with proposed bridge lighting, and coordination with WSDOT Local Programs. Task No. 5.10 - USCG Navigation Survey and Bridge Permit Application (Supp. 10 TASK DELETED) The purpose of this task is to conduct the required Navigation Survey and prepare the General Bridge permit application materials to USCG standards. To conduct the Navigation Survey, Landau Associates will contact local waterway users/managers to determine the type and characteristic of watercraft common to the stretch of the Green River affected by the proposed project. Contact with local waterway user groups/managers will include: City officials City Chamber of Commerce WDFW USACE Port of Seattle and select number of tenants. Landau Associates will document findings into a memorandum format that will include a summary of methods and results. Landau will also prepare the application cover letter formatted to the USCG Bridge Permit Application Guide. Landau will prepare draft documentation for review and comment by KPFF and the City, and then final documentation. Assumptions: No team meetings or onsite meetings with waterway user groups are included in this scope of services. Contact with no more than three Port tenants will be required as part of the Navigation Survey. Waterway user group survey will be limited to email/phone correspondence. Vessel traffic from the Port does not pass downstream of the Duwamish River Turning Basin (i.e., approximate River Mile 6). Deliverables: An electronic (MS Word) copy of the draft Navigation Survey memorandum and application cover letter. An electronic (Adobe PDF) and one paper copy of the final Navigation Survey and application cover letter. Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 10 Task No. 5.20 - Tree Assessment (Supp. 10 and Supp. 12 TASK MODIFIED) Landau Associates will conduct a tree assessment on the 16113 West Valley Highway property within 50 feet of the proposed bridge alignment and bridge landing. For the assessment, Landau Associates will identify the species, approximate height and crown spread, and general age class and health of trees identified on project survey. Landau will also conduct an assessment of the approximate extent of shade provided by identified trees. The shade assessment will be based on analysis of the height and crown spread of trees and altitude of the sun at 8:00 a.m., 10:00 a.m., and noon, on the Winter Solstice (i.e., altitudes with potential to provide the maximum extent of shade over the Green River). Landau will amend the project survey to identify tree species and required tree protection zone. Methods and results of the tree assessment will be summarized in shoreline permitting documentation included in Landau Associates' existing contract. Assumptions: • Determination of age class will be made following shoreline permitting requirements (i.e. young, mature, over mature). • Tree assessment field effort will require a single site visit by two Landau Associates staff members and will take no more than 8 hours to complete. • The City will arrange for any necessary right of entry to complete the tree assessment. • The need for quantitative shade assessment will be determined based on evaluation of trees to be impacted by the project. A qualitative assessment of shade provided by impacted trees will be evaluated based on size/shape of tree and distance to the River. Quantitative assessment will be needed for native species determined to likely provide significant shade to the River. • Shade analysis will be completed using hand calculations, and will be completed for individual trees or groups of ,trees as applicable. Deliverables: • Draft and final tree assessment documentation to be incorporated into shoreline permitting documentation included under existing contract. Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 11 Task No. 5.21 - Biological Assessment (Supp 10. TASK DELETED) KPFF civil engineers shall establish revised bridge alignments to accommodate WDFW request to save two large Douglas-Fir trees located along the east bank of the Green River. Two alignments will be created, one to clear only the tree located furthest to the south, and another to clear both large trees. Task No. 5.30 - Lighting Study Support (Supp. 10 and Supp. 12 TASK MODIFIED) Landau Associates will provide support to KPFF in developing the lighting study associated with proposed bridge illumination. Landau Associates is including a level of effort to include no more than 12 hours of Associate, 8 hours of Senior CAD support, and 5 hours of Staff/Senior Technician. The purpose of the study will be to determine the impacts of bridge lighting on the Green River below in support of the permitting process. Deliverables: • To be determined Task 5.40. - De Minimis Section 4(f) Evaluation (Supp 12. TASK ADDED) Landau Associates will prepare necessary documentation to support Section 4(f) evaluation associated with potential trail improvements to the Green River Trail in the vicinity of City-owned open space immediately north of Riverview Plaza. The documentation will consist of the WSDOT Section 4(f) De Minimis Impact Determination form. Landau Associates will prepare the WSDOT Section 4(f) De Minimis Impact Determination form for review and comment by KPFF and the City, and then a final document. Assumptions • Programmatic Section 4(f) evaluation does not apply to the proposed project due to presence of critical habitat. • The City will complete necessary public outreach associated with the evaluation process. • The City Parks Department will provide written, support for the proposed project and unavoidable impacts to Section (4f) resources. Deliverables • An electronic (Adobe PDF) copy of the draft and final technical memorandum. Task 5.50. - Historic Property Inventory (Supp. 12 TASK ADDED) Landau Associates will retain the services of Equinox Research and Consulting International, Inc. (ERCI) to support inventory of the residence on the Nelsen Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 12 property for required compliance with Section 106 NHPA. ERCI will prepare an Historic Property Inventory Form to support Section 106 NHPA compliance. Landau Associates will prepare copies of necessary forms to assist with agency consultation. Assumptions: • WSDOT has indicated requirement to inventory the residence on the Nelsen property. Deliverables: • Historic Property Inventory Form TASK No. 7.0-GEOTECHIVICAL ENGINEERING SERVICES(SuPP. 12 NEW TASK) Task No. 7.10 - Field Explorations and Laboratory Testing (Supp. 12 NEW TASK) Landau Associates will advance a boring on the property at 16113 West Valley Highway (King County Parcel number 000580033) to characterize subsurface conditions near the proposed east bridge abutment. This boring will be advanced to a depth of about 120 ft below the existing ground surface (BGS). One additional boring will be advanced at least 160 ft BGS from the existing trail and will be located near the proposed east bridge abutment. The borings will be completed using a track-mounted drill rig using mud-rotary drilling techniques. The drilling will be accomplished by Holocene Drilling of Puyallup, Washington under subcontract to Landau Associates. A geologist or geotechnical engineer from Landau Associates will supervise the explorations, obtain soil samples from the borings, and prepare field logs of conditions encountered in the explorations. Soil samples will be obtained from the borings on about a 5-ft depth interval using the Standard Penetration Test (SPT) procedure, and delivered to our laboratory for further classification. Soil samples obtained from the explorations will be held in our laboratory for 30 days after submittal of the final report. After that date, the soil samples will be disposed of, unless arrangements are made to retain them. Drill cuttings will be placed in steel drums and transported to WM Dickson's facility in Tacoma, Washington for disposal. Prior to drilling, a representative of Landau Associates will mark the boring locations in the field and arrange for an underground utility locate (1-800... call before you dig). Landau Associates will also arrange for a private utility locate at each of the boring locations. Landau Associates will conduct geotechnical and analytical laboratory testing on representative soil samples obtained from the exploratory borings to aid in their classification and determination of engineering properties. Laboratory testing completed in our laboratory is expected to consist of 4 natural moisture Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 13 content determinations, 3 fines content determinations, 5 index tests (either mechanical sieve analysis or Atterberg limit determinations), and 3 combined analyses (mechanical sieve and hydrometer). Task No. 7.20 - Geotechnical Evaluation, Reporting, and Meetings (Supp. 12 NEW TASK) Based on the results of our previous explorations for the TSL design phase, the field investigation, and laboratory testing program completed for this project, Landau Associates will complete geotechnical engineering analyses to confirm and or modify our previous recommendations to support 30% design of the bridge, including: • Recommendations for earthwork and site preparation including: clearing, stripping, and grubbing; the suitability of onsite soils for reuse in structural fill; import structural fill requirements, subgrade preparation; and placement and compaction of structural fill. • Pavement subgrade preparation. • Porous asphalt and porous concrete pavement sections (asphalt or Portland cement concrete and base course thickness) required for structural support of the proposed traffic. • Conventional asphalt and Portland cement concrete pavement design. • Seismic design criteria, including an evaluation of liquefaction and lateral spreading potential. • An evaluation of the stability of the riverbanks and recommended stabilization measures. • Recommendations for approach embankment structural earth wall including: embedment depth, foundation subgrade preparation, design parameters, nominal bearing pressure, anticipated foundation settlement, and wall backfill and drainage considerations. • Estimated settlement of the approach embankments. • Recommended foundation type (driven piles/drilled shafts); recommended tip elevations; expected range of nominal axial capacity; uplift capacity; downdrag loads; estimated settlements of bridge foundations; additional lateral loads caused by lateral spreading; soil parameters for input into L-Pile (or equivalent) lateral pile capacity software. • Construction considerations for the recommended foundation type. • Discussion of the impacts of constructing the bridge abutment and approach embankment on the existing dike located at the west side of the bridge and any recommended mitigation measures. The results of the field explorations and geotechnical engineering analyses will be summarized in a geotechnical report. The report will include a site plan Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 14 showing the exploration locations, summary logs of conditions observed in the borings, results of the geotechnical and analytical laboratory testing, and a discussion of subsurface soil and groundwater conditions at the exploration locations. Assumptions: • City will obtain the right of entry to perform all geotechnical sampling • No permit fees will be charged for the borings • All field work will be performed during daylight hours between Monday and Friday and any traffic control will consist of traffic cones Deliverables: • Draft geotechnical report (2 hard copies and Adobe PDF) • Final geotechnical report (4 hard copies and Adobe PDF) TASK No. 8.0-RIGHT OF WAY SERVICES It is assumed federal funds are participating in the project, however there are no federal funds participating in the Right of Way phase. Universal Field Services, Inc. (UFS) will complete all Right of Way services in accordance with the City of Tukwila (City) Washington State Department of Transportation's (WSDOT) approved Right of Way Acquisition Procedures, the federal Uniform Relocation Assistance and Real Property Acquisitions Policies Act (URA), WSDOT Local Agency Guidelines - Section 25 (Right of Way Procedures), and the Washington Administrative Code (WAC 468-100) state Uniform Relocation Assistance and Real Property Acquisition. The project area consists of primarily business use properties. Up to four (4) separate tax parcels will require various real property rights as shown.in Table A below. One (1) residential occupant may be displaced by this project. Additional parcels or real property rights other than those shown in Table A will require an amendment to this scope of work and related fee estimate. Right of Way plans are not available for review and use at this time. This scope of work is based on the following: • Discussions with the City's design team KPFF. • Recent tour of the project limits. • Review of limited public on-line information (mapping / ownership information). • Preliminary Schematic Drawing and Exhibits - Right of Way plans not available. Task No. 8.20 - Title/Ownership Review (Supp 10. TASK MODIFIED) Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 15 Subtask No. 8.21 - UFS Title/Ownership Review (Supp. 10 TASK MODIFIED) Obtain title reports from the City or KPFF and perform reviews of existing right of way and ownership information. (If requested, UFS will order title reports or any updates). Review special exceptions described in each title report to determine the City's acceptance of title at closing. Provide the City with a parcel summary memo listing ownerships, title exceptions, etc. Deliverable: • Prepare parcel summary memo listing ownerships, title exceptions, etc. Task No. 8.30 - Data Collection and Limit Identification Subtask No. 8.32 - Right of Way Limits and Easements (Supp. 10 and Supp. 12 TASK MODIFIED) KPFF civil engineers will identify limits of right of way takes, as well as temporary and permanent easements for the project. Limits will be provided to the survey team, and the right of way acquisition team, for legal description and exhibits for use by the right of way acquisition team. Subtask No. 8.33 - Temporary Right of Entry/Access Permit (Supp. 10 TASK DELETED) As part of the feasibility planning and preliminary design phase for the project, the City and the consulting team may require temporary access to gather pertinent information for investigational geotechnical, environmental studies, hydrology, and land survey purposes, etc. It is intended Right of Entry (ROE) Permits will be inclusive of all purposes as stated in this task. It is assumed property owners will not be compensated for the temporary grant of access and all properties will be left in the same condition as was prior to entry. See Table A below for parcels requiring ROE Pete-nits. The City or KPFF will provide exhibits as attachments to each permit depicting the extents of the ROE area. Deliverable: Obtain one (1) Right of Entry Permit due to common ownership. Subtask No. 8.34 - Legal Description and Exhibits for Acquisition (Supp 10. TASK DELETED) Eight (8) Legal descriptions and exhibits shall be prepared for right-of-way acquisition. • Prepare legal descriptions and graphic exhibits for temporary easements as well as for permanent easements for each of the four Riverview Plaza parcels (8 legal descriptions). • Provide staking or painting of easements for viewing purposes. Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/BicycIe Bridge - Supplement #12 Page 16 Deliverables • Updated Survey Project Base Map (two hardcopies, one electronic copy) • Copies of title reports • Acquisition legal descriptions with graphic exhibits Task No. 8.60 - Relocation Plan (Supp. 10 TASK DELETED) A relocation plan will be developed based on WSDOT's Right of Way Manual and LAG Manual Section 25. According to the City, the owner of the residential site has purchased another residence and has vacated the premises, possibly because of the pending project. Relocation eligibility and entitlements are subject to discussions with the City and the owner. This scope of work assumes the property owner is displaced by the project. It is assumed there will be one (1) residential owner-occupant of a single family home displaced as a result of this project (see Table A). UFS will develop a relocation plan resulting from personal assessment interviews with the occupant(s). If additional displacements are subsequently discovered, the Relocation Plan will be amended by UFS. Additional relocations will require an amendment to this scope of work and related fee estimate. Deliverable: • Relocation Plan Subtask No. 8.61 - FHWA Funds Authorization for ROW (Supp. 10 TASK DELETED) Shortly after the Right of Way Plans (prepared by KPFF), the PFE, and Relocation Plan have been submitted to WSDOT and assuming NEPA clearance has been obtained, the City would typically receive a letter from FHWA through WSDOT Highways and Local Programs authorizing the use of federal funds to acquire Right of Way. This letter of authorization is required in order for the City to receive federal funding participation and reimbursement for costs incurred with Appraisal, Appraisal Review, Acquisition Negotiations, and Relocation Assistance services. Deliverable: For informational purposes only Task No. 8.80 - Acquisition Negotiation, Relocation and Closeout Subtask No. 8.81 - Acquisition Negotiation (Supp. 10 and Supp. 12 TASK MODIFIED) Acquire real property rights from up to four (4) separate tax parcels (including City of Tukwila) as shown in Table A below. Appraisals, Appraisal Reviews, and AOS worksheets completed in the Appraisal and Appraisal Review task will be submitted to the City for written approval Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 17 establishing the amount of Just Compensation to the property owner. Upon written approval from the City, UFS will prepare the offer package(s) and promptly present offers to purchase all the required real property interests and negotiate in good faith to reach a settlement with each property owner(s). Offers will be presented in person when at all possible. Negotiations will be conducted in accordance with statutory and regulatory requirements and will include: Coordinate administrative settlement approvals with the City; Negotiate as necessary with lien holders, assisting escrow in the closing process; Prepare and maintain parcel files to include fair offer letters, acquisition documents, a standard diary form indicating all contacts with owner(s), and other items necessary for negotiations. Negotiations shall not be deemed to have failed until at least three significant meaningful contacts have been made and documented with each owner and/or their representative through direct personal contacts. Out- of-area owner(s) will be contacted by telephone and by certified mail. If negotiations reach an impasse, UFS will provide the City with written notification. The filing and cost of condemnation proceedings shall be the responsibility of the City. Deliverables: • Acquisition Negotiation services with owners of up to four (4) separate tax parcels. • Completed parcel files including necessary records of all Right of Way Acquisition services. Subtask No. 8.82 - Relocation (Supp. 10 TASK DELETED) According to the City, the owner (Nelson) of the residential site recently purchased another residence and has vacated the premises, possibly because of the pending project. Relocation eligibility and entitlements are subject to discussions with the City and the owner. This scope of work assumes the property owner is displaced by the project. It is assumed there will be one (1) residential owner-occupant of a single family home displaced as a result of this project. Universal will provide Relocation Assistance and Advisory Services under the guidelines of the federal URA, WSDOT LAG Manual — Section 25 and the City's approved Policies and Procedures, as directed. Relocation services are generally outlined as follows: • Inform displaced occupants, in writing, of their potential displacement, eligibility, entitlements, and provide an explanation of their relocation benefits. • Assist in search of replacement site(s). • Assist displaced occupant(s) in filing relocation claims for payment. • Maintain a current relocation diary for each displaced occupant. • Maintain necessary records to support state audit of the relocation services portion of the project. Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 18 Deliverables: • Relocation Advisory and Assistance Services for one (1) residential owner-occupant. • Completed relocation assistance files. Task No. 8.100 - Green River Trail Easement Negotiation (Supp. 12 TASK ADDED) The City of Tukwila is the Grantee on two existing easements for public access, trail, road and flood control under recording numbers 8009190876 and 9108301275. These easements are located, in part, along the northerly boundary of tax parcel numbers 2523049077 and 2523049039. Both parcels are owned by BRCP Riverview Plaza, LLC. During survey work for this project it was discovered that a portion of the Green River Trail as currently constructed is located outside of the legally described limits of the easements. At the City's request, UFS will negotiate with the Grantor of the easements in an attempt to modify the legal descriptions. UFS will contact the parcel owner or their representative and conduct up to two (2) on site meetings. If it is determined the owners are not receptive to modifying the easements, the negotiations will be deemed to have failed. It is assumed the City will not use eminent domain for the modification of these easements. Deliverables: • Revised easements under recording numbers 8009190876 and 9108301275 Additional Work If other tasks are required to be performed or there are changes in pertinent information or if negotiations exceed the industry standard for a,good faith effort to negotiate (three "in-person" landowner contacts), UFS reserves the right to request additional compensation as an equitable adjustment. UFS shall not be responsible for delays caused beyond its control. Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 19 Assumptions: The City / KPFF will provide the following: • Exhibit maps to accompany Right of Entry Agreements • Preliminary Commitments (Title Reports) for all parcels shown in Table A. If requested, UFS will order title reports or any updates. The title company will bill the City directly for each report. • Approve designation of the escrow company used for this project. The escrow company will bill the City directly for all escrow services provided. • Right of Way Plans and Drawings, Maps, Exhibits, Right of Way Staking, etc., as necessary. • The necessary Environmental Site Assessments prior to commencing the PFE as discussed in the Project Funding Estimate task. • Legal descriptions in electronic format for all real property rights to be acquired and easement areas • Form approval, in electronic format, of all legal conveyance documents prior to use (i.e. offer letters, purchase and sale agreements, escrow instructions, easements, deeds, leases and permits). • Review and approval of all determinations of value, established by the project appraisers. Provide written authorization prior to offers being made to property owners. • Review and approval of all relocation entitlements prior to presentation to the displaced person. • Payment of any and all compensation payments to property owners, recording fees, relocation payments, legal services and any incidental costs which may arise necessary to complete each transaction. • Send "Introduction Letters" to property owners as necessary. • Property staking for easement modification, if necessary. (£ a;oN 00S) O fn O O SOd / 2IV d d d i.uauzaspa •isuo3 *duzay a) a) ;uauzas-ea z Ire-II uz.zad '' u i co z alduzTS k DC O aa Tetd a d F F, o U U aldunS 04 M aa3l �o,L pCI 0 U014U9TJtpON I • :uauzas-eg. X a) x '-t Zi a) ~ \ '� (1 Ch 3 v � _ -d a H Co 0 0 co I G-7. • °' '� v 0 a -0 a ;; W O v co U U g d a 0 a a w -1 0 C:14 w WI a a o W o a u• Pc a, E. z U a a • 1: gai W 0 Z 0 0 0 0 0 0 o 41) a 0 01 0 0 01 C 0 U 0 4 0 O d d i/ ti a 0 m ti 1. g 0 tf) N N tNf) t • L s H O N O O N N ». � ... 0•1.2 B N y X X an Z — N CO u) l0 F; Q en wema x � Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 21 TASK No. 9.0-ADDITIONAL STRUCTURAL DESIGN(SUPP. 12 NEW TASK) Task No. - 9.10 Additional Structural Design (Supp. 12 NEW TASKS) KPFF will revise the current 30% design plans to the new alignment (Alternative Alignment A) as well as provide additional structural design and drawings associated with the new layout. Subtask No. 9.11 - Update 30% Bridge Drawings to New Alignment (Supp. 12 NEW TASK) KPFF will update the current bridge drawings to reflect the new bridge alignment and additional approach span and associated foundation. Subtask No. 9.12 - Approach Span Design and Drafting (Supp. 12 NEW TASK) KPFF will design and produce drawings associated with the approximately 45-foot long approach span at the western landing Subtask No. 9.13 - Abutment Design and Drafting (Supp. 12 NEW TASK) KPFF will design and produce drawings associated with the abutment that supports the approach span at the west landing. Subtask No. 9.14 - Revise Drilled Shaft Design (Supp. 12 NEW TASK) KPFF will revise and update the drilled shaft foundation design and drawings based on the new locations, additional loads imposed by the approach span and the new geotechnical information based on the additional geotechnical borings. TASK No. 10.0-BRIDGE AESTHETICS COLLABORATION(SUPP. 12 NEW TASK) LMN will revise the overall bridge structural aesthetic to the current bridge alignment, to be documented in graphics used for design workshops and presentation renderings. This will require remodeling the proposed bridge to adjust bridge features to the revised alignment. Task No. 10.10 - Bridge Structure (Supp. 12 NEW TASK) Subtask No. 10.11 -Arch Geometry (Supp. 12 NEW TASK) Subtask No. 10.12 - Suspension Cable Connections (Supp. 12 NEW TASK) Subtask No. 10.13 - Bridge Deck Connections (Supp. 12 NEW TASK) Subtask No. 10.14 -Tied Arch Connections (Supp. 12 NEW TASK) Exhibit A-1 - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #12 Page 22 Task No. 10.20 - East Approach (Supp. 12 NEW TASK) Subtask No. 10.21 - Deck Treatments (Supp. 12 NEW TASK) Subtask No. 10.22 - Handrail System (Supp. 12 NEW TASK) Task No. 10.30- Design Development and Coordination (Supp. 12 NEW TASK) Subtask No. 10.31 -Tied Arch Sketches (Supp. 12 NEW TASK) Subtask No. 10.32 -West Approach Sketches (Supp. 12 NEW TASK) Subtask No. 10.33 - East Approach Sketches (Supp. 12 NEW TASK) Subtask No. 10.34 - Study Model Development (Supp. 12 NEW TASK) Subtask No. 10.35 - Renderings (Supp. 12 NEW TASK) EXHIBIT E-1 KPFF Consulting Engineers CONSULTANT FEE DETERMINATION SUMMARY OF COST Tukwila Urban Center - Pedestrian/Bicycle Bridge, Supplement No 12 Classification Total Hours X Rate = Cost Prncipaljin Charge . ,: 4 42.00 X, $64:43: = $2,706.06 0.00 X i°,,:i;a wi3,y 64.04 = $0.00 `P aiMIUM MM k:Z•;; 216.00 X ag $54'60;. = $11,793.60 Se for E iti. � INVE , 14.00 X' 1E, 4 .;44a$4'5 00 = $630.00 703.00 X ti„ ,",' ° , $35.p = $24,886.20 r'aPic Tecb ira i 356.00 X; = $13,965.88 • sC• 'F*V V '+/(.ne.yr.w'.l+�Prerym^�+•k Y. r.r�xis ,,mow x^';Kfi �+ Project CooTr�dinator%;,, � ��X,,:>.' 8.00 X, ;� , ;, �«, � $28 85 = $230.80 Administration= �° s r.,,, 4. 4.00 X';'.7,17,7;5-7'34'.'00 = $80.00 DSC Subtotal $54,292.54 Overhead (OH) Cost OH Rate x DSC of 132.62%a $54,292.54 $72,002.77 Fixed Fee (FF) FF Rate ,,30.00%0; ' $54,292.54 $16,287.76 Reimbursables Adjustments Tf. . : F y, w:.Suppleme"nt.,10' ; Fee:;Re.moved >=-$42,795.69 Subtotal -$42,795.69 Subconsultant Costs (See Exhibit G) $64,583.73 GRAND TOTAL: $164,371.10 Date:4/23/2015 Hour Summary - KPFF Consulting Engineers • ENGINEERING COST ESTIMATE: Tukwila Urban Center-Pedestrian/Bicycle Bridge,Supplement No.12 .. , Apll 23,':2015;X6P."sl'S'ai.64tt.Ti(?iiJ :i::N:i.?he..i-•F,l„;`57xk.'2!%3,k^:'IC,.FS!leC.^If! '7:;ut;rr;iiA'ff,;;:i"-v?::iv:i.i74!i:•`::r:R! KPFF Consulting Engineers KPFF >r•r r ac ' ,t36 6 C -c t .i d- r r! t S T ,rL 3 fi, T(,,,ukw(I3 nrenteg PetlestrfaNBfeyalel8rftlgl �t a r 1 .r� pd ncipai T A ef,Vit C ! Sva ,( 'x.g d�-1 4 +y� of l.t ;! �-t -J X11, echnical Project Senior Design CADD r Project .Adminhirslio Supp 10 Fee Supp 12 F ee ' Suppleme,nVNoV 2 { zovl- ni * t 4 ztr ,T,n i n Charge Specialist Manager Engineer Engineer Technician Co o 0na or n Removed: Added: n.mr R� l 'i,! T ut- k' 4, :tP1 d r ( j i li a.nit;le --_. . i t:` .a.... .41:614 s liLir..tt.w. �i r. ;.. .V MULTIPLIER MULTIPLIER Supp 10 Rates I $62.50 $60.10 $50.77 $43.27 $32.89 $35.19 524.81 620.00 2.7516 nem SCOPE OF WORK Supp 12 Rates $64.43' E64.04 $54.60 $45.00 635.40 $39.23 528.85 $20.00 26262 1.0 PROJECT MANAGEMENT 'S 3tiS : " :6i - 3,.. ,:33KCs-u.=$,3_ •-_x11.--,,-=M1,..s:. _n-•:'.T.T..- R: Elia,olo"Vi TiifoWw6ngil nm:sl. a dlriiU^ri°8n'ppiliirawaASKi(KP.6'%FFFj`1:ASNOISI:gi,i:'1;5 ^'F:GhiiZa B 12 $0.00 $3,074.33 E'iliiii;2747,d•Ti1Tiiig iiIiiih Obit$`.'OuPP:/2'NEWTiisIONFG`:LT KPFF 7tSliiAilg5(ii:W':7.0.Z?..: ::l:S2541,alai?..'*•K B 12 $0.00 $3,074.33 Supp 10 Labor Removed Svbtoial: 0 0 0 0 0 0 0 0 f0.00 (6,14 S d•12 labor Added Subtotal 16 0 24 0 0 0 0 0 • $67 a49.9..amrs-s`.i Ft Y= t,. .I'e:- x i...i.;r':. ..r.2iaa,.?^>;••..`-d2k.-v ,"+. <'- $0.00 $0.00 2.0 TOPOGRAPHIC AND BOUNDARY SURVEY KPG - •`= figtx"g- zat"F.?rR:A-0 `ic" .".�.•uz ga"a•'. ii:.'ia`kii (�^�� 7:iio ∎41991 oY;176Tai,:na bs-ppiiq;:".v"[4#F:'793.11e'YC'"l'4E:•cC;s¢' •a1iTir�C;?£9't`.i":ti ,7,3° ^1<;t+" i^tR'.?::;;e:97ftii WS\.. OWESSM E S F Oi.O 'fK`.kosossa.i1.*RoB�s' E4$' st'4'IE a1 'S5g11- '2:12::: F:;d:rw:y.a[anenA89r;Tr':d"'swPlio'TASii•"c @tdTr;"'`LS•::'«;t4iMro:71 a ':In'-=`:".:::;'aj;vl;g4_R::u • $0.00 . $0.00 PriliSl!ISe`'R.6T1mW/Nalk ORt:KaiiOtsb`IFRilftia8ildg AtiNLTO 0`74u'°:S4ii 1ASKiioott;1.,'?3Si cr 2SiS..l, P,..I`r51:s`.','S.I _ I $0.00 60.00 supp 10 Lbw Removed Sublets!: 0 0 0 0 0 0 0 - 0 Sup,12 Labor Added subtotal. 0 0 0 l 0. - 0 0 . 0 .0. 50.00 $0.00 Rdmbursebles • -1i. _}'%,i,::.--;s-..,; .•�r " ;,7 $0.00. 50.00 3.0 ALT.ALIGNMENT PRELIMINARY DESIGN 0 NEW ALT.AU GNM ENTS(KP FF 6 KPG) ""„,�"ii y u uTir- . t-c :, a rt i,X%-+i-_:=, t a . IfEb&mrya-i fli GPG:EiSi0Ln- pE0TASKAELEIEO W-P i r K 6 XAY h y ,3 v. v if°M " , l +MT =MO" �1h ' F7574,`.•r!3wliftf aiRIFfin irgEts7P Pl107A 6KOFIETEOYir`�i-7•sl-a'.fi_:rlr1FO.D.I e r'd. .-!4;19;1;vY^09Z_I: 1 I I I I I $000 $0.00 €iupi',w'+tkwat'.B.F9&J.e,mnp'�'iltr.ofA Hymn.alBwdl.a=swP9oStA_sktoEtEtLronkWIr„^iS^:t::1s:MSEViarg•g I.'.=:.;G MOM. €.gtT.ST*�,s0 LITR. -..t•sZ':r,-•r r -. :..:gif'n"s�,' rOi:3 �'d�: (fizf•4 K1ie'TiiA!RidgiMa w6`ndmoW.10iaiSSO 4.170 OWSO islitEESSSONI iiinisig St24,1iO,,TrfSg i„Vgi , -2 4279.40 50.00 C:9:T2k,r`+.-ilif,,iVearciiG 41ipariNitiOartui97.0.A-b'R;dELETED•FIR?)19 7`.14:74..ti'ia'r-::\rv�aiuis'z:SFYts`vS2M111'.:-'r;:r`d•1', -2 -6279.40 $0.00 Cf,ThS't ys"''iS;pka"iWt'7�pgwrty' .wxrw"codliiii6G,°1SIOA k•DEIETEDI:G`?'I,a3.<A:;FS.:r?j;7:-nii 'I3•i:7;r7,,Y,ti1- -6 -$838.19 • $0.00 wag,tiaMrapr�rrw Cidinl �oml He wm --,,,,i.'. 1.1 5.mp o-7AC kiDELFiEO.TT€tf ti•cnntx,u. h y=iMr:5>f -8 - -16 $2,565.59 $0.00 {']Di 3U'IC'I?Lin?eupp,iur`rA13k.11E1!ETEO f?I: !i.C:$M r"l+.i•"wl.'1s'z,'':Ski•'F;n;r'?;4,Cv;g:!!.LI47IY'{ISV+1'i 74!h:•:Jr" •2 -6343.95 $0.00 EOM'4411'0iip rs756ToTOTk RDECETFDARIMM d1i`7b !RY'V'.E."1`;:.15k?u^$ trklt(i:.'1.1it.-W$iORO; -4 -8 •8 42,057.43 $0.00 USW t.2U3ika711.an ASniEIETEU' .•'•'.;Ri+' W-.MSW'„§r's•L.;yr;$;''a.N;"1• 'K+i$'*15;,7!(+:cu'T.'-'"F•i::cryJ't'i„ns'Wi'I;;'3;.i -8 •4 -4 -51,866.91 $0.00 `.Jam=6 :Bbrmo Fekrpi,a-TidY lr.4311?:t6WPW'di3KiDEEittilSAtTi'4',1-'PS i5 lEtti oTeNI",i.:i":i,Ski".'.+`!.�;'1'.?d.Vgl$u'IMI -8 -8 -8 _ 42.844.71 60.00 par. -priawPlmlr•:Sr�ppd07A5RIDEiETED moor.9,t)R2E ZM MMI.WQ•rE+P`:;i}:'rarr'7i=�57,10 -'N°vTAZ -4 _ -8 -8 •$2.057.43 60.00 L:1isd b lur°.aneid'{;7iM�1OiiiPSTpp':1otAU1<D$ tire•Pr� 9nY�iu"t••§3>~I:iSa•1ng'=tint 4Sei`iSi.Si9:S.�a�!§ei7;.tlj.4:•':1.1tHO�S: -4 , -8 -8 -$2,057.43- $0.00 0.446$ all.eroimionb'u9�,pWon,Ifpp*WETABKdEllfiimfglsT.-Yt•V0 r::."^tf8tIPI tai'.ei3�".Y-4'a.-`:°';SS$0I..:;.rrFIN-X -2 -4 -32 -B --4 -$5,760.42 50.00 iY.�b0-fe Gp&irtrail ki•�nali=gupp;7o'TAz 1DEl 1'EDTlftiS�6r.:s`2.n:?2ii?�ikt e$`kY-k nl:4:vi:'.ki:W.A IY;iVii :.A",;'$c?:'As'.1 -8 -16 42.56559 00.00 Y3.eoo'flniJgIIAUpK'mint tdap"p,.17`.FiEWTAOKnOiT7id:<.'•_�F..','.i':.h 7iMF_=' 'F1^a-1S•,52:57'?3 9:7,47.47>�i?5£.5?- o?iEM RA d frs'Pa, • _ '4.`,"-F`J.'ksi1.L`."J w3gVdT14✓i'M'1°fi�'i e' fyfi$$0 .`w""7,,555(€?°5G2'!.Mf t"L. '''2SrWit r.A•C,}:7r7`i j '50;2'1: $0.00 $0.00 �i e♦s F' .a`m�V"'��ne1TCv,Bii"ba�pn iobofT'6Nq 1z NEVI:TASR�S'L5.4{,e .�J^7P'.rA�-.la�'3�'+w "�'.,'('l'9r9,. _ tSi*e`33 FSATr'a1Hl'enrm�d'I�iidi255S$5Iprr W 80llr`SUpy.12'NEW r$sI( rout >xs 5512hs.,it.t 1Ml.nw'tk>;3d3"f',.':SC!F, I $0.00 $0.00 sj55T F!'3"aTiA'd :�' des"TB�ie eO'XSTpp12?NEWTASSMAP. 4-7,211'&mbt ,h.v.',dlL..TIrnT'(4`t w471i'3-'.' 1 I $0.00 $0.00 J:70S TSiT{oud6MnweEc rt.tdTw`f0 N$W AStaaity y„ .r -`!sAR.V.. :.'T-?7U5??r'•tlGin4.4 ''.7.461`F-°,:ifii 6d's or4i01 '^ "S5 80K .tf c' .+° Si*f1:3gatI"'T 1R0�:- irdlP:'s'S_l' _ 7 5 'E •.1 : ]iiil!: . `A'ITrvusirt4njorb'Fsopp'.ii HEW1AERtP.f' iW;7.ou?t;�s' Va;*�. `. P:?z :2.-7,6 1,X!✓'§%•;.'0�. ii.?,i1 2 16 23 24 - {•$0.00 57.243.53 - •-...,.- .!-..,......�-,. -^_._ w.'r't. ,;r-y. .�.-.rm;q:c•e.rar.n:-'.a.%b'f_°u'F 2 16 76 50.00 09,698.19 itIf 215 tMiturraalniAl A6prenmla tT492NEW+asit 'li 7776�i'AfN)r°v.K.L�i�4fv+W�«r.•�..,,r i?'T-A`'. $157'$$11!'•TD8E114Farrfmip,T ioT10i2',Suppt5iNEWYABIC:',s?,� " S.7JiSIZINI.:;SY .`.S2Ii I Tta1Z154Ty`'(,il:iLa.`, ?i 2 16 88 24 4 $0.00 613,486.51 �4a r. Om'516`si a"'n�.md:C.IT"ft 5:61Gfri?gWitiiffiti 0AStiMaITITOWAVS}.�G 1t.IM1v"`w..4,:f3:5 e'.r 4,2;i4AIM:1' 4 8 ' 8 _ - • $0.00 $2567.69 53585@:isl(Few•"An::a»6iODT.Silfi:i.1.e!Atga" 4$ 00N6VITAsiU` 'r$0$0wick3'+{o;7LS:�:kM�-i�a?MV6a44174•;Yl:. _ $o.00 So.00 4/57711/ufrazT2'iiw::G`7anTr:k!mK S57M SEWITA5KY,fi"-F". "1d'uJ;'r?'1i.•.ts141irmi!?l.,'.x'4d::v.7=; 'fii-5ir*:?.°,ci!ES;w.f 16 15 $0.00 53,688.76 1Y.8217I7i 4libTiWio`"of eiidVsitkal`TA egrwnnlrANirFwNwsr-t:yp;1Y'NElY7A5k4''r1ez_ '4?+ik4•'X=-''Sl ISLC M?N7:i4v7A`.-,rI`iirs";?lE 2 32 55 16 $0.00 $11,688.53 IMEITI.,f';•aF7orarra-dfyA sia�w_Mwiii ia6•i0"4,T214E1r45A6Ka`.''-"'f':e` :.ti''F..;;,^,w1IZTO.M1°4'IF::,$i:1r.�iaRii.:'?ih 2 0 20 4 $0.00 $3,756.99 578$0 A.+.iwoen'c�.pMo+_`eup'viiYieiEW:7AsRar;.Zd;e"2Ar3L-;;b"5ii$:r:,'3'lS.ar`>ew';"t!Tie-;l�r?Eiir':'rt"ztRifil;jtiFY:ir1:4tT*:?kS�: 2 15 a $0.00 $2,555.50 Sapp le Labor Rammed Subtotal: -4 0 -56 -40 -60. -44 -0 0 -023,516,44 (54,645.71 Sum 12 Labor Added Submml: 14, 0 114 . 0. 300 :76 . • 0. _ . 4 R.Fbunaebler "u3 5 57 . -�'...ti,_•�r•..,0-v��••.,�C a:.,.:.. ., 00.00 $0.00 4.0 CIVIL(KPFF) Ei' .�:•-j 7,; :.F,;aa•• .. ....;y.,-rt'7mix:; Vie' ',;'fi.ir:F." :ns,olf,li`e`c=-` 'PUSS;7iWA oAlrin`dNo tarlWaugrpSfs t1E14ifiiik i ,4+ivyt3ITAS`mVeW2SS.:L"CZ.`k-Y'.ZE1 Ai:kYiiii'%a:i+�al iT°,4f!wr•�74�r=2,1'^:, 16 '40 `40 $0.00 $10,133.98 W'4d11 etmTrilia J!}5$$0 e'o 71$1/EW TAOKi'?ti.','1'55515,5i,L 1711 MT.M..V iS%L..7 4s'r,'}y' S:,..j1WciP5 16 40 16 _ $0.00. 67,661.36 • d0 arm�hlu,aece{Tn.nYBUpr ixN$WTAS!<Ykkn".krg..frSvzE� '?:T =' ° Z: 8 40 So.og $4,865.82 rti:4i^f!Wkl?;P.Blay?A:fai Xi heir:?9uo i2N6ittKOS `V T° :T;W=7:^::;?�'S`:PTATASw-,�n O: i ACiu"k:51;;-isaru%.'• 16 24 8 $0.00 65.349.67 5117U7;i0L•VlrsnaM$BiiiFVa1E:'L3`J iSUi=sf pp5iAHEIVTAB(72.111275144tii?r1.R51141 ;I t•MO4'73*Rvtis.}:S1',°ri.!g:!,'s"IgeS5'71 4 •14 14 32 32 8 $0.0o $11,216.71 Stipp to L Removed subld 0. 0 0 . 0 4: 0, 0 0 abs 0 sw Su . p 12 Libor Added bid • 4. 0 70 14 176 96 8 0 $0.00 $39,22755 Rebburcebla�.t, :.-k�` .?ands -y i-]•rv,. .1:....,.�'c;ro . _.:..1.,;="r 50.00 50.00 y;...• ,, g•...."�t..:74.41•-_ `:71741.1.) e,*S.r 4,1�iVO _.'71 5.0 sENVIRONMENTAL AND PERMITTING SERVICES(landau) �y°".�.,`". �3�,',:aa .-;�; �a.sl'+-"�=�-,�`,;� -+'ESS`;='���<x: '��•��-..:.•:.,-°fr,�-�C;• .s;'r.<'',.,,•? .:4.'1am,7900IFItfp s0on 8urv' i i9T rip.Perm'AoWupp40dABKoELE1 i0M0'vC,.v.' . 17d XA?k$: .00 50.00 .WIG Tr alA. ,Q.17i3upp.fc7-6k,F_gctEDt P*Vo 572g7 sTA M:z7ici Y' Stdi ,?4Are _ 60.00 60.00 R-d.5$"(i fl i?u+.;m:m?'srpoisTn6ii Nio48 0t.K: :.:fit7i i9.>rti:ii?i s mi w^`?rfnil p5ii f $o0 $0.00 1E52i;0Iot4iAaiinaSml(KPFF-CNIi FBUp^ro YA_1(_OELE1FD.d1 f R31.T-lN vIi:'r's'a-r:l i F^ L' 'U. 'i 1 -24 -16 -54,002.03 $000 - s:,t:ioa Liai•r➢8v2r7.0imPe/i erl5aUTA9i("UODIPitoTel'•'a r71,,.T'1'l'.i"`• I 4:KK53i6t9,r4d1 5.'1 {TIM.11 _ Moo $o.00 Nt8] iiiffinilibla.OtApo7100 p.i5AOlf'MO0tsitt3°J'-'h" ;'T*£I„ ,504`-65,-Tf:l +'•,i'rL':,'T.,T:•555177,Win rr.o .. $0.00 $0.00 • •15650$OY•agais.e'tb"n 4445Ev 0550 P.•.'glyrinfit5N'TASK4r_$:;57'`•?5F.iti: gc..F-bit:-Si:i7.,nto4rmoyi tz.A.lcU55.. $0.00 60.00 v000$i4,551k."ud':mare',=supp:ii,Nt:w,TASRPglearZ sFo't14 o+TF,15Y,£1k•";ila.0-.'`s751dv,SW:;.L:'sS.is;::1441 cvas fd;"KI*B,,• $0.00 $0.00 Sup,80 labor Removed Subtotal: 0 _ 0 -24_ 0 ' 0 _ -16 0 0 44,002.03 S0.00 Stipp 12 Labor Added Sub1o14• 00�, 0 0 0 0. 0 0 0 Rdmbor..bbs ,may`A0001184AY .. MM:Sffiffet. - • -. $0.00 $0.00 • • • • • File:2014.11.04 Combined Fee Estimate(Ad08Rernoved)vl.xls Page 1 of 14 Hour Summary KPFF Consulting-Engineers ENGINEERING COST ESTIMATE: Tukwila Urban Center-PedestriardBkycle Bridge,Supplement No.12 Apr1IQ3!.20}Sl;Y."..;'»".7'i;°,rmAjr ..r"iGllrut2e?W.-;v,Y,F.°,t'i5":..;..."?7ifS:i:'9::, e;:S.'F!':!ir: k>'•:B(ir,r%i<0:ti.a":z.4 KPFF Consulting Engineers i KPFF P-Y 47,1; Z rTsi '! .a1 l;'r of i - t 1h Y a Iy.a' P 'y yh TukwUal Urt�an'C911t0r "Pedestna�Bleycle Bndg_.��,y ) T1 P{�.,),,a 6 V N Principal Technical Project Senior Design CADD Project Adminlstratio Supp 10 Fee Supp 12 Fee ' y^r,L At 1$1 i Y a2,',Pr}k ryT]TTTeI ck' Y,1 T 1.[4toF""o { ' L-t 1N }•i5'itivt" r .m Charge Specialist Manager Engineer Engineer Technician Coordinator n Removed: Added: S�Lupple,m(ent,moo)- 2 d N.04 y'y jr,40.f•g >' N.iu f,.i , ,� •t, s12.>;a._,::�{:»..i'ss'rc li! [>:tit.i'.V.A.k irlk r.,,.,.-�iJl.Clihiwk`�:�...t .,a1T.,A da-.L�tt l?l,i.,,: i. _ l MULTIPLIER MULTIPLIER Supp 10 Rates $62.50 560.10 $50.77 $43.27 $32.89 $35.19 $24.81 $20.00 ' 2.7516 hem SCOPE OF WORK I Supp 12 Rates $64.43 $64.04 $54.60 545.00 535.40 $39.23 528.85 $20.00 2.6262 7.0 GEOTECHNICAL-Supp.12 NEW TASK_(Landau) 4`- "--"-`-" '" '»1-::.,:Y''-"'"- 'w` as1.1o6VF61d.-E*qor•tron..ndworno�'Te.ilm�:s.pp:l2NEw,:TasK�sr✓r:'?3,+:s,.:r•k:?;h:Sl;c�a your",(')r:.r;�v:t`a'�:�"L::: ...1�.2i21tso.00 45o.00c .._. ,R,••,.....,..-. S..._,-. . --).Ar e , 11p,1MW�P $OOO goo LI7.20C Oioleb8dlul.'ETduidon?R°apatlrtp and MealM2s='�PF:t2�NEW:TASK;:,F�:!itt.E"'8}iC:.:.,j.vr_���Yg�b�a;f1M:GC,�.`:`i?'Hf+h E. 5 10labe.Ramped Subfmal; 0 0 0 0 0 0 00 S0.00 Supp 12 Labe.Added Subto18 0 0 0.. 0 0 0. �:1 f w,� .2h✓? . Re'vndaeabhs:L_ '±'s.y'• .?+:;..�=._- :y6':'.. �:.b' J1.•.,• E0.00 50.00 2'."...,--..,'"mow- - g _, c....�, ... 8.0 RIGHT-OF-WAY SERVICES UFS • ====� ^ �-- p&I ,E1m,•'"'•�'= IHa`2o1 Tid:roiMr.NV iie8i7;71,17.. ':3=d?aMT.e; h1Sl'ft. Y Zee".1"--:10.74,IY MM iNAPI:t?id:ISFP<?:SY�A 1 lLil: eE. REM _ ....:.rk;AMESS".�'hY• ra IIMEn'S>& �M9.00�n s. 4181811%.nir:1FSlt5o0•tit:1,rv-R`.d:VAT"sw^aioTASKiTOPIREp,ifiTiW'x t�'. a' 9 u -b1r5..Iu :� :kr,i L I I I iry 1 J I $o.o0 00.00 . eryiiigg T:l,'bdl:afo Tiiii1°auld.'0101an9"5 15ffr , i,,.iy,'F#' *us t`,L'IlI. .,•�1°,5and•.tit l it3.,• inn:f< &a31,'.rk S"aSs AMW.:1sl1MtZtSRIMALSIVAFa rr . 5 s 1c We• efiiE Q,E821:E:?;:HTgEj:6 WyLindtiantlEmunwlla;5u1ipa0TASMMODIFIEO<51SU?ri7 sW s- i'L✓`t 5 Y-t 4,d>xyl .40 -s0 -16 I -514,377.22 00.00 C-1Ca211 St'Rl91^d•al Wy.L'ln;Ftit d:E - b" p'p-1'2TASNMI00lPit15 .rMTig. ei$".t,(yAit g rye Jyifk..111,i..4 t_�' 8 12 4 i $0.00 02.674.84 . ;^e:ai Cr:Terry raf.A4irgi Ehn1Wri bar Pninhlitiiiip:irrasKil ElETEUIi]Y} +P;F N; "is7{(irk,e,giGi::t7;1;`: i;.+'1i!:il"'::lI _ . I $0.00 50.00 er8.3i'y"t• agt-o 15.1W-douiTir∎il dJiii :Ai'q'uhYtlml fk8VD-EIEiti5.i giT.' I i''W-`Mk:075.o T14af-V6'Ik•5.1 S4 R'''*rife $0.00 $0.00 tape AilouOmiIntain'liFFRAOK10ECETili'WET ,YS ISIZ"4r,�',6`4."C2.'."•r.,i:'4110g1c-�'a*xl M911 'iakgg ail: I $O.OD 50.00 ",GloowL.g o :i':iMi' I $0.00 50.00 �Ri^IU�S1FHY7AT�wds'A611vliaf(On WV�I TASK,UELETEO�a"'Nec-:�7<.�'il::�^'[l+.In:�l.'.�vl�}I:°�4u..a1'�r'� �. �f; _ i'6eo ASquRMTon Ni9^tG iPeload"o2 ed Cloe:ovi,a{:1.17...+*'`fE.?'T"3d'd1 '3 SiViN'.cS a?-''.2>_�71ab'd'4.�?!^•.V1!ei E19�w <• c _• .n ..3 r.'. , --; '• ,�.,. •". . Vat c..'- •^+l 'w55 Veg;r t.j» R:odt 'S ii' 1 ler.,!-,.`7's.Ee2��3n?d Igi 12.1i.t.4Pf-,art'�7:.r'rf*,ZYV'fia4e.W4121;i+:S`::.•i?ti ALi RASI 'Ta.P I Ti61V32! o•till r?6A?ir.�a�S'2maa; '�"°+: �S,yakq •ili7.4fr5 3?XZ`. C!i1?m('S`r,•.rw{�MpaXm FrolmMT6hipY':F.emA`y.fioldiiiei'.Psul'IOn03aD uu»I'.Suppti3JASK M001FIED1,5Li7:'7415r.%4:7f::.k'.h";15 - - $5115 $000 ni711,r u , -YChy-"0-0-Is108 i:TiiiIiriia73 5-27o19Kk1{SuppTiPlslcatitimitr'bz_'1'iw,:k171"WEIPSti 1,=4i"4'S r2 00.00 _ $0.00 tik-Jm !iii#1A FldP;RFmNoW:PfaiiWoR511Zitid21n@ Pelts-iiiii i9GfV r-itippii0SA5KC0EtETED$r+ isi,,S.4-4'!.'A`:6M∎:- - $0.00 $0.00 y:i°.r., 'i('o" ig It dP.7RFibr`Nirifitas LEC'AgErT,O' 6gl arreil:liiirdlNtiliiP574'1119,TASK!UEItitfiS-::!lh't'S.-rin:'iit_?,Pin $0.00 $0.00 00:,x:,?(`1 C NA=gtiEfiiFiO Yr:Plim LlC.OIf(ei.8u1dn9Rara(ifi73Yd2rVB771-:6iipVii&ictit OELETEb.`':iiV' ?1TbV.,E^dl('}'.i jr $0.00 $0.00 SARI ..cj..- ..i .__.__-....-,-. - ri✓.t�5$'e'iLFJ�•4B;-,BflCP:R1w��ivi:P-laifiC1011(n'g,"ng Paree�1232301"6077)SSupp•to:TASK''OElE7EbittT<iY"!:.^. €,1,xF,,�;,;.;:;; _ $o.00 Eo.00 C'ldif fe:1' -1.6:.BRd)'1RIiwiM3iP.Pce''Cl'CT.OgF?BTANFi9TP.iinl2xd;00]a)r9,dip7o TASK:0ElETEb;evsal'+Ti• S:'s'.Tre?.A,wYF $0.00 50.00 -1W R;4'�i'ie;?raiiirP.uh l6Ltlibifib'in',WBiajf8fOuoaris-iiiiil./I S,1yPddiTAS1tIDEiliti 'si:a.IM1:'1x5'?RT }A ' $0.00 $0.00 . `r lagrOAffi aioldililiiE S'uppii4i,OK.MODffis.a]ta7MN:Ail?2i;';ri,i�`ii1$AR.: $0.00 $0.00 i??.P41T�?ali7...PikTRTdEchbLLCYO ug OF A,2 Ms'; IPTAn7aMr:Eli ate'tT atIKPiiiiT1603xrad9sg=;5`up`p:i27A5KlAOblEitli .W.;`.^r.tilM.c'F..Y ir0`a4*1: $0.00 $0.00 _ p'aE2i5($eiP�z. MM67i.F75plm`-W.WeeilrffiWiriltit(DELETED,'7f U r'?S.kff jN'efk =i0fi.diMVA1KM $0.00 $0.00 _ .. ....s p ....,,.r..,. �61do3 lir'.itOmnli�Tiad@nam:ii'1LShcaded�atie lladllk'i11'o'h%'gupp.tx NEIYrTASK:n'MTAMfr;,;>;01.5YM1:W.M3!He • i 50.00 $0.00 Supp 10 Labe Removed S A80cI: 0 0 -4$ 0 -80 -16 0 0 -$14,371.22 $2,674.84 Supp 12 Labor Added Subtotal 0 . 0 2 • 0 -72 4 _ 0 0. • Rehnb+c.bbs Tye" :..ef,'l "xli;2 4e''-`:s,-.•;,.1,-f•-9':.-c_'•,,,,,• '.:-1:a•••,:c r•.i '.e,,'q;,•• $0.00 $0.00 r..• 9.0 ADDITIONAL STRUCTURAL DESIGN-Supp.12 NEW TASK(KPFF) n,�. T' " _'-'"a'�:x .-n-.--'•. 'r•�,.,#".'-",.--- =' " +=- : -,-.`lo"".-.g•=-`..:41uY:=:,:w -..,,....,..-_..-:.-. -..� < .,..r,- T.;.-.r,r..,<:ro. .r, Syr,; r � -:1. ,;5.. ... ';i?:r'`a,..dI..0'T%'�Pdi rim AN11tmd,0�ia"d.bpsl9n:�.5WCd2.NES7YAOKdG.,�ct,�r�':3I°...�c_4.'wrrr-:FiCr�f7'f�. T4.'.F"+.' J&�;fi:F�»4l k�'x"7L1�A�!• '� �.•.�,L :.� 'r" �.:^'• "• f��.�Ti133 L1"tiy:` :Y".-RSi IEsgfil3 KtRli i,amt:eAdg;pr" ,ieffigTA 4':SitV:i2ulivFTASK OiMet:_41`Marti, F:h7t"!,f•5`V3-"Leri 2 _ 25 60 50.00 $8,844.15 Mil,(rw7Appoedi:Sint»`b iVIT AibrifigglTWWi2NEWTA5 1(i,!R;=.`_J,-MT,',X.899?9.9.11"•i ''aY`.?k�+?uk1F".ry':1I:;:1tria it v' 2 70 45 _ • $0.50 511.482.30 Mill[':A EeciIirci anif rciilnien 52NEW TASK>?,'MART TITe:;IY..W.H'."ic;)ii( :.s04I70:4ismtLSd V,V.g: 2 _ 70 45 50.00 $11.482.30 ADi14"15 Rigao W1,.SFif1D mein i a:fP:NEwoA5K3A'ix..tr",7kk'ii:/;+1mpli}'Y`a'6:: HfG?mait"tikrA5il1%e7.wi.7ti('it"34 2 50 30 $0.00 $8.077.56 Supp 10 Labe.Rammed Sut1obit 0 0 0 0 0 0 0 0 Sum 12 Labe.Added Subtotal' 8 0 • 0 _ 0 ..215 180 .0 g • $0.00 $39,886.31 Rdcburca0les <-`d'i 7»°' '.414.' -4LW'.' ,...:$ti.:.'•u':.u:::.:4 $0.00 50.00 10.0 BRIDGE AESTHETICS COLLABORATION-Supp.12 NEW TASK(LMN) Wit--" '-- - �.,.11--v.= :''`- 113as PW" Wi-. ---...4 *$ $116:169 BRg8.Smisttir."vd►'R2,MEWiTkditEL ectE ?*It 7.'•,'g,'k_:+'Fib`iITal/.M.'d3L."".ro'.'„z ;0.:41§ .ttli;AaS:$51.. : , 1 t :r' • -i,r ,1'1{.;,'-, IMSIM we4#.".Ad3'm<' «-' non RF/Farttiar»»ay?g1501ixA818/USK Yo1$00o A WIZINTd'tl 'liter ter iA`5CT,YrxSvdC'-_'1`r'RY•F"+:t'."k. 5'+' 1 i I I $0.00 moo 1012. Ce.twctl<Vtirsp,Ce61u Supp11NEWTASK.r."$T1'b S:Ktns ZCi.1;.` T ! 1 .11VY�J.I.f•..�FiT4T a� I 1 $0.00 50.00 FjoTSt$0o'CenocTon"Waidg. 6upp'12'NEWTASI fY>13 'I, -$$ 57-71510 S„ sil'k$A 4"'11 FV:[$ 1 $0.00 $0.00 ,'.1i14 ,e71"owe""Uoe m TMd Kupp12 NEWlTASK' ',s'TSS.4:,u-•(1"KT•Y4 51 {"?- 9C' A .i/L'a,z.71V I $0.00 50.00 Kie.2E3 g7iir aeb R 0"Bup`p 12 NEW TAB1CCt 24'2'1 r 9-'.3.1k!4AW.7,4x'61&011Agvt 1 141403]40 S 71.440 +7'A055"11$ N 01'5'.4.,.'X'"-+a,;L.W.. 1 a, >a"itsVANAA Fd6F'•iRs"k`t a'^ '.Z` UULTac !WMNIVOG &fa. M,1 pido Li0' Tmnwnb"0 $3WEWiTA5k4''Ee1ZV.Wr A 4- 5 aI"Y. T A ai Y5"Y r J I 000 $0.0 MEW.tX%04rAiis TbmT's pizr±EVitiAi7w ,:?f. 4.oT�7!<-si a-. ., 4 4U APr.i7. B:a' 711 $0.00 50.00 635-65 igoloRi a 13,Telerniairar7 1 INEwf iib 'A f 151;'dti4si70,^ k 4?V .i'V: ;c.LiiWa w Rz 1M SIg:35 VOM0 0t� s $377..Tt i 0U7 $5 spA,5r1..5 . a,, Ti.dihfiesnaslppe2NEWT A6 <#%;&1ra;::i5vwi? `o" ?;tri,t:?�z,>•;^sort t;kd"�: 00.00 moo $04510 t,t* a rgiawridiilof",ba't..4-r'U�$$.NEWc.TAA§ialsi?F:dfn5.f1i p,-,:kri-'»'W`'--YS':h'Vdtiv'2i:.4774 iNiN7i40V7 A, I $0.00 $0.00 5453iS b„iErot A6ridchoi:Lipp"lciii WaTA51(?:.»•�T$0 mein7540t°'vr^.Rfi4ill551Y ?'`,F<'.XEAV.). u3v�.6;a' 2710 $0.00 $0.00 130.877Ef)r°Oady.Aid'aOviiW∎ini'i5upp,142 iEWS.TA6K:iC'1.'.rr4.prs'WM'AIMiA"5'^,2 7$YI'd'i'•1..;'_•".",:'r,?m274'i+i;∎Tiu'.577 $0.00 $0.00 n0357'r"'i,R 7..6wF:12NEWSTASK7.rY'tp31.v%l�'-",AR:'7;,78r, 'P•,SW 45 0M('\1!5'u1:;'Y',115"i51"'Y:G.cligr,7r;Ii1.`ti' : _ .50.00 $0.00 • - Supp 10 Labe.Rwpeved Submw. 0 0 0 0 0 0 0 0 $0.00 50.00 Supp 12 Labcr Added Subtotal 0 0 0 0... 0 0 $ O Reimmnsedas °.::dh,F:y:,..L1 llrri'Sc.:i»'a d91V99'-..Tr•1:-5SioL..s.,>a i`''':a`,2i•°u: $0.00 $0.00 Supp 10 Labor Removed Sum -4 0 -122 -40_. -140 -76 -4 0 . 1-542,795.69 5142,583.07 Supp 12 Labor Added Sum 42 0 216 14 703 356 - 8 4' Reimbursables Relmbursables Sum $0.00 $0.00 Firm Total KP,F,Fi'r" ic,[ w" 3t,'fA"-SU437.9 Afd;C-$?32;7,96(68?5732,Fri.63:07 DESIGN TEAM TOTAL _. TLdtil'Vitl0.tim e3{Supp;1.2„,iSujigl_O):,�.. ",r1589;787,438j; .,�L.� • • File:2014.11.04 Combined Fee Estimate(Add&Remnved)v1.010 Page 2 0114 EXHIBIT G-1 KPG CONSULTANT FEE DETERMINATION SUMMARY OF COST Tukwila Urban Center - Pedestrian/Bicycle Bridge, Supplement No. 12 Classification Total Hours X Rate = Cost Senior UD/UE 74.00 X $64.90 = $4,802.60 Project E/S 0.00 X $56.56 = $0.00 Designer UD/L/E/S 164.00 X $40.13 = $6,581.32 CAD Technician 216.00 X $31.25 = $6,750.00 Survey.Crew 20.00 X $47.66 = $953.20 Office Admin 0.00 X $23.08 = $0.00 DSC Subtotal $19,087.12 Overhead (OH) Cost OH Rate x DSC of 163.17%. $19,087.12 $31 ,145.31 Fixed Fee (FF) FF Rate 30.00% $19,087.12 $5,726.14 Reimbursables Adjustments Supplement 10 Fee Removed -$18,478:20 Subtotal -$18,478.20 I Subconsultant Total: $37,480.371 Date:4/23/2015 Hour Summary KPFF Consulting Engineers ENGINEERING COST ESTIMATE: Tukwila Urban Center-Pedestrian/Bicycle Bridge,Supplement No.12 April:23i2015.a.-..nII°..'? -^r:h. :3:c2.a.G' : ':;:,lta._ .,u,. T.. <....-:,:9-0....1:..}:.. .rn,t , ;�;,-,i KPG TukwilasUrban�C..., lPedesttlaryocyeie Bndge y, Senior Project Designer CAD Survey Sups 10 Fee Supp 12 Fee ;u:r, 1(,m en ygf 1 „s;d ?,, t, t 7tJ1 1 I 5 l '1�l 1tP UD/UE .E/S UDAJE/S Technician Crew OB1ce Admin Removed: Added: •u�p�ement,Nplig2 a "�a MULTIPLIER MULTIPLIER Supp 10 Rates $64.90 $56.56 $40.13 $31.25 $47.66 MOB 29317 hem SCOPE OF WORK I Supp 12 Rates $64.90 $56.56 $40.13 $31.25 147.66 $23.06 2.9317 1.0 PROJECT MANAGEMENT • :.• "-' :'� '..'= - '• :W;et;T;4i 4:1.40Ni D eIgn Tv`.in`Mnlir i"'(A.iu'2).nd CvmdM.don;9i piIONEW T1i9K(IC?Poii9KP.FF'1-,«F�k.::ti .,.r.5...i.'.;`,.,la.ai". :.::q 6 - 60.00 $1,466.99 ,.y �_ .. J' ''i "^ r6!.i' a`.:=. $0.00 $1 A66.99 Ya1:60R;Pie)ialTnm MwdnP wldi�CKy421.:etryp.l2NEWdAfiI(IKF(i`'i"KPFFI,.»k;.li&„�+.. 'l. Y•h??,1.:z5.h., .x, '-.:4 ...< Sups 10 Labor Removed Subtotal 0 0 0 0 $0.00 $2,933.97 seep t 2 Labor Added Subreid 8 D 12: 0 • Reimbureables -'.Y•L^,_:._w s'7 ..,F a L k 1Y •. d .;#p f $0 00 $DOD. ':.r TOPOGRAPHIC AND BOUNDARY SURVEY(KPG) Mitt MdI4at.hery 7:dot m.;3yti1",..x�k:.��?'r,ol. r�Sa". .�.� .,ax,,,:.�'dt r .�d,sw Oat _: .x..>~,�kta M�z ,r,.�.a.:....t.ate• ..�...�f.a.xl�i�y'reowtxmogi • +Etdan 1QW.000irwn6lwfiaN SdpnlCfA5K0ELETE12Ytk ;"'t'1'tMfu g,Y WF 1. y r i.- M WOO S ;Sur"Pay#7a'94',GRTc AAdd0 Cf"iil)'IVid Naw,9nId9 Abut L"d�dlm6lxSUpp i$-TASK ADDED"}„u..-.:�v``(ri',xA.Y�,.in 7, $5,582.16 Supp 10 Labor Removed Subtotal: $5,582.16 I Supp 12 Labor Added Subtotal' ReiWw.91,21i '3 x pra ^v d s.::-.'L•a� Al +g: $0 00.:- 2' .• 3.0 ALT.ALIGNMENT PRELIMINARY D-E;3SIGN F.NEW ALT.ALIGNMENTS(KPFF KPG) f,< u�lq> 'dn�7Na'u dx torAS�YDE D,>;'`" Y", ' v(�va.s-_sirwn•, r1.h{ 'serf s !t ,uru %s '� v,w r a .� - ,�. F & - 1_ sk ETEC D $o oo • iY:..'-ILBA.otiriO4 CULT... AI mmi8iiiii6 i16.JA8K DEtidii>vi ,2 1L.: r 9 ii,'w•tnx u a n a xa,a .m.w.. -;{,y,agt.f. $' ; •. : . _'a1-...-v00 .• All rA.1 iiFa2141wtOw•Plarn Shop 10 TASK DELETED'g-'xd`"ry tP T I E f D4 f=-i YS -'4 d L 1 12 r :' 32 $0.00 • &+:FFv.N&i}hmd69.1:MN iiltiatie 6u5P'A1'07ASK 06(ElIE0.,i. s k..l`x +"...v+:,ear. ';+ 4 1 8 t 10 $0.00 • .,. ffalfii1 C`(iiilisiu'.Y',P.'I1mm pmPe-Wia4r.oawldkGdeWSdii 1UTA6xDELETEUYn/ +P'ax y: .46'1^: Try M: 41.847.53 $0.00 • . y(u, j�a�i�os(e eeA. iMi6h lapp tOTASK OELETE01 asv^"pY+� l `'-oR 44. all} h �" i f 1 $0.00 $0.00 • igxRl 76 P!o'rA6l0DECETED3 a 1rn"k Ir s? o f s S _' ,i� 1 a t i 1 , $0.00 Mfg 5�` S P.id.f sItDELTETEd&I",....r.. '3'. . nr LW'm IV655.%-arlV;t+..r s .I,........ d d a: t a :Y h :a. moo 10.00 -4$ U edirpt4v:TA"SRialif ED•10-g 11ri.r3..TSJz:n'i n??ATI".Fi"4'€at`'.'....._(5)fi,t.ie7'u..'t'.r.Lre...., 1e. ...?,r. i t , s t,',.s so.00 $0.00 (i 7 Siam ibTreaD!idI'rgel:SDp 0TASKDELOTED.d,d`i :`xi,g t{i'w.r?1A"T1Je•I32 r9_. .evi'."i 1'++. Jt &.t R � z $0.00 10.00 su�Iifi lilim"$Si ppiEMKT0ECETED--' w'.G'Tht"`"niN§M i+'dsDI- Rv.a . i.`1 -.fl N 1 ,,, so.00 'P (Rdi`gPueup'dP6p3ri�TRSbELETE"M .Ar fTD7 aG "p"h` t-"4 �T rc' xT a • - a T ••• 50,00 P5Tioff $0.00 OW UpdIi Ci`611 . OidTA0KDELETET)n .ILlrJ " � A " fF"A � P • .r r $0.o0 raleoV NJT IIT'7-'^ . RaNEWt*SK'tlf 'd`3a:ay. dm» ..r"lnrtes.>zmT,r Brifns.. .w,.t.A L., g3 yya .r.au ty .�>s .. n $G fi t+ v :z.•. o" tcSir=si,-:i • w r oo $18,95690 $0.00 $9,532.63 Fffstai y_ so.00 s1B.9549D u-.=iNe3.v)i irc3 W ' $g.00 ; .9'E17o'&P.f i"2,Air.m .?Allv4in.+i< swp�12'i7EWOrA$K�tiiF4ia ',r7s'')',.a'abr�",......�.;'ir 1, ,. Sri' :"�.:ti;''t $o.00 • sTL?R :3Iv'MronTtiSwi'lifiEWYA R a' t `: .'f_'4aij6,.^u.i?F4+,,,a.7 Sv ;Vifl,K sia" +:.'. $0.00 fu;,omb d om: biF.477411aegY ' ;eeltidzNEw IdoiS 4I 11.•;:ts.41-.7"_. 1,47:,.., ^w t- `ixi:r.;t r.r moo aboll F'a1SFigraiA.ore."aii.lt iirei'lird :d4Al nm"iiii74app 12iNEW 3466. ,:"~ d...' k a DA:,...!Pl. ,?wl;,. $0.00 • & RIwW'.sidlaY'e a".o-`w""d 099P'd2NEW.TASK"O+,r?;T:s;.$,.M'E:.,?.tMIAv .,ri!,Y 5'._rtiM....,.e.v.,,i;F,-:?GSf $0.00 • agliu-WWWooaklirdmm ilAliirniii ft 4ViONewldSR.!C•Yr,.a:;:}:4';AYE a.a:.'N,1:? VATM-:-;uc"I: i." •• $0.00 WOW -▪ DiaWerdirm oi&Np igS*,i'i2 NEW.TA5Kn;'... .....4f v''r':50,?:;';,r a PAr� 's c • i $0.00 50.00 p,.e.I Gin-0nplira oWsa2NEwrTAs6 ::P 4'-ct4'n.:°:;Km ±'3;slc;syir,.7:4'.M�!„';. ,ilign.. iN M $0.00 swo 10 Labor Removed Subtotal: 925 $47:442.44 I Supp 12 Labor Added SubmW' Raimbu abl $16# .. ;?fit, `uabt2 tom - .:.L Ls_t,,:.k f..�:r:�Lee& 30.00'c 4.0 CIVIL(KPFF) MS'- Z..�°"""_-u"R. yy1,-a44-4^- �`:1' .�. k.,�'�[f�`"-�i`+�t; .r;,,,.t�'�el�.a. .a1 a., r'�t.".:�.rx�:a�r•xnr:ci".= r74lioT Tr�i l gli�tttt'°im"ifa&Iti�i.fm";i,.6upplirNEwAASK e'a•J i•„1''h�+ '�..l-`� -4 .w:N . ...r E:: $0.00 $000 TP4:4 SjS7m o aio- APPP aok 9 S 12NEW TA61i 1 'v1. 31 I y:YST 'I,V ':.a W+''a , i+':; k .0 $0.00 $0.00 hASO.3 ou�"f.11IIGrraiidc ,E'aumau=ess5 r,2 NEw rAsKv °"0.da4:3.G4 P 93ta rfi�iii, '6 t'r n' t''yFw'5 s,<<7 :-,i smog MOD 14Afg 'sv KS)6igTM:".in:ni=s�"pp';12 ri6w 1A6Kx",.`L_re P� '.:,r.e_�,it,.,.t:1' «L..•. tr.°r:.,i=g4`i0 A#:` 1 ::.,' �,�.r; $000 $0.00 rn 1Y7v,{2vwwinina.i:BBlun"p4niuroui;Buay.isNEW:tAeK.�!tk(v�u'n,�.... a',�: .,.:,.�;.. ,•.s,`?tit.L 3'�>�. •;nr 50.00 10.00 Supp 10 Labor Removed Subtotal: 0 • $0.00 $O.00 I Supp 12 Labor Added Subtotal' 0 I ...-..^\$000 0'00 5.0 ENVIRONMENTAL AND PERMITTING SERVICES(Landau) Pailv.44:SVA:tIM:Tf ^'� .y=- 'r+ 9�"*�: _.. „x,. 4•?`,c.[ MINN Od6aRia."19:w�tail'in:Agii:eri3ea P.rmliiAPVS..'s'. •.'v:TAsKlDEi..ETED tP;Ft#w....::,,.fr,I J-i:P. MO:,•.?S.5?,x •;z` rl w'. 50.00 50.00 d 36ES TmSA'aanaminl'J9upp 10 TASK1MOe01Ee'F:X d l fi?. 'L'G a-ks.'ir ':" w .. X. J i i^P 00.00 $0.00 .39•39L Tits rigs.▪15T.piS I21'Asi MODIFIE09.2 v'oTS`.o1,..h''1'INi r.t. u5 w1§ L`.6vi a'y{J'.,y,T Nfb h.,: fa oio i dlilegt.a""P. .S•mani tKPFi:rCFii).r6uPP 161AsIc DELETED i 8+6,=,1 r r .81' wmcp,r^la,.r e-,.t.+'I r ti : $0.00 5000 o-s.iuu L 7iifitfita 6i5ei?6>;ppaF+!�6�pvabTAeltwoou9ED�,i7 r^ °:s-'?a', l x •.'.'l1 -�+ � .. moo $0.00 Kan':Uphhilrni olaffilA pon'u5E pat TAekiidiiiati1nni T'M Cn51+ aY:r na> 11 c 1 ran ..t-„`+ e .; I 4 S,DO M(a'1n.B.51I 1510Evalu ile B5 , SEW TASK 3"'-' Y. `43 Yu # .'e SL fi1'i t h.: J 00.00 50.00 • mon Islae My el.S pp 2 NEW iiiti Mg v 4 MT:-aW7 Fsrr S inn q , x $0.00 $0.00 Supp to Labor Removed Subtotal: 0 0 0 0 0 0 I Supp 12 Labor Added&Motel' 0 $0.00 $6.00 . '00.00• ' • • • File:2014.11.04 Combined Fee Estimate(AddaRemoved)OAS Page 3 of 14 Hour Summary KPFF Consulting Engineers ENGINEERING COST ESTIMATE: " Tukwila Urban Center-Pedestrian/Bicycle Bridge,Supplement No.12 Aprl 23 2015.1 „,akt2. 4Y1,.0 .K,....-..::::✓lgt .4„ari;A Y Ut,,, j:::r,.,. t-.:F„i;.;;i'.-` . KPG T7WWI ik s 1ST) t tic, i" 9 x ukwila Urban�Center Petly estnan/Blcyci leyBridge �, senior Project Designer CAD Survey Supp 10 Fee Supp 12 Fee - Sup plemeni�1V0 12 Ar k+4A4 r 11((F'•f r{ Ytt1 t41 6 t1 1fi 4 )#, UD/UE PS UDNE/S Technician Crew OiceAdmin Removed: Added: �P tt } 1 01 7 t a ": + 4�r r Yzt'Cf kd € >b �� I ar .P 'a,r i.i/abfivi .rilliti.`�1,.�£`K7li.::AAtt, tta R i-...,,N,_..., rci,t, b ir,K e t.a. <. ,. ._ MULTIPLIER MULTIPLIER Supp 10 Rates $64.90 $56.56 $40.13 $31.25 $47.66 $23.08 2.9317 lee SCOPE OF WORK • -Supp 12 Rates $64.90 $56.56 $40.13 $3125 $47.66 $23.08 2.9317 • 7.0 GEOTECHNICAL-Supp•12 NEW TASK(Landau) F,RMs i, '%',11.44. `.: 0::,7;„ ,'.7* `Q27 'F" '• - '�` 1:+7.io.Fldd Eipiw u dlabm 1w2T II(tg:iiirga NEWTABK _ )d' i.:.. ^s ;tOii l l h`Ziltil ;' • ' ... • $0.00 $0.00 i7.0,b.obdmuLEvliwnn/R NnpdidMiil)Eii 94Fp?2NEWTAS , R; F n.+itVi t t An. t 1 E0.00 $0.00 Supp 10 Labor Removed Subtotal: 0 0 0 0 0 - $0.00 $0.00 I Supp 12 Labor Added Subtotal 0 0 0 • 0 - 0 R bu ablest-- A--0,h ,,,,! Fo !n::50 Og $0 00. ::.:;: 8.0 RIGHT-OF-WAY SERVICES(UFS) ,,,, a^' L ,, „>< ' 1 a '^'> ?.t�'La,a, i 003 riii∎V.e hli0;16.a r1.T ih t :tl t t t4 2'Y x }. d' 'r ax h'h 1 !'°'kt c; .a: x, ' a's' 2v pyk,5+�!> u-*,,,..-21�smpati g+c`Ysada . .>,' :82f&.i.6LFST1$.l0 .'.7:47,6-"g S '"r1e 7ASKMODiFIED . c.i E v,• 1..t>rpg J YS l ''n '� S00o $0.00 ir6.ia:ba t.Lai:oia^nTo`n8ruiiii�fmii611i fl.Vra�+::?;..t,',?�,.ai ,'K3>",.,)•�,ft�+ v '.... -',._ r 1 ''1SWPfv"`Xov.RitaFfit-. 'fir tALP',t4-:. r.7;'ct.'Sk.11E,iSiA'4 o."r«:xq1 l?.7:5IkY : '.a.! Pi.51`• )Yt'1'.R 1hvI:NWify';LMlllaltildre OTAWI6,Jjpl0T 0K MODIEIEbir7C.r:,. ''lNk'. k:.L 'ag`m VA.P-.t:..41t d .4.-.' t ;: =- .1:' i :)i: $0.00 $0.00 we.92'Ss')tfaRlgKtol?lYaY.O{rNhruH EranwlL f.6`upp;f27A5K.Mb01FIEb,F.F-gr V..m.w..P..,.�'Sr A .4U r,.o fe , S ,."-L` 'i. R..',,;?.,,,.,.s $0.00 $O.OD 01i39'1 MT M`Pora"ryRg°FaiEn yAirEarli-e•nLisS 1T p:f0TASK DELETEDi.M. 1 n o i,oa u t < 4 } , •:> t . v• '1 i e-? $0.00 $0.00 MC! ,L ,Lrpli bw 'alma r d E`> team A galilii:msK DELETEDf.p$:•7 1M'Webl?!%4§19' '...:a : syi' '. '• 2 ' 20 1D S - t '., 43,600.83 MOD RAE MV gon ttigil ailf TEEM(i'OELETED.,.•F ds,u' ii1, .a': n:,t 7. ti7E',r t"'::. .19 P,•rd ',,.%. riiiiTitiiiVi iirittiliiiiiiiiiiiil,iliti, $0.00 $0.00 L;9 it E.VAWAFWd IAUDiade 0e.I.ROW'+.EEp3OTASKDELETED3t lid '.'t7s7 i4.`...... aflr ,/i..J . _ A ^ :,r .;:. .c..l So.00 Moo k 1:90.5.Aeg4WliE.N.9eO$E$ iitalllih end oi uL:9) i tl. %° l r Y 1gR i 'oi-.• `f t 1 w. 1 n 1 t .t.i:o d"D.S . 4 a k ,x v, ,,Mi I , ?ti ' "�as _ illiff4 91fi ek.1 'm.IH"onN : .."gtFil`r?"M*74.d3„.....J.br;V_ .44'.is•?r.MO Mi ..«st4.. St,.,:._ St, _ .....•"^,Ti{4 iiiierP•l'AltiliV ,! .;1. -Ti• ,. .[,-. .:'''iS'0 73L'D `%Ati �(X Br�y.rttuaNeica+Y,FYd(mutlt:b 'F:md"la.:"id«1o.11�readopuse0003o,su'i�;,TasK MObIEIEb�k r.,1u.x� .-, ` :vn' Y ) PPt 'x�:*`+4 . t r - i ,. --' � $o.00 Eo.00 Eir :i tl iMlf;e190.4;r+tiG'oily"waaltW I!TiD23 4 C0eijSOe 2.ASltMO$IFiED;,'T.(,,-:kVE , z. . ii, ,"N*W f: , l .: a r "7 �r r.a, ^ .. M $o.00 so.00 ..r I m. t y - ti t -s -;_s+i { _r,,:i $0.00 $0.00 ,P„'.r"�,y i17'vrd,iE,aOA.8�11bP RisyaM -Plitail'C'Oia>w BL1din9 Pardd�232101 B07B)AupptOTA6KDELETED i L I �' � < 7 t x$R s..,. ...$e ... .. .., `i:°4m?�!T[f °::OB aBRCPJRheiAw"�Blve`LL'C,blfieu�uMing FnreN 72S23or-8018{r.5upy3f0,TASK DEIETEb7 AwLi,.}',:9f,.,V ai1, 1£ - f, $0.00 $0.00 i''-''. •f4'£".$MAAl:'BRDi3.1isiai...7,06111al oltitkelliapliii712a29di eD171...641KiuSA6KiDELETED i s .,.,,.,,..5.,:if..Y;`.. !;:�., i� ..::..'' .3n ..::c I t:Y. $0.00 $0.00 IMO B£',$RCP311"vwa$i aaUCC;OJJIe B'Shcn2 pa'Trd'f R521U/.eO771:.Si,ppile.7ASK:DELETED.:' ..:n.;1, ,.'`t,+.. .::,• .....i...i:, t •....::,..,, •r s.-.° 5 r $0.00 $0.00 RgY,,€',i 6:eT.";ea,-REi'iRiwrv(r.T21Sa lfe Once arillalii9Pe,ce$12di90/s07$)64P9.,0TASK$ELETE$.,1"is...'aSi1FN$F,..,' :!; .u...:.,' 's. ,., ;. $0.00 $0.00 w'T 1�i•S '.$'eg erirplLnilifpr6ioFm1/lra.i7RXyp'ca('12iiii lore Wiffok OELETEDzv MTrt'sT YN ■ raxrd•: .,6a,,:,,� . $0.00 . $0.00 k;:M i 5ST7t«Pd9.Red•EstA$Ll:0;dlfuatidglaSil1'PPe liiita 1odti(01 6upp127ASKMODIFIttiW?+i d Ti i i"K l 1 �7 C "y $0.00 $0.00 071:1 L,.f'$+S9F`A Plar"e'4fiafrilaRm 200lO6099lS0pl2TASKMÔ$IF!E0 MIN' 1'44. .T.x4"'kW04t:00„ i x r t:' r 'i $0.00 $0.00 t,`es23it..#9ela;tl�(Ni1. i,,FrEARKiipal�•SR9iletAEK-DEj57Eb,nt,. r�.z„iv:.;f. ,.,,.�G._;;�r.., ' +<- i t -v. Eo.00 $0.00 ;l$11 i;taar.aniihia7;aiiitEall.01..NepatI x1;117 a9lpaiiiili `.`=suw.hi KEW in§i(na1'Fpom .._....t:(;,, ,n. is . a ::,1 J,. 00.00 _ $0.00 Supp o Labor Removed Subtotal: 0 -2 20 10 0 ii' 0 $3,600.$3 $0.00 $opp 12 Labor Added subtotal 0 $ 0_ 0 • a b ebl d : q k's"J' C1 s ss"...... ,r.: $000 ) s '5000 - 9.0 ADDITIONAL STRUCTURAL DESIGN-Su 12 NEW TASK KPFF u ^. t NI"NI a '=��Re'"�"' �� RA.2k �.= EMU AtfafMilralaarvialbelirn'64'FikVM'KSkiti i;,,3`...-Y.«E:it:....`..1..:_?'t;iY'.?::"'Zit,.le+k.zf t•7„:, ia6 p;tetltV `tt,v;7,Y'sa ,,,soW 'Aaa..Jr UtfoiL. aItti. lilit2, ',._ ,ie.lit: 0$pdafa5oA:li'rWgeDreoetBii$N$WAAgntnenI.SWP'12NEWTASK1✓Dth :/'..'b3 ;, i> ly(°M wjteil t t 1'.': t ; ..J laltitiliiRktbanilt $0.00 $0.00 tSiiii°e 0 KMpOu$Fl6'Paba ifiitg2tiaili 5i49i,NEW Ta6K Alr.rnl`7 �"u 1I :'Y ..: .mrFMi ti t .f f t; it - t 'i $0.00 $0.00 vafa?MAMiininP517ifo�d igiiiie.t619"72NEW$SKr t7ael s 191Mi'. `x?`fit illi11 r5 '� 15 .,..'f. / l )tar i $0.00 $0.0D- K934c1. ReticoDdAesKit0iU,f sope1aNEWTASKVh.S"w Q!.5 1KC'.. y6orh,'r111 .",ir^p::.;,'7 1U.agw:o. r4, ^ ,F t-1 s.. C r'+ z1 it`:+ $0.00 $0.00 Supp to Labor Removed Subtotal: 0 0 5. 0 0 0 '•0 $0.00 $0.00 I Supp 12 Labor Added Subtotal' 0 $ .$ Reimbursables st.--- . _..Z...ot .1.41 iii-.tor.t.m.1 ain-'a tom. ._a.. .,mix .:.rl,i:$0 00:.,,:.,:.F{,N.$0.00.,U; 10.0 BRIDGE AESTHETICS COLLABORATION Su .12 NEW TASK LM - 'a,'.' -''EMIE1 cax'MM�' M.M` -._ tz-v. 11:6:: "�l 111910 bit 7at011t$itr`P-n`6'-112 NEVittakTt.'}P,Ft':.Rlh .".-Y"li:C7 -{.S i.x:, iLf, Sl'!..• 1"x`1 rl4 Ti':Jtt ''"iS ilia+ - Rfit" lt .,MS 2.-n 5`.� ...� rt'F 3.,'r-.sal tvgoi L+i b:U mN`rkt Oso `SUpp{it NEW4TA6K$ M.- a 5.s'a rt. '+ .F"`r-'Y t' r>a^-wi tw vyr' f ... {i it T'.x' ''f i [vr `e- i i t $0.00 $0.00 602 Lt7OannoeUn$s o.p:Ua$o.75uuEi1'2'NEW.:TASKta.0 .iElt1a;`t"'l ursv.',...:.M?..r•:.'.0.+;r.M n;&`S ti ✓.MMI . , 9't.,i> , ,i ,", F" moo $0.00 iliiep 'ica'ut olon2-.ed3"e�Deeic_�sopPn2N6w.T.Aak`e'rt$ ,.r;a:.i 1,15.fattl „ ,�5r'', Vrattills,`�1.a WY,:. ..S'ic'3; *. ,°as< „li, + ... t r... moo $0.00 F'i17.111 31+.c&ma$$0E Tlo�'.AnFira B2`NEW!),TA5K•, ra`Xt't .,"` a .r"t'.v "1('"-..1/( ,.'q r" bK; t¢t"na t':1 ti a '' 1- 4 t t,;__ h .-,: $0.00 $0.00 i:fo.2h'1 AP_'pTaa tiV05Fe 0s2pp:i21NEW)TASI0M16"'1�K. F..1.ik1-Air`ai n7.110,0ti<tee,,.K: it�^V0:.:)M1, S.,,r.a'U.@ T �' '_�z� ' ->a•..4,,A 'x" -m"c5�, ''maw:m:2 a' d weiA:+t}w , ,611it2(E Btit.•D OIrmitoWaip`e3ENEWt7ASKaZ'!i.L, g':,, x. .. Oi -M,"-A: ., iliaCt.:.+r'S#Y0,31.d :.A4:. m.7.,.1r: " .,t Lr„i:..-:,i . J,I,v:,_: 1 qti *,;.. ,.; moo $0.00 -ib.2$(in761 a7dll i+'Trr ooiroli'2NEWFTASK"t=.3.' 11 t'tc,.t!M -BSS 1"L tr miter tz.' r J -,.,,r,,,,,.1,m,,,z,spg.a4IR 2,35,:m:ttijoMititilt ritims-VV,•ittijw• $0.00 $0.00 ifobig lb"ll'g1litole'1'ile}1iMrrilindiOebrMl Mivl.aiq"ittii NEW1TAaiitt '.,9.,c MiAeOJrt O.`U1l',r,l.<u,.1 ... .,i1' .,u `"F.'.,.=.:•a6, 'AZ r E a'n1KG1,1'.:7414Agar ''s�, i' ,,t: '+ 1.+. -''m'Stagurt KIM TtZtraiAaah ST,SEO' S1Wi3iN ifaliski ti,tz`,,Viiii1O .:$.ui.t%..."i'>•,,.,`.+: ,;.h .kts7.::hi.m...0 - - i, ,:%,.. :'.. ;.:z',a ..',i"..,till,,:.','., r 'iNk.,-;.-_'M $0.00 $0.00 I✓,RUa2..0t2 WY LApprooebrslu4.1WI./0 i2NEWliA510 .X7' i"i rry fi +'S It !L>..lt`'•T f'Apr m1 . moo $0.0o• D*or 9,.t1tOrai- sko $0`�s"4Pb'SzfNEW>'7Attal S,'.Tn:,:.�e-°°•n t.i,F.4x„R;.,1'"M,.v.g„)4itVi.7 x,) ,a:it, c-�- i..F.3 4 , .V9 - $000 $0:00 Ylbair Fgaaliir'Md'dauewlwmo hill i2.NeitallAai .ei 4,11r'aa,.li :IME.s,.&e,'Lmss. m`it. ,,n,,Q s, •: <.. ( - rr .'1'^ Eo.og $0.00 t1015 ¢`0.'Ro. lfi9,T'$OPV:i2;NEWRTASK°;wt.ill•M Q; .1Y1,/c,,'..^-ite`i"8 il,' A.i.:r1,.i'`" :ryk?.,s,..s i;C.'." ,..5`'1 e - .,.f.- .. ,.%,':v.+.. }. 1 P $0.00 $0.00 Supp 10 Labor Removed Subtotal: 0 0 0 0 0 0 $0.00 $0.00 I Supp 12 Labor Added Subtotal- 0 $ 0 0 0 0 - :. "s2�Y L,s'd...,...,.. 0000.n.,.'J:, _$0.00,:_:�.•.:.t Reimbursades�,,a+'k"1 'hR4 •i,,^d.�«e..;.� Supp 10 Labor Removed Sum -14 -2�- -51 -73 -20,- 0 - Supp 12 Labor Added Sum 74 0 164 216' 20 0 -$18,476.20 $55,958.57 Reimbursables ' Reimbursables Sum $0.00 $0.00 Firm Total KRQ p 6_I;OT MF01'81471iBi2RIB d$.51955 DESIGN TEAM TOTAL i F 'r ei S OXa1i.11fldtlk (3 90.),t1;2(x'z$U(ij7JA)WA d$a7»484'G7 ` a•? File:2014.11.04 Combined Fee Estimate(Add&Removed)vl.xls Page 4 0114 EXHIBIT G-1 Universal Field Services CONSULTANT FEE DETERMINATION SUMMARY OF COST Tukwila Urban Center - Pedestrian/Bicycle Bridge, Supplement No. 12 Classification Total Hours X Rate = Cost Quality Assurance 7.00 X = $364.00 Project Manager 41.00 X = $1 ,722.00 Acquisition Specialist 46.00 X = $1,748.00 Relocation Specialist 80.00 X $1318 M0. = $3,040.00 •Sbeaali0. 14.00 X = $420.00 DSC Subtotal $7,294.00 Overhead (OH) Cost OH Rate x DSC of ;-`:,48.09% ,: $7,294.00 $3,507.68 Fixed Fee (FF) FF Rate • 0063/6 $7,294.00 $2,188.20 Reimbursables „ . • : : $69 00 Misc Expendables Photographs, equip rental, etc Adjustments Supplement 10 Reimbursable Removed : •-: Supplement'10 Fee Removed ' Subtotal -$37,592.43 ISubconsultant Total: -$24,602.551 Date: 4/23/2015 Hour Summary KPFF Consulting Engineers ENGINEERING COST ESTIMATE: • Tukwila Urban Center-Pedestrian/Bicycle Bridge,Supplement No.12 Api1P23.2015;,J:t1'tw.:inet.-oeyr..^.,r- P.:t(tr-'..ii.,.4._, 8 a. -f ,'. s•j. . Universal Field Services F ( ) i f 5 § .... Tukwila Urban aCenter ,Pedestrian/B(eyeleLBridge i t Quality Project Acquisition Relocation Sr' Supp 10 Fee Supp 12 Fee I"ter"+'+ 1" ° Y Sf 11 4.-. '�'�W, sf'nLit f 7I d� 1$ 1"t f r. Assurance Manager Specialist Spec alist Administrative Removed: Added: Supp ement Nolri 2T 1 1b 1M , ( _ 1 I! Specialist kv i� Lry`t a g r�''(> r t, I v i iF y-gy / t ° i " /t u,y.) �1 i t w:..�'�,�`A,a�.�r'u..._„ru_L.„x„ , ...(»:�'l;d�1,+_5..9.x. C ..,,..ra.. ,,.7v:�;'�,, ,:.a ,. ....I�i. - MULTIPLIER MULTIPLIER Supp 10 Rates $90.24 $42.00 $38.00 $38.00 $29.00 2.0210 Item SCOPE OF WORK I Supp 12 Rates S52.00 542.00 $38.00 $38.00 030.00 - 1.7809 1.0 PROJECT MANAGEMENT .-f.,, ' .fir=='-' 8' )ii 40 ediii;Tiara M.Nlrips.IAe 21 i••d C din 0 '.:Supp f2 NEW TASK IKPG A KPFFI:" d 1-''�l Y �' - - ui, so 00 $0.00 i„1.89! Pe J.ol 1.o Mii0n9e:wllhClryl2I iVi,O9NEWTASKa(KPG 6 KPPFF1't.'ry ,+';S;t,,..., ,-I1�11..,,3:3" �..": , u„ $0.00 5000 Supp ID L Mbar Removed Sublord 8 0 0 0 0 $0.00 • $0.00 • I - Supp 12 Labor Added Subtotal' 0 0 0 Reimbuis(mim"a,' na_.xs.. g;...:+_iii!. :;;$0.00 ;',.$0A00..''.. EEO TOPOGRAPHIC AND BOUNDARY SURVEY KPG .'a-'�Z1: -- 'u?fiSiEtIMEe;m Adilikii.i.oe y'$n$n..vii"na7;"••..a!,r Wt,r.g ,..4,. Jta,a,tnlr,......;.Ey,t=r,. '- a k.pl, .--... :t. -b .:rt ocrimm kkv p'u table avo(otl&rwn River T,I-SUppi10 TASK DELETED i 11 :xI .. ti17 i .,1 5`G• 1 !.'t' ," -"`1 "' so oo !l s r7p nilliitAMD Dnder_`ad ii w.eird'gd'AnJi Leanne:.S000 az TASK AODEO. ,?,•/.r r 17:14 ...Y M3,,.*,1 4.5 ,:� [,-�•S 1 _ ?z?„:I $0.00 Supp 10 Labor Removed Subtotal 0 1 0 0 0 0 - Supp 12 Labor Added Sublotar 0. 0 0 0 0 $0.00 Reimbursabies e - .. z<1glin._.=5+.. '.'.' I 1..t-L=AiiD.,a- ,:...$000 E ALT.ALIGNMENT PRELIMINARY DESIGN S NEW ALT ALIGNMENTS KPFF&KPG "�F""SME'y�.MTF`m T'-�, `i-�' *,v: `�r °.'� `M'... zi ,,,,7.10i1.09A`v"":atRIo e,I$Ptaai petit i tt-8 10TASKI$ELETEri `b?`rlo a°3'ar*2... IrT51'S ,)rWyy(,!'V*14.:. "y {kalmr• e bi t- i°1l/r• Ap IT 1 p,'tifxylm ''y l',..47-XigraVfia. F..U9$ 'NaiiINd J eii46C plD.rASKOELETEDKM. I a.MVI,01r1-r .- rrl Y 0.V;t%V., :,. . r :Y:n,. .:.:; r,• .,,. $g.00 w`:ICiaiTs-a va:PewiiietTr:UNgnm:iiraio`.::gi P/aIitikii i.ErED .;zma;S,,,va„ ;.,JTfi .71,.x',".: . ri=,a.,. ;V Pi' . . t,.48,:0r . . $ .1 0'-' 'fr''1`,.0h.`,' i?; Mfg e• NliRwdproroo1 AlfMnldW'"'Fa.fi ow Pri upP DTISKOELETEbe+...,bfk r .k s$..t",,c*Vii.. .:k'1 gi V.:'.a 1v t,,. .;r.. ,.i". ,-:.J; • 4'.;.P I $0.00 r $0.00 '• ij'lilwniw"rdrpaope�7'p`roparTyTiaiea'=:Sapp olliti i iattED i ...t.,It•v'.' ,�.1.. :✓'.. ;Ax l x t.l';6: $0.00 uMoa1F•gi ;lir0:0.1,6 pro.119.tiinacouJ6WIdn:eup(10':TASK DELETED."f,",'slr.'i.4a..Mt;•.,,;,_s Uxn.m t,:, 1, t• *' $0.00 , E'_.A7lliilgniiinl"" iTAWWSQ.cal a getiaii$IRi-iir.4 ppA0.TASK,DELETED I`G•.r>"I r.,.kk.h:ne.i'..'......., _f�ti,:, .., .. t .�# 1 a d -�''t $0.00•ellri.r-.,...-.. l.=fi' 'T 2'[r.,.:vniiii, r`F . 1'�ev.:...,.,ai�,Yfa�',Jr,.,$•0• ..,,i .r 201L p1aA..Supp+20 TA9XIDELETED.,r'kr./b$ ,:.r,k..T ,:a1'e. .+I,? .�" - v t $0.00 itailig jtrA10.44,7.7,Supp.107Ablaiti ETED'g,:74'.,l•Rff .t>Ttlia,)•511TIY 6iah'?t v:fi x/4SI_R:is,""w,O.,.S3::>'ciVi.N.: • . f A 1 F 50.00 . D9fl ia-'55 jSTASK;titterED"`..;.•.,. ;Y'v'✓ vf-: ,1.13; Hour Summary . KPFF Consulting Engineers ENGINEERING COST ESTIMATE: Tukwila Urban Center•Pedestrian/Bicycle Bridge,Supplement No.12 Ap19.2352015x,,P'+n.!FWw£;i;OMPT3ItIri-;;T, ?i+?n?i..KT..°._ T'I•.:11:1.0:*.i<'"i''st"ki:.,. ,rN:K;4',4',7 :;.::7. Universal Field Services 7 c a a ai t i 4r"•,2 e e L i 1 5 tf a'iS(rrs rer.t Ir" +44 • S44i 1a Iif en rNo 21er BStf1311/F y$CIP'B d9,•tit( q i +I'K'1 5ti i,% ea�e IArel. Selee l spade's A.lni t ati sRRo,ved s A�ddladFee Milh'.diglO:„Sra K1 .e7.-l0t�r ln8'rr,,,,?.r,V.:1.. f7..•01lTri :,..1 ,i1%,F>r F .,'`:cAt.1•."��-a: MULTIPLIER MULTIPLIER Stipp 10 Rates $50.24 $42.00 S38,00 $38.00 S29.00 2.0210 • Item SCOPE OF WORK 1 Stipp 12 Rates $52.00 542.00 _ $38.00 $38.00 $30.00 1.7809 • 7.0 rGEOTECHNICAL-Supp.12 NEW TASK(Landau) - -'°IY' ' '";:; ..` "�"' "r:* =c, =il`; i!r'i:CV:::8!";i:i ac`. i _p� V7W01i Ftil4 Egl»iiaiid+ba afmyTiWC=9upn2NEiv TASK' IT IYWilS. ,n ^LS sv1,aM3 SVi •,t '1 i n- ::,,;,:::?..r.:::..;1.. $0.00 50.00 _7.0 0 dme'EvwrtARr i;iinBi7dMe.drgs'8Wp,12NEiv TA0MZb'9r ' t4 t _. hakL #Yrait.� :o. .1... , ... : :z $0.00 50.08 . Stipp 10 labor Remad Sub0d: 0 0 0 0 0 I Add4 Stipp 121aba .Subtde 0 0 0 9 D $0.00 $0.00 RelmWrsadn •ti f.- '^•ti-: .;50.00 v-, i '$000 8.0 RIGHT•OF-WAY SERVICES(UFS) ,.aa$t"ty =1,` ' = t`` .' ``4` - - ' ` ne:in:`nilrowin:Nr"a:.1:4:P4s+"h•TaFt:;a'.'1x'STi':+TsI:Y, 'I,t.'" sSF .A" ".Fa,'$riPr4,`i:. ,$ r-e> 11'41- i+a' 'lasz rar .s'Vg4.. •�,v.' -, 3iP rrtr_t�:.�.`VM4 G'e.OW w;{rSUF8t7dG9ii,W1Pfa s5pp•101009 MO0ISIES'Ail.IATbR. SbyY!:a,NSat ?! ilaf..�ti-?o...t Ni „r;i,j 3,5+ ,.-..i.ht.:6t f..I.it •1.111,.„3,.A 1 4636.62 $0.00 bi:oS_Dirddl eiTml"''alareimftieuidfiat ions^�iST•:t.4'7."5'�4'TIS?,i'Fe 4,1tE:5ADTIMtA".a.E Sin?;,It`.!„1,M",.."'.'<.'r`-",;'C-_':;?iiF ir;1+;:)?C1l?i?i,•.::•.'r.v-:.". tn::,d' q:>: .1a. ,"'a;_tr 7$0212 :'Y ri?kL''-.3>Sr�.Y. '"'r',i@G45.�"a•. erT w:d�2T.1tt�al.ligfa NTifii4e7SWEm'aarupp;101A51<A10DIFIEO}:e 17511::N`.iu',wtE:GV;;TF?T iggi L±,,,Z i;::.." 1liFei .,• (';!;5;:;iY ti • iAkai.': $0.00 Soso • r W NwRlBm IVI?iardd"an lS.Z wt"',6^.swpTiiSktiSiAODISIEO' NI;:i'ri�??`b»g'1".d. ::P ALS.rlR??1c-MP,W,1 o.,, :;a,:r'.,,. 1;. .,.r, I;:s..: $0.00 $0.00 F`.5 0'e1."aTwrCrAfki6fi1•d:Erar/AecniiPamtie SupPiio$ASk OELETEO`:?`s',i!.:X;ii',�i:'?Zr'r:'fiii3OINP;I!:Wit1G'":?:d'.{r..'4'el ',1 3k• ?10 b ;w'y' ';,!,...ii:-.4.:.',:.`,f, -$1,273.72 $0.00 940'34x,:pl;,\TWrizapLarnaldoisri•10x"1-Acilld-Gr(gAkklittEi ef?=ti',:3z;y1Cd,1s1'i'x211:.^iOi0iga:"'rv'`�3'iLgtOgttit.f ):c " ';:3 --f! / .14 ;t,, i,` $0.00 $0.00 PeiS WiiaikTAli a p 1Y7A3OEi'ETE0;s.4nT, 3E 3rey� "i 7.,r•,iPSJvit.f,At.altvn -x,:T s'�ti4+:, r,:Y,'},:L'+- ..t 7;..;"a, ?:1.. ?.:r:• $0.00 $299.19 • . 20in1:i;^�FNi4A7FIir iT-AUIFKe"ip'mlpn la.ittIVES Lpp':ioRAsxitilitO'.^l-f[6-itki0 I`4 ;44 (. " "5,•i'MiS34,x", },¢- - : i. 1 t- -6;5 o N4i 'Li 7 1 -549919 $0.00 rag V"Ria-dNiuoriwaaltiil ibi a irre via ok::anasL"r iP u th"',1;A,?A :Nu,ry, a ' m P 5j $0$0 ea€o uslra f" s as,.' Pm.cmr kn�e go "� 51.;0451 EMIIIii7.K9�k1 i'i7 t"errss'u?;FG:t,'L"d3'':$f ,,,,a2L,...a t•K gT.ITO,..'7I.ra.StJ!,TTORr'<L�•.PA A:4 f y ;T.-a,��d1f,<.". S'ta k2' (~V:`g,:Vir44 i4 a eC. ,11;ga„ RAEf. ;vrn .7i ivai uth'trgo F'sNr:Rae.ire i!iiwltOOnBe'ouoiiP�SSji.12TAsicil-iritof+•?::1 irai vS"rni '�)i.'.re..:3):%r?i$r;.13 iM.n i:w^".4c,: i% 'L'Ba:.7:•'.d:W?.:6,",A',e. . $0.00 $6,984.69 ,..vq ,.-_ ,. .,�r.3'-._._._.y....,-., - ,s .,,,t,nt�r,7 tic s^Y,5, r1 e.i Y. F: �•;, 1 r♦ •apy., ii;r.,..,, wt'�ut.F'.32e, diTWFF.RIwr•'TTrA PoreaA252sWaDat)SUpp;12;TA5K AtO01FIE0st=s,.'.Gu:'O,r,.•..3,i�`�)i:s.: t. F,7 ,.-2..,1i :3'16h+�. .. -i:dT .Q,�_, c�.;: 50.00 51,232.38 ' f0 tiig$'wAv oiiti li-§1w,,,wkmill.C'Uifkiraak iteiai12523w:OOIO' SuypicirA6K1itLetaiIf.iEi:'Y+3'a-''f >.',v'4.:M1:ti•i .Ff,17•3I.!'.';77",25:+N'+}` .I;Yf'u)'.'67 4' ti': -52,510.57 50.00 Sip.S51'G'.RS,....fsfitNildS4 i`N:452.0'lircitlle:.. .., Pere'dl?Sbd"1%C»ITSUpp;IO:TA9k'1)ELETEO.-J+ 41YA ^'YTi.',..": ::1..::4,:i.3sS v :6<25 !_f,1Jl:`i? 0).W4-2,-.: s -$2,510.57 $0.00 t..f4S L`$"�RS4'.r4i0dWifiWgd.40444tH biiiiiidiallIPsad`1Esba:eor71r aippp"i07A5k 0ELETE0,w.1.:a;2 F�'ti(:CYF, -.,.1.!?•.::i,:'3.ft.+f 25...:a':"!i-..'.,Zi.4.,i:,,,:z 42,510.57 $0.00 C$,jrT,'�"F,'g"ffMitirs-4 ..`R1wnCi Pia'dilt7ti feisli hlryri iarii dd•'DOYIi"Sic"fio.iASK'b$IETEO.;;It!w'wl�c-or eeziSu 'e.S:i`Sri;:.w.1 3 i"i;=;"?,'-25-..m-''6.A .:1-.4:,?t:,...f 4:.-y.. 42,510.57 EODO Wan t4.,..t' hiss:R V P...4140:O(talf NOFrpsu14Z32ibi idle):'Stipp,ldiA6K:SELETEO;:?u"1;hS1'c,n+izM.:135, t n,7'4x14?-C W■713o>3'x:l?fs;':? / I` "BF.S::2i;' -$3,096.66 . $0.00 ".AS EE,i ei'tisli kit4litArifra m-Toiiw.USlyA,sed7T.S7]biiiidi Sup p."61iSktitteEO»2'rs4"3kSNr.s 5'e'tru rr/,^G•r I�e;S;SW-i?'s%;V'30.1 ,i$T,..,i, 1.f;..t€{::N.t•: •$3,181.54 S0.00 am i.sF an, -:)L.rachra'.EiSZ$'l1C' "BidgB'viw.,il:fGOt]Ib'bti itit 6"pp,i3TA$KAIOOtFiEb':e"✓<?d;.-n^dY?�".tit"i.^5n;Fi�Yf-:t' �0.>.iiri 112.,.1"4a'a'4Y Wi:',i?'10:",',Yid::i1$:wF f;C, 2"..':i,3:i $0.00 $299.19 taTa P.M0.9S'E'?J'ti .plua"'lLC`R.raili cool'fa03itl/ao20r.,TTaini 2TASKV001FSED:k,Y,i1..`�:t l!n-G.ci":$3rt...'t:7..•11.4: i.i.,:'':CS 4 Sn .i::•1'4`2•;4. }1.'x14.:.r;,'}+ i.-$i-c:i.: $0.00 $299.19 TEEM M 1'(iliym7,TF.tp'PM11191"..IMST.4iii1 A$Idki-$Teti..WWW;K47,.17: Ct:.'x4V,,Vrr mitt A A'2.M 3k:■h-,c):i0'"'J 9i'::A1 M'..'2-65'.' 'r 1`-9';4?1 46,496.95 $0.00 fi40or F;v6or:PISWT7luElrit TO:potGileWg Ciiii'emrwiOrica lTs HEWaAsKM•:; :-N$.....r;2a0$l• t'Ai033.5 ' a ,"14 r>'If.3gr,A 11r,rri„8 1 :.si : • $0.00 $3,075.24 . Supp l0labor Rome!SubtnM: 10. 32 .182.5• -65' -41 . I Stipp 12 Libor AOd.d 5ubtoml' .7 41 46 80 .14 -$25'236'93 512,989.88 • Ra.bten0k. -a.-,,,,,.-%,4 ' '..7',-":•: ":f3k i.".,SO.00,,:Pis:'t:-:zk.A':$0.00�YYi:,i 9.0 ADDITIONAL STRUCTURAL DESIGN-Supp.12 NEW TASK(KPFF) s' `3-ea; °' .^a_;; -:=="' = .L• '"e„.` , = •=",-��", '2410"7YA'�d'-bWal SfirdUiil Yi iift"fi$WP;ITINEWTA61(IsL.'7:ih' ::ri:'7 i•'`r'.Y.d,'g�•''(itli.,.A'''T?.T1k: F?:.7irt!p,�¢?S.Y.:`.'.��:'.tSi t.'+��< :' ...07,,:"";.-s"',...;":- < 'y1 IEVIT0;1 ''S?,f:°.}5 .+1EVala Milli 0tUp i0f4iRa9ibi3SigTi'bfiS AYgnneitlC-Sip`0STR W TASKx SIsW..??.T, 4S*"rA"$'t0Ff0R+?Y,3.k IM 3,i-rt,¢ A, ;f,,;a c. 1r• .t. :: n;bi:;w' moo 00.00 , 002",$ mo0Sp ti'A irika if iggla471;52•NOWa1A3k041i''.IniAI Rti r.05AO,.l.,r„`:"1 0x3','.e -+.+.!V�.'�".X-:.e''a:n7i. "IS.u4:.,S*12, .fi 1;.`34:AV(61S.;WiS 50.00 Sb0o 45;0:130 E7iAW a.b:fC aM:Ordl6"rgT0 T2 NEW TASKN',ii-it,`vTr(Y3.n;l'e:rGi'6'c''3iT,'ail~•rh`',,•""^<.'y1."y,ynK,r;t'.,7"„"Min,11",G.?+• r. 141=J 74 0W;t'3Y-rt a 4";.Yr j ,Y'G'tti` 50.00 $0.00 yfo.fiSi[:F'Rau.:orw.d 5 WE0iay,_;6upp`•12'NEW TASK-1"£a'. r-i`tTia"91'4 520 J"Sl l..`rijE„I1A A l ,Wft7. Z.ls"'4:Nr.:: }<,''a:-o.vie.V Ita';+.0 R..v*- ..'!F.' , $0.00 50.00 . _ Stipp 10 Lebo Removed Subtotal 0 ,D 0 0 0 so'oo �� I . Stipp 12 Labor Added Subt1N 0 0 e 0 0 0 • Reonb,e,o s .WaYP:$0:o5310Av:e":.v'.IS219,00;k::: 10.0 BRIDGE AESTHETICS COLLABORATION- 12 NEW TASK LMN .m"1-" ss ,`2 rte-" "T" . Supp. 1 ) �''4""�i•'Gi...€`��•�,•- .azaa `.r-••�"Y�yT,.=-:..i.=>:T,.'.,"'�m='.'�.r._.-"+4�c�,�-' 9140.tie?1%:'s'mmb1;:"snpp,iz N€W TAST#'2MIFF lfllfi•7kr'M;9.!.vt`t79.7•3'1.k(7s:xv"'ONE:I:i VMPA*11.VIIiAS1f.:-'',99MI. .INIBH-NP ',900 .'s' •:'•_15525 55 '• ' u.^ 4v? . p. M"ti!,'�'J'ArdtLl.wn.re.SYioP:14NoaA6ki-WAhr.>01:S., 9;ke':3y:<r..ai-`L !._c.x1 5vy,'iTaq21'''�'-."i'-xif>'r-.,9.3:.. 3F f,E 4•A t`k)1N.hgt"r'yIt:' •171:4x,"} '.,r;t_3w: SD.00 $0.00 TO FPCw" blit.1470..bi "SW"?WNEWr7A$K3D'& ,aiM0.131•5YnY F M?4S,:3frkee f,' `m i:: ,- n 4'.3S!; : Tki ` W., ti, 71 .vt Woti: l•,•�� 50.00 . $000 �i3Y�C.rl-fo,o,.I-Wo�b`R"S�:12NEW.}7 ASKs a•�Ri�r~i. ::i' f t k31S°, r::J;GL.i%�a;g;A =s;:):.C' ",iii''3,.'r„,7v:l a:}: :Gef Fj {?Fi=`Y;.; $0.00 50.00 ETO:117.,W915$0i l6+.OIIIAIW Sic,12 NEW TASK '-f" ,L56IT+PITAM'k<3n.',i5''5519S 95 ),?5 no55'il' 3. pt i ri .i.:175i:G•'K.i:IrIiiC 1'i:1 i.42 11'1. 1X. 5000 9000 Cdns.31 Mp`raiaTRTmp`a`roa`2 NEW TA9IN':'IT"i" e'm +-13 F i'4:Fu'c"K.s5,1.1FJ ?'1. r 47"3x10'75„'.j,l ii 5'A'g:' .="�3`4.'e� ,weed+'3°'T2. 'S7r'�d�^�L$TI.:;S'I m- n a civitm nags'SO91 :i '55591 SMINIF..T'r.Sdnem;»;s ilNEW TASKSO'Gro•Fd r)S "•'11'9.x.d,P'1f:.+4x,IS' x&'15$, $.8t 59, rl. <,. 2: '92s. r 20I'i 'PA d. dT-.+a a-+i.5 woo moo 'iia:11/5147359 l$0910'uw:+2NEW,iASK1,.X51". 5.r I4 111.?179,4:5F:Tt93,'`".15",?2fW'i3SN,R'4"5:f„ 1•,..,•4.1 PiSPYsi,BRi,?k ,13,,.nls'., li-7u,a.'3:: $000 $9.00 • 4:io:ao:b:i9n1Ow ,i:atdE :da:ilei"'0opp:i2NEW,TAstiriv- .nyts,os.. :l'1141,SSSM91'T991,,>':I'?FGA":Ala ;as^x31+'A•:r`401,,f ve.ba a �isMs fnF7a5icv%0"A45"'art 'S-R'��aa?5 : y, 3n,@ "i;;,"' .5''I""4'"9'3'SjI 442'91♦r.lr55l','•-d :.tlL.:.5.,§-;:.t - ::r,':?, u :r; $ ,TT651B C,aT6d'Areli.5iulcW.n�6dpG;i7NEWeYASN.'NR"Ii2A'dT:1 V}I•LTk°'';• „:$bS7 "`�•c;5 .lC".�i; 1, '- ¢':wY.f.n.;?Y�::f',i',' $0.00 0.00 .°4919003.lit ry,'-nrsiiiii li6iolstnz<Slpp":ii].NEN4.TASK>6.541;•REai:a`"+`riii5 :ia S'r!•y..f :if:LTr'F,..:A.IT'F.1w::".xe.Ri,nr3S:G. . vi x t.;..,il a i,_s" -s,:sp?,, . ,;.?:' so.00 moo Sio.asG 91 EmiSNp wair,ie5E '1 iNEWTAsK`slai'1`!t, r1?`$kF,v--3`;91IMT::sri.•{91521f:Ftl xlS51091l5.+"3;5555 .5915 4-:h,-r 1.'14,'ii54k {, 37153 ,}ll'fi':'-$:5,73',2. $0.00 50.00 510.57.(959015U d-o.v"aoscrai' .$Wp'Si NEW'iASkl.M1'°-r r "'' x"' S,"' -s.: ".n:r C ,i'.' ".,471.•4}f.At,•,rlr�,.,x„�Sd'.'�,';?<Lt'x a a ti� t a s i�w;': r air:✓,.X- .50.00 Soso P1039'8&'x5Rr'r,3FddITINI"SWp":t 2NEW.;TASKi7T'35':07.iss 13,"9,5 /T' 'rvV1"a.V. A 5554?uai''!s.r".0.11A?:!n.r"911'�4IL-ei !":'.9,1!,‘T.',1;:'n:,!..1‘....1.,!4,`:.,.. r Y`±:'1 ' b - .017,. $955 50.00 Stipp 101abo Removed Subwtt: 0 0 0 0 - 0, Supp 12 Lebo Added Subtotal' 0_ 0. 0 -0-.• 0 _ $0.00 $0.00 • . Reimbuneblm 0..-,r 414-PAPtr ' 'xr"LE4i`:1.''1512,584.00:.i)' S0.02'.Z,P.- Supp 10 Labor Removed Sum -10 -33 ,-183. -65 -41 • •Stipp 12 Labor Added Sum _ 7 . 41 46 80 14 .-$25,226.93 $12,989.68 Relmbursables Relmbursables Sum -$12,584.50 • $219.00 • Firm Total �7; +p,,;Sl98TOTiAir+ 587-,81}00,5 il.$111M1084 . DESIGN TEAM TOTAL , ?F ri.Tatal AddtliF.01(SGpp;7121I5$Lpp10)1:t4i4 $24 602:5525'x'; } ? • File:2014.11.04 Combined Fee Estimate IAddSRemoved)21.als Page 6 0114 EXHIBIT G-1 ,r*A7,374ws-v,rommsFrimtpxpt,14,217:1myrwstv, 16,311,34111NIVTAt Srll'PjiROS's-YePAPte,§AttfAV4N'vigroe',. CONSULTANT FEE DETERMINATION SUMMARY OF COST Tukwila Urban Center - Pedestrian/Bicycle Bridge, Supplement No. 12 Classification Total Hours X Rate Cost Eat i551,M5: WATTIMM4 i4~; 1 .00 X rtgativamsr2w2 = $72.22 rAwayawsp.MEFTIANIN 42.00 x Earaiar- ONTO = $1,9 2 5 70 -4;TEA: 0.00 x Eirriggif_ #10;427*1 = $0 isIMEREFlarager.4TAIE,- 7Pa 16.00 x EIRBWARKSIESPE = $629.92 ifabiaMISISESTOSE 50.00 X DZIEMINA554 = $1 ,678.50 [S-±,-, MME4D1111, 28.00 X EL4H-9W-4-461011171 = $872.76 ESWERMINIREMIlige 79.00 X = $2,083.23 16555ROWOMORINOWIS Q 21.00 x 1107,121-1,39ME = $649.11 WADY girSWgcliWargrTFAM 0.00 X Eriffierlingin = $0.00 DSC Subtotal $7,911.44 Overhead (OH) Cost • OH Rate x DSC of glir0:91g;n91fa $7,911.44 $16,576.84 Fixed Fee (FF) FF Rate IMIORTIME $7,911 .44 $2,373.43 Reimbursables PRIWASEESTAIORre [twei-rtrtararawe- Tomprirafil migran-ro MgroleilrelENTOMatal RITSIWNEMEWIRRESTASICSA RENEENIS074.1 draiNiVaar dTr al Uhl 051inflintairMettr§. MINIM raraaigifOR51 ES=MiNgtaliblarral EelraTo="EVLZ:-nirdfgZkIMM Reard$101911 EMMINTY7,:,_.AiW,AMMIXESEN F3F4--L-.$tworas FRIMPIMENEMITM ER10.0* :Amitammtv:7117-1,4t.fm: remortorm waszymmremaisim miremarroopmfarcomma 11070133101K-00 RIEMISSIRIG-70AlinliCal MOM ifiliNfamaramms• waremotato • Adjustments PWW-4-WrigraWanfaiW WirtlaMiliFiTeliSRIMIWNP0 igtm7=1"*Werf41 Entilin.WROTWardlitagli WeinrifilgariSMOSEREVINUA ZEN1124,0:61031 Subtotal -$678.02 • Subconsultant Total: $26,183.69 Date: 4/23/2015 Hour Summery KPFF Consulting Engineers ENGINEERING COST ESTIMATE: Tukwila Urban Center•Pedestrian/Bicycle Bridge,Supplement No.12 Apr123,2D16 Landau Associates Landau Tukwila Urban Center-Pedestrian/Bicycle Bridge, 5M ion Snla Sl60 Senior Project CAD/GIS' Stapp 10 Fee Stapp 12 Fee Principal Associate Senior Protect Project CAD Technician II Coordnalo Technician Removed: Added:•• Supplement No.12 MULTIPLIER MULTIPLIER J Supp 10 Rates $65.00 $47.00 $40.00 536.00 - $31.00 $25.00 $29.00 $24.00 32587 Item SCOPE OF WORK } Stapp 12 Rides 572.22 545.85 542.20 $39.37 $33.57 531.17 $26.37 530.91 527.64 3.3953 1.0 PROJECT MANAGEMENT ._. _._,, ... -... r.._._ __. .s_ ,• 1.13 Swigs Team Yee1IRSa(Mauve 2)end Cooldlnatlon•erpp 12 NEW TASK(KPG 4 KPFF) - ... - .- $0.00 $0.00 150 Prplwl Tears Nealkge WN CIty(2).Sop SK SINEW TA (KPo 6KPFF) - - .. - ' 50.00 • • Sapp 10 Labor Remora Subtota: 0 0 0 0 0 0 0 0 0 $0.00 50.00 I Supo 12 Lebo Added Subtotal 0 0 0 0 0 0 0 0 0 Reindasaus - - $0.00 $0.00 2,0 TOPOGRAPHIC AND BOUNDARY SURVEY(KPG) ,_- - _ ..- - }� ,- .- - •• -• 210 Addltbaal wry and mapping - - ---' . .212' t Edell mwyd Gown Rim Be•Soup t0 TASK DELETED .. $0.00 $0.00 213, SuwyNcet GRT.Add Christ Rd,New 53d00 Abu(Location•Sups 12 TASK ADOED • - . . -- $0.00 $0.00 Sapp to Lobar Renowd Salida,: 0 0 0 0 0 0 _ 0 0 0 $0,00 50.00 Sapp 12 Lobo Added Subbuh 0 0 0 0 0 0 D 0 0 Rdmbusabls* •$0.00 -$0.00' • 3,0 ALT.ALIGNMENT PRELIMINARY DESIGN 8 NEW ALT,ALIGNMENTS(KPFF d KPG) '- -- - _ ,w_. _ - 2,10 fi.o.y at Rlkanlei Ran Parking L.1''•Sups 10 TASK DELETED y. ... -......• 2.1 1-'..UIMyLaaSg NdUeid,SWp00 TASK DELETED - - _` --I- • I 1 �� a•y $0.00 t G 320' W.ra•:r6.egadvrkIna Liu Tid4800Wwtt5wmn•80p,10.TASK DELETED } :..._ ..- .__._ ,,.... . --°' .]2t t TrdTRwipim' AMwniiid Fa.Rfwda.Pt.ra•Sop 10 TASK DELETED. $0.00 50.00 222• • •Rkiniery lrosia:lprdpwry ai4.i•SUpp 10 TASK DELETED- ...--_ - - $0.00 $0.00 :322'•..k1.e(kgalvRMrNni Flawnrtperlya..ir s°adIndai.Supp10TASK DELETED -. - , - -.. _ , _ $0.00 $0.00 224'._AAi ipmanb iilwnalk Weleil.nWe dr nparkon•Stapp 10 TASK DELETED - -- _ . _ $0.00 $0.00•250:'20%P1w'=Sipp.OTASK DELETED .-. • _..- - - _ - $0.00 $0.00 •3,31.'.L:6M.pripi.lpn-Diyp'10 Ts5K DELETED. - - .. • 50.00 $0.00 •282.,:-•Uew.P.Sw'a-181A514DELETED4-• - .. - . ` $0.00 $0.00 :'532.:.' 6kinn Dr.kiroe aid Grdni:•SJpp'10.TASK DELETED. • • r • -_ - - $0.00 $0.00• .334•: Pm4rg Pto .EWP.IOTASKOEIE7E0'.•'...; ... • ' .. '. .-._ $0.00 $0.00 L328, -PwniiiiiMaMpPlin•Supp'1b TASK DELETEb- -. .. - - - - - - -- - - $0.00 $0.00 140 Upd 0 Sk.iri 0.i5i.i.R.►sY.Sepi-t0TASKDELETEO'_ .. - _. _._ :f ; ..: .-.- .. _ 50.00 $0.00 -310'-UPAM Gist E.ii.:1.•SUpp/O TASK DELETED: ' ' - s,. -+ $000 $0.00 310 1144/Trill AkiPii`sr1`•81tpp 12 NEW.TASK'... - '1' • T.... .•_.�. �...--. - ..r.v� '_3.06'''Ti.eallpvnnlabndeatgn'k!b%.$up12 NEW TASK _ : ._._ .. r ., _ 50.00 50.00•252: ,.Troll n.:Auduipidr 2:110%..5*ayn 12 NEW TASK. ... _ l . �a : _ ... $0.00 $0.00 2.63'.:•Trill divided Adiiiadmdrkn-bno%•SWF12'NEW.TASK - •_ -'ti, S' •.'t• .- $0.00 50.00 :3,700'TUC SUPPIaa+a10l2'1Nipp'12 NEW TASK. " ' _. •.. - .. - ___ "-., _ 7 i 2714 Allidw i:Al9rmnd Lapb.Sirrili 12 NEW TASK.. •.- - _. -.�.. _ Y$0.00 $0.00 172.t Erskoe.ii d NMnaM AYpvnrrb I Stapp 12 NEW-TASK . - - - $0.00 00.00• .3.73. '.'TS&LR.PO15WPtnln(01'.SUpp/2 NEW''TASK•-_. . - -' •�.. 1 $0.00 $0.00• 17.4.,1 .Dw1PT.dn'.MCKI'RMwr Manig.-Strp.12 NEWT/4/2K .. - - - - - .._ .., - $0.00 $0.00 3101F1WFIiwAa.eeini''t aNMir Pr.Mnd ASPrir a-S0pp 12 HEW TASK • -. _ •'" 50.00 $0.00 '•301' ' -Rlrr`iid tirw Cant.kin:Siipp 12NEW.TASK • ' _ '-...•.,, - -. _.- _ _ -_ $0.00 $0.00 •1382: ' Hahva.IWd:Vwlka AIpalwrd diminutive: Bopp'12 NEW TASK - - - - if $0.50 $0.00 '313 DYlonTwn i.d Cty.Raraw Nwirga•Skip 12 NEW TASK .. .. . . ''._.. -. .• t LSO Pirwr(Woe Dnblee/SA1Ip 12 HEW TASK.' . • - .. - .. 00.00 .00 00 00 S1pp 10 Labor Rmnwwd 5ubmnl. 0 0 0 0 0 $ 0 0 0 Sww t2laba Added Subbed 0 _ 0 0 0 0 _ 0 0 _ 0 0 50'00 $0.00 Reiroasanw, -- 4.0 CIVIL(KPFF) K..f.. _ __-.__.-__ .. .. .._. .- _ ..- -_...., , - . _• 420•TnN ASjrennleO4 1884.114=Surd 12 HEW TASK "... Y _ ,G, ._"J $0.00 $0.00 '4.N'Slani0rakriigiAPPOaM:Sups t2 NEW TASK._ • .._.. _ . 4.10:Owirlktee:nd Cool EtWlM.1I.R►f2NEW TASK - ._� . ... . 00 oD _. _. $o oD fo 00 '4.1b'-Wes/Riakg Awei.riwnt.Sq►12 NEW TASK - -, $0.00 $0.00 4.70 i 20%Pl.inlwt swirl'and Layout r Sup,12 NEW TASK .- -- :-- __ - -- $0.00 $0.00 Sopp 10 Labor Ranorwd Subwal 0 0 0 0 0 0 0 0 0 $000 $0.00 I Sapp 12 Labor Added Subtotal' 0 0 _ 0 _ 0 0 0 0 0 _ 0 R.knbun.Ma j, `- $0 00 $0,00 5.0 ENVIRONMENTAL AND PERMITTING SERVICES(Landau) - � - C 5.50.USCG Nirl,.4.oOo.ni$.it4SddyiPai4IArp/I•SUp 10 TASK DELETED' • Y.-3 5 =48 . `•-5. 4- - -$7.485.23 50.00 •120 T.i.A..ieewiriL•5ipp 10'TASK Y00WIOD. . ' 3. `.174 .,.12. _ .12. . _3: '.4$- -570.010.73 50.00 020-Trw Aia.wrimnl'=Sup 12 TASK Y001RED .. .. - I - ' 16. - )6'. :-' 18. :. 12'-r "3.__ _ $0.00 $7.712.12 021' Slabglul A.ae.om.n1(KPFP C1210.84810 TASK DELETED - - _. ..,. t. - $0.00 50.00 528'Uakting SILKY Su,Port-8dyp 10 TASK MODIFIED - - :`--2 -18 '•` .0.`. -$3,200.04 50.00 -1130+ LISMMS SLUdy fnippil•Bipp 12 TAU JAMMED• - : /2 �;. S .5'• . $0.00 $3.162.42 6M:D.MMFiin eipi.n MO EveluiilMt i 81tpp 12 NEW TASK -1 10 ..:. 2 4 2 �._ -.- $0.00 $2,581.65 110 %idle kti..nlary=5402 NEW TASK'. - $0.00 $1,042.49 Reiner/Kt Srpp 10 Labor Renod Submit. 0 -8 -86 -12 •0 -0 -20 W -7 -48 I Sapp 12 Labor Add.d Subtotal- 1 42 0 16 0 26 21 9 0 -520,696.00 514,498.65 J RsinbasNMe?- _ 4104.04 $3,906.02 File:2314.11.04 Combined Fee Estimate(AddbRemoved)21.515 Page 7 0114 . Hour Summary KPFF Consulting Engineers - • ENGINEERING COST ESTIMATE: Tukwila Urban Center-PedestrianfBicycte Bridge,Supplement No.12 Aprlli23;!2015'ia,a'."'S.'S�+ ;:,'AVIII'III5R iiPik.'1:giNSi_Gi'°.{- g...731iI-ViiIi?'';l:.iggkr-E'F i `:17 t Et. ,"iIii.= Landau A11odates 5'?'hid:i.:4:i.LOnclaui_?:1!../.6 ..,,m,::'•e T_'?-,,,,,,,,,, "rirogigg." __��;JCS ll•'•,,m;;,7 17,4,'d6'oi!e5^ ,Tig7.y:;g'-. 35VR.4.Mtg I! I5gr'3:i;�>`.;ty':;Ki Pro'ect ukwila Urban CenterTk RedestnanLBICYdle Br)dge r 'iY r u. Senior Senior Staff/Senior I CADIGIS Supp 10 Fee Supp 12 Fee 44 I0 t y 7 -.f,•- ''r 7+ p t tti y h Aa4 ' i't:f��y.r t i t Principal Associate Sehior PIo(ec CooNinato . Sxu"1 Iement$N0 4'i 2t�J L YS&V,1 t 46,, ,1 g 410'0''' ,b- '{ } Prolac CAD Techn c an II TecOn den Removed: Added: ✓ s,Kilt f'x,k1 t rEP,..J}5, .,xf'`K^"Fk�!`4tixt�7' F Zp"kf i,TYL k�,y K4 6. •X I.."A'�'1y, - . • c'gitt.A^,atL �•1:..a. Xtt1-.1k r.-_.u/A05t4I23i "*.;«i'.?_.#311.`. g,gi1 gg,0u ?,„,IwiiNki MULTIPLIER MULTIPLIER ' . I Supp 10 Rates $65.00 $47.00 $40.00 $36.00 - $31.00 $25.00 529.00 $24.00 32587 Item SCOPE OF WORK Supp 12 Rates $72.22 $45.65 $4220 539.37 $33.57 $31.17 $26.37 $30.91 _ b27.66 3.3953 7.0 GEOTECHNICAL-Supp.12 NEW TASK(Landau) f�k:• , ; 6ry, -S_{{r t, ,-Fs�{ti-.r.-`.._.....• .. - '``, •' 7..F v;ar =Wrc • Way.FriFryM.6.eTC,SD.tm,T«sea.sapasNEwxrASa N N&n,tiV +R:Fw.w'�N r.,6➢li4 s -�r" rea;c7d�2 t:�M�:n: 'r:?Mor.eficTl Y+_lt:5mni. kz2% LOTZ"_y $0.00 s7,662.46 _ Wag 014f:dniar Gifil R•.-•"'uW U.tin. S 12 NEW TASIt-S AMM4Skl.,;.i.SraY) ?17:n fM.Z.V'Ilt x:•17 w:, IIIW.54'f•`.•k1.W.i71i'1.G1•30-11.0.'2,FA S'S-}11 W:.:.9111401K111,??:,..,.014-7-1"4":, $0.00 94,680.56 • Seep 10 Labor Rarwed Subtotal: 0 0 0 0 0 0 0 0 .0 - _ Su 12 Labor Added Subtotal' 0 D 0 0 50 2. 58 /2 '0 - 00 312,363.03 pp Ree,b ,,w, .n ;,,,,J,, : le,•,v 4,-,1,41,4 1 • sa _ .tint 5so:00dv--L,.,tiC':516.216:o0':n itl.. ' 8.0 RIGHT-0F-WAY SERVICES UFS •��_,'<:?;',� :,..-<.' '�•• ��,'�_z.c. :4-ka=''s,-7`A__1 xc:.'ry::=.:.'1/449 . iva7e""Fi Tha.ner:AWifnign2.1 a,?ms'1=4AiirOaFor 'v'i.'GIM1L'IF=. •f:.?aa'r:7Ys5r:;Ti a .11,10'yrsx•rx r5.bf°'Li•t„'..-.tea . " r^,'. •a A .0 FS �'• >%N ^ ~ .e r . .r:tizT,�r` ifi >�53r 18211E:IA.U ,113.OSashP�RT1iv s ltiTASMODIFIEDI)J' S$f,Pali=:.� nCa°S:�LLY:fa3 rRfis W€f.37.7:ta: n: .:t}ltr�-:.,<ti*.a ii r., i.*- t s s"1 - .f',°,ale 50.00 $0.00 Muir biilatifi1 h.oW lmifid:nlitwuonY'i a3"z"la:Ma-k"t.>U'''ru'1:2r c`,v3,.,g_:f;.L'" i.2'&'JNfa,">"r!"d::`it«.tiVIM ta'''i l i". _•aa•:','ar• •na?'.e,:,.r,:.r ra•0t.+rr°:r aaff `.3iv'C6 1tfiSWR>;idRfk'1-.§ih ile* .-p ....,.-... L�;l,02:I�'rRId:Wa"t,',l'Sn'Sa•1'swlEmwtMiti:•:5upp do TASK�I.�DIFIEU}fi?�1r6�:uixa4S'4i?};z{�.li?M.'.i?P;r".'Fc}2s���`:t:%Jii:,'t ,Mirnei EZ�+:�:C�'07. n,v`:•'3r,0?..t+ '�s<s:aH.sd'F t2�`.'�a c�3��� ED.oO 5 tix So 00 Sia32 FAMCR14Flal:Wtia i iitnaEe.rmnik itilfWerAZKKNSOIREDb a4''nnW,Ii%MOD7e"t'Sn F='':..tI 3W!iR 33 N:)•:.'i 569:63 7':vsw ia'A" ::.S:4,,To.`:nima.1 r o-r?:aaa 5 ; _?£`ref=St' so.00 moo • Vii3TSF tr7arudry AiiidlifAli7Are'.'ro„9tt?iSWio;rris(OELATEb:,'v' :;'i u:.?'erg3.7,i;K&MfAMT.gki MiFf grl ki•'2"n.r, .-:5: .'.:RAW:9b3T?-01.: s"-'R?�.. `Statg..�.'iia.k;: '?:az $0,00 so.00 45eI3-43:. CipdUaa ornaTit E ui96ihWNFai.TA6CDElEETED:Tri,-i'?"+5$ i " F,/'•S'IET4,.. 1.,krJ �r',:I!3ir;S W.."F., ig:F; igA 74iG ai:437-'x,t r.kri v;ii,.`.A'ti.4 F, .i.m-;::gi.s. ;`'-2i' so.o0 so.00 Silo-7 N'dellflorr.lei'ur'.VswP:fi;tASK,oELETEDflnv�F.MV.:%17FctRILM".ttyS"a:1;:44- E4.11^';.i,31.W.7;rh.4A t..-%,"7;t47.'. .`'f:a t?anl'g rrt+±�r i FN!.�TM,.aln`.v5=`'1�.,Fr•L'T9`�TS PUIK-.1. $0.00 $0.00 I?eoo J Si'.FHWAFwds,A.i72m'ioF:'ROWITS-4`:i0'TASl0DEI'ETEDf. ;:d.'`$�cc-:.!.RvP''wIA•M MLT!iW.,`,:I:�t rs;3;i;;7i'12'_S7 1`g. i'v;.D• ;.4' K(fa"`'1-45:-EW.Z.S.t t'tgli`.'gi K f.Lta c`"'r""1'.1:.r?�°.i.9; iz'4�:r:�f EiL'2"ii•. so.00 so.00 C.10-5 a S:in,••ttWwiia"twnniiiannalr iWa 1:ro:ui'C"'.. W:'n da!int."?ull'ig:ieiil ii!fa C;!�4;72,?g .pEr :k>r* ssAVIWM fl"' csW4 ""'- °..s^. 'SLI,> °`. li FEUra, 'MT e3ai1:WIPr.i..T N.ptii1 li " ar:g uf.T`Frt?TO...f7•'sr'.,w,:'",..e0;:c,'.tT+S>'fitaa .P.AA Trx:ISTI ?:192 ''fa'a f IIN "5r n 86524aCVMEO mMSW.IE>tttr ..as,'# t PWRI OMLITA -3+.�n.F'TSiS+''. ,`roPS E1 igi:5 717-ris m11,Girmadr'SInpIC:FiiArAglifia::i?iaitickiisereiiii,Supp,/2 TASK/:1OtiiPit KLT[,'li iY,t',iF'3i=.!t-'E f!R._'IA.'a7.747.::I,T°'.f7Y ;f..1V.M;k 710 W7Y T--^vac.. p1!;I�S,,.-trfa 221'4.:,==1=✓g:rr lEW. a'Crwz $0.00 $0.00 a RIiw t al olissoos-sos1%081 s 1PTA5KMODIFIsmsz i•'k`+'m m,'.nv''z Fiir¢»ivi :1 °s_'E"_•'r2'v.4mo t Lm"To{9."-._119.A'a•i�{'..ia°'svirwto '.:i.iti.'r:iTT):i rum-fr.'ure'Or,-,: ='i yi'dim:ff' $0.00 . $0.00 t a,'v,IG t 7Ai:ISRCP`i4:741WPTaliT 00iw.9U 14:761 .4 00230 4 11019) SUpp:i0.TA5klitti dEDT;(!„Gir,„i•-.USi`;IA"Y,N,/r FW$11"1".1 riTt rse-Y«r,er'R. s?iiTe rleg:$..tr i ai,.7-i1MR %..FI'''M UI'`.!iniii $0.00 $0.00 6'pX7.'iE i,TIRS$:'3B EWI PIrviniw3Orai tifebliIa iala gPmwlUs73W9bisI?Iiill,tooASKDELETEDREA:.")ikrt>5411F:YIi-3I t�s.4'3RF,::):IE*7'.WIa'�'..c.`.;67-WI P iissx'a+)t,Ein"3E.A,r,.•a w,:1111:mufr`v'.`'�,.?'!w'e'd`•+^rAA-E'. 60.00 $0.00 �K'wDT t'..4'`'.,l'+ligfi feEt:0.'dNi03lcil3iedtrri`&'ddir6.P 7231 ibi so77):::Swp11617:skaa tEMM 5iv:_:31L1-tfi `I t,x a ilift FA"iZa..�^c�r..'L'1,[W M,Sal+did:?E-ArzISY:'1�`5�.K.- -'Sew ringMihti $0,00 $0.00 IVOR:P, RasiTiSaPIRTA:igMEtiiii'U':C 0fl ii'uhoG"Feiit'i2a7]iiiTo Sipp(oTASK'DEirfstia,k^°X, ge"... t1 7uy4:;PriT"•,`re.,rs''cial. n F..:.- .....1,,...S I i I'J't4rssk' ?'3'vT'3'3 %<M«-°.-"-'nil.," *. $0.00 $0.00 r,,:&1M.Li✓h'MI:ffi-ACA'i(I,<Yl.w:i?lma'!rd,OMDO.6P'sc^i 1zSZ]M•B01a1-.SYAP:lO TA6K'bFlE'fEDMAWV."iv`bn^.3£!'s?S'(t:�.at�'Ga 1Cy�."ai+,:'..,Mtv'_'siv°n":EZ.LI'r•:MOM.r -�`_`:v M'elv:..staA'tee= C.Kii�1?+ 50.00 50.00 IIMS IA(�ly.'P.rea132'J23a!YGM)•:6upp,taTASklOEi'E7E03.:+zy'y"145-iliiy.2L1'-�.r?' ii-M`.1bi Fn`i).7,51:P,'),�ae'�•.Y21 Pfd:nl'-ii.L<Se 7r"�:e 1:4M511:"`M�kttk6)??!?e.,:a.✓P+!W'�i 50.00 moo Ir),,w'n'feirst`(lkurEifintliiiia IAPIBriKipist(b0tilD.00 b)`_`'sW'Pi TASK 1:iDIFjElinI :Snie: ;1;,1,''"$:`x Mifi:t 3o i ti£1S,Kr t'J$$ mi.rawosl1 mrea$ $`'-g ed In".Mc gi'Es1- 02.iti: $0.00 $0.00 r4xC '(' iNtli",:Arai iiiiira OLC;RWrP.' TUWf10.0099)TSWT,1 i1 sK MDDiotii-1421,13 f +nkiVes:;w.+:mi11-F;Ai7i'i7$'. £ Lr t':'Y.J":`'M2ig':+--3`,r.k'•i iln3i,h'ES5c"' l .4 CtlM..'fiP,+- ti: $0.00 $0.00 F4,E:63r :.o-oemto etiir4a"67:Fioimuid�P,rcati-!S pp'DiTASK'DEIi TEDuttr"to/"i°•S:ry'riSv,.=;51'1.1".,;ttra 'tmi&4427Ttv-:'ti)F..0,..i'z t sgi:.i E'i"'riar;K.ciingL7..Cf; 6W`i 111.1 i EM,rsv- S ki.,1%73"n r irgaN moo $0.00 Eicioo,t;l:ar.mnfJ«'Ti:KEa..ln.nt'Nreea;fbn':ae With m.flarr•`supp.ifn6w,TASK'Mua4V.Mfi'"'t'"itsfi'i.1,tai.x?KME:`�r"£r,rs�gi2g,f�r 11.,10,_•;;?" MMIP'P.4,§g"'a.r,%`Y�+y.t;aiMias: $o.00 $0.00 Supp to labor Removed&Mole 0 Supp l2 Lobar Added Sutdoli' 0 D 0- 0, 0 -D 0,.•' -0 g $0.00 $0.00 Reknburaebin - -- wi • L.%. .:a,., -•was-root;,,'*:: .•"iy+•yl.bs157.5$0:005>T;;CE 11:51E:50:$oo',M•9.0 ,ADDITIONAL STRUCTURAL DESIGN•Supp.12 NEW TASK(KPFF) -••--�•_,•H�'•' -..:��;�•��_`,:'-�'„.'-a`a,._... "."L"d�x`,:;�_" :,:'c.�gz.;tl.,,� ".�•`�-;.�::.-i-,,:,;.....;,_. pr RdTta saiiiibgrivi!tWsz 4 iAbl2n [:f:nea rn+ViL JTTiS liF+WnTi° ndrT. �'',1 .T. es: ,6i €ia: ,0 X.l ,341' Rt`^ru Rat-pd ':6 .`,Di:«hres Aagnnp,d- trip Sr'&ail.> :17s^vi?,k''i6�rb9;•!6f s ? s t an= rr+s Se --'r3 . g'ag. d"waui: ioliow. •s �NEW6Ti1"sK^ k«Yi.'r..,"-•.a`"�{tis".".'_�.:1;7aT.,��_.RT3'v.,25s�ii R'� EiuT',a3i t:?3..a.,:.e,f.%?:r�9:,.�'c._F�� B�<s�:...•6?r4:,:rF;i so.00 moo ri?1310 M.cibFSSP>:tiDe'ilgi aii d.Diafir;it'5uP,1 20E\9.TASKi�n'$F=?aY.,;M,f:,ra' 'SL's;is11'1ctiittiiit$.I5.f.MiWcxi;'`.IAW gliA.' Y;e::""u"•?a%mast?4:::,,wa.IM«rin3` '1.50.i'TILL ..'v`. a:•S'F:Fsf T$;7Ifr4e,`. m00 $0.00 geoidsci thrmwtDnk.ndaiii7ira..:6upplii:NEwarAsIMI OWL7.-3P',:0;. 0.'fife K i?"1,;,'',i)nr,?i;?J+:tun• z t","r'. ,rzazim{E.arr:t::.W.,;:eA t'3`,'"•'c'r$>'.l0_'I.:'t'r?z.:`aAW L:_ -a", 1.. rzl''N E0.00 MOO :'0:1475 0aVA ii&iDid6ASIat10a)p n".:6u'ppi t2:NEWiTASKi'rial-_,`ri.$s3'1t£h `r..^,Rl',"'„hW.2'i2ii;;(f:rAE0W ,S',:r40Xih','01:A5,'i%i7.tt.FiA'"tr nsi?v, p r- '1 n'n,.:.%Sf-'rTt-°-F€ia ne,W,47.:03SS x 7.; .W. $0.00 $0.00 - Supp IO labor Ranwed Subidi: D 0 0 - 0.. 0 0 0 0 0 woo $0.00 I 6vpp 12labv Added S:btori 0 - 0 .0' 0 D D .> - 0_ D 0 _ Rimburs.". _ .. t.GTa7 - 146-0.S v.A,"V E4V. IISO:OD,i%T?':c Ti.5"'•_$D:0Dr7 j.:'. 10.0 BRIDGE AESTHETICS COLLABORATION-Supp.12 NEW TASK(LMN) s.z.•::++- p °' - =- '-``� 3 -1 $r .- r-, ;r '(t=R R- ,Tr'T=': Eo o3 EiRe Wa'nun:aeppftzEV/<TAeit-5174 •T 3S9.a014nt7F7$3 7 5kr141Mag Xif ;;W •i>->^.s: :.7;• uF- • 'e,":, ,r . :'u. lie.',41rg11 $tUMM+pgrsEM iirialM °EFEW ? 48.RV.i 7b$T$tA:Aldi'0':anr.s}Slwp:ii NEWYASKvc°1?;°'9"X •rt✓1.o-aT -A'?,r•t:fi44-gall';:.•tsfa917<a..rr•'#:FTY c _-1x1:,5:71.WPF('1s'•$i. $3T4S R -. '§,`0.71 FS$$5 dx' s'$0ST•2.d° $D.00 $0.00 rioi51 T'TaiR 0oTp.Ce6lea'�?6uppf2 NEW TASK a"3-y"Fi1770-'"'a I;:i;FAWA STIiT e `x-E k.`t3:i.S I' g.,•!=m.::&- •ssyNT,riEg *'lziAT` FA icrt:n St aVila 1+$1X1 c.$T°SG $000 $0.00 • $i6fi 4 5 1.1:Mn£'e 4.761ef0:6 911 NEWdAbk°rl•N4/V '2�+T"S^gyp �.Rt4FIF'-(g Tv �a 1 tAiTiM0 M1. �T:>14-e5: T,! RT.1iL-tF.irs .Ef�trtZ.K✓Yx"•r 5,715 P:Mva.. $0.00 $0.00 taI$ dennarur:'n.0AiW.•'6uppa24t1-W6rnsk N.!s1 ,v.!k:r«TSt..--0,iTilgax f:cr..iT4 7B„f.Yrrllag073:,'e`tx{r.rgRAM,W it'i WP..5, ,.• LC79.53.i'y�, 'F%..xu"0$7"r . ;-;5$,Wren.:7:1 $0.00 $0.00 E.iasb3*7$9li R." :=S. is NEW TASKY=71.4%:L'7irltM-1:"''r4 s 55AY.T d i U;t,•"<,cA r{A SI it 424 Kr M$V • - •.-1?- .`F. a a ,,,,,,et,. r ,,. $ kGfir k3k''Es?l*."".i:.a?+r 0:2l I1940:dt S 1:61.667 11E MMitac3-47,-t .s._,7611'1.A.16 IIM`4a 61,6110 1511- k illMD'"I k ! 'ti,S"RJ "^1.711 1 ,1790 6 +'�.x c.,. "E'P i ,1w'i1E-M'.,{Ti07 5�3x'CA;'E r $Sw r' so.00 so.00 $0051 �:iS 530"s'rivr•.s'dj;p;ifNEWiTAAKlc F:?t«-.1$w°•£'.:r'?u'liRlilM:3 9.:Gl:+F'".t4.(?'..'•..t''=r.4Z:l'e.�` 'rv' fr"70'..'JS47'-1'i,F.r I5 I$.=?k'F:'='�`A3.73:�•:, ' a- .t':'< C$L",'i-a�susii#_':_. • $0.001 50.00 F363WDiignD::ilovi:igifiidcomdfa;{kn,14i :12HEWTASK .?!4p1^u;::3.42k.vti+ SS7^�AIA 1401 S�11WPdr'iFes. 'I=;1i91(T '6TH:+•; ,ore. .. .. )J IW i'd t'dY'Ys7 . thi',•`..,NE9. iaf wCFtlotel9i:.?e.? gioal!:i"w'ilni•ah7sTWi.1 to-Fr`,TsNEE aASksr 3ial y7";f1Tn,T:i.VI,ISIv'S'T_'•• 21nF^:13z.Y.lk,ll..V.../WRI:&'irita.'i M'"w`.'z-'N??!Mr.,T.-11 l'r7'..+ c• ,'$,50$?$,e7:i.:5 4Siu7.M.f C17"!. ;tx''235 relor0.1.4 aU7.s4Tx S' moo $0.00 63$Si:i' iVETAp/18slaliiTZ.ST660W A itir.i" Y '»' •I. 1:r'�!g1;Z:r Ma:15°4�4?v:,:?i?xf^.a,u*F•n� `': �rd>r.F�o WWII, 2.:��3 ' ms1 `v'��"di:?•T'i.f'i°.'.`.111."1 so.00 50.00 79E6P PtaGi'AOPFoifiSGM vita=5iigip`.i3NEWFTASKe$111 7:11'3r,slF?•.11115.?f.,(£:.4:1*z'':idr,L11 yt3'?-$)ii':7 74rEX.7"+951$'ti476a�`±S'`.'„i3 Fig' tcr..;5 ice75L,,M-0.1i:Itt e .5 C...M.117ex&7555v4c moo $0.00 ci9.27T sF0:sdVidai1 o. irrsaa'aliiNEW;TAik%:71;;:0.M.„':7exi r_ua: a-:3d5:2!=1i5?Ui:75i7!;t.:M1,?5 )$055575.$0515 r....a.5.5b.'1 G: $551 N1,1 f..'.r<° =F.V. "s'F n 550 5 $0.00 $0.00 030:750;,","RRidw6ipR0tha ANEW TASlh 7$i$."1"f 1-.'xi3Ok .577 i<r^3r••�i1V;•'.1L1WO S5T.i,2NV•F,'•'`f�ipa3f'7f"ll:,:_i. 70 $0$0.70' nsiglo,sE%-::'(v a.n SS's•„.-f a`5j$0 S'.w..m $0.00 $0.00 • Supp to Labor Romoved Subtotal 0 0 0 - -0. 0 0 - 0- 0 .0 MOO 10.00 I Supp 12 Labor Add.d S.MV a• 0 0. 0 0. 0 0 0 0 0 ReimbursebiwItg rDNV,V6k} '$!' `- 4 •'a + 36313+00:00515160 A'bP:_7$0:0057.$01 Supp 10 Labor Removed Sum 0.0 -8.0 -86.0 -12.0.0.0 -8.0 -•20.0 -7.0 -48.0 -$20,696.00 $26,861.71 Supp 12 Labor Added Sum 1.0 42.0 0.0 _ 16.0 50.0 28.0 79.0 21.0 0.0 • - Reimbursables 'Reimbursables Sum -$104.04 $20,122.02 Firm Total L `S7c dhl1-01%i @3 SWp 031101.M$20 80010,9,,Rr'r 46,,983 7132 DESIGN TEAM TOTAL ,"+}> ^I.? ? p Ti0118.1 d'dtOF#e/(40111:12 j3tiptfl0) ';M_, ,$26;183 893.4%„T.)y nr: • • File:2014.11.04 Combined Fee Estimate(Add0Removed)vt.ds - Page 6 of 14 WashIngton V// +t date 07- 123(k) Council Approval N/A Su lemental A reement I�p g Number 11 Organization and Address KPFF Consulting Engineers 1601 Fifth Ave, Suite 1600 Seattle, WA 98101 Phone: (206) 622 -5822 Original Agreement Number 07 -123 (k) Project Number 05 -RWO3 Execution Date Completion Date 12/31/2015 Project Title Tukwila Urban Center, Ped/Bicycle Bridge PSE New Maximum Amount Payable $ 1,833,856.32 Description of Work Time extension only. No change to scope or fee. The Local Agency of the City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. 07 -123 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: Section 1, SCOPE OF WORK, is hereby changed to read: No change 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Contract completion date is extended to December 31. 2015 111 Section V, PAYMENT, shall be amended as follows: There is no change to scope or fee associated with this contract supplement as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: David K McMullen, PF. Consultant Signature DOT Form 140 -063 EF Revised 9/2005 By: City of Tukwila Approvi _L� : Signature N a-tPt ?op-1 Date /p cei6 /,Z/6s OT-12A() Council Approval 12/9/13 Supplemental Agreement Number 10 Organization and Address KPFF Consulting Engineers 1601 Fifth Ave, Suite 1600 Seattle, WA 98101 Phone: Original Agreement Number 07'/Z} Project Number �� 05'RYV03 Execution Date Completion Date 12/31/2014 Project Title Tukwila Urban Cent r,9od/Bicyc|eBridge9SE New Maximum Amount Payable $ 1,033,058.32 Description of Work Modification of existing contract for incorporation of additional tasks, as identified in the Exhibit A-1 Scope of Work, The Loca Agency of the Ci of Tukwila desires to supplement the agreement entered into with KPFF Consulti Engineers and executed on and identified as Agreement No. 07-123 API provisions in the basic agreement remain in effec except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: U Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Contract c-ompletion date is extended to December 31, 7014 |H Section V, PAYMENT, shall be amended as follows: This supplement increases the contract value by1;771 419 "19, increasing the previously authori7ed Maximum Amount Payable oyS|.6l743693»o%|,8ll'856l? as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: David McMullen PE C'(:\)' 041' Consul DOT Form 140-063 EF Revised 9/2005 ant Signature By: City n[T\/kwilu This Page Intentionally Left Blank Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 1 Exhibit A-1 Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge Supplement No. 10 - Additional Hydraulic, Surveying, Permitting, and Right of Way Acquisition Services PROJECT DESCRIPTION KPFF is currently under contract with the City of Tukwila (City) for the Plans, Specifications and Cost Estimate (PSE) Phase of the Tukwila Urban Center Pedestrian and Bicycle Bridge project. This supplement provides additional services related to: • Incorporation of Trail Alignment Alternatives and Parking Lot (re)Configuration, including associated Surveying and Utility Locating • United States Coast Guard (USCG) Permitting Requirements outside the initial scope • Hydraulic Analysis of the Green River, and associated Surveying • Right of Way Acquisition, and associated Surveying • Management and Coordination associated with incorporation of the above listed modifications into the project. PROJECT OBJECTIVES The overall objectives of this supplement include: • Obtain technical data necessary for completion of the PSE Phase • Acquire right of way necessary for project construction • Obtain USCG bridge permits During and/or at the conclusion of the PSE Phase, the City can exercise the option to supplement KPFF's contract to include design documents for the undercrossing at the Tukwila Commuter Rail Station or for support during the Construction Management Phase. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 2 PROJECT TEAM This supplement includes effort by the following project design team members: Prime Consultant Structural Engineering Civil Engineering Surveying Environmental and Permitting Services River Hydraulics Right of Way Acquisition KPFF Consulting Engineers KPFF Consulting Engineers KPFF Consulting Engineers KPG Inc. Landau Associates Watershed Science & Engineering Universal Field Services Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 3 SCOPE OF WORK The following is a scope of work for additional hydraulic, surveying, permitting, and right of way acquisition services in support of this project's PSE Phase. In addition to the basic services scoped in this document, the Consultant has included additional services that can be performed at the City's request. TASK NO. 1.0- PROJECT MANAGEMENT AND ADMINISTRATION Task No. 1.10 - Monthly Invoices and Coordination PSE design team members prepare monthly invoices for work completed, which are then compiled by KPFF into a single invoice for the City. This task incorporates efforts for including Universal Field Services and Watershed Science & Engineering in this process. This task also includes incorporation of changes made in this supplement to the design team invoices. Because the City has a separate funding source for Right of Way services, charges associated with this task will be identified separately on invoices. KPFF does not anticipate providing a separate invoice for Right of Way services. Task No. 1.20 - Design Team Supplemental Agreement Preparation KPFF shall prepare contracts for Universal Field Services and Watershed Science & Engineering, and supplemental contracts for KPG, Inc. and Landau Associates. Task No. 1.30 - Project Schedule Updates The PSE Phase project design schedule shall be revised to incorporate the modifications made by this supplement. The schedule shall continue to be updated on an as needed basis. Task No. 1.40 - Design Team Meetings and Coordination The consultant team anticipates needing an additional six (6) internal meetings to coordinate modified project tasks and incorporate scope changes into the project design. Additionally, KPFF will perform general coordination and be the main point of contact for the multidiscipline team. KPFF will collect and disseminate information for the team. Task No. 1.50 - Project Team Meetings with City An additional two (2) meetings with the City will be required to coordinate tasks associated with this scope of work. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 4 Deliverables: • Monthly progress reports and invoices • As-needed Project Schedule Updates • Team meetings o Participation in internal consultant team meetings (assume 6 meetings) o Participation in project meetings with the City (assume 2 meetings) Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 5 TASK NO. 2. 0 - TOPOGRAPHIC AND BOUNDARY SURVEY The following is a scope of work for additional survey items needed as design proceeds on this project. KPG has included time and expense for project meetings, management of surveying and drafting efforts, professional review and quality control in our proposal. Task No. 2.10 - Additional Survey and Mapping Subtask No. 2.11 - Locate Catch Basins Locate catch basins in west side of West Valley Highway. Subtask No. 2.12 - Extend Survey of Green River Trail The survey of the Green River Trail shall be extended northerly approximately 100-feet to the limit of proposed improvements. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 6 TASK NO. 3.0 - ALTERNATIVE ALIGNMENT PRELIMINARY DESIGN Task No. 3.10 - Survey at Riverview Plaza Parking Lot KPG shall provide the field survey and mapping to augment the Riverview Plaza parking lot, including studies and alignments of alternative routes. Subtask No. 3.11 - Utility Locating A separate cost for private utility locating services has been included, which assumes 24 hours of underground utility sensing and locating. Task No. 3.20 - Walkway Section/ Parking Lot Trail Alignment Studies KPG shall provide alternative layouts and improvements to the Riverview Plaza property, including parking lot reconfiguration. This work will include additional design studies for proposed improvements, meetings with property owners of Riverview Plaza, and coordination with the property owner's consultants. KPFF civil will review alignment alternatives and parking configuration / reconfiguration, and attend coordination meetings with property owners and City staff. Deliverables • Trail Alignment Alternatives and Selected Alternative Plan (including conceptual parking lot reconfigurations.) KPFF civil shall provide cost estimates for two (2) alternative alignments, compare the estimated costs to the current alignment, and identify changes to project cost as a result of alignment revisions. Task No. 3.30 - 30% Plans KPFF civil will progress selected alternative alignment to 30% design. Anticipated work includes preparation of new plan sheets for horizontal alignment, vertical alignment, site preparation, utility relocation, storm drainage, pavement markings and signing, and paving plans. Task No. 3.40 Update Storm Drainage Report Storm Drainage report will need to be revised to assess impacts due to revised alignment. This may trigger stormwater detention requirements, and will also change basin delineation. Task No. 3.50 - Update Cost Estimate Cost estimate will be revised to integrate quantities for preferred alignment. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 7 TASK No. 4.0 - CIVIL ENGINEERING Task No. 4.10 - Grading and Paving KPFF shall develop preliminary wall profile for grading of sidewalk facilities for Christensen Road, adjacent to Riverview Plaza, to accommodate grading. Work will include assessment of retaining wall type, and then development of PS&E for selected retaining wall. KPFF shall develop preliminary wall profiles for miscellaneous walls along the pedestrian facility west of the west bridge landing to accommodate grading. Wall type is anticipated to match selected wall type chosen for the Christensen Road section. Task No. 4.20 - Utilities KPFF shall coordinate with SPU to show the Cedar River Pipeline No. 4 on the basemap. Facilities will be located based on existing structures. Limits of concrete encasement will be shown. Encasement for wet end located by centerline of original alignment of West Valley Highway will be located by offsets from west end, since West Valley Highway alignment has been redefined. Records research will be done with WSDOT for SR181 (West Valley Highway) to define any improvements done to protect record gaps between protection for river crossing and protection for SR181. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 8 TASK NO. 5.0 - ENVIRONMENTAL AND PERMITTING SERVICES Landau Associates will provide supplemental environmental and permitting services for this project. The scope of services is based on discussions with and information provided by the U.S. Coast Guard (USCG) regarding bridge permitting requirements, a City of Tukwila (City) Shoreline Planner and a Washington State Department of Fish and Wildlife (WDFW) Area Habitat Biologist regarding impacts to trees adjacent to the Green River, and 30 percent plan review documentation referencing an illumination study associated with proposed bridge lighting. Project Background The City plans to construct a pedestrian/bicycle pathway between the intersection of Baker Boulevard and Christensen Road on the west side of the Green River to the west shoulder of West Valley Highway. During our initial site review to support project scoping in 2011, it was determined that the Green River was not a Section 10 Rivers and Harbors Act navigable waterway subject to U.S. Army Corps of Engineers (USACE) regulatory oversight. After further research and initial agency coordination during contract review, however, it was determined that the Green River is considered a navigable waterway subject to USCG bridge permit (General Bridge Act). The initial effort for addressing the USCG bridge permit application anticipated that the application would be made with the JARPA based on review of the Governor's Office of Regulatory Assistance (ORA) website in 2011, which would be a typical and cost-effective approach, particularly since preparation of the JARPA is included in the design teams approved scope of work. Based on recent discussion with the USCG, a project-specific decision is being made to require a Navigation Survey as part of the permitting process. The Navigation Survey is identified as a recommended, but not required, element of the bridge permit application in the USCG Bridge Permit Application Guide. The purpose of the Navigation Survey is to identify the type and clearance requirements for watercraft that utilize the waterway in the project area. In addition, the USCG has indicated that the application should include a cover letter formatted to the USCG Bridge Permit Application Guide, which is presented similar to a checklist form. In addition, pre-application coordination with a WDFW Area Habitat Biologist and a City Shoreline planner has identified the need to assess impact to riparian vegetation on the 16113 West Valley Highway property as a result of the proposed project. The City shoreline code specifically references retention of non-invasive trees, particularly those that provide shading to the river. A project survey has been completed to identify tree location and diameter, however tree height and crown spread needed to determine extent of shading has not been determined. Furthermore, the project survey provides identification of trees as either conifer or deciduous, but does not appear to indicate species needed as part of determination of invasive species. Landau Associates understands support is needed in determining characteristic of trees in the vicinity of the proposed project. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 9 Bridge lighting concepts are indicated as being under consideration in the 30 percent design review submittal, and the submittal acknowledges further study is needed to determine how proposed lighting would impact the river and surrounding properties. The results of such a study will be required to be incorporated into SEPA and shoreline permitting. Determination of lighting impacts is not included in Landau Associates existing contract, and it is understood that support in completing the study will be required. Task No. 5.10 - USCG Navigation Survey and Bridge Permit Application The purpose of this task is to conduct the required Navigation Survey and prepare the General Bridge permit application materials to USCG standards. To conduct the Navigation Survey, Landau Associates will contact local waterway users/managers to determine the type and characteristic of watercraft common to the stretch of the Green River affected by the proposed project. Contact with local waterway user groups/managers will include: • City officials • City Chamber of Commerce • WDFW • USACE • Port of Seattle and select number of tenants. Landau Associates will document findings into a memorandum format that will include a summary of methods and results. Landau will also prepare the application cover letter formatted to the USCG Bridge Permit Application Guide. Landau will prepare draft documentation for review and comment by KPFF and the City, and then final documentation. Assumptions: • No team meetings or onsite meetings with waterway user groups are included in this scope of services. • Contact with no more than three Port tenants will be required as part of the Navigation Survey. • Waterway user group survey will be limited to email/phone correspondence. • Vessel traffic from the Port does not pass downstream of the Duwamish River Turning Basin (i.e., approximate River Mile 6). Deliverables: • An electronic (MS Word) copy of the draft Navigation Survey memorandum and application cover letter. • An electronic (Adobe PDF) and one paper copy of the final Navigation Survey and application cover letter. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 10 Task No. 5.20 - Tree Assessment Landau Associates will conduct a tree assessment on the 16113 West Valley Highway property within 50 feet of the proposed bridge alignment and bridge landing. For the assessment, Landau Associates will identify the species, approximate height and crown spread, and general age class and health of trees identified on project survey. Landau will also conduct an assessment of the approximate extent of shade provided by identified trees. The shade assessment will be based on analysis of the height and crown spread of trees and altitude of the sun at 8:00 a.m., 10:00 a.m., and noon, on the Winter Solstice (i.e., altitudes with potential to provide the maximum extent of shade over the Green River). The extent of shade for each identified tree will be modeled using AutoCAD software. Landau will amend the project survey to identify tree species, required tree protection zone, approximate extent of shading provided by identified trees. Methods and results of the tree assessment will be summarized in shoreline permitting documentation included in Landau Associates' existing contract. Assumptions: • Determination of age class will be made following shoreline permitting requirements (i.e. young, mature, over mature). • Tree assessment field effort will require a single site visit by two Landau Associates staff members and will take no more than 8 hours to complete. • The City will arrange for any necessary right of entry to complete the tree assessment. • Landau Associates will be provided with AutoCAD survey files, including LandXML files. Deliverables: • Draft and final tree assessment documentation to be incorporated into shoreline permitting documentation included under existing contract. Task No. 5.21 - Biological Assessment KPFF civil engineers shall establish revised bridge alignments to accommodate WDFW request to save two large Douglas-Fir trees located along the east bank of the Green River. Two alignments will be created, one to clear only the tree located furthest to the south, and another to clear both large trees. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 11 Task No. 5.30 - Lighting Study Support Landau Associates will provide support to KPFF in developing the lighting study associated with proposed bridge illumination. Because lighting concepts are under development, the needs for completing the lighting study are yet to be determined. As a result, Landau Associates is including a level of effort to include no more than 2 hours of Associate, 16 hours of Senior, and 8 hours of Senior CAD support as a placeholder budget for this to-be-determined scope. As requirements of the lighting study are developed, Landau Associates will communicate the anticipated level of effort associated with delegated tasks and will identify any need for budget modification when the scope is better defined. Deliverables: • To be determined Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 12 TASK No. 6.0 - HYDRAULICS Watershed Science & Engineering (WSE) shall provide hydraulic support to the bridge design as necessary, and shall perform a no-rise evaluation. Specific tasks proposed for this investigation are described below. Task No. 6.10 - Site Inspection and Meeting WSE will visit the site of the proposed bridge. It is assumed access will be available along the east bank of the river, at the present homestead on West Valley Highway (WVH) and where the east abutment and connection to WVH will be located. Budget is also included for one meeting with KPFF staff and/or City personnel as needed. KPFF civil engineers shall Meet with City Shoreline Permit representative and discuss city requirements for establishment of survey needs, river cross sections and 100-year flood plain delineations necessary for permit review. Task No. 6.20 - Review Existing Data WSE will obtain the latest King County 100-year HEC-RAS hydraulic model of the Green River, and become familiar with the model layout and assumptions in the reach of the proposed bridge. WSE will also obtain the latest project plan set from KPFF and any other data necessary to adequately represent the layout and elevations of the bridge alternative(s). Any basemap or topographic data acquired or collected by KPFF will also be provided to WSE. Task No. 6.30 - Update Baseline Hydraulic Model Available topographic data will be used, either from County LiDAR or KPFF surveys, to update the hydraulic model at the site of the proposed bridge. Additional cross-section(s) will be added to the model to establish reliable hydraulic results at this location. Channel bathymetry from upstream and downstream cross-sections will be interpolated and adjusted to establish reasonable bed data for the river channel. Roughness values at the new cross- sections(s) will be selected based upon the site visit and such that the established upstream profile in the existing King County modeling is not changed significantly. Task No. 6.40 - Simulate Bridge Alternatives Budget is allowed for simulating and evaluating two distinct alternatives for the proposed bridge design, under 100-year flood conditions. These can either be evaluated simultaneously as part of an alternatives selection process, or as a single preferred alternative followed if necessary by a revised design should the original simulation result in unacceptable rise or impact. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 13 Task No. 6.50 - Evaluate Impacts WSE will process the results of the model runs, including determining the design water surface profile and the with-project profiles under each bridge alternative. WSE will consult with and present the results of the model runs to KPFF. As budget allows, slight refinements to each bridge alternative will be tested with the model, as needed to establish no-rise. Task No. 6.60 - Summary Memorandum A brief technical memorandum or letter will be drafted to summarize the hydraulic analysis and the modeling results. Assuming the results demonstrate no-rise, this will also be reported in a foi inat as needed by the City of Tukwila. Upon KPFF review and comment on the draft memo, a final document will be prepared and submitted. Task No. 6.70 - Survey for Hydraulics KPG shall provide the following survey tasks related to river hydraulics: Subtask No. 6.71 - River Cross Sections Mapping shall be provided at the proposed river crossing location. This information will be provided to the hydraulics consultant for incorporation into the hydraulic model, and to generate cross sections. One (1) day of 3- man field crew is allocated for this task. KPG will survey 2 sections for the bridge, one south and one north of the proposed crossing. The northerly cross section will be near the storm drain outfall at the north end of the Nelson Parcel. Shots for an additional cross section or along the toe of the bank can be obtained if time permits. Subtask No. 6.72 - Convert & Add FEMA 100 Year Flood Line to Base Map Placement of the 100 year flood plain shall be established as defined by FEMA mapping in the base map correlated to the project datum. No field work is anticipated in this effort. 100 year flood plain will be obtained from current Flood Insurance Rate Maps (FIRM), or other available resource. Task No. 6.80 - Establish 100-Year Floodplain (KPFF Civil) KPFF civil engineers shall obtain the 100-year floodplain elevation based on FEMA mapping and cross sectional data on the Green River, and convert data to current survey datum. The FEMA floodplain elevation shall be shown per FEMA river section data on Nelson Parcel. The FEMA floodplain elevation of Riverview Plaza site shall be shown. KPFF shall also work with the City to clarify applicability of FEMA floodplain elevation for the Riverview Plaza site, as FEMA mapping does not show the current levee around the site. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 14 TASK NO. 7.0 - NOT USED TASK NO. 8.0 - RIGHT OF WAY ACQUISITION It is assumed federal funds are participating in the project, particularly the Right of Way phase, therefore Universal Field Services, Inc. (UFS) will complete all Right of Way services in accordance with the City of Tukwila (City) and Washington State Department of Transportation's (WSDOT) approved Right of Way Acquisition Procedures, the federal Uniform Relocation Assistance and Real Property Acquisitions Policies Act (URA), WSDOT Local Agency Guidelines - Section 25 (Right of Way Procedures), and the Washington Administrative Code (WAC 468- 100) state Uniform Relocation Assistance and Real Property Acquisition. The project primarily consists of business use properties. Based on schematic drawings and exhibits, and discussions with KPFF, it is assumed up to eight (8) separate tax parcels (includes City of Tukwila) will require various real property rights, as shown in Table A. It is assumed there will be one (1) residential occupant displaced by this project. According to the City, the owner (Nelson) of the residential site recently purchased another residence, possibly because of the pending project. Relocation eligibility and entitlements are subject to discussions with the City and the owner. This scope of work will assume the property owner is displaced by the project. Additional parcels or real property rights other than those shown in Table A will require an amendment to this scope of work and related fee estimate. Right of Way plans are not available for review and use at this time. This scope of work is based on the following: • Discussions with the City's design team KPFF. • Recent tour of the project limits. • Review of limited public on-line information (mapping / ownership information). • Preliminary Schematic Drawing and Exhibits - Right of Way plans not available. Task No. 8.10 - Preparation and Administration Discuss, strategize and plan overall process with the City, KPFF and UFS staff. Attend project kickoff meeting and up to six (6) progress meetings at the City's office. Progress meetings can be facilitated by conference calling if preferred. Provide up to twelve (12) monthly progress reports indicating the work completed for the invoiced month, anticipated work for the following month, and identify issues requiring the City's input or assistance. UFS will provide sample acquisition and relocation documents for the City's review and approval for use. The City's pre-approved forms will be used when provided. When appropriate, prepare parcel files to include fair offer letters, acquisition and ancillary documents, a standard diary form indicating all contacts with owner(s), and other items necessary for negotiations. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 15 Deliverables: • Attend Project Kickoff Meeting - City office • Attend six (6) Progress Meetings • Provide twelve (12) Progress Reports • Coordinate City approval of Acquisition and Relocation forms for project use • Prepare parcel acquisition files for negotiations Task No. 8.20 - Title/Ownership Review Subtask No. 8.21 - UFS Title/Ownership Review Obtain title reports from the City or KPFF and perform reviews of existing right of way and ownership information. (If requested, UFS will order title reports or any updates). Review special exceptions described in each title report to determine the City's acceptance of title at closing. Provide the City with a parcel summary memo listing ownerships, title exceptions, etc. Deliverable: • Prepare parcel summary memo listing ownerships, title exceptions, etc. Subtask No. 8.22 - Review 10 Additional Title Reports, Plot Easements The original scope included 3 title reports comprised of two Riverview Plaza parcels and the Nelson property. Additional title reports for KPG review include: • Four (4) title reports for two additional Riverview Plaza parcels, City trail parcel, and the Seattle Public Utilities right of way. Any plotable easements shall be added to the base map. • Four (4) title reports for parcels at all four corners of the intersection of Baker Boulevard and Andover Park East to verify easement. Review of title reports to verify easements for sidewalks that appear to extend past the right of way. Any plotable easements shall be added to the base map. • Two (2) title reports for parcels at the northwest and southwest corners of the intersection of Baker Boulevard and Christensen Road. Review title reports to verify easements for sidewalks that appear to extend past the right of way. Any plotable easements shall be added to the base map. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 16 Task No. 8.30 - Data Collection and limit Identification Subtask No. 8.31 - Determine Right of Way (KPG) The east right of way line of West Valley Highway and the south boundary of Seattle Public Utilities right of way south of the Nelson parcel will be determined and added to the base map. Subtask No. 8.32 - Right of Way Limits and Easements (KPFF Civil) KPFF civil engineers will identify limits of right of way takes, as well as temporary and permanent easements for the project. Limits will be provided to the survey team, and the right of way acquisition team, for legal description and exhibits for use by the right of way acquisition team. Subtask No. 8.33 - Temporary Right of Entry/Access Permit As part of the feasibility planning and preliminary design phase for the project, the City and the consulting team may require temporary access to gather pertinent information for investigational geotechnical, environmental studies, hydrology, and land survey purposes, etc. It is intended Right of Entry (ROE) Permits will be inclusive of all purposes as stated in this task. It is assumed property owners will not be compensated for the temporary grant of access and all properties will be left in the same condition as was prior to entry. See Table A below for parcels requiring ROE Permits. The City or KPFF will provide exhibits as attachments to each permit depicting the extents of the ROE area. Deliverable: • Obtain one (1) Right of Entry Permit due to common ownership. Subtask No. 8.34 - Legal Description and Exhibits for Acquisition Eight (8) Legal descriptions and exhibits shall be prepared for right-of-way acquisition. • Prepare legal descriptions and graphic exhibits for temporary easements as well as for permanent easements for each of the four Riverview Plaza parcels (8 legal descriptions). Provide staking or painting of easements for viewing purposes. Deliverables • Updated Survey Project Base Map (two hardcopies, one electronic copy) • Copies of title reports • Acquisition legal descriptions with graphic exhibits Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 17 Task No. 8.40 - Public Outreach Assist City in preparation of a boilerplate "Introduction Informational Letter" for delivery to all impacted property owners. The letter will describe the purpose of the project, the project schedule, identify the City's consultants (Engineering, Land Survey, Right of Way Acquisition/Appraisal) and the purpose of each. Deliverable: • Boilerplate "Introduction Letter" for delivery by City to all impacted property owners via regular U.S. Mail. UFS will assist with delivery if needed. Task No. 8.50 - Project Funding Estimate UFS will sub-contract and manage completion of the Project Funding Estimate (PFE) with our WSDOT approved project appraiser. Generally, the PFE is a tool to be used for confirming estimated Right of Way costs and primarily for consideration of utilizing the Appraisal Waiver process when the estimated amount of just compensation to property owners is at or below the City's WSDOT approved Appraisal Waiver limit and when the acquisition is uncomplicated. The PFE will be prepared in accordance with the City's WSDOT approved Right of Way Acquisition procedures, and WSDOT's Local Agency Guidelines - Section 25 (Right of Way Procedures). As part of the PFE, individual parcel worksheets will be prepared to estimate the amount of just compensation using comparable sales data and information obtained from project Right of Way plans. Estimated amounts of just compensation from each parcel worksheet will be entered into a project summary worksheet to include other items of right of way related costs for review and use by the City. UFS will coordinate with the City to determine which parcels qualify for the Appraisal Waiver process. Based on discussions with KPFF and review of preliminary schematic maps and exhibits, up to eight (8) separate tax parcels may be impacted by the project. Subject to completion of the PFE, it is assumed up to three (3) Appraisal and Appraisal Review reports, and five (5) AOS worksheets may be required. Total number of Appraisals is subject to change based on project design revisions, confirmation of the larger parcels, complexity of each acquisition, estimated amounts of just compensation determined in the PFE, and upon requests from property owners when administrative offers are presented. Upon completion of the PFE, UFS will coordinate with the City and submit to WSDOT for review. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 18 It is recommended the City complete all Environmental Site Assessments (ESA) prior to completion of the PFE to better estimate the potential related project risks and costs. Estimated clean-up costs for contaminated parcels should be ascertained prior to commencing Appraisal and Appraisal Reviews as discussed in the Appraisal and Appraisal Review task. Deliverables: • Project Funding Estimate (PFE) Task No. 8.60 - Relocation Plan A relocation plan will be developed based on WSDOT's Right of Way Manual and LAG Manual Section 25. According to the City, the owner (Nelson) of the residential site recently purchased another residence, possibly because of the pending project. Relocation eligibility and entitlements are subject to discussions with the City and the owner. This scope of work assumes the property owner is displaced by the project. It is assumed there will be one (1) residential owner-occupant of a single family home displaced as a result of this project (see Table A). UFS will develop a relocation plan resulting from personal assessment interviews with the occupant(s) to determine their needs for replacement sites; research potential replacement sites through discussions with local real estate brokers, search the multiple listing service, local newspapers, internet sites and publications; prepare initial pre-move inventories and estimates for moving costs and relocation entitlements. Upon completion of the Relocation plan, UFS will coordinate with the City and submit to WSDOT for review and approval. If additional displacements are subsequently discovered, the Relocation Plan will be amended by UFS and submitted to WSDOT for review and approval. Additional relocations will require an amendment to this scope of work and related fee estimate. Deliverable: • Relocation Plan Subtask No. 8.61 - FHWA Funds Authorization for ROW Shortly after the Right of Way Plans (prepared by KPFF), the PFE, and Relocation Plan have been submitted to WSDOT and assuming NEPA clearance has been obtained, the City would typically receive a letter from FHWA through WSDOT Highways and Local Programs authorizing the use of federal funds to acquire Right of Way. This letter of authorization is required in order for the City to receive federal funding participation and reimbursement for costs incurred with Appraisal, Appraisal Review, Acquisition Negotiations, and Relocation Assistance services. Deliverable: • For informational purposes only Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 19 Task No. 8.70 - Appraisal & Appraisal Review Upon completion of the PFE and the City's receipt of authorization from FHWA to use federal funds for Right of Way acquisition, UFS will coordinate with the City to determine which parcels will require Appraisal and Appraisal Reviews. Universal will subcontract and manage the Appraisal and Appraisal Review process with appraisal firms previously qualified by WSDOT and certified by the State of Washington. Appraisal reports will be completed by the Appraiser discussed in the Project Funding Estimate task. The Appraisal and Appraisal Review reports will be prepared in accordance with the Uniform Standards of Professional Appraisal Practices, Washington State Department of Transportation (WSDOT) Local Agency Guidelines, current WSDOT Right of Way Manual (in particular, Chapters 4 and 5), and the URA. Subject to completion of the PFE and City direction, it is assumed up to three (3) Appraisal and Appraisal Review reports may be required. Total number of Appraisals and Appraisal reviews is subject to change based on project design revisions, confirmation of the larger parcels during the PFE process, complexity of each acquisition, estimated amounts of just compensation determined in the PFE and at the request of property owners when administrative offers are presented. UFS staff to attend all appraisal inspections (3 each) to ensure the property owner understands the real property rights being appraised, ascertain what is personal property and real property, and to help build the trust and rapport needed during negotiations and to assist in reaching amicable agreements. Appraisal scope of work and expenses thereof for specialty studies exclude: hazardous materials research, testing and estimating (ESA Phase 1, 2, or 3), parking modification estimates, irrigation modifications, business sign relocates, etc. UFS will prepare Administrative Offer Summary (AOS) worksheets for qualifying parcels, in lieu of Appraisals. Offers to property owners that are based on AOS worksheets are considered Administrative offers (see note below). Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 20 Note: For offers exceeding $10,000 and less than $25,000, property owners must be informed if the offer is not based on an Appraisal and that one will be prepared if requested. If the property owner elects, an appraisal report together with a corresponding appraisal review report must be completed and a revised offer considered. This requirement may have an impact on the approved right of way budget and project schedule. Deliverables: • Three (3) Appraisal reports in accordance with the Uniform Standards of Professional Appraisal Practices, Washington State Department of Transportation (WSDOT) Local Agency Guidelines, current WSDOT Right of Way Manual (in particular, Chapters 4 and 5), and the URA. • Three (3) Appraisal Review reports in accordance with the Uniform Standards of Professional Appraisal Practices, Washington State Department of Transportation (WSDOT) Local Agency Guidelines, current WSDOT Right of Way Manual (in particular, Chapters 4 and 5), and the URA. • Five (5) Administrative Offer Summary (AOS) worksheet Task No. 8.80 - Acquisition Negotiation, Relocation and Closeout Subtask No. 8.81 - Acquisition Negotiation Acquire real property rights from up to eight (8) separate tax parcels (including City of Tukwila) as shown in Table A below. Appraisals, Appraisal Reviews, and AOS worksheets completed in the Appraisal & Appraisal Review task will be submitted to the City for written approval establishing the amount of Just Compensation to the property owner. Upon written approval from the City, UFS will prepare the offer package(s) and promptly present offers to purchase all the required real property interests and negotiate in good faith to reach a settlement with each property owner(s). Offers will be presented in person when at all possible. Negotiations will be conducted in accordance with statutory and regulatory requirements and will include: Coordinate administrative settlement approvals with the City; Negotiate as necessary with lien holders, assisting escrow in the closing process; Prepare and maintain parcel files to include fair offer letters, acquisition documents, a standard diary form indicating all contacts with owner(s), and other items necessary for negotiations. Negotiations shall not be deemed to have failed until at least three significant meaningful contacts have been made and documented with each owner and/or their representative through direct personal contacts. Out- of-area owner(s) will be contacted by telephone and by certified mail. If negotiations reach an impasse, UFS will provide the City with written notification. The filing and cost of condemnation proceedings shall be the responsibility of the City. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 21 Deliverables: • Acquisition Negotiation services with owners of up to eight (8) separate tax parcels. • Completed parcel files including necessary records of all Right of Way Acquisition services. Subtask No. 8.82 - Relocation According to the City, the owner (Nelson) of the residential site recently purchased another residence, possibly because of the pending project. Relocation eligibility and entitlements are subject to discussions with the City and the owner. This scope of work assumes the property owner is displaced by the project. It is assumed there will be one (1) residential owner-occupant of a single family home displaced as a result of this project. Universal will provide Relocation Assistance and Advisory Services under the guidelines of the federal URA, WSDOT LAG Manual - Section 25 and the City's approved Policies and Procedures, as directed. Relocation services are generally outlined as follows: • Inform displaced occupants, in writing, of their potential displacement, eligibility, entitlements, and provide an explanation of their relocation benefits. • Assist in search of replacement site(s). • Assist displaced occupant(s) in filing relocation claims for payment. • Maintain a current relocation diary for each displaced occupant. • Maintain necessary records to support state audit of the relocation services portion of the project. Deliverables: • Relocation Advisory and Assistance Services for one (1) residential owner-occupant. • Completed relocation assistance files. Subtask No. 8.83 - Parcel Closeout - Escrow Closing Upon securing required acquisition agreements, UFS will submit the necessary acquisition documents and closing instructions to the designated Title/Escrow Company. Work with the Title/Escrow Company in order to obtain release documentation from the encumbrance(s) of public record that are not acceptable to the City in order to provide clear title to the property being acquired, subject to the City's title clearing guidelines. The Escrow Company shall prepare and obtain the owner(s) signature on the necessary closing documents. UFS will coordinate signatures on closing documents for submittal to the City and payment(s) to the owner(s); coordinate with the Escrow/Title Company in filing documents with King County. Exhibit A — Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge — Supplement #10 Page 22 Deliverable: • Deliver completed original Acquisition and Relocation parcel files to the City Task No. 8.90 — Right of Way Certification Since there are federal funds participating in the project, Right of Way Certification will be coordinated and completed through WSDOT. Right of Way acquisition and relocation files will be prepared and completed to the satisfaction of a WSDOT Right of Way review to support federal aid participation. UFS will further coordinate right of way activities with WSDOT's Local Agency Coordinator, Mr. Tom Boyd, as needed throughout the project. Additional Work If other tasks are required to be performed or there are changes in pertinent information or if negotiations exceed the industry standard for a good faith effort to negotiate (three "in-person" landowner contacts), UFS reserves the right to request additional compensation as an equitable adjustment. UFS shall not be responsible for delays caused beyond its control. Assumptions: The City / KPFF will provide the following: • Exhibit maps to accompany Right of Entry Agreements • Preliminary Commitments (Title Reports) for all parcels shown in Table A. If requested, UFS will order title reports or any updates. The title company will bill the City directly for each report. • Approve designation of the escrow company used for this project. The escrow company will bill the City directly for all escrow services provided. • Right of Way Plans and Drawings, Maps, Exhibits, Right of Way Staking, etc., as necessary. • The necessary Environmental Site Assessments prior to commencing the PFE as discussed in the Project Funding Estimate task. • Legal descriptions in electronic format for all real property rights to be acquired. • Form approval, in electronic format, of all legal conveyance documents prior to use (i.e. offer letters, purchase and sale agreements, escrow instructions, easements, deeds, leases and permits). • Review and approval of all determinations of value, established by the project appraisers. Provide written authorization prior to offers being made to property owners. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 23 • Review and approval of all relocation entitlements prior to presentation to the displaced person. • Payment of any and all compensation payments to property owners, recording fees, relocation payments, legal services and any incidental costs which may arise necessary to complete each transaction. • Send "Introduction Letters" to property owners as necessary. Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #10 Page 24 TABLE A - PARCEL ACQUISITI 000580-0033 Nelson Current use Single Family Residence X (See Note 1) 2 252304-9081 City of Tukwila River Trail To Be Determined AOS 3a 3b 4a 252304-9039 (north) 252304-9039 (south) 252304-9077 (north) BRCP Riverview Plaza LLC Office Building Office Building 4b 5 252304-9077 (south) 252304-9078 BRCP Riverview Plaza LLC Office Building BRCP Riverview Plaza LLC Office Building Office Building X X X X X To Be determined X X AR X AOS 6 252304-9048 Seattle Public Utilities Water Utility X X AOS 7 022310-0040 Park East Real Estate LLC Office Bldg / Bank X X AOS 8 022310-0099 Andover Plaza LLC Retail X X AOS Notes: 1. According to the City, the owner (Nelson) of the residential site recently purchased another residence, possibly because of the pending project. Relocation eligibility and entitlements are subject to discussions with the City and the owner. 2. It is assumed parcels 3a/3b and 4a/4b are correctly identified as larger parcels. 3. AR (Appraisal and Appraisal Review) / AOS (Administrative Offer Summery - in lieu of Appraisal) Hour Stanynary 011111Co0015in0 1,1001e01 ENGINEERING COST ESTIMATE: nky. 251020111120 Tukwila Supp. 10ComEined Fee Es18920821.9 Pap 1 511 I9P22 KloG UES Landau W881o0801 TASK TOTALS Tukwila Brid.e.,'Soopenient Urban Center - Pedestriarr/Bicycie No,' , , 2401 I IFILIER MULTIPLIER MUT I IPLIER MULTIPLIER SAULT IP LIEFT Item 500855 05 WORK 27515 2 9317 2 2210 32537 2 96 013533 3000 00 00 :91.702O2;t2I'1:92t21 0000 t;t. TO '',T U7,1t.S.,t2tT1 0000 3,741.19 ITO 125684212651304 solttlordnallan 343 00049.96.51.961933912511P1833191452 050247 0020 0000 00 00 140 P14112.099549090542102 050379 0520 00 00 00 00 0000 1.40 196.18,1109091256,1061,422/223 8199201299664193 51 870 04 0000 5000 00 00 3000 12(1 P195943900184008039489033 052335 30 00 0000 00 00 Lat., S015110 l 0074110 3300 $0.00 8900 nolrylbmaebo, 0000 $000 3000 11000 TOPOGRAPHIC AND BOUNDARY SURVEY (KPG) 3577 „((41203177 11,6),1)14"))".12..,1'41110)::: 0007 1, 085379 '431.1.11'111',"(,4,1.15(31):.:1:1,1;43),)',)).:::),, 0000 .1. 0000 :21,' 4,1'5,1 , ,, '',.',.:")))11, 0000 8,461.20 534531107411 4 and m. ;,,,,,, 031 510410.1011411na Intae$1$1de di W. 591109835 2.12 84n03011N411130198491.1, 114311 5000 0951 41 8000 0500 0000 0100, 50001 $0.00 41911.30 10.00 0030 $0.00 11,101.010540 000 5664000 8005 $0.09 3000 Ea 339 .ttIt1' St II','!S.'tt.t 0,0S. ;LIT: 0.90I7U,07 iS'. It., 0Ott o ' ST.-:....9 2 t.20...ttUIO.US.O: 7,66240 62260 512190229•88P991152.109.51,91 5000 0335554 00 00 0000 0000 211 1118005990390 00 ''''. 8000 0200 00 00 0000 329 225 A 08 $1,1111,111,1d01/111.441,917411.0,,,v4$141/ag 10209902/85691295522.959291 111229e2Pfan 1,1111, .252 4, ... 0279 40 %.0 . ,0,.. 55 10454 ,q,, %:%.-2;,' 5000 .,.P:, 497 ...,..,,',., 00 00 <> 0 1.21II1 ' 8 0000 439 22920992.94229290.996.02019020 027540 0215815 00 00 0000 0000 290 945911nos01.626549211825 211120900909029981nalon 083810 01 847 53 0020 00 00 0000 324 #3001289991.0191012698059910288 6999948500056991■ 52 565 59 00 00 00 00 30 00 0000 080 0906482 034335 00 00 00 00 0000 90 00 331 69321924191160 0205742 00 00 0000 0000 3000 922 1451052 ' 01,865 91 0000 0000 8000 5000 320 93059 7949949mandttatng 0285371 00 00 0000 3000 3000 1114 5534995551,59 02 057 43 00 00 0020 00 00 3000 095 1140011811186419915896 02 057 43 50 00 30 00 0000 3020 3,49 5380186191601433929 80088 0575042 SO 00 0002 0000 00 00 4385 1041,1005531,1.444 02 565 59 00 00 00 00 3000 0000 85,51r Sutluin, $23 516.44 013,925.96 $0.00 $0.00 $0.00 Rembursables 0000 :,',;',' ';,:' ::'„,,I, 052000 0000 5020 sarao. ,,,,';'::.,,",.,,' '4.,',',,:,,,L.,', 00 00 ',„::::!':,,'?,';':".".,'''."': 00 00 ',:;:,,::',:':''' -:1:','” 7777' 0000 0500 $34,67522 919 1224fog 98285258 .,,','::',; 027 538 01 4,26 0534, , 5753741 0000 3000 00 00 0000 1459,/ 950552 $34 075.22 00.00 $0.00 $0.00 00.00 9o150041210 0000 0000 5009 0029 00 2ZE/22!r.rCrMgTl2ERTIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIr''I0,,tt'U'Tt 1.101.1609810696969884 ass $9086 89,6129.6995.6299 0000 .' 5000 TOI 97 ITT,I1.217,0, 0000 I: '7'1110 u70.2.1.. 0740023 1029I 91 SI .,71 00 525,702,08 510 620 ,00 52999691991 00 00 *002 0000 01091073 0020 321 1300309045080414101495P55550145 00 902 03 50 00 0000 00 00 37 20 390 i• . .6i . 90,.• 00 00 00 00 0000 03 200 04 04002.03 8040 80.0' 020,00030 0' 1111111111111111111111111111111111111iiiiiii 0000 0009 8080 010466 0200 RIVER HYDRAULICS WATERSHED 61:17 '",)(111:3:1,7C,,, 0255554 Y',$$$$$'$$, ,,$,$' 00 00 $ '',$';$ 0020 0000 0120300 18,004.82 512 Site rrtappesan anotheass9 229 84054415449949554 0000 00 00 00 00 0000 680 pia. Bar.14014$1141ft Modal 33 00 0020 0000 0000 $1 360 00 840 3099896000621929.81514 00 00 0000 00 00 3000 SI 720 659 ' = 924282500 0007 *000 00 00 0000 01510 too 13104ty1,4014/14185.1111 8000 0000 *000 0000 03510 670 02,891611429061196 00 00 5000 00 00 0000 0000 4.99 Alva 026182552995 0000 52 810 78 00 00 00 00 0000 47' , 0,59599190960 961441992690263011599.091011900 0000 033290 00 00 00 00 5600 1180 klablish /o.vexarFtondpiao 0255522 5000 0000 0000 0000 0,531 500116 04,001.70 03 203.20 00,00 00.00 09,9 920/50,9460t 8099 0000 80,00 09.00 012 EEI .t:',1 :0:Kt' ,t','2,. :, 0000 '' ','2, I'L,CtItO, 00 00 ttIt7,I. 7TI:,‘,,' 2 't: :Ot9,Itt', 00 00 ttt...:.,":. 00 00 r1tt......2.0 tIt..,727 0000 80,00 00 00 5000 0000 00 00 0000 I, at■or. Soblutal 80.00 00.00 $0.00 00.00 $0.00 Kerrntrursabies 8000 $000 3000 0.03 0900 RIGHT.09.WAY ACQUISITION UNIVERSAL FIELD SERVICES 9328 2,48 915 ' 030105016999251414005. 526200.921112%,6,11 992251,721101111,06 ,0.211 1110099.2220120 >911,19999-295,190990u, 0 9 ,, 811 025194132419940202698054499 8000 0000 01,141 30 9000 00 00 212 826981093221.99910,199121095181181/11053999098I 8000 0000 083551 00 00 00 00 8.12 004g013050 P,94503308488139(800081607 0000 0000 01 78232 0000 00 00 $ t4 49990198334011/1601126 0000 0029 055008 0200 0000 200 188041814858844830 ;II9101,181155122121P, 0922,8192/0011011.1 TA927,9921112612/110, 48, 1226 Tit9019,089,550,F159.89 3)100 0000 383244 00 00 00 00 822 . , .. 10406122884149 .../ 0 11191300690/910 948 5000 86 119 67 01 00 00 00 0200 810 39584.85981109621.6111.905292190 0071 2 t° 't122 7 270: .` 7StIt ''' ," 1 90177 W00 ,,1111,^ ,,111,1,:a111111:11.11 31.1 0130111180111411101W4111111'31 00 00 343452 0500 0000 0000 820 3119111.2122981228959216992210215 05437722 00 00 0000 0000 3000 939 116582091588196425902,49986.9P0m5 5000 00 00 0127372 3020 0000 494 Logs 05000925969280811000 log IttquIsfilon 0000 03,50083 0000 0000 00 00 240 55440 0,530539 0000 3000 014349 0000 5000 009 '.191091893619958929920,,P801 *000 0000 523795 00 00 33000 too ,2169292911149 ' ' 00 00 0003 0211445 0000 00 00 3311 5553IN., Flar104114111.02211. ta Row 50 90 00 00 00 00 0000 870 p,,,,, . 5355 ,.4544804401 0000 0000 080538 00 00 3000 488 5,8u00300,60903800n 89 Crosesof 4 7 0 .0119,9g92.1 .9 2;401151k2t9:1,211 ° s - P9110589440008989899080 , ,,,,,s, ',";:,;.4,,,,,, 0000 3 2991539199222945.3118.9809IO 554445966.22199130944e, 00 00 0000 0471708 0000 97 6620910998. #292 Tesit9492{459.3.94694R 0900 00 00 005939 0000 0000 05, tROP ttotiow $■99461.09*99$1$99999P4o$414942094$40949 0200 0000 0251037 00 00 00 86.. 60,01198vent9221225/120119516.0100129.50102204926918 5000 0000 0251057 0000 0000 497 8608 .2119222.2 P1629.12C1209.9 816068655012282269.9277) 0000 0000 02 51.0 57 0000 0000 440 , SHOP 14.6/48e00 Plata 11.000.0 B141,11.1}1,1/4,131 .252.31114=0,11771 0200 8000 0251057 0000 0000 61.6802I2999949.81114291500169912216166114150100029440741 00 00 0000 0308558 0200 0000 8,69692 298,9216259.615o9 Walet11991yRara922521694.119461 0000 3000 0319154 0000 00 7, poricRoo1fatato11,00111o8k1g141a*Poso/19623.129949). 00 00 5398588 0000 33000 6.99020er11.80450.8205.984.1151100231,01041191 80 0000 0398185 00 00 00 00 888 1551694929 (308883 85493044348441 3000 0000 0449599 00 0000 0.00 110I900C44004 ,510.1rento C1,05ng 0000 0000 5300 8002 0000 11. '4058'0l'9108304805030000 0020 0000 893055 8000 8000 5400, 9041otal 014,37792 $1 .61 040,002,94 80.00 50.00 90,600140,0 8020 00 82101740 8000 30300 Labor Sum ,01 . 88 529,148.06 548,85284 696.00 59980.00 Reimbursables Firm Total 50.80 406;013,6,6 , 56,780.00 $049008 , 1,847.8 ',,,10$09740004', '420400,08', 51978 '', 49091,78 DESIGN TEAM TOTAL 5221,4*89 nky. 251020111120 Tukwila Supp. 10ComEined Fee Es18920821.9 Pap 1 511 Classification EXHIBIT E-1 KPFF Consulting Engineers CONSULTANT FEE DETERMINATION SUMMARY OF COST rlorArX0 4r#444,4,, fr/'41 g. iPie1:41 orregibtai friA" Erw(Lf; '1X1. filreNtxmo, 494044,417 P(..*4 44,10441, 4 # # if4Sifki '7;(4V4i: f4;10, SUIP11,,,Mow Overhead (OH) Cost OH Rate x DSC of Fixed Fee (FF) Reimbursables FF Rate Mileage Reprographics Subcontract Iii#4/11114/41;4/00fIle441/10"te:) 40#, ,rMy Subtotal 74044'0, zr% '0414,VittkiiiiiigWerniat7777ri'7 mrld'ek4e 'AMPA1147;06Mrtf,', ,k/Ai Total Hours X Rate 22.00 x fie 0.00 X riVinik<// Ag, 272.00 X 44104V4/1r 40.00 X ;:,„0',/,4; 236.00 X 106, Ago 180.00 X OMNI, 1 . 0 X FPC,42#0 ALA 0.00 X lagINC; j4.6 41,( Pflik% woomoe,-,11 1ZP/PNI OPONM,4 WIN DSC Subtotal natrift2 f4NW0%,,e4Aegg% Cost $1,375.00 $0.00 $13,809.44 $1,730.80 $7,762.04 $6,334.20 $248.10 $0.00 $31,259.58 $31,259.58 $31,259.58 Subconsultant Costs (See Exhibit G) $45,376.41 $9,377.87 $0.00 $135,405.53 GRAND TOTAL: $221,419.39 Date: 11/20/2013 This Page Intentionally Left Blank Hour Summary KPFF Consulting Engineers ENGINEERING COST ESTIMATE: Tukwila Urban Center Pedestrian /Bicycle Bridge, Supplement N. 10 FRAMMINVEINWINWAVINE 61111454,717 dAt CAOD reannl0aan ® $60 10 13111,4111E2 ®11121011I[s'FSiifutKEYrii, 1.: -. _ ''e1.;".»'°4�E+,at.s�- :':.sue !:.,......"'rz na''*,.�c's „ ...:?. ..g..8^. ®_ ®__ -_- aamaaioa „ 111Nuu� 1„ a 16 Nil�� KPFF ULTIPLIER: 27 VOW 9502.47 $558.70 $1,870.04 $623.30 $3,741.19 $0.00 ..... �........��u1i:a��_..:,.a mxx _ ......:...... P..,....., .5. ':.e"..:: .., __. �. _..,,., „.¢r �aooaa�o olommommonirrommoimmiiimmimml $0.00 Viiiiiiiiiiiiiii4mortwommataillediVAIMANAEUMMVONNIgIRM1001121U !VINE 0 fib, SWAN 71# 151,4k TWIN, NOWA 11122SOISCOolli NOM "IIVOSAINSMINEWit ONO ,WiggialtriaNINION FP • .0m±... ^......" ._ ......• :2 uny ev'u^em ..,., c v r+m,. „' f'.u� ao111MO mmaa ) RMAINIMPRIONSINNSIVIPIIMMIN ___1111111_ aamaamar1.13.1 11, vom lh 1,P 1,1, ,,111111 111111,11,1 ,1111111 90 90.00 .00 27 9279.40 $838.19 92,065.59 5343.95 92,007.43 $1,866.91 $2.844.71 92,057.43 92,057.43 95,760.42 $2.565.59 $23,616.44 $0.017 ©111111111a11111111111rr11111111111111j -___- 4'44e : ___m________ -_ Rarb,uA, ec l 1,!q�q�a111111 11,1 . ra . • \ o���� 11 .11 � Nom' 0. 00 2,1 00 2. 2,185.64 $0.00 $0.00 $000 $0.00 $0.00 40.00 $0.00 2,616.22 4,801.76 $0.00 RIGHT -OF -WAY ACQUISITION UNIVERSAL FIELD SERVICES „_ „ „ „,,,, „, INESSERISHMENNISSIMOMMANNOISMIMIN Ora Sa. _____ - -111111111111111 ioomammo�s 0.00 0.00 0.00 00 00 0.00 0.00 0.00 00 0.00 4, 377.2) $0.00 0.00 6 .00 00 Stalle WMFES ME LAC NNE ENV MEM NM NU r RES MIN Fee: 2013.1120 Tukwila Supp. 10_Commbined Fee Estimele0V4 0.01' CO 0.00 .00 .00 $0.00 $0.00 40.00 $0.00 90.00 $0.00 4,377. 90.00 ,013.86 Reimbursables Sum 50.00 „41186 This Page Intentionally Left Blank EXHIBIT G-1 KPG CONSULTANT FEE DETERMINATION SUMMARY OF COST Tukwila Urban Center - Pedestrian/Bicycle Bridge, Supplement No. 10 Classification Senior UD/L/E Project EIS Designer UD/L/E/S CAD Technician Survey Crew Office Admin Total Hours X Rate Cost 14.00 X 6.00 X 96.00 X 100.00 X 36.00 X 0.00 X $64.90 = $56.56 = $40.13 = $31.25 = $47.66 = $23.08 = $908.60 $339.36 $3,852.48 $3,125.00 $1,715.76 $0.00 DSC Subtotal $9,941.20 Overhead (OH) Cost OH Rate x DSC of 163.17% $9,941.20 $16,221.50 Fixed Fee (FF) FF Rate 30.00% $9,941.20 $2,982.36 Reimbursables Utility Locates (LS - Add'I Survey & Mapping) Title Reports (LS - Add'I ROW Services) Subcontract (Utility Locate) (Blank) (Blank) Subtotal $640.00 $6,000.00 $120.00 $6,760.00 Subconsultant Total: $35,905.06 Date: 11/20/2013 This Page Intentionally Left Blank Hour Summary KPFF Consulting Engine8)8 ENGINEERING COST ESTIMATE: Tukwila Urban Center Pedo8trlan)Bicycle Bridge, Supplement N. 10 Lirhfli HEM Senior UDATE Project EIS Designs UD/I.I4)0 KPG CAD Technician 2,0 TOPOGRAPHIC AND BO LINDA II- VEY (KI, r y Crew Office Ad e 080 .0)) 10.00 10.00 1`, 10 47. 10 0 30 60 16 0 10 .00 $0.00 $9.00 1 t0 3 -..10 ri I BFI II 0 0 Ironmental 8 Permitting Ser 30.09 $0.09 '0.00 0 0 0 0t .00 0.00 00 2 3 11 1 12 2 10.78 $o ^11 0 0 0 50.00 60.00 00 SO 8001 67 0 $484.12 $0.00 8.00 3.600 6; $0.40 011.00 40.00 70.00 no 0.0 0.0 0.00 lab r:..L.,a4aP Raimt able ppm 00,00 0.00 0.00 $0.00 10.21)4.81_ bow Sum 14 96 100 36 0 29 145.0 Relrnbursables Sum $6.760.00 KPG IBTOTAL: 335,905.06 File: 20 20 Tukwila Supp. 10,_00804104 Fee Estimate.ols Page 2 0) 5 This Page Intentionally Left Blank EXHIBIT 0-1 Universal Field Set-vices CONSULTANT FEE DETERMINATION SUMMARY OF COST Tukwila Urban Center - Pedestrian/Bicycle Bridge, Supplement No. 10 Classification Quality Assurance Project Manager Acquisition Specialist Relocation Specialist Sr. Administrative Specialist Overhead (OH) Cost OH Rate x DSC of Fixed Fee (FF) Reimbursables Total Hours X Rate 25.00 X 84.50 X 329.00 X 89.00 X 86.00 X $50,24 = $42.00 = $38.00 = $38.00 = $29.00 = DSC Subtotal Cost $1,256.00 $3,549.00 $12,502.00 $3,382.00 $2,494.00 $23,183.00 72.10% $23,183.00 FF Rate 30.00% Mileage Mapping, Photos Parking, Parking, Printing, Long Distance Calls Project Funding Estimate Appraisal Sub Appraisal Review Sub Administrative Fee Subtotal $23,183.00 (3,120 Miles x $0.565/mile) (Lump Sum) Strickland Heischman & Hass (LS) Strickland Heischman & Hoss (LS) The Granger Company 2.0% (B&O Taxes, etc.) $16,714.94 $6,954.90 $1,762.80 $450.00 $6,000.00 $11,000.00 $2,250.00 $385.00 $21,847.80 Subconsultant Total: $68,700.64 Date: 11/20/2013 This Page Intentionally Left Blank Hour Summary KPFF Consulting Engineers ENGINEERING COST ESTIMATE: Tukwila Urban Center . Pedestrian/Bicycle Bridge, Supplement No. 10 Universal Field S 000 UFS ffelrl 15 1 41, 44 1,,4t■ - ,t r 1, 4 II, 1J I Quality 1ssuranc Project Manager AcoutS8 Ope 01, Relocati Sr. 00 Ado strati,. Span 1 Spec st MULTIPLIER, .f.,■ If ■ ",IANAGI 00,0 soma L 00.00 moo 2.0 TOPOGRAPHIC AND BO I r . [ so oo 0000 $0.00 $0.00 $0.00 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 00.00 4.5 6.0 trOareafpalsytagr • • air 41Astaijoi,134,43' ,44 3/rorr 0000 0.00 SUM) $0.00 00.00 000)) 00)0 00)10 00.00 00.00 $0.1: 00.00 0 0 o 00.00 0000 60.00 11.168) 31 792.52 0565.88 812 00 I 75 udtOotao 76 I it,. .•, Rsimtuurs.abras Labor Su $0.00 $0.00 51,27572 $0.00 $143.45 287.95 $2,114.45 0000 280E39 $4.7 7.50 0050.33 52.510.57 02,51057 $2,510.57 $2,810.57 $3,006.66 3,181, 3,981, 3,581 86 $6,40 t $00/0 0930.15 $46,852.84 $21.847.80 SUS 101AL: $68,700.64 Filet 2013.11.20 Td5vula Supp. 10_ Comforted Fee Estimate.xts P404 3015 This Page Intentionally Left Blank EXHIBIT G-1 Landau Associates CONSULTANT FEE DETERMINATION SUMMARY OF COST Tukwila Urban Center - Pedestrian/Bicycle Bridge, Supplement No. 10 Classification Total Hours X Rate Cost 0.00 X $0.00 8.00 X $376.00 86.00 X ' $3,440.00 12.00 X $432.00 8.00 X $248.00 20.00 X 5OO= $500.00 7.00 X $203.00 48.00 X $1,152.00 Overhead (OH) Cost OH Rate x DSC of 195.87% Fixed Fee (FF) Reimbursables FF Rate 30 000 Mileage Reprographics Field Equipment/Supplies EMank Subtotal DSC Subtotal $6,351.00 $6,351.00 $12,439.70 $6,351.00 $1,905.30 sessment) ridge Permitting) ssment) $40.00 $14.77 $49.27 $104.05 Subconsultant Total: $20,800.05 Date: 11/20/2013 Hour Summary KPFF Consulting Engineers ENGINEERING COST ESTIMATE: Tukwila Urban Center • Pedestrian/Bicycle Bridge, Supplement 03,10 Landau Associates 'Tukwila Urban Center - Pedestrian/Bicycle Bridje, Supplement No. 10 Prricipal Mate 065 00 54700 940.00 Project 836.01 Se Staff r Frain. C, Tech 0 C. CP 1.0 1 10 120 R Or ECT MANAGEMENT • • lt11 01111 .00 .00 t 30 .00 140 re 63 and Creel 50.00 $0.00 030,44 00.'1 0ws- s 2.0 250 GPGGRAPHIC AND BOUNDARY SURVEY (KPG) 2(5 2(2 ,b10011 1 1 - 3.0 AL TLRNATIVE ALIGNMENT PRELIMINARY DESIGN 3,3 0000 00.00 11111111 315 320 321 role. S Nerriew P1826 322 303 303 55000 50.00 60.40 $0.00 y wow coordnet et 011311371 3000041s00 60.00 $0.00 3 $0.00 331 5000 3 32 00,00 323 $0.00 334 $0.00 371, $0.00 340 050 Mr_Ft.J ate L.a.1 Sutgc 4.0 CIVIL 51 Reimeursai 06600 $0.00 La. esiotold /eft An 5.0 Environmental & Permitting Services 534 Pa, ess a 3 3 24 12 LaOO.S3003 66 8 0 7 48 Rewnbas 6.0 8 10 020 RIVER HYDRAULICS (WATERSHED) s section end Meeting iSeo 10.73 00 $3.200,04 $20,688•00 $0.00 a. 60 00 020 80.00 30.00 0.70 $0.00 an 0,72 $0.00 100001454823040014001 $0.00 6 16 010551, ,00.Y Roo] an $0.00 0,710/3.1 80. 7.0 NOT USED nerneissemi 60.00 8.0 LAM S1100 Rome.. RICHT-OF-WAY ACQUISITION (UMVERSAL FIELD SERVICES) 810 811 012 8,13 8.14 020 8.21 00 00 01.100 DO ro Poo.46o 0244.0130,0.0 A.A.* Okedirn0,8) 80.00 80.00 8 from (0003! a 831 4,32 33 830 $0.00 50,00 Ion 6 8 $0.00 55000 .09 81 $0,00 400 DO 8 2432 040 881 Woo $0.00 $0.00 $0.00 00.00 $9.00 $0.00 5000 1111 /010•111.4.14710,1-11101 $0.00 231000991 5000 642 WOO 863 $0.00 44 00.00 0 0 0 0 abor Su 64.0 1 .0 2.0 20.0 7.0 1 40.0 00.00 SD 0' 520,69 .00 5104.0 Landau 520.800.05 DKM 2013.11.20 Tukwila Supp. 10 ,Cointoried Fee Estimate.xls Page 4 of 5 Hour Summary }CPU' Consulting. Engineers ENGINEERING COST ESTIMATE: Tukwila Urban Canter • Pedestrian/Bicycle Bridge, Supplement No. 10 , i.Ifiteiri Center - Binycle Bridge. 10 Associate Senior Landau Associates Senior Sonier 331, CAD 1 02 101 004 00 DESIGN .111•1•1177 00 8.0 Environmental & Permitting Se 7.0 I, : AUUCS WATER >31 50 so 00 00 ZERSAL FIELD SE 0331 .330 I_ SO $o $0 F L 4 SO $0 $0 SO Se 7 $0 $0 50 $0 00 SO 00 $0 $0 SO 50 $0 00 tn abor Sum 0.0 8.0 86.0 12.0 7.0 20,696 $104 Landau 820,800 Fite.. 2013.11.20 Tukwila Supp. 10_Com0irmd Flee EsIimateTits Par, 4 id It This Page Intentionally Left Blank CONSULTANT FEE DETERMINATION SUMMARY OF COST Tukwila Urban Center - Pedestrian/Bicycle Bridge, Supplement No, 10 Classification Total Hours X Rate 7.00 X 32.00 X 0.00 X 38.00 X 0.00 X :51' 2.00 X Cost Overhead (OH) Cost OH Rate x DSC of NA Fixed Fee (FF) Reimbursables FF Rate gga,',, ,5;10zip Mileage Reprographics Subcontract ,.:,,,,403111111011111111(Mitki Subtotal DSC Subtotal $3,365.25 $448.48 $1,726.46 $0.00 $1,153.22 $0.00 $37.09 $3,365.25 $5,605.17 $3,365.25 $1,009.58 $19.78 $19.78 Subconsultant Total: $9,999.78 Date: 11/20/2013 This Page Intentionally Left Blank Hour Summary KPFF Consulting Engineers ENGINEERING COST ESTIMATE: Tukwila Urban Center - Pedestrian/Bicycle Bridge, Supplement 50. 10 IIMPARSIMION4 111,81110 WIN1.10, rr Vilift=n; Principal Senior Engineer Engineer J u i r Enginer ,N N l Clerma 2.9656 o7gnroog00: 01100 Y117 10 orrairiffireifterli&AWIAINNEWIrgik, If a triiresp (AL ( elPTIPIVIMPPEKVI VANUA I rpt4Ap..s 1"111WVINIVIVIVAPEIVISSAIVO„, vcd illg"'4;11:42"1::::f11;47;%";4 ;;;Ifilica2127422 ejr,4311114 Agit 0 &D 14" 4 rob To r "rt, 00.00 0000 00.00 00.00 ORO 10.00 WINIP01 reaV, '167! ei1' / i c N ' i P r P r i I O f r A P Y r A' Y AP,i P Ir r T i t d P i r A r S r i r Pi r li rA na o A 1 1 6 I l l I ta[4 O1 c. 2 1 1. "j 11 INfNEOW, rNS W m1 lso oo 0)0 ' M"W 0 00 0 " 00 00 00 00 in 00 00 w irafah 00 lAS11I1M1111l, 5000 g 00.00 00° 00 00 00.00 WM00 00 c1 c 0000 1r / 1' 11 gr 4/ th4 a 4' ,r 1 r':, 4 l t i1. .l n P r r a r r 0 " 'rI t? a '2 i ?0 ' i n , 1 / iti i l a4 i o 1 r 0 k r a* O l i rI M N k n N 0S r P A N1 uWw F;1 EO o s N W E R4Pif1 N A r M M a W N E aSaa AD ' l MM Vs m n O S M s A M o " M n 1M R T 6 m e E k 1 M re I M1 r N E i 1r i r n" iMn I,i4mV NM Mo E Ow r f " N 0 S IEM ls I NWwry Z A g U p M r i lo 0 a , ng " 4 p 1 1 , H% 4/ PAWASSIBINDI Mr" 0 00 1.0001 0..0000001000 P, 00 110107A1111101111C, #,111P, 41,11tiqrS,§15, MilifiN 0 00 / 4 e"tir 1,00",,Pry its „ NM OWE lo FS MAW X V o oo 11I N) "1a01' 1 ' I1 Wg IM i ri _M:1 tC6. 4r 'da4e P1r4MS1n ' P1 ' ' A1'ir4A: 5,6o .a'El1 WI.l' '). N .er i1I14SO',' faT .g1lrrAN) l:M . S"6,lffr. ii1ir1 ' M S p' iV Nc It'r 5 F%r1a4 rfP E2u fi 1A' l , (w fIM1AaM ' mvsfV 1 R'i 'i'1' a s 1/A1 NMA 1MeArf 1nFci ; Z1 1riN N MV 4fr P 1M gIW I0EA i MP, IilMUId AiY 1 PM M4 + ° AeB1l fR r A MrNMI i1u N" P / IEi N ' Wn 1s O 4 I 1ii6P FWr MOViE; 7Er 1 mNPIfi ki4 4TM Ar R ,iW PiSrN ol;d1n YI p1 ffiO 1A , 'N EP ,0 n i A l 2 Ns 1i e i C ,r 1A F" rWA1irKW Ne " oam m6 l 'IOI i M I' Ir isn R 1N T t Ao aSIMi M" M' ' a E V nM i g n M ' 4 P 4 iNios DRlO EIvM E1Mi 1 4i E " i 1 w IwIgi Ni ' igiMt7Ai W t M 4ia' 4' O ' r g 'i N N,i i n1' AUN1 i L S 1 poww iSNM f, ' IM i 1 ll 6 fwNNalEW SMtI aC ' a " EM0i'A,,o i'.f4, 1OMd SP ln roOn SN/s A4m Mg , ' rm A F A"1 4r i, eHu I1 V ao MN A , 4ll P I 1f1' 1M 1 i 6 , 'w 1 nna7 ii A l'l ,S1 ) 1, ofN 1P1 l Pl ■ " o'0 in AP i, 1 g f0 l14 1 ,P , , ' , W 114Ma Iqr P O h' S4 4a A i iR11 STm W A4 W1fiiM4Mo1 fl1EN 5 1 i " fen r EAA gi ' ,s AM ' NP n i1 raI 1 I1' ' '4 A rliWodIlF ' A N oAi aoair0 ? MA Am e , NI M 1 f, P,,Vg i1O , " p ,° , AiMi I1 rii ft 0 AW A a ' 1y Wo , p0Yi IP(P/ VI i iAP JI- " i nepa f 0.,00,,,4 0 A nt , a 1N i' , 4u iiO'r , l 0 / tl' 111i5N R n: s K f 82 , 1 pspffrp , ) "aahn- 1 W 1 C n1LA 1 m o 1 1 1 7A O A 1 ' ,1 g r i i . c . E2 Sc 1 )I, AN' -f' s $050 $050 $050 $9.00 atiorSuist $1 200.00 0660.00 01,360. $1,720.00 $1510.00 $3510, $0.00 $0,00 00.00 00.00 19980. EraEraiNtrnsItAe tr h g a riffinfir71111 °11gW1P'1M'4r1' cv1_ i' '11 ''E" —i1z' W R 1 1 5 I S in1 lH 1 1 ffi2 1 /E E f N I S 1 VNN , IM 0S 1 B 1O A A R 1 F R Y I R 1 VNE n M AEeIN N O W ae N K E T A 1Meo° A S I B S N IR EK I 1Vi1IE MrE M,il ' i 'IN I eN S EiP r 1 . O E f n Wi 1f i W gt' M l i A a i f i A 1N A V AN E l NM f M E i - aN E lI - a SO Oa IIiOWF E n O S B dI W B , 1 M I m I I VN 1i W In l Eiwr i i I rN 1 I1 b I 1 0 i T 1 s i 1 I llo 1M f . „ 1 i 1 1 Wkam SeUolo . 11.1 n V 1 %1 M Riroursabes RIGHT-OF-WAY ACQUISMON UNIVERSAL FIELD SERVICES AtlMININOUNIMN 1W= 1 ' E M E1A N S rI $0.00 80.00 M , O S e a P oY i RP Pf Wp1l , NR A O V O M O IV P i4I S Nlf iI ti I n A VEE S ,A M WrST N l I MIN Ii V t Ood V A AAi4,i A I BS4 IrPn , M wffia 1 M ri A , d. 1 fi 1I 1 . MWPSI oRiF W1 R I*A4o, A % U AP 1 V4 W IM . th ,E0 I M , P ' h N M ' IlM1 NOA r * ' P O W AMEN K iiN t INn Ua M EAB fE PM 1o M A/W i PR Pl is V INM IR IsE I A M i S n iE V Oi iW l P M I N M h I Aa P M M 1 rl I Ii'N i N d Ef e i O M WA WWil i 1 tP iY 1OAwW v A E mI MS ie, .oM M l I HM T M P t X 'l Mi t,v ' UI ifm%M O hmMai d Xr i M s M l l E'E Ie el a & N g C O N r " ,' I 00000500011000000500000000000001000100000000000000000010000l 0011 0 reoeene 000 0000 0 0000 0110 ift ,901 IEMME a 00 0000000 , MULTIPLIER 0 00 10 100100 00 10 000 00 $0.00 0000 00.00 0000 2 w " ,e R VMi l , ' 1 I? 1 V A V" 4 M I P , M O A AN AN I O N " I P P H l A WIiSNPI KN FP Ig AI O aI M N N N Id M MNN 1 I NC1t N"A i 1 ME1 WN E 1 IEIS igI P M ANnMSS rE N R. E E lE I M O M S M k EM FOEI I V E MI Ef SKNi E N E4E, RN 1 I P IW VS IU 1 A1 NV1MIPNM 1 SEN NI EIo8EN N 1 M E 1 EA0 R I 1 N E M A S E IPA $ I V Ms T WSMN" VIOE SEI NE MN NPER MWO ES S M n M V N ME M V I M I SO fPM M' aF I E VC f R f E N N ff,T G d N E.t1O ld rMi p W gA I I M*yrN e U M E d en = 1 E, 1, uurururrn vrw 1NM IhWNEW E PO 06' WV" 1" t /nr M .1 I# , M lA N 1 1 o Labor Su $0.00 sum $0.00 00.00 $0.00 80.00 00.00 $500 00.00 0.00 $050 $0.00 0000 0.00 $0.00 $0.00 00.00 0000 $9.00 9.00 0.00 .00 2 0 38 0 2 $9980.00 Reimbursables Sum $19.78 WotemliettROOTA14 $0,919,74 File: 2013.11.20 Tukwila Supp. 10_Curnbine.d Fee Estimate.xls Page 0 005 This Page Intentionally Left Blank ilk Madik Van olr# asIR Supplemental Agreement Number 9 Original Agreement Number 07 -123 (t.) Project Number 05 -RW03 Project Title Tukwila Urban Center, Ped /Bicycle Bridge PSE 07- 123(1) Council Approval 12/5/11 Organization and Address KPFF Consulting Engineers 1601 Fifth Ave, Suite 1600 Seattle, WA 98101 Phone: Execution Date Completion Date 12/31/2013 New Maximum Amount Pay 1,612,436.93 Description of Work Time and cost adjustment to incorporate efforts for the Plans, Specifications, and Construction Cost Estimate Phase. The Local Agency of the City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. 07 -123 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: Section 1, SCOPE OF WORK, is hereby changed to read: A compl scope of work has heen included ac Exhibit A -1 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Reviser/ comb letinn bate is December 11, 201 i Section V, PAYMENT, shall be amended as follows: nayahlP is �1 9I as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: David K McMullen, PF Consultant Signature By: Chi 34 of Tukwila Approvi ority Signature DOT Form 140 -063 EF Revised 9/2005 Dat��i 6�/tli9 -C�s Exhibit A -1 Supplement No. 9 Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge Plan, Specification and Cost Estimate (PSE) PROJECT DESCRIPTION The Green River stands as a barrier between the City's urban center and the transportation hub of the Sounder Commuter Rail /Amtrak Station. This project is a preliminary step in defining the pedestrian corridor connecting these commuter hubs. This project shall determine the type of structure and its location for crossing the Green River. The bridge is to be a signature piece of the corridor and along with the associated trail provide a direct, safe and enjoyable walking experience. PROJECT OBJECTIVES The overall objective of this project is to develop a connection from the intersection of Baker Boulevard and Christensen Road to the Sound Transit property line of the Sounder Commuter Rail /Amtrak Station. This project will take place in three phases, which include the following: Type, Size and Location (TSL) Phase Plans, Specifications and Cost Estimate (PSE) Phase Construction Management Phase This scope of work shall be for the completion of the TSL Phase and the advancement of the project through final construction documents for the PSE Phase. During and /or at the conclusion of the PSE Phase, the City of Tukwila can exercise the option to supplement KPFF's contract to include the Construction Management Phase. The project team is made up of the following firms: Owner Prime Consultant Structural Engineering Civil Engineering Urban Design Landscape Illumination Surveying Bridge Architecture Environmental and Permitting Services Geotechnical Engineering City of Tukwila KPFF Consulting Engineers KPFF Consulting Engineers KPFF Consulting Engineers KPG Inc. KPG Inc. KPG Inc. KPG Inc. LMN Architects Landau Associates Landau Associates Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 2 SCOPE OF WORK The following is a scope of work for the completion of the TSL phase and the completion of the plans, specifications and estimated construction costs (PSE) phase of the project. In addition to the basic scope of services, the Consultant has included additional services that can be performed at the City's request. Task No. 1.0 Project Management and Administration Task No. 1.01 Project Schedule A project design schedule shall be created in Microsoft Project that spans from the notice -to- proceed for the supplemental work to the completion of the PSE documents. The schedule shall be updated on an as needed basis. Task No. 1.02 Design Team Supplemental Agreements KPFF shall prepare supplemental contracts for KPG, Inc., Landau Associates, and LMN Architects. Task No. 1.03 Progress Reports A progress report form shall be provided to each team member. This form shall be filled out on a monthly basis and submitted with the invoice for the work described in the progress report. KPFF shall then compile the reports into a single document to be submitted to the City with the associated monthly invoice. Task No. 1.04 Invoices Team members are to prepare monthly invoices for work completed. KPFF shall compile the invoices into a single document to be submitted to the City. Task No. 1.05 Team Meetings The consultant team shall meet with the City on a monthly basis to discuss project issues, schedule, progress, and general coordination of effort. The consultant team shall meet internally on a monthly basis to coordinate project tasks and design. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 3 Deliverables Project schedule with monthly updates Monthly progress reports and invoices Team meetings o Participation in project meetings with the City (assume 12 meetings) o Participation in internal consultant team meetings with the City (assume 12 meetings) Task 2.0 Design Criteria Document KPFF shall finalize the design criteria based on coordination with the City: Minimum bridge /trail widths. Horizontal geometry constraints (including minimum radii for curves) and allowable design speeds for bicycles. Maximum allowable vertical grades and rates of curvature for both bridge structures and for access ramps. Emergency access requirements. Minimum lighting requirements. Green River hydraulic opening requirements. Requirements for stormwater detention and water quality. Construction criteria within 100 -year flood plain. Utility clearance requirements. Structural loading conditions. Allowable structural deflections and vibrations. Physical/ aesthetic impacts on adjacent uses, Coordination with potential future vehicular bridge in similar area. Deliverables Draft Design Criteria Document Final Design Criteria Document Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 4 Task 3.0 Topographic and Boundary Survey KPG shall perform topographic surveying within the entire selected alternative bridge and trail alignment, which is defined as Christensen Road (west boundary) across the Green River to West Valley Highway (east boundary). Necessary horizontal and vertical control shall be established for the boundary and topographic survey of the site. The survey for the defined project corridor shall include the bridge and approach areas. Trail connections are from Christensen Road on the west side and from West Valley Highway on the east side to the bridge approaches. Task 3.01 Topographic Mapping Phase 1 KPG shall provide surveying under two separate phases. Phase One is from the Green River Trail on the west side of the river eastward to West Valley Highway. This phase allows the location of the bridge, ramps and connection to West Valley Highway, including the crossing of West Valley Highway for design and installation of a pedestrian signal (both sides of highway). Phase One also includes mapping the right of way of Baker Boulevard from Christensen Boulevard to Andover Park West, including the Andover Park East intersection, and shall locate curb, sidewalk, driveways, striping, illumination and utility castings. Task 3.02 Topographic Mapping Phase 2 Phase 2 shall include the Riverview Plaza parking lot contained within parcels 2523049077 and 2523049039, the SPU pipeline parcel 2523049048, and north of that parcel to the face of the Riverview Plaza office buildings. The intersection of Christensen Road and Baker Boulevard will also be included in this phase. The total acreage of this area is approximately 7 acres. All field topographic surveying shall be performed to achieve 1 -foot contour interval accuracy, and shall include location of existing 4 inches plus caliper trees (excluding Cottonwoods which shall be 12 inch plus caliper within 100 feet of the river), streets, curb and gutter, limits of paving, fences, above- and below ground utilities, drainage features, existing shrub and lawn areas, and existing improvements within the defined project corridor. A separate cost for private utility locating services has been included which assumes 24 hours of underground utility sensing and locating. The field survey includes surveying the banks of the Green River from 50 feet upstream to 50 feet downstream. The river survey shall include top of bank on both sides of the river and cross sections from top of bank to top of water at 25 -foot intervals. Indicate limits of 100 -year flood plain, ordinary high waterline (OHWL) flagged in advance on the bank by Landau Associates. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 5 The survey crew shall use City provided Horizontal and Vertical control in the project vicinity and all surveying and mapping shall be based on City Horizontal and Vertical Datum. A base map at a scale to be selected by the project engineer shall be developed detailing the items located in the above described field survey. The map shall include positions of record and surveyed boundaries, as well as deeded and platted right -of -way margins for the project area. It is proposed to use KPG's existing layer standards and point codes for the survey. Once drafted, field verified, and certified, KPG shall provide the project engineer with two Xerox Bond copies of the topographic survey and one digital copy of project survey files (AutoCAD, point files, field notes). Any as -built information gathered during our research shall also be copied and submitted to the engineer with the topographic mapping package. The deliverable submittal package shall include detailed descriptions of point code and layering schema. KPG has included time and expense for project meetings, management of surveying and drafting efforts, professional review and quality control in our proposal. Deliverables Survey Project Base Map (two hardcopies, one electronic copy) Task 4.0 Geotechnical Research and Recommendations This task includes the completion of all field exploration and laboratory testing needed to finalize the geotechnical recommendations for the project. Geotechnical recommendations will be provided for stormwater infiltration, pavement design, and foundation design for the bridge and approach ramps/ embankments. Task No. 4.01 Field Explorations and Laboratory Testing Landau Associates propose to advance a boring in the driveway to the house located at 16113 West Valley Highway (King County Parcel number 000580033) to characterize subsurface conditions near the proposed east bridge abutment. This boring will be advanced to a depth of about 120 ft below the existing ground surface (BGS). Landau Associates plan to advance three additional borings along the proposed trail alignment to characterize subsurface conditions for stormwater infiltration rate evaluation and pavement design. These borings will be advanced to a depth of about 17 ft BGS. The borings will be completed using a truck- mounted drill rig using either mud rotary (bridge boring) or hollow -stem auger (trail borings) drilling techniques. Landau Associates have assumed that the City will obtain right -of -entry in order to drill the borings and that no fee will be necessary to drill the boring. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 6 The drilling will be accomplished by Holocene Drilling of Puyallup, Washington under subcontract to Landau Associates. A geologist or geotechnical engineer from Landau Associates will supervise the explorations, obtain soil samples from the borings, and prepare field logs of conditions encountered in the explorations. Soil samples will be obtained from the borings on about a 2 1 /2- or 5 -ft depth interval using the Standard Penetration Test (SPT) procedure, and returned to our laboratory for further classification. Soil samples obtained from the exploration will be held in our laboratory for 30 days after submittal of the final report. After that date, the soil samples will be disposed of, unless arrangements are made to retain them. Landau Associates plan to install a standpipe piezometer in two of the three borings advanced along the trail alignment. The standpipe piezometers will be constructed in accordance with Washington Administrative Code (WAC) 173- 160 and will be protected at the ground surface with a flush mounted monument. Landau Associates propose to monitor the groundwater level in the piezometers twice during the rainy season (typically November to May). Upon completion of drilling and sampling, the boreholes not completed with a standpipe piezometer will be abandoned in accordance with WAC 173 -160 and capped with a minimum 1 -ft thick plug of quick- setting concrete. Abandonment of the standpipe piezometers is not included with this proposal and should be made part of the contract documents. Drill cuttings will be placed in steel drums and transported to WM Dickson's facility in Tacoma, Washington for disposal. Prior to drilling, a representative of Landau Associates will mark the boring location in the field and arrange for an underground utility locate (1- 800... call before you dig). Landau Associates will also arrange for a private utility locate at each of the boring locations. Three U.S. Environmental Protection Agency (EPA) Falling Head Percolation tests will be completed adjacent to the three trail borings described above to determine the measured infiltration rate for porous pavement or biofiltration swale. The EPA Falling Head Percolation tests will be completed approximately 1 ft BGS. The hollow -stem auger drill rig will be used to core through the pavement section at the EPA Falling Head Percolation test locations. Upon completion of the in situ infiltration test, the PVC pipe will be removed and the hole will be backfilled with quick- setting concrete. Landau Associates will conduct geotechnical and analytical laboratory testing on representative soil samples obtained from the exploratory borings to aid in their classification and determination of engineering properties. Laboratory testing completed in our laboratory is expected to consist of 8 natural moisture content determinations, 6 fines content determinations, 10 index tests (either mechanical sieve analysis or Atterberg limit determinations), and 6 combined analyses (mechanical sieve and hydrometer). A total of six soil samples will be submitted to Analytical Resources, Inc. (ARI) of Tukwila, Washington for determination of the organic content and the Cation Exchange Capacity (CEC). The organic content testing will be completed in accordance with ASTM D 2974 and the CEC testing will be completed in accordance with EPA laboratory Method 9081. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 7 In developing this proposal, it was assumed that work would commence during daylight hours between Monday and Friday and that traffic control would consist of traffic cones. Task No. 4.02 Geotechnical Evaluation, Reporting, and Meetings Based on the results of our previous explorations for the TSL design phase and the field investigation and laboratory testing program completed for this task, Landau Associates will complete geotechnical engineering analyses to develop recommendations to support the design of the bridge, including: Recommendations for earthwork and site preparation including: clearing, stripping, and grubbing; the suitability of onsite soils for reuse in structural fill; import structural fill requirements, subgrade preparation; and placement and compaction of structural fill. Pavement subgrade preparation. Porous asphalt and porous concrete pavement sections (asphalt or Portland cement concrete and base course thickness) required for structural support of the proposed traffic. Conventional asphalt and Portland cement concrete pavement design. Design infiltration rate for porous pavement. The infiltration rate will be determined in accordance with the Simplified Method outlined in Section 5.4.1 of the 2009 King County Surface Water Design Manual. Seismic design criteria, including an evaluation of liquefaction and lateral spreading potential. An evaluation of the stability of the riverbanks and recommended stabilization measures. Recommendations for approach embankment structural earth wall including: embedment depth, foundation subgrade preparation, design parameters, nominal bearing pressure, anticipated foundation settlement, and wall backfill and drainage considerations. Estimated settlement of the approach embankments. Recommended foundation type (driven piles /drilled shafts); recommended tip elevations; expected range of nominal axial capacity; uplift capacity; downdrag loads; estimated settlements of bridge foundations; additional lateral loads caused by lateral spreading; soil parameters for input into L -Pile (or equivalent) lateral pile capacity software. Construction considerations for the recommended foundation type. Discussion of the impacts of constructing the bridge abutment and approach embankment on the existing dike located at the west side of the bridge and any recommended mitigation measures. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 8 Deliverables: The results of our field explorations and geotechnical engineering analyses will be summarized in a geotechnical report. The report will include a site plan showing the exploration locations, summary logs of conditions observed in the boring, results of the geotechnical and analytical laboratory testing, results of the in situ infiltration tests, and a discussion of subsurface soil and groundwater conditions at the explorations. Two copies of the report will be submitted as a draft for review by the project team. Upon receipt of comments, Landau Associates will prepare and submit four copies of a final geotechnical report. An electronic PDF copy of both the draft and final geotechnical report will be provided to the design team. Landau Associates have also budgeted to attend one meeting in the Tukwila area with the U.S. Army Corps of Engineer (USACE) and the local Dike District to discuss the impacts of the proposed project on the existing dike, and a project kick -off meeting at KPFF's Seattle office. Task 5.0 Hydraulics The Corps of Engineers (COE) has recertified the Green River Levee. The recertification is only for the west bank, so the 100 -year flood plain on the east side will be estimated at an elevation consistent with that determined by the COE. The following is proposed for the hydraulic evaluation: Task No. 5.01 Meet with Agencies Meet with the Corps of Engineers and King County River and Floodplain Management to obtain the best understanding of the ongoing studies and work along Green River. Task No. 5.02 Establish 100 -year Floodplain Based on existing COE data of the Green River, establish the current elevation of the 100 -year floodplain within the banks of the Green River. No work is currently scoped to identify 100 -year flood boundaries within properties beyond the west bank of the Green River or east of West Valley Highway. Task No. 5.03 Establish Structural Clearance Confirm vertical clearance defined within preliminary documentation with King County River and Floodplain Management and document negotiated vertical clearance requirements for the bridge. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 9 Deliverables Draft Hydraulic Technical Memorandum (six hardcopies, one electronic copy) Final Hydraulic Technical Memorandum (six hardcopies, one electronic copy) Task 6.0 Environmental and Permitting Services This task covers consulting services to coordinate with regulatory agencies and to provide required permit applications and associated environmental documentation to obtain agency approvals for the proposed project. Task No. 6.01 Team, Agency, and Pre Application Meetings Landau Associates will assist in scheduling and participating in pre application meetings with the City, Washington Department of Fish and Wildlife (WDFW), USACE, and Washington Department of Natural Resources (DNR) to coordinate permit conditions and easement requirements for the project. Time is included to respond to agency comments on application materials prepared in Tasks 6.02 through 6. 10, as presented below. This task includes participation in at least two scoping meetings with WSDOT Local Programs /FHWA and /or other potential state /federal funding agencies to coordinate environmental documentation requirements associated with project funding. This task includes participation in up to six design team meetings and two project workshops as identified in Task 1.05. Assumptions Five agency meetings at the project site are included in this subtask. The six design team meetings and two project workshops will be held at KPFF's offices in Seattle. All time budgeted for meetings and workshops include travel time and the deliverables mentioned in this task. No additional studies will be required as part of the response to agency comments. Deliverables Meeting summaries will be provided in e -mail correspondence. Response to agency comments will be provided in e -mail correspondence and within the associated documentation. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 10 Task No. 6.02 State Environmental Policy Act (SEPA) Checklist Landau Associates will prepare the SEPA Checklist for the project in conformance with WAC 197 -11 -960 and City standards. The SEPA Checklist (Checklist) will briefly describe the project and address the project's effects on elements of the environment, as outlined in the Checklist. The Checklist will include a list of permit requirements for the proposed project. To prepare the Checklist, Landau Associates will use project design information and other available studies prepared for the project, such as the documentation prepared for the additional tasks /subtasks included in this proposal. As necessary to complete the SEPA Checklist, Landau Associates will review additional City documents such as the comprehensive plan, zoning code, and other development regulations. Assumptions Additional studies for impacts associated with traffic, air, noise, or housing are not included in this subtask. Figures to be included with the checklist will be limited to those prepared under other tasks in this scope of work. The project will not require preparation of a SEPA Environmental Impact Statement. Either a Determination of Non Significance (DNS) or a mitigated DNS will be issued for the project. City of Tukwila staff will prepare and publish the DNS (or mitigated DNS). Landau Associates staff will not attend a public hearing should one be necessary. Information to prepare the SEPA Checklist will be gathered from interviews with agency /utility provider representatives and from readily available public documents; no additional field work or other primary investigations will be required. Landau Associates will provide a draft copy of the SEPA Checklist to the City and KPFF for review. KPFF will provide one set of consolidated comments to Landau Associates, and Landau Associates will prepare a final SEPA Checklist for publication by the City based on those comments. Should additional rounds of review and comment be requested by KPFF and /or City, a scope and budget amendment will be required. This proposal does not include time for Landau Associates to respond to any public or resource agency comments on the SEPA Checklist after the Checklist has been published for public comment. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 11 Deliverables An electronic (MS Word) copy of the draft SEPA checklist. An electronic (Adobe PDF) and one paper copy of the final SEPA Checklist. Task No. 6.03 WSDOT Local Programs Environmental Classification Summary/ Documented Categorical Exclusion Landau Associates will prepare a WSDOT Local Agency Environmental Classification Summary (ECS) with supporting documentation as required for projects that receive federal funding through WSDOT (Environmental Procedures Manual, Section 310.07). The ECS will include the recommended National Environmental Policy Act (NEPA) determination (assumed to be a Class II, Documented Categorical Exclusion). Landau Associates will document this assumption according to the WSDOT Local Agency Guidance (LAG) manual. Task 6.01 includes participation in scoping meetings with WSDOT Local Programs /FHWA regarding documentation requirements associated with federal funding. At a minimum, this scope of services assumes that the ECS will include a Phase I Environmental Site Assessment (see Task 6.04), effect determination for species listed under the Endangered Species Act (ESA) and Essential Fish Habitat (EFH) evaluation (see Task 6.05), a determination of project impacts on cultural resources (see Task 6.06), and documentation of a wetland/ waterway delineation and mitigation sequencing (see Task 6.08 and 6.09). The ECS will also require a discussion of stormwater treatment and detention, which will be based on design and information provided by KPFF. Assumptions The proposed project will receive funding from FHWA administered through WSDOT Highways and Local Programs. The budget outlined for this task may be used for completion of similar NEPA categorical exclusion documentation required if funding is provided by other federal agency. The proposed project will be determined to be a Class II Documented Categorical Conclusion (DCE) and neither a NEPA Environmental Impact Statement nor an Environmental Assessment will be required. Air Quality, Noise, Section 4(fl /6(fl, Floodplain, and Environmental Justice analyses will be documented in the ECS. Individual discipline reports and modeling efforts will not be required for these elements of the environment. Wetlands /waterways impacts will be avoided. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 12 Deliverables An electronic (Adobe PDF) copy of the draft ECS. An electronic (Adobe PDF and FileMaker Pro) copy of the final ECS. Task No. 6.04 Phase I Environmental Site Assessment Landau Associates will conduct a Phase I Environmental Site Assessment (ESA) for the residence located on a portion of King County Parcel number 0005800033 "residential property and a Screening -Level Environmental Assessment for the approximately 600 -foot trail alignment that extends east through the parking lot of Riverview Plaza from Baker Boulevard to the Green River "easement property;" to include up to four parcels). Additionally, a limited Phase II task will be performed for the residential property, consisting of a pre demolition Asbestos Containing Materials (ACM) and Lead -Based Paint (LBP) Survey of the existing building on the residential property. These efforts will document the history of use and current conditions of the residential property and the easement property, and will identify and evaluate environmental conditions that may represent liabilities to the City. Landau Associates will conduct the Phase I ESA and Screening -Level Environmental Assessment in general accordance with the ASTM International (ASTM) Standard Practice for Environmental Site Assessments: Phase I Environmental Site Assessment Process, E 1527 -05 (as currently applied in the State of Washington), and with the scope of work as modified for this project. The ASTM standard, while subject to changes (as are all ASTM standards), is recognized as generally meeting the due diligence provisions of the federal statute [Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) 42 USC 9601(35) (B)] and the Washington State Model Toxics Control Act (MTCA) (RCW 70.105D.040) at the time this proposal was prepared. ASTM E 1527 -05 was published in November 2005 to satisfy the elements of the U.S. Environmental Protection Agency's (EPA) All Appropriate Inquiry (AAI) rule. This rule establishes requirements that purchasers must meet to limit their environmental liability under CERCLA and qualify for protections, including the "Bona Fide Prospective Purchaser" and "Contiguous Property Owner" defenses that were added by the amendments to CERCLA passed by Congress in 2002. The goal of the assessment process outlined in ASTM E 1527 -05 is to identify recognized environmental conditions, which are defined as the presence or likely presence of any hazardous substances or petroleum products under conditions that indicate an existing release, a past release, or a material threat of a release of any hazardous substances or petroleum products into the ground, groundwater, or surface water of the residential property and the easement property. The term includes hazardous substances or petroleum products even under conditions in compliance with laws. The term is not intended to include de minimis conditions that generally do not present a threat to human health or the environment and that generally would not be the subject of an Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 13 enforcement action if brought to the attention of the appropriate governmental agencies. Elements not included in ASTM E 1527 -05 (e.g., identification, sampling, and analysis of asbestos, radon, lead paint, and lead in drinking water and /or wetlands; regulatory compliance; cultural and historic resources; indoor air quality and vapor intrusion, including the potential presence of mold or other biological contaminants; industrial hygiene; health and safety; ecological resources; and endangered species) are not included in this task, except for the Asbestos and Lead -Based Paint Survey discussed below, which will be performed for the existing building on the residential property. It is important to understand that Phase I ESAs are not a means of finding "everything there is to know about a property." Rather, they are attempts to determine the environmental liabilities of a property or properties based on reasonably available documentation (both oral and written) within the budget and schedule limitations. This approach will be applied to this task for the Phase I ESA for the residential property, which will include: Reviewing available aerial photographs, historical fire insurance maps, topographic maps, city or county maps and street directories, and local historical information to assess past uses of residential property and adjacent properties from the present back to their first developed use, or back to 1940, whichever is earlier. Reviewing listings from a subcontracted database service (Environmental Data Resources, Inc.) of confirmed and suspected contaminated sites abstracted from EPA, tribal, and Ecology environmental databases, as prescribed by ASTM. ASTM requires that these databases be searched for confirmed and suspected contaminated sites within various distances up to a 1 -mile radius of the residential property. Contacting the local health and fire departments for information they may have on environmental conditions at and immediately adjacent to the residential property. Conducting a site reconnaissance of the residential property to visually and physically observe current land use activities and environmental conditions. Conditions at the residential property will be documented with notes and photographs. We will assess current uses at adjoining properties from the residential property and public rights -of -way to the extent that they are visually and /or physically observable. Preparing a draft written report presenting the results of the Phase I ESA for City review. The report will identify data gaps in our assessment, our efforts to fill them, and comments on whether the data gaps are significant and affect our overall findings. Preparing a final report incorporating City comments, as appropriate. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 14 Additionally, an ACM and LBP survey will be conducted of the existing building on the residential property by RGA Environmental, Inc. (RGA), as a subconsultant to Landau Associates, to identify ACM and LBP, if present. ACM will require removal prior to demolition of the structure. The presence of LBP will require special work practices during demolition and lead containing building materials will require characterization prior to disposal. The survey of the existing building on the residential property will include the following activities: Inventory of suspect ACM within the residence by a building inspector accredited under the Asbestos Hazard Emergency Response Act of 1986 including: o Identification of approximate quantities and locations of suspect ACM o Collection of up to 35 samples of visible suspect ACM o Submittal of samples of suspect ACM to a laboratory accredited by the National Voluntary Laboratory Accreditation Program for analysis of asbestos by polarized light microscopy. Collection of up to 12 samples of painted surfaces from throughout the residence and submittal of samples to an accredited laboratory for analysis of lead by Flame Atomic Absorption (AA) for Total Lead reported in parts per million (PPM) Collection of one bulk building material sample for lead analysis for waste disposal characterization (using the toxicity leaching procedure analysis). The results of the ACM and LBP survey will be summarized in a technical memorandum. Attached to the technical memorandum will be information provided by RGA including the analytical results, figures showing the specific locations of ACM and LBP in the residence, the estimated quantities of ACM and /or LBP identified, and worker protection and materials disposal considerations based on the results of the ACM and LBP sampling and analysis. Assumptions The residential property consists of a 0.28 -acre parcel that consists of two pieces; the existing residential building occupies the southern -most portion, and undeveloped land occupies the northern -most portion. The northern -most portion of the parcel is not included in the Phase I ESA for the residential property. The City will provide copies of available environmental information about the residential and easement properties including any previous investigations or surveys. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 15 The City will provide Landau Associates a completed copy of the "User Provided Information Request Form" prior to completion of the Draft Phase I ESA report. Landau Associates will provide the blank form. The City will arrange for access and any necessary rights -of -entry to the residential and easement properties. The City will provide access to individuals /owners /tenants familiar with historical operations at the residential and easement properties. Conditions at immediately adjoining properties may not be observable from accessible roads on the residential and easement properties or from public access areas and, as a result, may not be identified during the site reconnaissance. Deliverables An electronic (Adobe PDF) copy of the draft Phase I ESA and Screening Level Environmental Assessment report and the draft ACM and LBP Survey technical memorandum. An electronic (Adobe PDF) and three paper copies of the final Phase I ESA and Screening -Level Environmental Assessment report and the final ACM and LBP Survey technical memorandum. Task No. 6.05 Biological Assessment (BA) Section 7 Endangered Species Act (ESA); Magnuson- Stevens Act Essential Fish Habitat (EFH) Evaluation Landau Associates will prepare a BA for selected species federally listed as threatened or endangered in the action area under the ESA and EFH Evaluation for the proposed project. Landau Associates will obtain updated species lists from agency websites, request site specific species and habitat information from the WDFW priority habitats and species database, and review information from the Washington Natural Heritage Program. Evaluation of specific project details, such as construction techniques and equipment used, timing of construction, and best management practices (BMPs) will be based on information provided by KPFF. The report will establish the project action area, which incorporates the furthest extent of both aquatic and terrestrial impacts. Appropriate environmental baseline information and species history will be summarized in the BA. A determination of "no effect" (NE) or "may effect, not likely to adversely affect" (NLAA) is anticipated. The project is not expected to impact EFH. Landau Associates will prepare a draft BA and EFH for review and comment by KPFF and the City, and then a final document. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 16 Assumptions The BA will be drafted using the current WSDOT template. 30% to 60% level of design will be sufficient for preparation of the BA and EFH Evaluation report. The project will have a NE or NLAA determination on listed species or their designated critical habitat and a formal Biological Opinion will not be required. The project will have no adverse impact to EFH. WSDOT BA procedures for calculating the extent of aquatic impacts will be used. At the request of the Federal funding agency, this task includes participation at two meetings with agency staff from the U.S. Fish and Wildlife Service (USFWS) or National Oceanic and Atmospheric Administration (NOAA) Fisheries. The meetings are assumed to be at the agency offices in Olympia, and include travel to /from Landau Associates' Edmonds office. The proposed project does not include in -water pile driving or blasting. This task includes efforts to perform one 6 -month update review of species listings. These efforts do not include analysis of project impacts to additional species. Design and construction details required for permit applications that are not directly related to a critical areas determination will be provided to the Landau Associates biologist. Such elements include, but are not limited to, stormwater drainage report; temporary sediment and erosion control plan; proposed construction timing, sequencing and duration; and primary types of construction equipment to be used. The budget and scope does not include monitoring of any federally listed or state listed species during construction activities. Should any monitoring of these species be required, an addendum to this scope and budget can be prepared. Deliverables An electronic (Adobe PDF) copy of the draft BA and EFH Evaluation report. An electronic (Adobe PDF) and three paper copies of the final BA and EFH Evaluation report. Task No. 6.06 Cultural Resources Investigation Landau Associates will obtain the services of Equinox Research and Consulting International Inc. (ERCI) to support the City in determining cultural resources in the project area in compliance with Section 106 of the Historic Preservation Act and the Governor's Executive Order 05 -05. ERCI will perform the following activities under Task 6.05: Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 17 Assist the client in developing an Area of Potential Effects (APE). Prepare for and participate in project related meetings as requested. Carry out background research on the project and study area including reviewing the research previously carried out by Landau Associates. Design and implement archaeological field testing for prehistoric and historic period sites Landau Associates estimate 40 or fewer shovel tests will be required to test the areas of the project that are not covered with asphalt or otherwise inaccessible. Fill out archaeological site /isolate inventory forms for all sites encountered during testing. Determine eligibility (National Register of Historic Places) on all sites encountered during testing. Analyze survey results and prepare recommendations in a report in compliance with tribal, federal, or /and state regulations. Landau Associates will assist ERCI in identifying the Area of Potential Effects, provide coordination of field services, and provide report review for consistency with other project documents. Assumptions Human remains will not be found during field testing. A Memorandum of Agreement (federal process for disturbing an archaeological site) or State Permit Application for site disturbance is not included in this scope. Preparation of Historic Property Inventory Forms is not included in this scope. Deliverables Draft and final Cultural Resources Assessment report, including required digital and up to 5 paper copies of final report required for agency review/ approval. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 18 Task No. 6.07 Shoreline Permit Submittal Landau Associates will prepare additional documentation as required by the Tukwila Municipal Code (TMC) for a shoreline substantial development permit. Landau Associates will complete the City's Shoreline Permit application and associated documentation, including a SEPA Checklist (see Task 6.02), two sets of mailing list labels and a figure for property owners within 500 ft of the project. Information required as part of the application also includes five copies of the following: Description of project consistency with decision criteria Vicinity map Shoreline Site plans (top of bank, landward catch point toe of levee, riverbank toe, mean high water mark, and 100 -year base flood elevation, appropriate setbacks, maintenance easements, limits of construction) Sensitive area study documentation and plans Cross sections Landscape plans Civil plans Landau Associates will prepare the City of Tukwila Tree Clearing Permit application, which will be included with the Shoreline Permit application package. The "description of project consistency with decision criteria" listed above will include reference to the City's tree regulations. Assumptions The City will pay all the applicable permit application fees. Landau Associates staff attendance at a Hearing Examiner meeting is included in this scope of services. A tree survey will be completed by KPG and incorporated into the plans. Trees to be identified are (Cottonwood excluded) 4 inches or more in diameter as measured 4.5 feet above grade and cottonwoods 12 inch dbh (diameter breast high) or greater within 100 ft of the river. Construction will begin within two years of permit approval and be completed within five years. 30% design plans will be suitable for the permit application, and the City will waive the requirement that civil plans be stamped, signed and dated by a licensed professional engineer as part of the permit application. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 19 Deliverables An electronic (Adobe PDF) copy of the draft Shoreline Permit application submittals. An electronic (Adobe PDF) and required paper copies of the final Shoreline Permit application submittal(s). Task No. 6.08 Wetland/ Waterway Delineation Landau Associates will conduct wetland delineations in accordance with the 2010 USACE Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Western Mountains, Valleys, and Coast Region. The ordinary high water mark (OHWM) of waterways, including the Green River, will be delineated using guidance provided in Ecology's Determining The Ordinary High Water Mark on Streams in Washington State. Landau Associates will compile and review environmental information from readily available public domain resources to gain a general understanding of potential wetland issues at the site. Public domain resources include, but are not limited to: Natural Resources Conservation Service Soil Survey data National Wetlands Inventory mapping Local Critical Areas mapping U.S. Geological Survey topographic mapping Recent aerial photography The field investigation will include an examination of vegetation, soils, and hydrology within the study area between the Baker Boulevard/ Christensen Road intersection to the west shoulder of West Valley Highway. Flagging will be placed along the wetland /waterway boundaries and will be confined to the project footprint. Any wetland/ waterway habitat that extends beyond the project footprint, and within 200 ft, will be estimated both visually and using public domain resources to assess wetland extent. Included in this task is time to provide the project surveyors with a hand sketch of wetland/ waterway boundaries to assist the surveyors to locate project flagging. We also included time to review the survey map and request any necessary changes to accurately represent existing wetland/ waterway conditions. Wetlands within the study area will be rated in accordance with Ecology's Washington State Wetland Rating System for Western Washington, and buffer widths will be determined in compliance with the Critical Areas Regulations. Stream typing and buffer widths are based on Chapter 18.45 of the TMC, and the water typing system presented in Chapter 222 -15 -131 of the Washington Administrative Code (WAC). Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 20 Landau Associates will prepare a draft Wetland and Waterway Delineation Report in a format acceptable to the City and other regulating agencies that will include: A summary of the methodology used The size and rating of each wetland and waterway; a characterization of wetland vegetation, soils, and hydrology; and field data sheets A scaled site map showing the locations of wetland /waterway boundaries and buffers, locations of wetland data plots, and site topography Supporting photographs The draft report will be provided to KPFF and the City for review. Comments will be reviewed and incorporated into a Final Wetland and Waterway Delineation Report. The delineation report will be used in pre application meetings for the purposes of discussing potential project impacts and determination of agency jurisdiction. Assumptions Flagging will be placed only within the project boundaries where accessible. KPFF will supply survey information in AutoCAD format to Landau Associates pertaining to the delineation and project plans. The results of the delineation and delineation report will be used in developing the 30% design. Avoidance of impacts to wetlands and the Green River is an integral part of the design to avoid the need for USACE permits for in -water work. Deliverables An electronic (Adobe PDF) copy the draft and three paper copies of final Wetland and Waterway Delineation Report Task No. 6.09 Critical Areas Report Landau Associates will support the project team in the calculation of the area of impacts to wetlands, waterways, and /or their buffers based on the 30% project plans. Areas of impact will be calculated in AutoCAD and will be summarized in the Critical Areas Report described below. Landau Associates will support the project team in determining adequate wetland /waterway impact avoidance measures. A conceptual compensatory mitigation plan will be developed by Landau Associates for unavoidable impacts to buffers. The conceptual compensatory mitigation will include a planting plan. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 21 Landau Associates will prepare a draft Critical Areas Report in accordance with Chapter 18.45 of the TMC, and to meet standards of other state regulatory agencies. The report will include information from the Wetland and Waterway Delineation Report, and incorporate any necessary mitigation. This will include: A summary of the methodology used A description of impacts to wetland buffers and /or shoreline buffers A conceptual buffer mitigation planting plan (equivalent to 30% level) including: mitigation goals, objectives, and performance standards; a timeline for mitigation monitoring and reporting; and contingency plans, as necessary The draft report will be provided to KPFF and the City/ agencies for review. Comments will be reviewed and incorporated into a Final Critical Areas Report for Wetlands and Waterways. Assumptions Impacts to wetlands and below the OHWM of waterways will be avoided. Project impacts will be limited to buffers only. Formal specifications will not be required as part of the report and /or conceptual design. Buffer mitigation can be accommodated on site (within the project limits). If offsite mitigation is required, the City will identify a suitable site to accommodate the required mitigation and potential out -of -scope work will be determined at that time. Conceptual mitigation plans and notes will not be incorporated into the overall plan set until the 60% level (see Task 6.10). KPFF will be responsible for coordination with the City and Landau Associates during review and finalization of the document bid package. 30% design plans will be suitable for impact calculation and development of conceptual mitigation plans. Deliverables An electronic (Adobe PDF) and paper copy of the draft Critical Areas Report for Wetlands and Waterways. An electronic (Adobe PDF) and three paper copy of the Final Critical Areas Report for Wetlands and Waterways. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 22 Task No. 6.10 -Mitigation Construction Documents This task consists of the design services necessary to prepare and complete the construction documents for the mitigation design discussed in the Critical Areas Report. Landau Associates will be responsible for submitting construction documents at the 60 percent, 90 percent, and 100 percent levels. Landau Associates will prepare Divisions 2 through 9 of the Special Provisions (or equal sections if in a different specifications format) for the mitigation component of the proposed project. It is understood that only those divisions that are necessary for work related to the mitigation component of the proposed project will be included. The format will be the Washington State Department of Transportation's standard format. Landau Associates will prepare estimated quantities and associated costs for the mitigation planting design. The estimate will be based on the plans and specifications and will be prepared in accordance with the format established by the City. It is assumed that KPFF will provide examples of the most current specifications, estimated quantities and associated costs, bid tabs, and any AutoCAD base files needed to complete the plan set. Assumptions It is assumed that the mitigation planting area will not exceed 1 acre. Permanent irrigation design is not included in this task. Grading design and grading plans are not included in this task. A Temporary Erosion and Sediment Control Plan is not included in this scope. Some erosion control design is anticipated, but any erosion control elements are expected to be minor and be coordinated with KPFF for incorporation into the TESC plan(s) done by others. A Notice of Intent, a Construction Stormwater General Permit and /or a Stormwater Pollution Prevention Plan is not included in this task. The CAD drawings produced will be based on Landau Associates standard in -house format. If specific CAD standards beyond this are needed, that information will be provided to Landau Associates. Deliverables Plans, specifications, and estimated quantities and associated costs for the mitigation planting design each at 60 percent, 90 percent, and 100 percent submittals (up to 3 sheets, 22- x 34 -inch sheets at full size). Items included in each submittal are as follows: Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 23 30 Percent Submittal (conceptual plan as part of Task 6.09) o Preliminary Estimated Quantities and Associated Costs (in Microsoft Excel and /or PDF format). 60 Percent PS&E Submittal: o 60% level plan set (3 sheets in PDF format) o Specification Outline (in Microsoft Word and /or PDF format) o Updated Estimated Quantities and Associated Costs (in Microsoft Excel and /or PDF format) o Response to City 30% Comments (via email or Microsoft Word format) 90 Percent PS&,E Submittal: 0 90% level plan set (3 sheets in PDF format) o Draft Specifications (in Microsoft Word and /or PDF format) o Updated Estimated Quantities and Associated Costs (in Microsoft Excel and /or PDF format) o Response to City 60% PSE Comments (via email or Microsoft Word format) Final PS&E Submittal: Final plan set (3 sheets in PDF format and one signed original full sized set) Final Specifications (in Microsoft Word and /or PDF format) Finalized Estimated Quantities and Associated Costs (in Microsoft Excel and /or PDF format) Response to City 90% PSE comments (via email or Microsoft Word format) Task No. 6.11 Joint Aquatic Resources Permit Application (DARPA) The JARPA will include project specific information including a list of adjacent property owners. This task includes time for coordination and revisions with KPFF, the City and/or agencies, as needed, to provide accurate information on the DARPA, including a narrative of project information. The DARPA will be suitable for submittal to reviewing agencies, including but not limited to WDFW for the Hydraulic Project Approval (HPA), DNR, and the City. Full- or half -size project drawings will be provided with submittal to reviewing agencies. The SEPA threshold determination issued by the City (DNS or mitigated DNS) must be included as part of the submittal package to WDFW. Coordination with reviewing agencies regarding the JARPA is in included in Task 16.01. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 24 Assumptions The project will not include any dredge /fill activity in any waters of the U.S. and will not require a Section 404 permit from the USACE. The Green River is not a navigable waterway subject to regulation under Section 10 of the Rivers Harbor Act. Project plans will include a survey of the OHWM. Deliverables An electronic (Adobe PDF) copy of the draft DARPA for review and approval. An electronic (Adobe PDF) copy of the final JARPA and three paper copies of the final DARPA. Task No. 6.12 Aquatic Lands Easement DNR will require an Application for Authorization to Use State -Owned Aquatic Lands for the bridge crossing over the Green River. Landau Associates will complete the application form and include a copy of the JARPA as a component of the submittal to DNR. Coordination with DNR regarding Application for Authorization to Use State -Owned Aquatic Lands in included in Task 16.01. Assumptions The project will not include any dredge /fill activity in any waters of the U.S. and will not require a Section 404 permit from the USACE. The Green River is not a navigable waterway subject to regulation under Section 10 of the Rivers Harbor Act. Project plans will include a survey of the OHWM. All other agency permits will be included with the application. Deliverables An electronic (MS Word) copy of the draft Application for Authorization to Use State -Owned Aquatic Lands for review and approval. An electronic (Adobe PDF) copy of the final Application for Authorization to Use State -Owned Aquatic Lands. Task 7.0 Project Workshops Task No. 7.01 Internal Team PSE Kick -Off Meeting The team shall meet to discuss the previous work completed on the project and develop an approach to move forward to be shared and discussed in a project kick off meeting with the City. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 25 Task No. 7.02 TSL Review Project Kick Of Meeting The team shall meet with the City to review the work completed for the TSL Study and discuss the preferred alternative being advance through construction documents. Task No. 7.03 Tied Arch Concept Workshop The team shall meet with the City to discuss tied arch concepts. Task No. 7.04 West and East Approach Concept Workshop The team shall meet with the City to discuss approach concepts. Task No. 7.05 Final Concept Selection Workshop The team shall meet with the City to finalize the tied arch and approach concepts. Task No. 7.06 Public Outreach KPFF and LMN shall support the City by attending and supplying the following graphics for a single public outreach meeting. Workshop Graphics o Tied Arch Alternative Sketches West Approach Sketches East Approach Sketches o Connection Detail Sketches o Surface Finish Examples o Color Examples Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 26 Deliverables Preferred Alternative Graphics o (1) One physical Study level model, scale to be determined. o (6) Six "Sketch -Up" quality renderings Attendance at the TSL Review 8s Project Kick -Off Meeting including the creation of the agenda and graphics. Attendance at the Tied Arch Workshop including the creation of the agenda and graphics. Attendance at the West and East Approaches Workshop including the creation of the agenda and graphics. Attendance at the Final Overall Concept Workshop including the creation of the agenda and graphics. Attendance at a one (1) Public Outreach meeting including creation of graphics. Task 8.0 Civil Engineering KPFF shall perform the civil engineering support work necessary to finalize the concept and complete construction documents for the project. Task No. 8.01 Concept Workshops and Preferred Alternative Selection KPFF will assist in the development of approach alternatives for presentation in the workshops outlined in Task No. 7.0. Upon completion of the selection of the preferred alternative, KPFF shall move the following civil engineering tasks forward through complete construction documents. Task No. 8.02 Site Preparation and Demolition KPFF shall identify demolition and other site preparation work necessary for the construction of the pedestrian facility. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 27 Task No. 8.03 Horizontal and Vertical Layout KPFF shall establish a construction horizontal and vertical alignment for the pedestrian trail and bridge based on project control points and benchmarks. This work shall also include design and layout of other related facilities such as ADA ramps, curb ramps, etc, necessary for the pedestrian trail to tie to existing grade and necessary grades established for the pedestrian bridge. This work shall also include design and layout for accommodating vehicular crossing of the pedestrian trail, and design of features to address safety for this issue. Work shall also include rechannelization of Baker Boulevard. to reconfigure the roadway from four lanes to two lanes and bike lanes and parking. Work includes reconstruction of curb returns for curb bulbs for development of parking. KPFF shall develop plans for new vehicular accesses identified within the parking lot circulation study, task 8.08. Task No. 8.04 Grading and Paving KPFF shall develop the necessary typical sections and proposed terrain model, and establish finish grade and grading limits for the improvements. KPFF shall develop cross sections at a 25 -foot interval showing the existing and proposed grades. KPFF will meet with and coordinate with King County Flood District and U.S. Army Corps of Engineers (USACE) personnel to coordinate, protect, and address their concerns with the project and anticipated construction and disturbance within the western Levee of the Green River. (Assume 2 meetings). Assumptions No finish grade contours are included in this work. All grades will be established with the proposed horizontal alignment, vertical alignment, and typical section. Detail sheets are not included in the 30% submittal. City will obtain necessary permits with the (USACE) for abutment work in the Levee. Task No. 8.05 Temporary Erosion and Sedimentation Control KPFF shall prepare temporary erosion control plans and details. Plans will be prepared to a format consistent with the KCSWDM and the City's standard details. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 28 Assumptions Detail sheets will only include special construction. Standard details for the City of Tukwila and /or the Washington State Department of Transportation (WSDOT) will be referenced on the Plans, but will not be included in the plan set detail sheets. Detail sheets are not included in the 30% submittal. General notes are not included in this work. Task No. 8.06 Surface Water KPFF shall prepare a storm drainage technical information report (TIR) following general format of the 2009 King County Surface Water Design Manual (KCSWDM) to identify runoff volumes. TIR shall not address all core requirements for the project improvement. It will, however, address decisions regarding stormwater impacts and verification of existing conveyance capacities. Draft TIR shall be submitted with the 30% design documents. Final TIR will be submitted during the completion of the PSE package, incorporating City comments. KPFF shall also study to find if any areas will be suitable for infiltration of storm water runoff, and integrate infiltration facilities to the extent determined by the City. Storm drainage plans will be developed to show necessary modifications to the existing drainage facilities. Assumptions Water quality facilities will not be required due to the non pollution generating characteristics of pedestrian facilities. Detention is required. The project site currently drains to the Green River. Work includes plans showing storm drainage profiles. Pipe lengths, types, and invert elevations will be shown. Detail sheets will only include special construction. Standard details for the City of Tukwila and /or the Washington State Dept. of Transportation (WSDOT) will be referenced on the Plans, but will not be included in the plan set detail sheets. Detail sheets are not included in the 30% submittal. Terrain model information for off -site runoff assessment will be provided by the City. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 29 Task No. 8.07 Utilities KPFF shall design necessary relocations for City owned or privately owned utilities disturbed by the project. KPFF shall coordinate identification of utility relocations for any franchise utilities being disturbed within public Right of Way (R /W). KPFF shall meet and coordinate with Seattle Public Utilities (SPU) to coordinate, protect, and address their concerns with the project and their existing 60 -inch waterline. (Assume 3 meetings). Assumptions Private utilities shall be located by survey, and are not included within this task. Detail sheets will only include special construction. Standard details for the City of Tukwila and /or the Washington State Department of Transportation (WSDOT) will be referenced on the Plans, but will not be included in the plan set detail sheets. Detail sheets are not included in the 30% submittal. Potholing for determining utility depths is not included in this work. The City will be responsible for coordinating with the utility companies to perform any required potholing. Necessary utility relocations will be shown on the Storm and Utility Plans. Due to the small amount of anticipated work, separate utility plans are not included at this time. Work addresses existing utilities. No new utility construction is currently included in this work. Task No. 8.08 Channelization and Signing KPFF shall design necessary channelization, roadway signing, and striping work for the proposed construction and to address impacts to the existing parking layout on site. Work shall also include a study to identify alternative driveway relocation and internal circulation for Riverview Plaza's parking lot. Work shall also include rechannelization of Baker Boulevard from Andover Park W. to Christensen Road. to change configuration from four lanes to two lanes with bike lanes and parking, per configuration provided and negotiated with the City. This work will also include turning movement assessment for reconstruction of the curb returns. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 30 Assumptions Detail sheets will only include special construction. Standard details for the City of Tukwila and /or the Washington State Dept. of Transportation (WSDOT) will be referenced on the Plans, but will not be included in the plan set detail sheets. Detail sheets are not included in the 30% Design submittal. Pedestrian trail facilities and wayfinding signs are not included in this task. Temporary traffic control and temporary pedestrian route plans are not currently included in this work. City will facilitate coordination of rechannelization of Baker Boulevard with the other City departments. Task No. 8.09 Cost Estimate KPFF shall compile construction quantities for work identified on the Plans. The cost estimate shall be based upon WSDOT Standard Specifications and Standard Item Table. These quantities and costs shall be updated for each submittal and shall include backup documentation for each item quantity. Assumptions City shall provide copies of their latest bid tabulations for recent public works contracts. City shall provide unit cost for easements needed, including acquisition, appraisal, etc. Task No. 8.10 -Specifications KPFF shall compile specifications for civil work. 60% submittal shall be an outline of identified sections within WSDOT Standard Specifications and identified Special Provisions. 90% and 100% shall include all special provisions required for the bid items identified. Assumptions City shall provide all front end documents and Contract Boilerplate for specifications. Deliverables (Electronic and Hard Copies) Anticipated Civil Plan Sheets (Sheet Count: ±23) o Site Preparation (3 sheets) o TESC Plans (2 sheets) o TESC Detail (1 sheet) Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 31 o Roadway Sections (1 sheet) o Plan/Profile sheets (3 sheets) o Paving Detail (1 sheet) o Drainage (3 sheets) o Drainage Detail (1 sheet) o Utility (3 sheets) o Utility Detail (1 sheet) o Channelization and Signing (3 sheets) o Channelization Detail (1 sheet) 30% Submittal o Draft Technical Information Report (Drainage Report) o Site Preparation (3 sheets) o TESC Plans (2 sheets) Roadway Sections (1 sheet) Plan/Profile sheets (3 sheets) Drainage (3 sheets) Utility (3 sheets) o Channelization and Signing (3 sheets) o Preliminary Estimated Quantities and Associated Costs (3 copies) 60 Percent PS&,E Submittal: o Final Basis of Design 0 60% level plan set (3 sets 11x17) o Specification Outline (3 copies) o Updated Estimated Quantities and Associated Costs (3 copies) o Response to City 30% PSE Comments (3 copies) 90 Percent PS&.E Submittal: 0 90% level plan set (3 sets 11x17) o Draft Specifications (3 copies) o Updated Estimated Quantities and Associated Costs (3 copies) o Response to City 60% PSE Comments (3 copies) Final PS&.E Submittal: o Final plan set (3 sets 11x17) o Final Specifications (3 copies) Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 32 Finalized Estimated Quantities and Associated Costs (3 copies) Response to City 90% PSE comments (3 copies) Task 9.0 Structural Engineering KPFF shall perform the structural engineering work. KPFF shall provide structural engineering for the Plans, Specifications, and Estimate (PSE) design phase of the Tukwila Urban Center Pedestrian/ Bicycle Bridge. Task No. 9.01 Basis of Design KPFF shall submit a written basis of design to summarize the design process and criteria. Task No. 9.02 Bridge Design KPFF shall provide structural engineering for the PSE design for the pedestrian bridge. The design shall include the bridge superstructure and foundations from the Green River levee on the river's west side to the triangular property on the river's east side. Components of the bridge design shall include the following items: Deep foundations such as piles or shafts for support of the abutments. West and east abutment substructures Arch design Arch steel pipes Arch connection to the abutments Arch tension ties and tie connections Arch connections Deck superstructure framing Deck slab Deck safety railings Arch suspension hangers and associated connection Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 33 Task No. 9.03 West Approach Ramp Design KPFF shall provide structural engineering for the PSE design of the west landing ramp. The design shall be ADA compliant and include the ramp superstructure and foundations. Components of the west approach ramp design shall include the following items: Approximately 200 feet of ramp structure Four (4) shaft foundations Four (4) concrete columns Structural earth walls Steel superstructure Deck slab Hand railing Task No. 9.04 East Approach Ramp Design KPFF shall provide structural engineering for the PSE design of the east landing ramp. The design shall be ADA compliant and include the ramp superstructure and foundations. Components of the east approach ramp design shall include the following items: Approximately 100 feet of ramp structure Four (3) shaft foundations Four (3) concrete columns Structural earth walls Steel superstructure Deck slab Hand railing Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 34 Task No. 9.05 Miscellaneous Structures KPFF shall provide structural engineering for the PSE design of miscellaneous structures such as way finding signs, retaining walls, etc. Miscellaneous structures shall include the following items: Wayfinding sign supports and foundations Protective structures for existing utilities Structural retaining walls Lighting supports and foundations Deliverables (Electronic and Hard Copies) Anticipated Structural Plan Sheets (Sheet Count: t58): General Notes Abbreviations General Plan Elevation Horizontal Control Plan Construction Sequence (2 Sheets) Foundation Layout o Pile Details West Abutment Plan Elevation West Abutment Details East Abutment Plan Elevation East Abutment Details Superstructure Layout Arch Plan Elevation Arch Sections (2 Sheets) Arch Details (3 Sheets) Arch Tension Ties Arch Tension Tie Details Deck Framing Plan Elevation (2 Sheets) o Deck Framing Plan o Deck Sections (2 Sheets) o Deck Details (2 Sheets) o Arch Connection Details (3 Sheets) o Deck Vertical Support Layout (2 Sheets) Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 35 Deck Vertical Support Sections (2 Sheets) Deck Vertical Support Details (3 Sheets) West Approach Plan Elevation West Approach Foundation Plan 8s Elevation West Approach Superstructure Sections West Approach Superstructure Details (2 Sheets) West Approach Deck Sections West Approach Deck Details (2 Sheets) East Approach Plan 8s Elevation East Approach Foundation Plan 8s Elevation East Approach Superstructure Sections East Approach Superstructure Details (2 Sheets) East Approach Deck Sections East Approach Deck Details (2 Sheets) Main Span Handrail Layout 8s Details (2 Sheets) West Approach Handrail Layout Details East Approach Handrail Layout 8s Details Miscellaneous Structures (2 Sheets) 30 Percent PS&E Submittal: o Draft Basis of Design o 30% level plan set (3 sets 11x17) o Preliminary Estimated Quantities and Associated Costs (3 copies) 60 Percent PS&,E Submittal: o Final Basis of Design o 60% level plan set (3 sets 11x17) o Specification Outline (3 copies) o Updated Estimated Quantities and Associated Costs (3 copies) o Response to City 30% PSE Comments (3 copies) 90 Percent PS&E Submittal: 0 90% level plan set (3 sets— 11x17) o Draft Specifications (3 copies) o Updated Estimated Quantities and Associated Costs (3 copies) o Response to City 60% PSE Comments (3 copies) Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 36 Final PS&E Submittal: Final plan set (3 sets 11x17) Final Specifications (3 copies) Finalized Estimated Quantities and Associated Costs (3 copies) Response to City 90% PSE Comments (3 Copies) Task 10.0 Bridge Aesthetics Collaboration LMN will collaborate with the team on overall bridge approach structure aesthetics, and will provide documentation supporting the PSE effort. Task No. 10.01 Design Development and Coordination (30% PSE) LMN shall submit a written Draft Basis of Design to summarize the architectural design process and criteria, and shall provide design option graphics for design workshops. LMN shall document, in drawings, the Draft Basis of Design for the 30 Percent PS&E Submittal. In addition to Preferred Alternative Graphics included in the deliverables below, LMN shall coordinate the development of presentation renderings. Architectural coordination will be conducted for the following components: Bridge Structure Arch geometry coordination Arch color Arch connections to: Suspension cables Bridge deck West /East abutments Arch ties o Arch -to -arch lateral support Suspension cables Bridge deck Handrail system Light Fixture Coordination Approach Ramps Column treatments Superstructure treatments Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 37 Deck treatments Structural earthwall treatments Handrail system Creation of 30 Percent PS&E Submittal: Draft Basis of Design 30% level plan set (3 sets- 11x17) Task No. 10.02 Design Development and Coordination (60% -100 LMN shall provide architectural design and documentation services for the pedestrian bridge and east and west approaches for the 60, 90, and 100 Percent PS&E Submittals. Work shall include refinement of the Draft Basis of Design, coordinating the architectural design with associated engineering disciplines, construction documentation of the architectural components of the design, and preparation of architectural specifications. Deliverables Workshop Graphics: o Tied Arch Alternative Sketches o West Approach Sketches o East Approach Sketches o Connection Detail Sketches o Surface Finish Examples o Color Examples Preferred Alternative Graphics: o (1) One physical Study level model, scale to be determined. o (6) Six "Sketch -Up" quality renderings. Architectural Plan Sheets (Assume a sheet count of 10 sheets): Codes, Notes And Symbols Enlarged Elevations Enlarged Bridge Sections (2 Sheets) Enlarged Arch Miscellaneous Details (2 Sheets) Lighting/ Electrical Routing Details Enlarged East Approach Sections Enlarged West Approach Sections Bridge Handrail Sections Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 38 60 Percent PS&E Submittal: o Final Basis of Design 0 60% level plan set (3 sets 11x17) o Specification Outline (3 copies) o Response to City 30% PSE Comments (3 copies) 90 Percent PS&E Submittal: o 90% level plan set (3 sets- 11x17) o Draft Specifications (3 copies) o Response to City 60% PSE Comments (3 copies) Final PS&E Submittal: o Final plan set (3 sets 11x17) o Final Specifications (3 copies) o Response to City 90% PSE comments (3 copies) Task 11.0 -Urban Design and Wayrinding Task No. 11.01 Illumination KPG shall provide 30 60 90% and Final PSE for lighting for walkway, bridge approaches, and bridge. Work includes aesthetic fixtures, conduits, wiring and coordination of electrical power connection services with local power company. The Consultant shall evaluate lighting performance throughout the project using the AG132 illumination model. Task No. 11.02 Wayfinding and Furnishings KPG shall provide 30 60 90% and Final PSE for wayfinding signage, and potential pedestrian furniture (i.e. litter receptacles, benches, trail railings (outside of bridge if required), etc.). Area for wayfinding includes Christensen Road at Baker Blvd. east leading to Green River and West Valley Highway to the a designated pathway on the east side of WVH (which also leads to the Tukwila Station). Task No. 11.03 Landscape and Irrigation KPG shall provide 30 60 90% and Final PSE for planting design and irrigation design (including irrigation controller, water source point of connection) Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 39 Task No. 11.04 Walkway Section/ Parking Lot Trail Alignment Studies KPG shall provide 30 60 90% and Final PSE aesthetic details for walkway section (note Civil Engineering by KPFF) and 30 %/60% parking lot layout concepts for trail alignment studies through private property (Christensen Road to Green River Trail (note after alignment has been selected KPFF will provide Civil Engineering of Trail to Final PSE.) Deliverables Trail Alignment Alternatives and Selected Alternative Plan (including conceptual parking lot reconfigurations Anticipated Sheets: West Approach Landscape Plans and Details and Hardscape Details West Approach Enlarged Landscape Plans and Details and Hardscape Details o East Approach Landscape Plans and Details and Hardscape Details o East Approach Enlarged Landscape Plans and Details and Hardscape Details o Trail and Bridge Lighting Plan and Details o Wayfinding Signage /Site Furnishing/ Trail Railings Plan and Details o Survey Basemap in two phases 30 Percent PS &E Submittal: o Draft Basis of Design 0 30% level plan set (3 sets- 11x17) o Preliminary Estimated Quantities and Associated Costs (3 copies) 60 Percent PS &E Submittal: Final Basis of Design 60% level plan set (3 sets 11x17) Specification Outline (3 copies) Updated Estimated Quantities and Associated Costs (3 copies) Response to City 30% PSE Comments (3 copies) 90 Percent PS &E Submittal: 0 90% level plan set (3 sets- 11x17) o Draft Specifications (3 copies) o Updates Estimated Quantities and Associated Costs (3 copies) Response to City 60% PSE Comments (3 copies)Final PS &E Submittal: o Final plan set (3 sets- 11x17) Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 40 Final Specifications (3 copies) Finalized Estimated Quantities and Associated Costs (3 copies) Response to City 90% PSE comments (3 copies) Task 13.0 Signal Design KPG shall provide pedestrian signal design for the crossing of West Valley Highway (SR 181), approximately midway between Strander Blvd. and Longacres Way and signal modifications at the intersection of Andover Park E and Baker Boulevard. This work will include coordination with WSDOT to obtain WSDOT approval. Depending on selection criteria(warrants) the signal could be Pedestrian Hybrid Beacon (Hawk) signal. The location assumes no driveway /street intersection. Also coordination with Tukwila Signal Maintenance Department shall be required at the intersection of Andover Park E and Baker Boulevard. The following additional assumptions were made to provide direction to the design: No property acquisition will be required and the project will be designed within the existing public right -of -way with no additional right -of -way required. Verification of aerial and underground conflicts at signal foundation locations, will be required. Any permitting will be a part of the larger project and not tied to the signal design. Survey will be provided for both sides of WVH and the needed approaches for the intersection of Andover Park E and Baker Boulevard. Electrical connections and potential trenching will be drawn schematically to closet source, unless it is in vicinity of the signal. Geotechnical for the project will be the basis for foundation /pole design. Task 13.01 WSDOT Coordination KPG shall coordinate with WSDOT an approval process for the signal installation, including warrant analysis. Work includes preparing signal plans and specifications for WSDOT review and approval, including final plan and specifications approval for the city records. Task 13.02 Pedestrian Signal Across West Valley Hwy Design KPG shall provide 30 60 90% and Final PSE for pedestrian signal design. Works includes coordinating with the City including any decorative and urban elements for the signal pole design, channelization and signing plans, center Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Supplement #9 Page 41 median/ crosswalk design, etc. Signal design shall meet WSDOT /City of Tukwila standards. Task 13.03 Signal Modifications at Andover Park E and Baker Boulevard KPG shall provide 30 60 90% and Final PSE for Andover Park E and Baker Boulevard intersection signal modifications. Works includes coordinating with the City for temporary video detection installation, junction box loop splicing, channelization and signing plans, etc. Signal design shall meet City of Tukwila standards. Task 14.0 Right -of -Way Services This task will include the preparation of right -of -way plans and legal descriptions. It is assumed at this time that determining property values and conducting land acquisition negotiations is not a part of this scope of work and will be added at a future date as necessary. Task 14.01 Legal Description KPG shall provide legal descriptions and exhibit maps for three parcels. Task 14.02 Right -Of -Way Plan KPG shall provide right -of -way plans including existing right -of -way research and calculations, proposed alignment calculations, including a draft plan. Task 14.03 Title Reports KPG shall order title reports, review reports for legal descriptions and easements. KPG will also obtain legal description for DNR lease, determine ordinary high water line and prepare record of survey per DNR specifications. Task 15.0 Construction Support Services The project team can provide construction support to the City as the project design is completed and the project goes to advertisement and then construction. Tasks could include attending preconstruction meetings, answering contractors' requests for information (RFI), submittal review and site visits. The scope and fee for this task will be determined at a later date. This Page Intentionally Left Blank Exhibit E -1 Consultant Fee Determination Sheet Summary (Lump Sum, Cost Plus Fixed Fee, Cost Per Unit of Work) Project: Tukwila Urban Center, Ped /Bicycle Bridge PSE Direct Salary Cost (DSC): Classification Principal (Structural) Principal (Civil) Project Manager (Structural) Project Manager (Civil) Senior Engineer (Structural) Senior Engineer (Civil) Project Engineer (Civil) Design Engineer II (STR) Design Engineer I (STR) Design Engineer (Civil) CAD Tech (Structural) CAD Tech (Civil) Project Coordinator (CIV) Project Coordinator (STR) Admin Man Hours 112.0 x 34.0 x 606.0 x 683.0 x 1468.0 x 40.0 x 418.0 x 1020.0 x 0.0 x 663.0 x 1326.0 x 668.0 114.0 158.0 0.0 x Rate Cost 7,280.00 2,210.00 36,360.00 34,150.00 66,060.00 2,000.00 17,556.00 40,800.00 0.00 25,194.00 46,410.00 23,380.00 2,508.00 3,160.00 0.00 Overhead (OH Cost including Salary Additives): OH Rate x DSC of Fixed Fee (FF): FF Rate x DSC of Reimbursables: Itemized SubConsultant Costs (See Exhibit G): Grand Total Prepared By: KPFF Consulting Engineers DOT Form 140 -089 EF Exhibit E -1 Revised 06/05 65.00 65.00 60.00 50.00 45.00 50.00 42.00 40.00 40.00 38.00 35.00 35.00 22.00 20.00 18.00 Total DSC 128.46 x 307,068.00 307,068.00 394,459.55 30 x 307,068.00 92,120.40 0.00 573,932.16 1,367,580.11 Date: November 15, 2011 Exhibit G -1 Subconsultant Fee Determination Summary Sheet (Mandatory when Subconsultants are utilized) Project: Tukwila Urban Center, Ped /Bicycle Bridge PSE Sub Consultant: KPG Direct Salary Cost (DSC): Classification Man Hours Senior UD/LA 197.0 X Project Sury 90.0 X Designer LA /Survey 549.0 X CAD Technician 701.0 X Survey Crew 184.0 X Office Admin 0.0 X X X X 64.90 56.56 40.13 31.25 47.66 23.08 Total DSC Overhead (OH Cost including Salary Additives): OH Rate x DSC of 163.1745 x Fixed Fee (FF): FF Rate x DSC of 25 x Reimbursables: Itemized SubConsultant Total Grand Total 70,582.76 70,582.76 Cost 12,785.30 5,090.40 22,031.37 21,906.25 8,769.44 0.00 70,582.76 115,173.07 17,645.69 7,450.00 210,851.52 Prepared By: KPG Date: November 15, 2011 DOT Form 140 -089 EF Exhibit G -1 Revised 01/09 Exhibit G -1 Subconsultant Fee Determination Summary Sheet (Mandatory when Subconsultants are utilized) Project: Tukwila Urban Center, Ped /Bicycle Bridge PSE Sub Consultant: LMN Architects Direct Salary Cost (DSC): Classification Man Hours Partner 156.0 X 72.84 Project Manager 322.0 X 39.42 Project Designer 404.0 X 44.23 Project Architect 378.0 X 34.86 Intern 467.0 X 23.56 Admin 37.0 X 18.75 Specs 68.0 X 39.42 QA /QC 52.0 X 38.42 X Total DSC Overhead (OH Cost including Salary Additives): OH Rate x DSC of 190.47 x Fixed Fee (FF): FF Rate x DSC of 25 %X1 Reimbursables: Itemized SubConsultant Total Grand Total 71,476.95 71,476.95 flag 11,363.04 12,693.24 17,868.92 13,177.08 11,002.52 693.75 2,680.56 1,997.84 71,476.95 136,142.15 17, 869.24 5,000.00 230,488.33 Prepared By: LMN Architects Date: November 15, 2011 DOT Form 140 -089 EF Exhibit G -1 Revised 01/09 Exhibit G -1 Subconsultant Fee Determination Sheet Summary (Mandatory when Subconsulatnats are utilized) Project: Tukwila Urban Center, Ped /Bicycle Bridge PSE Sub Consultant: Landau Associates Direct Salary Cost (DSC): Classification Man Hours Rate Cost Principal 12.0 x 65.00 780.00 Senior Associate 10.0 x 56.00 560.00 Associate 67.0 x 47.00 3,149.00 Senior 350.0 x 40.00 14,000.00 Senior Project 68.0 x 36.00 2,448.00 Project: 104.0 x 32.00 3,328.00 Senior Staff 16.0 x 30.00 480.00 Staff 98.0 x 25.00 2,450.00 Senior CAD 78.0 x 31.00 2,418.00 CAD /GIS Tech 7.0 x 24.00 168.00 Project Coord. 92.0 x 29.00 2,668.00 Support Staff 22.0 x 17.00 374.00 Total DSC 32,823.00 Overhead (OH Cost including Salary Additives): OH Rate x DSC of 200.87 x 32,823.00 65,931.56 Fixed Fee (FF): FF Rate x DSC of 25 x 32,823.00 8,205.75 Reimbursables: Itemized 25,632.00 SubConsultant Total 0.00 Grand Total 132,592.31 Prepared By: Landau Associates Date: November 15, 2011 DOT Form 140 -089 EF Exhibit G -1 Revised 01/09 KPFF Consulting Engineers FEE ESTIMATE: City of Tukwila Tukwila Urban Center, Pedestrian/Bicycle Bridge Page t of 4 KPFF Prime r 'All C6inpenleS Management KPFF Civil KPG Inc. LMN Architects Landau Associates Grand Total Structural Total Feel $517,100.92' I $276,547.03' $210,85L52 "..I $230,488.33 1 $132,592.31 1 $1,367,580.11 Task I SCOPE OF WORK L 10 Project Management and Administration 1.01 Project Schedule 1 $4,962 1 $0 I $0 1 $1,514 1 $0 I $6,476 1.02 Design Team Supplemental Agreements 1 $1,241 1 $0 1 $0 1 $0 1 $0 I $1,241 1.03 Progress Reports i $3,102 1 $0 1 $0 1 $2,202 1 $0 I $5,304 1.04 Invoices 1 $3,102 1 $0 1 $0 $2,202 1 $0 I $5,304 1.05 Team Meetings (Assume 12 meetings 3 City Workshops) 1 $0 1 $0 1 $12,469 1 $11,535 1 $0 1 $24,003 Consultant Meetings w/ City (Assume 12 meeting) 1 $6,513 1 $2,326 1 $D I $0 1 $0 1 $8,839 Consultant Internal Meetings (Assume 12 meeting) 1 $6,513 I $3,102 1 $0 1 $0 1 $0 1 $9.615 Reimbursablesl $0 1 $0 1 $250 1 $0 1 $0 1 $250 s s-• I Ew _,I -;a- Subtotall $25,432 j $5,428 I $(2719 1 $17452 I t0 1 ;61 ,031 1, Design Cdterle Dooumem 2.01 (Design Criteria Draft 1 $3,102 1 $4,094 1 $0 I $0 1 $0 1 $7,196 2.02 `Design Criteria Final I $1,241 I $2,998 I $0 I SO I $0 I $4.239 Reimbursablesl $0 1 $0 I SO 1 $0 I SO I $0 Subtotall $4342 $7092 j $0 $0 l $0 1 $11.434 y,�: 3.0 Topographic and Boundary Survey (KPG KPFF Gviq <s 3.01 Topographic Mapping Phase 1 1 $0 1 $0 1 $18,210 1 $0 1 $0 1 $18,210 3.02 Topographic Mapping Phase 2 1 $0 1 $0 1 $9,967 1 SO 1 $0 1 $9,967 3.03 Survey Base Review 1 $0 1 $4,526 1 $0 1 $0 1 $0 1 $4,528 Reimbursablesl $0 1 $0 1 $3,500 1 $0 1 t0 1 $3,500 Subtotal a u 1 3 <a I aaz,orr 1 av I yu J 4.0 eaouc mce esearo an ecommendauons 4.U1 YIBIO Ezplorelipns anp Leooik ny lestmg SU 1 $U 1 $U 1 SU y4.243 4.02 Geiitechnical Evaluation, Reporting, and Meehng_.s $0 1 $0 1 $U 1 1 1p 1 $10,146 1 $4,243 1 $la1$6 4.03 Review, of Report and Comments 1 $0 I $2,181 1 $0 I 10 1 $0 1 $2,181 RemlbursalNesr 1D 1 $0 1 10 1 $0 1 $14,158 1 $14,155 Subtotal,a S V 1 y I aU a I y16 SOb yJU ltl 5.0 Hydra lcajKPFF CMII 501 Meet whh APencie5 $V $6bab 1 $U 1 $V 1 4U 1 $3515 502 Establ 100 -year Fficd.lain SO 1 13949 1 $0 1 1"0 I to 1 $3,949 5.03 Establish Structural Clearance $0 I $1489 1 $0 I $0 1 $0 I $1,488 Rel.bursibles, 10 I $O 1 10 1 $0 I $0 I y0 Subtotal' a a 3 1 _az...a 1 yu 1 a 1 yU b,yoy rtn ngxmces n au b.61 team, Agency; anp Or&App�lcaa0n Meetings m i $U 1 $U 1 $U 1 $U I 319,186 1 $29,186 6.02 SEPA GheCklist 1 10 1 $2,088 I aU 1 1U 1 $2,956 1 15.D4d 6.03 WSDOT local Programs PCs 1D 1 $1,365 1 10 1 y0 1 }3,594 I 4,980 6.04 Phase l Environmental Site Assessment 1D 1 $0 1 $0 $O 1 $8,434 $8,434 6.05 Biological Assessment/EFH EO 1 $3,701 1 $0 I to I $11,46! 1 1 $1b,16B 6.06 Gulturel Resources Investigation $0 1 $0 1 $0 1 $0 1 11,421 1 3'1.421 6.07 Snoreline Permit $0 I $2.109 I $0 1 $0 1 $7,290 1 19,399 6.08 Wetland/Watenvay D"lmeabon $0 1 $0 1 $0 I $0 i 19,251 1 19,251 6.09 Critical Areas Report $0 1 $3,350 1 bU 1 $0 I $10 514,315 6.10 MAlgellon Construction Documents $0 1 $0 1 $0 1 t0 1 114,061 I 114.061 6.11 JARPA 1U 1 $1,241 1 $0 1 $0 12,389 33,610 6.12 Aquatic Lands Easement 1 $0 1 $U 1 1 10 I $L594 $1,594 Reimbursablesr $u Su I $u 1 So t s11,4lb 1 1 $11,4rb Spblotal a 1 a 4 y 1 a 7.0 Project Workshops 7.01 Internal Team PSE Kick -Of Meeting $2,378 1 $1,034 1 $1,211 1 $1,477 1 $0 1 $6,100 7.02 TSL Review& Project Kick Meeting I $2,378 1 $1,034 1 $1,211 I $1.477 1 $0 1 $6,100 7.03 Tied Arch Concept Workshop 1 $2,895 1 $1,034 1 $748 $1,477 I SO 1 $6,154 Tied Arch Allematives Graphics I $0 1 $0 I $0 I E3 I ,608 s0 I E3,608 7.04 West and East Approach Concept Workshop 1 $2,895 1 $1,034 j $1,211 1 $1.477 1 $0 1 $6,617 West Approach $0 1 $0 I $0 1 $2.419 1 $0 1 $2.419 East Approach 1 $0 j $0 I $0 1 $2.419 I $0 1 $2,419 7.05 Final Concept Selection Workshop $3.618 j $1,034 $1,211 1 $1,477 1 $0 1 $7,340 Connection Detail Sketches 1 $0 1 $0 1 $0 1 $3.014 1 $0 1 $3,014 Surface Finish Examples 1 $0 I $0 1 $0 I $1.737 i $0 1 $1,737 Color Examples I $0 I $0 1 SO $1,737 j SO I $1,737 Study Model Development 1 $0 I $0 1 $0 1 $4,368 $0 I $4,368 Sketch Up Quality Renderings (6) 1 $2,305 1 $0 $2,305 7.06 Public Outreach 1 $3.618 1 $1.034 1 $0 1 $1.477 j SO 1 $6,130 Graphics 1 $0 1 SO 1 $0 1 $12,110 j $0 1 $12,110 Reiinti -blest $0 1 $0 1 $200 I $2.500 1 SO 1 $2,700 SubtotaH 517782 I $6,203 I $5791 1 $45 081 I $0 $74,857 7• 8.0 Civil Engineering 8.01 Concept Workshop and Preferred AK Selection 1 $0 1 $5,479 1 SO 8.02 SKe Prep and Demolition $0 1 $4.342 1 $0 I $0 1 $5.479 8.03 Horizontal and Vertical Layout 1 $0 1 $0 1 $0 1 $0 1 $0 1 $4,342 Route layout 1 $0 1 $1,902 1 $0 j 1 $0 I $0 I $0 1 $0 Horizontal Control 1 $0 1 $1,385 1 $0 I $0 1 $0 1 $0 $0 1 $1902 Ramotransitions $0 1 $2,605 1 $0 1 1 1 $1.385 $2,605 Vertical Alignment 1 $0 1 $1.861 1 $0 1 $0 $0 1 $0 $0 t 1 $1,861 Vehicular Crossing Trail $O 1 $2,686 j $O I SO I $O I $2,688 Rechannel'vaUp Baker St n 1 $0 1 $6.038 1 $0 1 $0 1 $0 1 $6038 Riverview Plaza Driveway Reconstruction 7 $0 1 $6,823 1 $O 1 $O I EO 1 $6,823 8.04 Grading and Paving $0 1 $0 1 $0 1 $0 1 Terrain Model $0 I $2,957 1 $0 1 1 $0 $0 $0 1 $0 Typical Section $0 1 $1,820 1 $0 1 1 SO 1 $0 1 $2,957 1 Coortl with KCFD and USACE s0 1 $2,988 1 $0 I $0 $1.820 8.05 TESC 1 $0 1 $5.211 1 $0 7 1 $0 1 $0 $0 1 $2,988 8.06 Surface Water $0 1 $0 1 $0 1 $0 1 $5,211 TIR Site Drainage $0 1 $8,571 1 s0 1 1 $0 1 $0 $0 1 $0 1 $8,571 r $0 1 $4,197 1 $0 1 $0 1 $0 1 $4,197 Infiltration 1 $0 1 $4,280 1 $0 I $O I $0 I 44,280 8.07 Utilitie 1 $0 1 $0 1 $0 1 $0 1 $0 1 $0 City and Private Relocations 1 $0 1 $2.605 1 $0 1 $0 1 SO 1, 1 $2,605 1 Page t of 4 KPFF Consulting Engineers FEE ESTIMATE: City of Tukwila Tukwila Urban Center, Pedestrian /Bicycle Bridge Page 2 of 4 KPFF Prime PSI Companies Management& KPFF Civil KPG Ine. LMN Architects Landau Associates Grand Total Structural Total 1ee $517,10032 1 $276,547.03 1 $210,85152 I $230,488.33 1 $132,592.31 1 $1,367,580.11 Task I SCOPE OF WORK Franchise Utility Coordination I $0 1 $1,820 1 $0 1 $0 1 $0 1 $1,820 Seattle Public Utility Coordination I $0 I $5.314 1 $0 1 $0 1 $0 1 $5,314 8.08 Channelization and Signing 1 $0 1 $0 1 $0 f $0 1 $0 1 $0 Parking Lot Revisions I $0 I $7,175 I $0 1 $0 1 $0 1 $7,175 Roadway Signing 1 $0 I $196 I $0 1 $0 1 $0 $196 Riverview Plaza Parking Lot Circulation Study 1 80 1 $6,100 I $0 1 $0 1 $0 I $6,100 Rechannelization Baker St 1 $0 1 $4.197 1 $0 1 $0 1 $0 I $4,197 8.09 Cost Estimate 1 $0 1 $0 1 $0 1 $0 1 $0 I $0 30% 1 $0 1 $2,941 1 $0 1 $0 1 $0 I $2,941 60% $O 1 $51030 1 s0 1 $0 1 $0 I $5,030 90% 1 $0 I $3,810 1 $0 1 $0 1 $0 I $3.810 Final I $0 1 $3,642 1 EO $0 1 $0 1 $3,642 8.10 1 $0 1 $0 1 $0 1 $0 1 $0 1 $0 rpeclficatlons 60% Outline 1 $0 1 $1.034 1 $0 1 $0 $0 1 $1,034 90% Special Provisions 1 $0 1 $3,993 1 $0 1 $0 Y $0 1 $3,993 Final Special Provisions 1 $0 1 $3,727 I $0 I $0 1 $0 1 $3,727 8.11 �Ptansheets 1 $0 I $0 I so I $0 1 $0 1 $0 30% 1 $0 1 $0 1 $0 1 $0 1 $0 1 so 1 Site Preoaration(4 sheetsl 1 $0 1 $3,536 1 $o 1 $0 1 $0 1 $3.536 TESC Plans(4 sheets) 1 $0 1 $3.277 1 $0 1 $0 1 $0 1 $3.277 Roadway Sectons(I sheet) I s0 l $2,243 l $0 1 $0 1 $0 1 $2,243 Plan/PrWile Sheets (3 sheets) 1 $0 1 $3,231 1 $0 1 $0 1 $0 1 $3.231 Drainage (4 sheets) $0 1 $4,218 1 $0 1 $0 1 $0 1 $4,218 Utility (3 sheets)- 1 $0 I $1,856 1 $0 1 $0 1 $0 1 $1.856 Channelization and Signing (3 sheets) I $0 1 $3,148 1 $0 $0 1 $0 1 $3,148 QC Review 1 $C I $5,355 1 $0 1 $0 I $C 1 $5.355 1 $0 I $0 I $0 1 $0 I $0 1 $0 '60% $0 1 $0 1 $0 1 $0 1 $0 1 $0 Site Preparation (4 sheets) 1 $0 I $2,884 I $0 I $0 I $0 I $2,884 TESC Plans (4 sheets) 1 $0 I $2.755 1 $0 1 $0 I SO 1 $2,755 TESC Detail (1 sheet) 1 $0 1 $2.362 1 $0 1 $0 1 $0 1 $2,362 Roadway Sections() sheet) I $0 1 $1,768 1 80 1 $0 1 $0 1 $1,768 Plan /Profile Sheets (3 sheets) 1 $0 I $4,016 1 $0 1 $0 1 $0 1 $4,016 Paving Detail() sheet) I $0 I $2,026 1 $0 I $0 I $0 1 $2,026 Drainage J4 sheets) 1 $0 1 $3.701 1 $0 I $0 I $0 1 $3.701 Drainage Detail (I sheet) 1 $0 1 $1,851 1 $0 I $0 I $0 I $1,851 Utility (3 sheetsl 1 $0 1 $1,768 1 $0 1 EO 1 $0 1 $1.768 Utility Detail() sheet) 1 $0 I $1,768 1 $0 I $0 I 10 I 81.168 Channelization and Signing (4 sheets) I $0 I $3,536 1 $0 1 $0 $O 1 $3,536 Channelization Detail() sheen) 1 $0 I $1,639 $0 1 $0 Y $0 1 $1,639 OC Review 1 $0 1 45,717 I $0 1 $0 I $0 1 $5,717 1 80 1 $0 1 $0 I $0 I 80 I $0 90% 1 $0 1 so 1 $0 1 $0 I $0 1 $0 S:- (4 Site sheets) 1 $0 1 $2,393 1 $0 1 s0 I $0 1 $2,393 TESC Plans (4 sheets) 1 $0 I $2,362 1 $0 1 $0 1 $0 1 $2,362 TESC Detail (1 sheet) 1 $0 $1246 I to $0 1 $0 1 $1,246 Roadway Sections 11 sheet) 1 $0 1 $1,639 1 $0 I $0 I $0 1 $1,639 Plan /Profile Sheets(35heets) I s0 1 $3,148 1 $0 I $0 1 $0 1 $3,148 Paving Detail() sheet) 1 $0 I $1.639 1 $0 1 $0 1 s0 I $1,639 Drainage (3 sheets) 1 $0 1 $2,011 1 $0 1 $0 1 $0 I $2,011 Drainage Detail (l sheet) i $0 1 $1,851 1 $0 1 $0 1 $0 I $1,851 utility (3 sheets) 1 $0 1 $1,768 I $0 1 $0 I $0 I $1,768 Utility Detail() sheet) 1 SO I $1,768 1 $0 1 $0 1 s0 1 $1.768 Channelization and Signing (4 sheets) 1 $0 1 $3,536 1 SO I 1 80 1 $3,536 Channelization Detail() sheet) 1 $0 1 $1,639 1 $0 0 1 I $0 1 $1,639 OC Review b0 I 55,2 62 I $0 $0 I $0 I EO I $5.262 1 $0 1 $0 I $0 I $0 1 $0 1 $0 10D% $0 I $0 I 80 I $0 I $0 I $0 1 Site Preparation (4 sheets) 1 $0 I $507 I 80 I 40 I $O I $507 TESC Plans (4 sheets) 1 $O 1 $507 1 $0 1 $0 1 so 1 $507 $703 TESC Detail (1 sheet) 1 s0 I 8703 I $0 I $0 $0 I Roadway Sections() sheet) I $0 t $507 1 $0 1 $0 1 $0 1 $507 1 Plan /Profile Sheets (3 sheets) $0 1 $1,639 1 $0 1 s0 I $0 I $1,639 Paving Detail (I Sheet) 1 $0 1 $1,63g I $0 1 $0 I $0 1 $1,639 Drainage(4 sheets) 1 $0 1 $706 I $0 I $0 I $0 1 $708 Drainage Detail (I sheet) $O 1 $1,416 I 80 1 $0 I $0 $1,416 Utility(3 sheets) 1 $0 1 $1,768 I $0 1 $0 1 $0 I $1,768 Utility Data il(1 sheet) 1 s0 I $1.768 I $0 $0 I $0 1 $1,768 Channelization ar d Sfgning(4 sheets) $0 1 $1,768 1 $0 1 $0 1 $0 1 $1,768 Channelization Detail (1 sheet) 1 $0 I $40S 1 $0 1 $0 1 SO 1 $408 1 $0 1 $1,825 1 $0 1 s0 1 80 1 $1,825 OC Review 1 SO 1 $C 1 $0 1 $0 1 s0 1 $0 Final Bid Set 1 $0 1 s0 I $0 1 $0 1 $0 1 $0 Site Preparation (4 sheets) 1 $0 I $401 1 $0 1 $0 1 s0 1 $0 I $401 1 $310 1 TESC Plans (4 Sheets) I $0 I $310 1 $0 1 $0 $0 I $o I $220 TESC Detail ti sheet) 1 $o 1 $220 1 $O I Y $0 I $0 $220 Roadway Sections() sheet) 1 $0 I $220 1 $0 1 $0 l $O I $401 Plan /Profile Sheets (3 sheets) 1 $0 1 $401 1 $0 $0 I $220 Paving Detail() sheet) $0 I $220 1 $0 I $0 I $0 I $0 1 401 Drainage (4 sheets) 1 SO 1 $401 I $0 I $0 I $349 Drainage Detail (1 sheet) 1 $0 I $349 I $0 1 $0 I $0 1 8530 Utility (3 sheets) 1 80 1 $530 I $0 I $0 $0 I 40 I 4349 Utility Detail() sheet) 1 $0 I $3d9 1 EO $0 1 1 $0 1 $0 I $801 Channelization and SigninP.(4 sheets) $0 I $801 1 1 $0 1 $0 1 $220 Channelization octal%() sheet) $0 1 $220 1 $0 1 $0 I $0 I $1,060 OC Review 80 1 $1,060 1 $0 $0 8D Re b bl $0 I $0 1 I 40 1 O i i 1 Subtotal $0 1 $229287 1 $0 1 $0 1 $0 1 $225287 ....n........ N 1 9.0 Structural Engineering KPFF) 1 $0 I $0 1 $0 I $879 9.01 IBasis of Design $879 1 $0 I $0 1 $0 I $0 1 $0 9.02 `Bridge Design $0 1 s0 1 40 1 $O 5 1 0 1 $20,056 Deep Foundations $20,056 1 80 1 $0 I s0 1 $0 1 $10,028 1 West Abutment $10,028 I $0 1 $0 1 $0 I $0 1 $10,028 I East Abutment t $10,028 I $0 I $0 I $o I $0 1 $15,921 Arch Steel Pipes $15,921 I $0 I $0 1 $0 I $0 I $5,634 Arch Abutment Connections $5,634 I 40 I $0 1 $0 1 $0 I $11,269 Arch Tension Ties $11,269 1 $0 I $0 I $0 1 E5,634 Arch Miscellaneous Connections $5,634 1 $0 I 80 r Page 2 of 4 KPFF Consulting Engineers FEE ESTIMATE: City of Tukwila Tukwila Urban Center, Pedestrian/Bicycle Bridge Page 3 of 4 KPFF Prime All Companies Management KPFF Civil KPG Inc. LMN Architects Landau Associates Grand Total Total Fee 10092 $27654703 1 $210,85152 1 $230486.33 $13259291 1 $1 367 580 11 Task SCOPE OF WORK R,c..,T�e4 _,:3iti6�tt e i'�' ..,:x3 -ti aR.. �z,3.,:: ,.s.._:::�F2l.. zwam� '.i Deck Superstructure Framing 1 $7,702 1 $0 1 $0 1 $0 I 80 $7,702 Deck Slab 1 $7,702 1 $0 1 $0 1 $0 1 $0 I $7,702 Deck Hand Railing I $7,702 1 $0 1 $0 1 $0 1 $0 1 $7,702 Arch Suspension Hangers 1 $20,056 1 $0 1 $0 1 $0 1 $0 1 $20,056 9.03 West Approach Ramp Design 1 $0 1 $0 1 $0 1 $0 1 $0 1 $0 Shaft Foundations 1 $11,269 1 $0 1 $0 1 $0 1 $0 1 $11.269 Concrete Columns 1 $10,028 1 $0 1 $0 1 $0 1 $0 1 $10,028 Structural Earth Walls 1 $10,028 1 $0 1 $0 1 $0 1 $0 1 $10,028 Steel Superstructure t $11,269 1 $0 1 $0 1 $0 1 $0 1 $11,269 Deck Slab 1 $10,028 1 $0 1 $0 1 $0 1 $0 1 $10,028 Hand Railings 1 $10,028 1 $0 1 $0 1 $0 1 $0 1 $10,028 9.04 East Approach Ramp Design 1 $0 1 $0 1 $0 1 $0 1 $0 1 $0 Shaft Foundations 1 $5,634 1 $0 I $0 1 $0 $0 1 $5,634 Concrete Columns $5,634 1, $0 I $0 1 $0 1 $0 1 $5,634 Structural Earth Walls t $5,634 I $0 1 $0 1 $0 1 $0 I $5,634 Steel Superstructure 1 $10,028 1 $0 1 $0 1 $0 1 $0 1 $10,028 Deck Slab 1 $5,634 1 $0 1 $0 1 $0 1 $0 I $5,634 Hand Railings 1 $5,634 1 $0 1 $0 1 $0 1 $0 I $5,634 9.05 Miscellaneous Structures 1 $0 1 $0 1 $0 1 $0 1 1 $0 $0 1 $0 1 $8,167 Wayfinding Sign Supports and Foundations 1 $8,167 1 $0 1 $0 1 $0 Utility Protection Structures 1 $10,028 $0 1 $0 1 $0 1 $0 1 $10,028 Miscellaneous Retaining Walls 1, $8,167 I $0 1 $0 1 $0 1 $0 1 $8,167 Lighting Supports and Foundations 1 $8,167 1 $0 M $0 1 $0 1 $0 1 $8,167 9.06 knticipated Structural Plan Sheets (Shell Count t58) 1 $0 1 $0 1 $0 1 $0 1 $0 1 $0 General Notes and Abbreviations 1 $2,404 1 $0 1 $0 1 $0 1 $0 1 $2,404 General Plan and Elevation 1 $2,946 1 $0 1 $0 1 $0 1 $0 1 $2,946 Horizontal Control Plan 1 $2,946 1 $0 1 $0 1 $0 1 $0 1 $2,946 Construction Sequence (2 Sheets) 1 $5,893 1 $0 1 $0 1 $0 1 $0 1 $5,893 Foundation Layout 1 $2.404 1 $0 1 $0 1 $0 1 $0 1 $2,404 Pile Details 1 $2,404 1 $0 1 $0 1 $0 1 $0 1 $2,404 West Abutment Plan and Elevations 1 $2,946 1 $0 1 $0 1 $0 1 $0 1 $2,946 West Abutment Details 1 $2,404 1 $0 1 $0 1 $0 1 $0 1 $2,404 East Abutment Plan and Elevations 1 $2,946 1 $0 1 $0 1 $0 1 $0 I $2,946 East Abutment Details 1 $2,404 I $0 1 $0 1 $0 1 $0 1 $2.404 Superstructure Layout 1 $2,946 1 $0 1 $0 1 $0 1 $0 1 $2,946 Arch Plan and Elevation 1 $2,946 I $0 1 $0 1 $0 1 $0 1 $2,946 Arch Sections (2 Sheets) 1 $4,807 1 $0 1 $0 1 $0 1 $0 1 $4,807 Arch Details f3 Sheets) 1 $8,839 1 $0 1 $0 1 $0 1 $0 1 $8,839 Arch Tension Ties 1 $2.946 1 $0 1 $0 1 $0 1 $0 1 $2,946 Arch Tension Tie Details 1 $2,946 1 $0 $0 1 $0 1 $0 1 $2,946 Deck Framing Plan and Elevation (2 Sheets) 1 $4,807 1 $0 1 $0 1 $0 1 $0 1 $4,807 Deck Framing Plan 1 $2,946 I $0 1 $0 1 $0 1 $0 1 $2,946 Deck Sections (2 Sheets) 1 $4,807 1 $0 1 $0 1 $0 1 $0 1 $4,807 Deck Details (2 Sheets) 1 $5,893 1 $0 1 $0 1 $0 1 $0 1 $5,893 Arch Connection Details (3 Sheets) 1 $8,839 I $0 1 $0 1 $0 1 $0 1 $8,839 Deck VerbMI Support Layout (2 Sheets) 1 $5,893 1 $0 1 $0 1 $0 1 $0 1 $5,893 Deck Vertical Support Sections (2 Sheets) 1 $5,893 I $0 1 $0 1 $0 1 $0 1 $5,893 Deck Vertical Support Details (2 Sheets) 1 $5,893 1 $0 1 $0 1 $0 1 $0 1 $5,893 West Approach Plan and Elevation 1 $2,946 1 $0 1 $0 1 $0 $0 1 $2,946 West Approach Foundation Plan and Elevation 1 $2,946 1 $0 1 $0 1 $0 I $0 $2,946 West Approach Superstructure Sections 1 $2,946 1 $0 1 $0 1 $0 1 $0 1 $2,946 West Approach Superstructure Details (2 Sheets) 1 $5,893 1 $0 1 $0 1 $0 I $0 1 $5,893 West Approach Deck Sections 1 $2,946 1 $0 1 $0 I $0 I $0 1 $2,946 West Approach Deck Details (2 Sheets) 1 $5,893 1 $0 1 $0 I $0 1 $0 1 $5,893 East Approach Plan and Elevation 1 $2,404 1 $0 1 $0 1 $0 1 $0 1 $2,404 East Approach Foundation Plan and Elevation 1 $2,404 1 $0 1 $0 1 $0 1 $0 1 $2,404 East Approach Superstructure Sections 1 $2,404 1 $0 1 $0 1 $0 I $0 1 $2,404 East Approach Superstructure Details (2 Sheets) 1 $4,807 1 $0 1 $0 I $0 1 $0 1 $4,807 East Approach Deck Sections 1 $2,404 1 $0 1 $0 1 $0 1 $0 1 $2,404 East Approach Deck Details (2 Sheets) I $4,807 I $0 1 $0 I $0 1 $0 1 $4,807 Miscellaneous Structures (2 Sheets) I $5,893 1 $0 1 $0 1 $0 I $0 1 $5,893 9.07 Deliverables I $0 I $0 1 $0 1 $0 1 $0 1 $0 30% PSE Submittal 1 $0 1 $0 1 $0 j $0 1 $0 1 $0 30 %PSE Plan Set 1 $724 1 $0 1 $0 I $0 1 $0 1 $724 Preliminary Estimated Quantities and Costs 1 $2,998 1 $0 1 $0 I $0 1 $0 1 $2,998 30% PSE QA/QC 1 $10,545 1 $0 1 $0 $0 1 $0 1 $10,545 60% PSE Submittal 1 $0 1 $0 1 $0 I $0 1 $0 1 $0 60% PSE Plan Set 1 $724 1 $0 1 $0 1 $0 1 $0 1 $724 Specification Outline 1 $1,137 1 $0 1 $0 1 $0 1 $0 1 $1,137 Updated Quantities and Costs 1 $2,998 1 $0 1 $0 1 $0 1 $0 1 $2,998 Responses to City 30% PSE Comments 1 $672 1 $0 1 $0 1 $0 1 $0 1 $672 60% PSE QA/QC 1 $10,545 1 $0 1 1 $0 1 $0 1 1 1 $0 1 $10,545 1 90% PSE Submittal 1 1 $0 1 $0 1 1 $0 1 $0 1 $0 1 $0 90 %PSEPIan,"t 1 $724 1 $0 1 $0 1 $0 1 $0 1 $724 Draft Specification I $6,410 I $0 I $0 I $0 I $0 I $6,410 Updated Quantities and Costs 1 $3,929 I $0 I $0 1 $0 I $0 I $3,929 Responses to City 60% PSE Comments 1 $672 I $0 1 $0 1 $0 1 $0 1 $672 90% PSE QA/QC 1 $9,201 1 $0 1 $0 1 $0 1 $0 1 $9,201 I I 1 I I 1 Fines PSE Submittal 1 $0 I $0 1 $0 1 $0 1 $0 1 $0 Final PSE Plan Set 1 $724 1 $0 I $0 1 $0 1 $0 1 $724 Final Specification 1 $2,223 I 1 $0 1 $0 1 $0 1 $2,223 Final Quantities and Costs 1 $1,602 1 $0 1 $0 1 $0 1 $0 1 $1,602 Responses to City 90% PSE Comments 1 $207 1 $0 1 $0 1 $0 1 $0 1 $207 Final PSE QA/QC 1 $6.720 1 $0 1 $0 1 $0 1 $0 1 $6,720 Reimbursablesl $0 1 $0 1 $0 1 $0 1 $0 1 $0 Subtotall $469,544 1 $0 1 $0 1 $0 1 $0 1 $469,544 \sl _....�.r%'......aC ..w.ys5. 50.0 Bridge Aesthetics Collaboration (LMN) 10.01 Bridge Structure 1 $0 I $0 1 $0 1 $0 1 $0 1 $0 Arch Geometry 1 $0 1 $0 1 $0 I $19,342 1 $0 1 $19,342 Arch Color I $0 I $0 I $0 I $1,012 1 $0 1 $1,012 Connections Susp Cables 1 $0 I $0 1 $0 I $1,012 1 $O 1 $1,012 Connections Bridge Deck I $0 I $0 I $0 I $1,012 I $0 1 $1,012 Connections Abutments 1 $0 1 $0 1 $0 1 $1,012 I $0 I $1,012 Connections Tied Arch 1 $0 I $0 1 $0 I $1,012 1 $0 1 $1,012 Page 3 of 4 KPFF Consulting Engineers FEE ESTIMATE: City of Tukwila Tukwila Urban Center, Pedestrian /Bicycle Bridge KPFF Prime All Companies Management KPFF Civil KPG Inc. LMN Architects Landau Associates Grand Total Structural Total Feet .$51710092 1 $276.547.03 1 $21085152 1 $23048633 $132592.31'. '1 $L367,580.11 Task I SCOPE OF WORK F" ....t �f ......7.:.r. Fix, .::z.; n. Connections Lateral Support $0 1 $0 1 $0 1� $1.012 I $0 1 $1,012 10.02 Approach Ramps I $0 1 $0 1 $0 1 SO $0 1 $0 Column Treatments 1 $0 1 $0 1 $0 1 $1.012 I $0 1 $1,012 Superstructure Treatments 1 $0 1 $0 1 $0 1 $1,012 1 $0 1 $1,012 Deck Treatments 1 $0 1 $0 1 $0 1 $1,012 1 $0 1 $1,012 E2rthwa11 Treatments 1 $0 1 $0 1 $0 1 $1,012 1 $0 1 $1,012 Handrail System 1 $0 1 $0 1 $0 1 $1,136 1 $0 1 $1,136 10.03 Draft Basis of Design Document 1 $0 1 $0 1 $0 1 $0 1 $0 1 $0 10.04 30% Plan Set 1 $0 1 $0 1 $0 1 $4,482 1 $0 I $4,482 10.05 30% PSE Debrief (with city) I $0 1 $0 1 $0 1 $1,515 1 $0 1 $1,515 10.06 (Architectural Sheets Design 1 $0 1 $0 1 $0 1 $0 1 $0 1 $0 1 Code Sheet 1 $0 1 $0 1 $0 1 $2,292 1 $0 1 $2,292 1 Elevations 1 $0 1 $0 1 $0 1 $4,844 1 $0 1 $4,844 Sections (2 sheets) 1 $0 I $0 1 $0 1 $7.079 1 $0 1 $7,079 Connection Details (2 sheets) 1 $0 1 $0 1 $0 1 $7,079 1 $0 1 $7,079 Lighting Coordination 1 $0 1 $0 1 $0 1 $3,129 1 $0 1 $3,129 111 Approach Sections. East I $0 I $0 I $0 1 $5.054 1 SO 1 $5,054 Approach Becitons, West I $0 I $0 I $0 I $5,054 1 $0 1 $5.054 Handrail Details 1 $0 1 $0 1 $0 1 $5,333 1 $0 1 $5.333 Study Model Development I $0 I s0 1 $0 1 $6,568 1 $0 1 $6,568 10.07 Flna1 Basis of Design Document 1 $0 1 $0 1 $0 1 $0 1 $0 1 $0 10.08160 %Submittal I $0 1 $0 1 $0 1 $0 1 $0 1 $0 1 60% Plan Set 1 $0 I $0 I $0 I $9,446 I $0 I $9,446 Outline Specs I $0 I $0 1 $0 I $7,104 I $0 i $7,104 60% PSE Debrief (with city) 1 $0 1 $0 1 $0 1 $1.955 1 $0 I $1,955 City Comment Review/ Response to 30% 1 SO 1 $0 1 $0 1 $4.708 1 $0 1 $4,708 10.09 90%Submittal 1 $0 1 $0 1 $0 1 $0 1 $0 1 $0 9D%Plan Set 1 $0 1 $0 1 $0 1 $25.870 1 $0 1 $25.870 Draft Specs 1 $0 1 $0 1 $0 1 $8,204 1 $0 1 $8,204 90% PSE Debrief (with city) I $0 1 $0 1 $0 1 $1,397 I $0 1 $1,397 City Comment Review /Response to 60% $0 1 $0 1 $0 1 $5,331 1 $0 1 $5,331 10.10 10D%Submittal $0 1 $0 1 $0 1 $0 1 $0 1 $0 100 Plan Set I $0 I $0 1 $0 1 $10,484 1 $0 1 $10,484 Final Specs 1 $0 I $0 1 $0 1 $3.367 1 $0 1 $3,367 City Comment Review /Response to 9D% 1 $0 1 $0 1 $0 1 $4,567 1 $0 1 $4,567 1 Reimbursablesl $0 I $0 1 $0 I $2,500 1 $0 1 $2.500 1 Subtotal[ $0 I $0 1 $0 1 $167,955 1 $0 .$167,955 All( 1! :rt ....::_..t w 11-0 Urban Design and Way Finding 11.011I1luminatim, 1 $0 1 $0 1 $42,607 1 $0 1 $0 I $42,607 11.02 W3yfirldina, Furnishings &Signal 1 $0 1 $0 1 $13.382 1 $0 1 $0 1 $13,382 11.03 Landscaping and Irrigation 1 $0 1 $0 1 $27,879 1 $0 1 $0 1 $27.879 11.04 Walkway Selection/ Parking Lot Trail Alignment Studies 1 $0 1 $0 1 $17,217 1 $0 1 $0 I $17.217 Reimbursablesl $0 1 $0 1 $500 1 $0 1 $0 1 $500 I Subtotall $0 1 So I $IOi,586 1 $0 1 $0 1 t sp� nA:. h:.: 3us'0w TE, Mtil .1 :,aEla�. <z ,.nd» 12.0 Types, Size, and Location Report (Complete) 1 $0 1 $0 1 $0 1 $0 1 $0 1 $0 I $0 1 $0 1 $0 1 $0 1 $0 1 $0 Reimbursablesl $0 1 $0 1 $0 1 $0 1 $0 1 $0 1�_�_ Subtotall $0 1 $0 $0 1 $0 1 $0 1 Eo 13.0 Signal Design 13.01 WSDOT Coordination 1 $0 1 $0 1 $8.496 1 $0 1 $0 1 $8,496 13.02 Pedestrian Signal Across West valley Highway Design 1 $0 1 $0 1 $21,855 1 $0 1 $0 1 $21,855 13.03 Signal Modifications at Andover Park E Baker Blvd. 1 $0 1 $0 1 $4,283 1 $0 1 $0 1 $4,283 Reimbursablesl $0 1 $0 1 $1,000 1 $0 1 $0 1 $1.000 Subtotal: $0 1 $0 1 $35.634 1 $0 j $0� 1 $35,634 Ds __.ff 1 E:h ...l. au i. e 1., 5:,�_.. .�_I. �t fflz ...:,1_.. 14.0 Right-cf -Way Services 14.01 Legal Description 1 $0 1 $0 1 $1.551 1 $0 1 $0 1 $1,551 14.02 Right-of-Way Plan 1 $0 1 $0 1 $9,776 1 $0 1 $0 1 $9,776 14.03 Title Reports I $0 1 $0 1 $10,119 1 $0 1 $0 1 $10.119 Reimbursablesl $0 1 $0 1 $2,000 1 $0 1 $0 1 $2,000 subtotal) $0 1 $0 1 $23,446 1 $0 1 SO I.. $23,446 15.0 Construction Support Services 1 1 SO I $0 I $0 1 $0 I $0 I $0 I $0 I $0 1 $0 I $0 I $0 I $0 Reimbursabl s1 $0 1 $0 1 $0 1 $0 1 $0 $0 '.yam 7'�'�a�t r_ �;1= R S'�'�°. =�`7� .:�:��»I _.r ..n Subtotall $0 1 $0 1 $0 1 $0 1 $0 1: $0 h Ni R Total I $517,100.92 1 $276,547.03 1 5210.85L52 I R $230,488.33 t $132.592.3 1 I $1.367,580.11 Page 4 of 4 FEE SnWM CitY of TWtwiIS T Urban Candor, padVft" Bridge Task ISCO11 01 WORK LO Pmiem Managomam amdAdimmarnafidn 1*01 Supplemental PIOJ 102 0 Team Supplemental Agreements 103 ftwaas Reports Lo 4 1.0 11-mes 5 Team Meetings fAaaurne MeatmRa 3 C4 Woft'oW C'na.Rara Meetings City 12 meeting) Consonant m Imamal a.ga 12 meeting) Oes V_ Dee a%qan, uran 2.02 aaianC ,ma l. I ama -ndd.a._U._I_o 3.02 T.qanphi, Mp9iq P 2 3.03 Survey ea a. R :.i z' 4.03 �,m aw a m,�m BnZ. L:.,n..Hb 5:02 ...loo-ya.--dipjam 5.03 aNnhS,deaI11I ..Tch..ci,nl P'.j. dmim Whuplier Principal Manage, Engineer Engna-I E,61 25941 E 65.00 I 60.. I 15.00 I 40.00 I 40.00 35.00 1 20.001 18.00 R.imb. 24.0 1 1 1 I 1 24.0 1 4,962.43 4.0 I I I I ]20 I 1,2 OM 0 2 4 E i% 3, 101,52 I 120 1 24:0 1• 3 'OL52 6 MER5.6 -.a- 2,894.75 6.11 JA I 240 240 1 6.0 40 24�O 1 1 3.19 is Subtotal• 0.0 I 100.0 I 49.0 I 0.0 1 0.0 1 0.0 1 84.0 1 0.0 1 1 25.432.46 lol- 2:. roomier o.0 4.0 0.0 0.0 0.0 0.0 s 8.0 So i i 16.0 1 ISIS." S.-I. I O.0 Rai.IduraabI.M:X: I I- -i I I a S,�11 0.0 I "M 1 48.0 _I 0.0 1 0.0 I 48.0 8.0 17.782.05 U. a a SU-1. a o.v nman' _nm 6.02 603 WbM Lba, PrW 4.0 6�04 Phew lr V.hon,nama'W ws 2.3 77.83 6.05 Himogfcai -_.V. 6 .06 L u Ilu o �ndnnma 6.08 Wm,,iAy aa N o 1 09 Ilo I 6 MER5.6 -.a- 2,894.75 6.11 JA I 94j9r. Innus .rna. I 7A Pr J-Workah- 1.01 InUam,t Team nE Kipk-011 Meeting 7 02 ML Project tU&-Off Meeting 7.03 r,.d -h Concept ftrodn.p Tiad Ant MarnaUves GnapN. 7.04 Wen and East App Concept Wfth,p W- Approach E...PproaM 7.05 Final Concept Selection W,,kahop Connection Detail Sketches S,K,m Rmsh E IPIII W" B-p Study ...I -.nt S ket c h Up Q-0 Renderings (a) 7.06 Pubik 0,dra,ch Graphics 9.0 Civil EnOmaemmg Sol pt anop and PrePorrea M Seu-on 8.02 5fta Prep and Demcobdm .03 H,ria I and V d Layaot Route Lap. Hcmmmal Comm) Ramp U.nSftkma Vam.1 Alignmem VahI,mgdTrail Rnn. a.fidm Baker St Rverview a --y R.--U.. 8.04 G,ding and PaNng Terrain M..] TYZI S."" C nd with KUD and U$ACE 905 TESC 8.06 surfadd wa- TIR Sne Drainage InfWalcm B-07 Ud'I" City and Private Relocations F,. -ire Utility Coomin S,,W, Nbik Warty Cdond-man 8.08 Mannt] Skping Parking Lot Revisions Roadway Signing Riverview Plaza Parking Lot Ca..I.fi,m Study ,..h.nnafiz.Wn Bak., St 8.09 Eabma 3 F-I 8.10 Spepfica 6 %OMIma 90% Special Nwision, L _�A s -r s -i -tw Page 1 014 4.0 Rj_ 2.3 77.83 o 4.D 2377.83 N o 1 8.0 Ilo I 2,894.75 1 6.0 2.894.75 I So I 8.0 I 1 I 16.0 3.618.4 8.0 So i i 16.0 1 ISIS." Rai.IduraabI.M:X: I I- I I S,�11 0.0 I "M 1 48.0 _I 0.0 1 0.0 I 48.0 8.0 1 0-0 If If 17.782.05 L _�A s -r s -i -tw Page 1 014 FFEFS M Ctyof Tukwila Tukwila Urban Center, PadesbieNBic d, Bridge Prime MansponOM& Sbucbeel ErlAneering(KPFF) Prins Plain' Senior I Design Design C4D Te[hnician Pry. MumDiier SWmin Manager Engineer Engineer ll EnAnserl Coordinator 2.5846 Task ISCOPEOFWORK I 65.001 S 60.001E 45.001 S 90.00 E OO.00 I S 35.001 E 20.001 2 18.00 Reimb, I Ctmbea Nnomn Final Special Provisions 8.11 Plensheets Site Preparation (4 sheets) 1 S TUC Pans (4 sneers) RoadwaySectionsl3sheeL I I I I I I M"'�_ ..'1 E Man/P:o6le Sheets (3sheetsl Drainage (4 sheets) Utility (35heets) -af (3 sheets) 1 I I I I QCRom liiationentlSigning Qcaeview 1 I I I I I I -`!s Site Sha Prepar C Pans {a sheets) 1 I I I I I I ESC Detail (1 sheet) I 1 I I I 1 S R,,,w y Sectlons (1 sheet) P11n /Prof,), Shee613 sheets) PavingDetail(S she et) 13--g, (4 sheets) S Dramage0euil(lsneeq Utility(3sheets) I .'!S UlllhyDetall(ISheet) Channelizalbn and Signing (4 sheets) cnannel1 ion Detell(1 sheet) 1 I I I I 1 I 1 QC Review 1 Site Moiler. {4 sheets) TESC Pans {4 zheeu) I L'.. '1✓ TFSC Detail Detail (l sheet) 1 I 1 I I I I I 1._'" I E Roadway5ecllons(IShaat) Plan /Prof,], Sheets (3 snee6) Paving Detall(SSheet) Ormnage(3Sheets) DrainageD l(IsheeU Uiility(3shoom) 1 I I j I I I I°""" UGetyOetail(Isheet) channelaetion and Solning(4sheets) Ghannelizabon0elail(Isheet) f QC Review E I 7$$ 1ODx Srte Preparation (4 sheets) 1 I I 1$ •i I TFSC Mans (4 sheets) I I I I I I j$ 1 1 T -I(I Sheet) RoadwaySecllons(ISneeQ Mer/Profle5heets(3aheels) Paving Detail (1sheeU 1 I I I I I I 1 E Weinege(4sheets) I I i I r ��7I Drxinage Detail (1Sheet) T !E Ulllhy (3 snaete) I I I I S S Utnny Detail (lsheeU 1 I I i 1 I i'.. 1S Channeliz anion and Sip {iing(4 shaele) 1 I I I I 1°'; Channei:a ,an Detai](1sheet) QC Review Final 8i,1 Set I She P oparabon (4 sheets) I TESL Mans is sheets) TESC Detail (lsheet) Roadway -t nns (Is set) 1 I 1 I I I Plan /Profle Sheets sheets) I I I I I I I I-'� '"'15 Peving0etad(isneeU 1 I I I I 1 I 1 Dminage 14 sheess) Un inage Detail (1 sheet) 1 I I I I Utility Detail I Sheep 1 I I I I I I f I Channelizab,n and signing l4 sheets) I I I I I I I I 1; "!S Channelizeaon Detail (1 sheet) I I I I I+ S QC Review Reimbursablesi c'_TI. 1_�_' _"^�•1��_ 1 f 1 S SuDmiml 0.0 1 0.0 1 0.0 I 0.0 0.0 D.v I 0.0 1 0.0 1$ 1 S 9.0 Structural EnAneering (KPFF7 9.01 BesbMDaaiAt 1 I 2.0 1 4.0 I 1 I 2.0 9.02 Braga Design Dees foundations i I 16.0 I 80.0 I 80.0 7 1 20,056.50 West Abutment I I 8.0 41D 1 40.0 I I I I IC'".•"F�:1 10.028.25 1 East Abutment I I 8.0 40.0 I 40.0 I j I la tee.,.. -..i S 10.028.25 1 Such SmM Pipes 1 1 16.0 I 80.0 1 a0.0 I I I I 1`.' -_"m 15,92114 Arch --snt Connections 1 I 8.0 1 20.0 20.0 I 1 1 I l 5,634A3 k Tension Ties 1 I 16.0 1 40.0 I 40.0 I I 1�"' l 1 11.268.86 Arch Miscellaneous Connections I I B.0 20.0 1 20.0 I I 1 1' "'7 S 5.634.43 Deck SUperstruMUre Framing_ I I 8.0 I 20.0 1 40.0 1 ],]02.11 I Deck Slab I 8.0 I 20.0 I 40.0 I I I I I" '1 f ].]02.11 Desk Hand Railing 1 8.0 1 20.0 1 40.0 I j I I 1.._� S 7.702.11 Arch Suspension Hangers 1 I 16.0 I 80.0 I 80.0 I I jl:.e� E 20,056. 50 9.03 Wogn sl Appmach Remp Desi S ShahFoundations I I 16.0 1 40.0 40.0 1 I I k 1 5 11,268.86 Concrete Columns I 8.0 I a0 .0 40.0 I I I 1 1 -'1 S 10,028.25 Structural Earth Walls I I 8A I lOX 1 40.0 I I I I I�' `I 10.028.25 Steel 5u0ereo-ure 1 I 16.0 I 40.0 I 40.0 I I I 1 1 -1 S 11,268.86 1 Deck Slab I i 8.0 400 I 400 1 I I 4. _.'1 S 10,028.25 Hand Railings I I 8.0 I 90.0 1 40.0 I I 1 A$ 10.028.25 9.04 EastApip""" M-P ""M Shaft FourM46one 1 8.0 1 20.0 I 20.0 1 I I I I`. _1 5,634.43 Concrete Coumne I I 8.0 1 20.0 1 20.0 I I I 1.,_ >_I S 5,634.13 1 Etrumural Ea1M1 walls i I 8.0 20.0 1 20.0 I I I 1 -'.1 S 5,634.43 Steel SUperswmure I I 8.0 400 I 40.0 S 10.028.25 Dark Slab I I 8.0 20.0 1 20.0 I 1 1 I� 5,634.43 Hand Railings 1 B.0 20.0 1 20.0 I I I'. 'I S 5,63413 905 Miesenaneous5 -has WayfmdingSign Supports and Foundations 1 1 8.0 24.0 I 40.0 I I I 1 s A$ 8.16].34 utility Protest on Sirumures I I B.0 40.0 I 40.0 I 1 I 1- 8 10.028.25 Miscellaneous Retaining Walls 1 1 8.0 1 24.0 40.0 1 1 1 I. I S 8,16].34 LipJ�ting5u -`ls and FOUndatipris I I 8.0 I 24.0 40.0 5 8,16].34 P- MBMpated StucUal Plan Sheets {Sheet -hC a5E) 1 1 1 1 1 1 1 I I '1E G,n,ralNOlesandAbbrevlalipna 1 I 2.0 I 4.0 I I 1 18.0 I I I..... �7:71 2.40368 Page 2 e 4 FEE 0 W M City Tukwila Tukwila Uttan Carafe, Pedastrian/Bi,3de Bndge Pdma'Menlpr nK &SUwbual EVdMa q(KPFF) Projett Samar Design Das ign Fq. Mmm MuhiPf r Principal Manager Engineer EnOneer ll Engineer) CAD Technrtian 2.5846" s` Task SCOPEOFWORK 65.001 f 60.001 E 45.001 S 40.001 E 40.001 S 35.001 20.001 f 18.00 Reimb. I Conben Amwmt General Plan and Elevation 1 2.0 1 4.0 I I I 24.0 1 1i,; :lf j 2,946.44 Honzonial ConVOi Plan 1 2.0 I 4.0 I I 24.0 1 1 fs__ S 2,966.44 Cant don Sat -nde (2 Sheets) 1 I 4.0 8.0 I I I 48.0 I I f; -:l f 5,892.89 1 2.0 I 4.D 1 I I 18.0 S 2.403.68 Foundation layout 1 2.0 1 4.0 I I I 18.0 1 I Nil f 2,403.68 Pile Details 1 2.0 1 4.0 I I 1 24.0 I I 2.946.44 West Abutment Ran and Elevations 1 4.0 I I I 18.0 2,03.68 West Abutment Details I 2.0 I 2.0 1 4.0 I I I 24.0 f 2,946.44 Ea n Abutmem PlananEElevations I I 2.0 1 4.0 I I 1 18.0 I I R f 2.403.68 neetails East Abubm D I 2.0 4.0 I 1 1 24.0 1 1 15 2,946," S. .-,a layout 1 I 2.0 1 4.0 I 1 I 24.0 I G...._; -A s 2,946.44 Aron Fan and Elevation y I 4.0 I 8.0 I I I 36.0 1 I f =A i 4,807.36 loch Saddons(25hee15) 1 6.0 I 120 I I 1 72.0 1 e:::7f 8.839.33 Arch Demlls(35haets) I 2.0 I 4.0 1 I 1 24.0 1 I E 2,946.44 Non Tension Ties I 2.0 I 4.0 1 I 1 24.0 I I K_._ 2.946.44 Aron Tension Tie Details k 4.0 B.0 I I r 360 I r r._ ��E 4,80].36 Deck Framing Plan and Elevation l2 Shel%i Deck Framing Plan 1 2.0 I 4.0 1 I I I 24.0 I 36.0 I I 1 1'�°'_;;_ S L_ S 2.966.44 4,807.36 Deck Sections(25heets) Deck Datails l2 Shawl I 1 4.0 1 1 1 4.0 1 8.0 1 I 8.0 1 I 1 48.0 I L.,.•_ f 5,892.89 Mon Connection Details(3Sheets) I 6.0 1 12.0 1 I I 72.0 1 1 :;`1f 8,839.33 Dack Verb cal Support LaW,,t(2 Sneers) I I 4I 8.0 I I I 48.0 1 I E 5,892.89 Dark VeNral Sup port Sotlonsl2Sh. -t 1 CO 4. 1 8.0 I I I 48.0 I 1 5.892.89 Deck Vertical Support Detarls (2 Sheets) I 4.0 1 8.0 1 I I 48.0 1 1:,: 1 __;=F 5,892.89 2.946.44 West m= an antl EI-Wn 1 I 2.0 1 4.0 1 I 1 24.D I 1 E" .Ef Wen Approaon Foundation Fan and Elevation I 20 0.0 I I 24.0 1 1 E" s 2,946.44 Wen Approach SUpersbwture Sections I 2.0 4.0 I I 24.0 1 I b..: -:.z� S !...••a- 2,946.44 5,892.89 West Apmach SupersVUnure Dennis(25heets) West Approach Deck Sections I I 4.0 I 2.0 8.0 I 1 4. 0 I I 48.0 1 24.0 1 1 I .a -i-.IS f' E 2,946.44 Wen Appro'dn Deck Detarl5(25heets) 1 4.0 1 8.0 I I 48.0 1 1 4' S 1 5.892.89 Ean Approach Fan anCElevation I 1 2.0 I 4.0 1 1 I 18.0 1 1 15 2,403.68 East Approach Foundation Plan and Elevation I 2.0 I 60 1, T r iq.0 I 1 y s: 1 ��1 f 2,403.68 2,403.68 Ees[Approach SUcerstlutture sections 1 I 2.0 I 4.0 7 I 1 18.0 per- Earl Approach SuM- -ure Oetails125Me61 1 1 4.0 1 8.0 1 I I 36.0 I I F 1 f 4,807.36 East Approach Deck Semioos 2.0 I 4.0 I 1 I t..0 I I 2,403.68 Een ApproeonDech Oetar1512 Sheets) 4.0 I 8.0 I r r 36.0 7 T S E 4,80].36 5.892.89 Mecelleneous S- ures(2 Streets) I 1 4.0 I I I 9.0 I 1 I I 48.0 I I R._ -L- P' E 9.07 Daliserebles 30%PSESubmMal 1 1 I I I I 1 _._d f 30% ME Fan Set 1 I 1 1 8.0 f 723.69 Preliminary Estimadod Quanthiesand Casts I 24.0 I I 4.0 1 f:�'_ S f 2,998.14 10.545.17 30% ME QA/QC 1 32.0 I 24.D 1 1 1 1 16.0 1 I L4 ,y�. 60%PSESUbmhtal 60%PSE Fan Set 1 I I 1 8.0 1 I ']f 723.69 Specification OWine 1 8.0 I 1 I 4.0 1 f 1.137.22 es and C Updaletl QuanW sts 1 I 24.0 I 1 1 I 4.0 I Y,:'.._ f 2,998.14 Rnses W City 30% ME Comments espo I 4.0 I 1 I 4.0 I S f 672.00 60% ME QA/QC 1 320 I 24.0 I 1 1 tit 15 10.545.17 1 I I I 1 I I >;:-A ME Sr,morda 90% Fan Bet 1 I 1 I 1 I 8.0 I 1 f ]23.69 Draft Specifioinbon I I 48.0 I 1 I I 16.0 I f` f 6,409.81 Updated QuanWaa and Costs 1 I 1 32.0 I 1 I 1 4.0 1 s 3,928.59 Responsesto City 60% ME Comments 1 1 1 4.0 1 I I, I 4.0 1 lf 672.00 90%PSE QA/QC 1 24.0 I 24.0 1 I I I 16.0 I I k: -y�E 9,20L18 L I I f Fna1PBESUbmital 1 1 I I I I I I a '.�c: +:lf Fnel PSE Plen Sel 1 I I I I 8.0 I I 1 E 723.69 F." Sp ati ecificon I I 1 12.0 I I I 1 16.0 I 2,222.]6 Rmi Quamrties and Cosh 1 I 1 12.0 I I I I 4.0 I k, a S 1,602.45 Responses W City 90 %PSE Comments 1 I I I 1 I 1 d.0 I 1,.�. 1f 206.77 Final ME QZQC 24.0 L 80 I I I 160 1 I F 6,719.96 Peimbursawes' v+�� S f BubWa11 1120 1 4540 1 13400 1 1020.0 I 0.0 I 12780 I 66.0 I 00 1 S 1 f 469,544.28 10.0 Brim Aesmetio --.an(LAIN) 10.01 eritlga SaupWte 1 I I I I I I Y y7S I Arch Ga.," I I I I I I C `j1 I Nch Color I I I I I I -'l A s Donneobons sysp cables Y-A$ C n,tions Badge Deck I 1 1 I 1 I f co in"Ons Abmmant4 connections -red Aren I I I I 1 I I I $s Ommaotions lateral SuPPOrt 10.02 4yproaciM Ramps I I I 1 I k. a .y Cmpmn Treama ma SupersVUCYUre TresVnenis Deck Treatments U-11 Treabments Handrail System 10.03 Dreg Base of Design D nmrmt 10.0" 3 Firm Sat 10.05 30%PSE Debrief (with riot 10.N ArtlrhxWml Sheets Design Code Sheet Elevations Sa- (2 sheets) Can Details (2 sheets) Lighting Coordination ,,roach Sections, East Approach Sachorls, West Handrail Details Stutly ModelD Iopment 10.07 Fnal Basks of Daslgn Dwavmem 10.08 BO %Zorrdda 60% Fan Set 00ine spa. 60 %PBE ceonaf (wiN ty) City Comment Review/ Response to 30% 10.09 90%SubmRwl 90 %Fan Set Draft Specs 90%PSE Debrief (wkrh city) City C mein Renew/ Response to 60% 10.10 100 %SUbmianl 100 Plan Set Fnal Specs -„�.A s t �f Af f I I$ Page 3 of 4 FEEMMAM CqoMWla T,Wto Urban Carder. Peclaabnan/BkWe 8ndge Prime W.9-at Structural En gnaafift(Kffrl P-j Senior Design Design Design .0,1wr Principal .-I Inj- I ng� r 11 1 E nrj-, IM 1-�,vmn C-dinatn' I I 2.5846 `Task SCOPE OF WORK I E 65.001 6 60 S 45.001 S 4D.00 1 40.W 1 S 35-0 20.00 Is M,00 Ralb. I Cn.- an-rt City Comment Review Response In 9DX Reimb-WeA S.b=ll 0.0 1 0.0 1 00 0.0 I 0.0 I 0.0 I 0.0 I 0.0 (s is 1 O Urban Desipa and Way Finding 11.01 u 11.02 Wayf,.,YnL F-Min, Signal 03 d ...,tng.ndnnaalon 11.04 W a lk way Seledim/PaMing Lt T,,it k,gnment Stvdim sub ll 0.0 1 0.0 1 0 1 0.0 1 0.0 1 0.0 0.0 0. 0 1 s A p 11 1 120 T-, Site. and La on RepW (W-letel Reimbvmabla,:f',.. subtaall 00 0-0 1 0.0 0.0 1 0.0 0.� 0 0.0 s LL- 13.0 Signal Design 13. WSDOT G rd,nlflnl 13.12 Pedlen- Sil.' W- -1 ftlway -i, 13.0 Signal M nd lf-fi- al Ando Park E Baker SNd. Reilb.r,.ble,: I subt ll 0.0 1 0.0 I 0 1 0.0 0.0 1 0.0 0.0 I 0.0 14'0 RUM�df Way S"' 14.0 IL.Pl D-ri,b .n 1402�RipjnWWay s 14 03 Title RIMM s Reill, s S.bMall 0.0 1 0.0 1 0 I 0.0 1 0.0 1 0.0 1 0.0 1 0.0 1 Is 15.0 Cons Wnn Sap -1 Sam- -bu-blal- --7-1-7--:_ If bunal- 0.0 1 0.0 1 0.0 1 0.0 1 0.0 1 0.0 I OR 1 0.0 1 Taa MourE Lzo 606.0 2468.0 1020.0 0.0 0262 158.0 0.0 517.100.92 517.100.92 Pap 4 nf A FEE ESTIMATE City of Tukwila Tukwila Urban Canter, PedestdarVBicyde Bridge ?Cvg E!l g(KPFO Prole. Sens Projacl Design 1 r CAD Techninan P li.r n 1 MuRp Admi I Principal pa M ge E B' er Engines Ergs Coortl m 1-1141 r I Task ISWPEOFWORK f 65001E SO 001 f SO OOI E 42001E 3800 E 35001E 22001 E 1800 R smb. I Contract Amount 149 ry Stn' SET'.;Ga"..'f l,4N .,.n'li s S;.ai, l:,Y;- "ne=',�"'iF x ,k ^g 3'.- a- ,�,..g r o kO...a,. 4 4 44? 'nyaww 10 Pmleo[Managemmrtend Administration 1.01 Prole &Schedule 1.02 Design Team Supplemental Agreements 103 (Progress Reports 104 Invoices 1 I I I 1 I 1 1 I I I I I I E E 105 Team Meetings (Assume 12 meetings 3 C4W Workshops) 1 I I 1 I I I I S Consultant Meetings w/ City (Assume U meedng) 1 1 18.0 I I I I I itY:._._ e- IE 2,326.14 Consonant Internal Meetings (Assume 12 meebag) 1 1 24.0 1 I 1 I I R" "=`�I E 3,101.52 Reimbursablesi J k..g o�_ i Syr J E A Subtotal l 0.0 1 42.0 1 0.0 1 0.0 I 0.0 I 0.0 1 0.0 1 OA 1 E 1$ 5,427.66 1 20 Criteria Dr R 8.0 I l�.�m E 4,094.01' N i gn 2.01 Oesip/s Criteria Draft 2.02 1 Design Crams Final 24.0 1 B.0 I I I 1 8.0 I 16.0 40 I K'' E 2,998.14 Re imbursablesl :.i i i .:ice" .e ''r.,a,�- l I 00 1 160 00 1 400 1 00 1 OO i Stotal) ub ]20 I OA I E I E 7 09214 7092141 3`. p3. 1' y+ 4.:} �R� .'11'[x�.`5�z�i3*�;TQ'�d6'�' %aG 4nn:[aasr- rum,. j Ee 3 rh#`: i' r t 3:.' ::.4�1m$"vkm.�+,_� 3.0 Topographic and Boundary Survey(KPG 8, KPFF CMII 3.01 (Topographic Mapping Phase) 1 I I I 1 I I 1'' l$ 3.02 g Ph-2 1 I I I I I I I 1.. !f iTopographicMappin 3.03 Survey Base Review 1 1 160 1 1 160 I I 60 I Rembursables" ice„ -i _.a.. wLL ...a f- 4 R j I P "IE ..r.rl- E 1 4528.221 1 I Subtotal 1 00 I 160 I 00 I 160 I 00 I 810 I 00 I 0.0 1 E 4,528.221 4A Geotach kal Resesmb and Rerommendations 4.01 Feld Expl Bons and Laboratory Testing 1 I I I I I 1 I L -JE 4 02 Ge tech 1 Evaluabon Rep ,Ung end Meetings 1 I I I I I I I %X31 S 4.03 Review of Report and Comments 1 I 16.0 I I I I I 1 1 2.0 I f_-.- -f 2,18140 ReimbursabiesF� _�1� -6 ate_ E I E Subtotal l 0.0 I 16.0 I 0.0 1 0.0 I 0.0 1 0.0 I 20 I 0.0 1 E is 2.18140 5.0 Hydmu66(KPFFCM) 5.01 Meetwith Ager- 1 1 16.0 I I I I 1fi.0 1 I es' ti =i1 S 3,515.061 5.02 Establish 100yaar Floodplain I 16.0 I I 4.0 I I 16.0 I I `.J_` v 3,949.27 5.03 Establish SUUCturai 0earance I 8.0 1 I I I I B.0 I II�. -1�'� J 1,488.73 Heimbursables i Vi t 4k. 1 I I I 1 Subtotal: 0.0 I to.0 1 0.0 1 4.0 1 0.0 I 32.0 1 8.0 1 0.0 is 1 S 8,953.051 t'�t�'£+"..L�_' .....vt.+I:Ft`uk"'�.c �'�>�:an2�tx�.l: s� #t�.E�'.A'`�_� Y`:'s:.l,. Rix' C,, 2s-°. r'.,&. S'k�'21�'v�2'.ti31:T:a�s'�`.��Y �:}'`��•LFh�;k�;�( 6.0 Emlmnmerdal and PmmKtlng Services (landau KPFF CidO 6.01 Team, Agency, and Pre -Application Meetings I I I I I I I I F:-' S 1 6.02 SEPA Checklist I 4.0 I I 16.0 I I I .c E 2,088.36 6.03 WSDOT local Programs ECS I I 4.0 I I 8.0 I I I I k`.:_= "1 1385.35 6.04 Phase l Environmental Site Assessment I I I I I I I I I =°"1 6.05 Biological AssessmenVEFH 1 1 4.0 I I 16.0 1 I 16.0 1 I n tj f 3.70115 6.06 Cultural Resources Investigation I I I I I I 1 I g- =.JS 6.07 Shoreline Permit I 1 4.0 I 1 8.0 I I 8.0 1 I g.. �"L/ S 2,109.03 6.08 Wetand/Waterway Delineation I I I I I I I I ":L 3:' _'�,',JE 6.09 C,,,wl Areas Report 16.0 I I E 3.349.64 6.10 mibp,- Construction Documents f 6.11 DARPA I I 4.0 1 I I I 8.0 1 I E 1240.61 6.12 Aquatic Lands Easement 1 I I I I I I i i. -a Reimbursables4 """'C.._ •�_aI _ter S is Subtotal; 00 1 280 I 00 I 40.0 I 160 I 480 I 00 1 OA I E is 13874131 ti; Y+, 1;' "".".RC„SiS`3 ..`i4a` §-4 hS! .a._.: .`m"3 §#4..?4?f [:L:+3..,`r,.�k''ti.xl "`...as;c. 6:.'.T"'e§"4iL3`.,:5''ra`&I:il 7.0 Protect WOdshops 7.01 Internal Team PSE KIck-Off Meeting 1 1 8.0 E 1033.84 7.02 TSL Review Project Kick-Off Meeting I I 8.0 I I 1 I I II S 1,033.84 7.03 Tred Arch Contact WmkshoP 1 I 8.0 I I I I I 1,033.84 Tied Arch Altsmatzves Graphics I I I I I I i i I p E 7.04 West and East Approach Concept Workshop I I 8.0 I I I 1 I I S 1033.841 West Approach I I 1 I I I I I k -A E I I East ApvroaM 1 f 1 7.05 1Final Concept Selection Workshop 1 1 8.0 I I I I I I f 1033.84 I Connection Detail Sketches 1 I I I I I I I E, -:'-I S Surf ace Finish Ezzmples 1 I I I I I I 4.`.: "sV--' 1 Colo, a:mplas StudyMdelDevelopment I I I I I I I £'-'^f SketchUpOualily Renderings (6) 7.06 Public OuankM 1 I 8.0 1 I I I I I 1E 1 1033.84 Graphics I I I I I I K f'' =I f 1 Reimbursablsst r =--7 7 f y I 1 f 1 1 I Subtotull 0.0 I 48.0 1 0.0 1 0.0 1 0.0 0.0 1 0.0 I 0.0 1 is 6.203.04 e�' fYfY` SiC#, �3:' h^`. s HY�L? :'22#`�'ie,"s tx' a,• da, w,. es..,. S 'a"�sR.3�x.55 TaP�,�R ,._.�.5.. 8.0 0Ml Englneedng 8.01 Concept Workshop and Pr4fahad Aft Selection 1 I 16.0 I I 16.0 1 I 16.0 I 4.0 1 ;j E 5,479.35 8.02 She Prep and Demolition 1 I 8.0 I I 16.0 I 16.0 I I I.- "'.~•'.c''IS 4,342.13 8.03 Horizontal and Vertical layout 1 I I I I I I s Route Layout I I 8.0 1 I 8.0 I I I I 'a:i.=1 S 1,902.27 Horimntal Control 1 I 4.0 I 1 8.0 I I I I 4.a;:ZL' 5 1,385.35 Ramp Uansitivns 1 I 8.0 I I I 16.0 I I I s..l E 2,605.28 t Vertical Alignment I I B.0 I 1 40 1 4.0 I I I -1 E 1,860.911 Vehicular Cmazingof Trail I 1 8.0 1 I 8.0 I BO, I I I -`'J$ 2,687.98 Rechanneliration Baker St 1 I 16.0 1 1 16.0 I 8.0 1 16.0 I I T 6.037.63 Rive Plaza Driveway Reconatallon I I 16.0 1 I 16.0 1 16.0 I 16.0 1 I .,T._. f 6,823.34 8.04 Gradiagand Paving I I I I Tea in Model I 1 4.0 1 8.0 I 160 I I I 4, E 2,956.78 Typical SeNonI I 8.0 1 1 8.0 I I I c':a S 1819.56 Comd with KCFD and USACE I I 16.0 1 1 2.0 1 8.0 I I`.,Y._ E 2,987.80 8.05 TESC 1 I 16.0 1 I I 32.0 1 I I 1E'._=- ts'P -I S 5,210.55 8.06 Surface Water 1 I I I I °m A S TIR I 4.0 I 16.0 1 32.0 I I 16.0 16.0 I 1'.. �'1 S 8,570.53 Site Drainage I I 16.0 I 16.0 1 4.0 I I I I�' 'I E 4,197.39 Infltratirm I s s 8.0 I 16.0 I 8.0 8.0 E 4,280.10 6.07 utii... I I I I I I I I J E City and Private Relocations I I 8.0 1 I 16.0 1 I I k`'- �.<..,:em S 2,605.281 Franchise Licitly Coordination 1 I 8.0 1 I I 8.0 I 1" F�;." 1,819.561 Page 1 of 4 FEE ESTIMATE Ciy of T.WI. Tukwila Urban Center, Pedeslrian/Birytle Bridge CN'I Ffjitnearing(KPFFQ I ProjeIX Senior Project Design Pro'. I Multiplier Prinupel Manager Engineer Engineer CAD Engineer Tecnnician Atlmin Coordi aler ISCOPEOF IJ I 2.5846 Task WORK I 65.00 I 50.00 I 50.001 E 42.00 I 38.001$ 35.001$ 22.00 I 18.001 Reimb. I CetltractAmount Seattle Public Utility COOrdinatJon I 1 16.0 1 1 16.0 I 16.0 I 4.0 5,313.941 8.08 Channelizadonand Signing I I I I I I 1 f I Parking Lot Revisions I 16.0 1 16.0 I 32.0 1 I 40 7,174.851 Roadway Signing I 1 2.0 I I I I'' 'g' -j f 196.43 Rivemew Plaza Parking Lot Q-1abon Study I 16.0 I 16.0 16.0 1 8.0 I I 7 6.099.66 Rechannel -bon Baker St I 8.0 I 8.0 I 16.0 1 8.0 I I I'_ '1$ 4.197.39 B.D9 Dolt EStimma I I I I 30% 1 2.0 1 8.0 I I 1 16.0 I I I 1'.�':�'7 .1 2,941.27 60% 1 20 12.0 I I I 32.0 I I 1....; "''J $1 5,029.63 90% 1 2.0 8.0 I I 8.0 1 16.0 E 3,809.701 Final 1 10 1 8.0 I 8.0 I 16.0 1 3,641701 8.10 Specmeations 1 I I -1 1 60 %Outline I 8.0 I I 1 ",1S 1.033.841 90 %Special Provisions 1 1.0 16.0 I 12.0 I 8.0 1 '"":1 3.993.21 I Final Spatial Provisions 1 2.0 1 16.0 1 1 80 I 8.0 I IS 3.726.991 8.11 Plansheets I I I I ,;I Site Preparation (4 sheets) 1 4.0 I I I 16.0 I 16.0 I I, ":`vj$ 3.535.73 TESL Plans (4 sheets) 1 i 2.0 1 1 160 16.0 I I 3,277.27 1 Roadway Sections (1 sheet) 1 I 4.0 I I 2.0 8.0 I 8.0 W..,..." I E 2,243.43 Plan /Profile Sneers (3 sneers) 1 1.0 I I B.0 I 8.0 I 16.0 1 I 1!. I 3,230.75 Drainage 14 sheets) 16.0 I I 16.0 I II, 1 4,218.07 Utility (3 sheets) I I 1.0 I 2.0 I 8.0 I 8.0 I I li, ='�I E 1,855.74 Cnannelrzation and Signing(3 sheets) I I 1.0 I I 16.0 1 16.0 I I f �IE 3.148.04 QC Review 1 8.0 1 16.0 1 8.0 I I I 16.0 -_T_-1 5.355.29 I I I I I I I Site Preparation (4 she..) 1 2.0 1 I 12.0 I 160 I 1 1- T I E 2.784.41 TESC Plans (4 sheets) 1 1.0 I I 12.0 I 16.0 I 1` I S 2,755.18 TESC petal) (1 sheet) I 1.0 1 I I 80 I 16.0 2.362.32 Roadway Sections() sheet) I 2.0 1 I 8.0 8.0 I I'_- .1 E 1,]67.81 Plan /Profile Sheets(3 sheets) 1 1.0 1 1 8.0 I 16,0 1 16.0 1 I I"'"'" "'r�E 4,016.47 Paving Detail (1 sheeU Drainage (4 sheets) 1 I I 4.0 1 I 4.0 8.0 I 8.0 1 1. j E 2,026.33 Drainage Detan(lsh..0 1 I 1 I 2.0 1 I 16.0 8.0 I 16.0 I 8.0 I I I' f 1' -1 S 3,701.15 1. 850.57 UUlity(3 sheets) 1 I 2.0 I I 8.0 8.0 I I I, S 1.767.87 UUlily Derail (1 1 1 2.0 1 8.0 1 8.0 j I .1 1.767.87 I Ch.- shmtion and Signing(4 sheets) 1 1 4.0 I 1 16.0 1 16.0 I I 1 I 3,535.73 I Channelizatlon Detail() sheet) 1 I 10 I 8.0 I 80 1.638.64 1 QC Review 1 4.0 1 16.0 16.0 1 I I 160 I 1 1E 5,]1].14 -1$ I 90% I I I I I I 1 1 S 1 1 Site Pmpazabe,(4 sheets) I 1.0 I I I 12.0 I 12.0 I 1 2.393.341 1 TESC Plans (4 sheets) 1 10 1 1 8.0 I 16.0 1 I I 7 2,362.32 IJ TESC Detail (1 sheet) 1 10 I 4.0 1 8.0 I I 1 1$ 1,245.78 1 Roadway SeN4ns (l sheet) 1 1 1.0 1 I 8.0 1 8.0 I 1 a 1 S 1,638.64 1 1 Plan /Profile Sheets(3 sheets) j 1.0 I I 16.0 16.0 I Is -ae;s I 3.148.04 1 Paving Detail (l sheet) 1 1.0 I 8.0 1 8.0 I 1 In -1 1.638.64 1 Drainage (3 sheets) I I 1.0 I I 4.0 I 16.0 "1 2.010.821 Drainage Detail (l sheet) I 2.D I 8.0 1 8.0 I I 4 .'.l$ 1850.571 Utility (3 sheets) I 1 2.0 1 1 1 8.0 1 8.0 11 1.76 7,871 1 Why Oetall(I sheet) I 2.0 I I 8.0 1 8.0 I I II 7 1 i41 t 1,767.87 Chanaelizatian and Signinp,(4 sheets) I 4. 0 I I 16.0 I Ifi I 1 1 I 35.73 ,53 Channelizatlon Detad (1 sheet) 1 1.0 I I I 8.0 I 8.0 0 1 1 I '1 t 1,638.64 QC Review 1 4.0 I 16.0 1 16.0 I I I 8.0 I •T -^:]S 5,262.25 Site Preparation (4 sneers) 1 1 1.0 1 2.0 1 2.0 I' E 506.58 TESC Plans (4 sheets) 1 1 1.0 I I 2.0 1 20 1 I I 1$ 506.58 TESC Detail (1 sheet) 1 1 1.0 I I 4.0 1 2.0 1 1''' J 703.011 Roadway Sections() sheet) I I 1.0 I I 2.0 1 2.0 1 I 1.....• -1 506.581 Plan /Profile Sheets (3 sheets) I 1.0 I I 8.0 8.0 I I I, -1S 1,638.64 Paving DOW (I sheet) I 10 1 1 8.0 I 8.0 I I I -`--1E 1,638.64 Drainage(4sheets1 I 1.0 I I 2.0 I 1 4.0 I I I ,1 b 708.18 Drainage Detail(lshnh 1 1 2.0 I 4.0 1 10 I Im"" iE 1A16.36 1 Utility (3 sheets) I I 2.0 I 8.0 1 8.0 E 1,767.87 UtiIlly Detail (1 sheet) 1 1 2. 8.0 1 8.0 L`LL�` S 1,767.87 Channelizatlon and Signing (4 sheets) I I 20 1 I 8.0 8.0 I '1f 1,767.87 Channelization Detail (1 sheet) I I 1.0 I I 1.0 2.0 408.37 QC Review I 2.0 1 8.0 I I I I 8.0 1 17 -A 1,824.]31 1 I I I I I I I I Ir`.' -.1 I Flnai Bid Set I I I I I I I h `T- ',.L Site Preparation (4 sheets) 1 1 .0 1 I 3.0 1 1 P 40061 TESC Plans (4 sheets) I 1.0 I 2.0 I k 1 310.15 TESC Detail (l sheet) I 1 1.0 1 1 1.0 I 4 1 219.69 Roadway Sections(lsheet) 1 1.0 I I 1.0 I I -1 219.69 Plan Profile Sheets (3sheets) 1 1.0 I 1 1 1 3.0 1 1 I` S 400. 611 Pa ving Detail (l sheep 1 I 1.0 I I I 1 1.0 I I.., w 1 219.691 Droinage(4 sheets) 1 I 1.0 I 1 1 I 30 1 a.. I$ 4pp.61� 1 Drainage Detail() sheet) 1 I 2.0 1 1 I I 1.0 I 1. C IS 348.92 1 Utility (3 sheets) I I 2.0 1 I 1 3.0 I I 1. -..1E 529.841 I Udlily Delaii(Ssheet) I I 2A 1 'I 1 1.0 I IY""" ":'IE 348.92 1 Cnannalization and Signing (4 sheets) I 2.0 I I 1 6.0 1 I 801.23 Channelizatlon Dertad(1 Shan, I 1.0 1 1 I I 1.0 I 1 I:"" "`.t. 219.691 QC Review I 2.0 I I 8.0 I I 1� ..x1 E 1,059.69 I I Reimbunsablssl: I I I I I I I I I 1•�� ?I 1 Submiall 34.0 I 477.0 1 40.0 318.0 1 647.0 580.0 I 9210 I 0.0 1 It 228.287.30 aj w� .,_.n.;:.:.r ,�r. :..1..:.5 M -:(a.- ,,v:. .�i ._.s.::u:. y u t. i:I,Ikrt.rl,,)1...t 9.0 SIlru- al Enpnearing(KPFF) 9.01 Basis of Design I I 9.02 Bridge Design I 1 1 I "`:1 E 1 Deep F- clik4ns WestAbavnent EastAbutment I I I I I 1 I 1 'i Arm Steel I Arcn Abutment Connections I A Tension Ties I Alen Misceil,n....0 nn-ns 1 Deck Superstructure Framing I I I I I I 1. 1 S 1 Deck SO ti I I I I I I I I,'g xl 1 Deck Hand Railing 1 I I I I I I I 17 1S I Arch Suspension Hangers 1 1 I I I I 1_ -1E 9.03 Lst Approach Ramp Design 1 I I I 1' 1 I Page 2 of 4 FEE ESTIMATE: City of TUkWila TukMIa Urban Center. Padesbian/Biryde Bridge CMI ftbp tiedng(KPFF) Task (SCOPEOFWORK 1 Shaft Foundations I Concrete Columns SW-11 Earth Walls Steel Superstructure Deck Slab 9.04 Railings 9.04 :,.Hand Ramp Desi@t Slat Foundations Concrete Columns Structurel Earth Walls Steel Superstructure F Deck Slab Hand Ravings 9.05 IMnadi lanaous Structures Way6nding Sign Supports and Foundations utility Protection Structures Miscellaneous Retaining Walls Ughting5uppons end Foundations 9.06 Anticipated Structural Plan Sheets (Sheet Count 458) General Notes and Abbreviations General Plan and Dewbon Horizontal Control Plan Construction Sequence (2 Sheets) Foundation layout Pile Details West —n d, Plan and Elevations West Abutment Details East Abutment Plan and Elevations East Abutment Details I Superstructure layout I A, In Plan and Elevation Arch Sections l2 She-) Arch Details 13 Sheets) A, In Tension Ties Arch Tension Tie Details Deck Framing Plan and Eaton (2 Sheets) Deck Framing Plan lev Deck Sections (2 Sheets) Deck Details (2 Sheets) Arch Connection Details (3 Sheets) I Deck Vertical Support layout (2 Sheets) Deck VerUCal Support Sections (2 Sheets) Deck Vemca' Support Details 12 Sheets) West Approach Plan and 111 —ton West Approach Foundation Plan and Elevation I West Approach SupersWcture Sections West APPmach Superstructure Details 12 Shoals) West Approach Deck Sections West Approach Deck Details (2 Sheets) East Approach Plan and Elevation East Approach Foundation Plan and Devotion East Approach superstructure Sections East Approach Supers"cline Details (2 Sheets) East Approach Deck Sections East Approach Deck Details (2 Sheets) Miscellaneous Structures (2 Sheen) 9.07 DBlherables 3016 PSESubmitrel 30% PSE Plan Set Preliminary Estimated Quantifies and Costs 30% PSE QA/QC 60%PSE SUbmmal 60%PSE Plan Set i sdepifirab)'A'I ovine I Updated uantities and Costs 1[ Re p o%PSnss to City 30% PSE Commenta 60 E QC 90% PSE Submibal 90 %PSE Plan Set Draft Specification Updated Quantities and Costs Responses to City 60% PSE Comments 90% PSE QA/QC Fine: PSE Submittal Final PSE Plan Sat Final Specification Final Quantum and Costs Responses to City 90% PSE Comments Final PSE QA/QC 50.00 I I I I I I I I I .0 1 .5 50.00 I E 42.00 I 38.001 E 35.001 S 22.00 I S 18.001 Relmb E E Contract Amount E E I I I I F_.a_ E -.i$ f I I I I E f f I I E I I I I F.• E E E f E E I I I 1 1 =Y E I I 1 F E 1$ I I I Rti7 I I I I L__._=_.`_ f f f E I I I 1 E =.'If E Af 10 1 0.0 -1 0.0 1 0.0 1 0.0 I 0.0 If 1E 10.01 Bridge Structure I I I I I I k_ �'x -'-.I Arch Geometn I I I I I I •'J S Arch Color I I -_.:1 E I I I I I Yi__ _.:...�'I f I I I I I k I I I I Lt�cs•i'. cJS Connections Abutments connections Tied am 1 I I I I I 1. -r -_7 _;�J Connections lateral Support I I I I I I F :.__l E f E E I I I I F_.a_ E -.i$ f I I I I E f f I I E I I I I F.• E E E f E E I I I 1 1 =Y E I I 1 F E 1$ I I I Rti7 I I I I L__._=_.`_ f f f E I I I 1 E =.'If E Af 10 1 0.0 -1 0.0 1 0.0 1 0.0 I 0.0 If 1E 10.01 Bridge Structure I I I I I I k_ �'x -'-.I Arch Geometn I I I I I I •'J S Arch Color I I I I I- %.�..1 Connactions-suspwmes I I I I I I I- t:� `.l f Connections -Bridge Deck I 1 I I I I Lt�cs•i'. cJS Connections Abutments connections Tied am 1 I I I I I 1. -r -_7 _;�J Connections lateral Support I I I I I I F :.__l E 10.02 Apisoach Ramps I I I I I I I r_ I Column Treatments E Sup structure Treaments I I I I I I I E Deck Treatments r I I I r r I 1 f Earth wall Treatrnen6 I I y I I T I I ALL..: f Handrail System I I I I I I l :7 f 10.03 Draft Bas's of Design Doormen I I I I I I I I 1 E 10.04 30% Plan Sat I I I 10.05 30% PSE Debrief" city) I I I I I I F a. -j E Project Senior Project Design Ptoj. I Multiplier Princlpal Manager Engineer Engineer Engineer CAD Technician Coordinator Admin 2 841? I 1 E 65.001 f 1 1 1 1 I I I I I I I I I I I 1 I I 1 I I I 1 I I I I I I I I I 1 I 1 I I I 1 I I I I I 1 1 I I I I 1 I 1 I 1 I I I I I 1 I I I I I I I I I I I I I 1 I 1 I 1 I 1 I I I I I 1 I 1 I I I I I I I I, I I I I I 1 I 1 I I 1 1 I 1 I 1 I 1 I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I 1 I Reimbursables!,. 1 I Subtotal: 0.0 1 Page 3 of 4 FEE ESTIMATE City of Tukwila Tukwila Urban Center, Padasblan /Bicycle Bridge Civil Engineedng(KPFT) Project Senior Project Design CAO Terltnician Proj. Admin Multiplier Principal Manager Engineer Engineer Engineer Coordinatof 2.5848 Task ISCOPEOFWORK f 65.001 E 50.001 S 50.001 42.001 S 38.001$ 35.001$ 22.00 S 18.00 Reimb. I CorNeet Amount I 1 I I -1S ets 10.06 lArcbbeeto (She/Oeshan Code Sbeet I Elevations I S.0- (2 sheets) f Y I 1 I 1 1 I -IE 1 Connection Details t2 sheets) i Lighting Coordination Approach Sec On S. East 1 Aooroacb SeciI.ns. West Handrail Details StuayMOaelDevelovment I I I F S 10.07 IFnal Basis of Design DxumaR I I I 1 1 1 1 j 10.08 160 %Submittal I I I 1 I I P. 1 E I 60% Plan Sol I I I I I I I 1 I 1 4' •�""�'`I�f I Owine specs I ;`7E I 60% PSE Debrief (MU, eity) I I t---= tE I Coy Comment Review Response to 30% I I I I I I 1 I I I 4^ 10.09�90%Subm4tal I I I 90%PlanSet 1 1 I I I$ Dr afts -e I I 1 I 90% PSE Debnef(with city) I I I e`7 E City Comment Review Response to 60% I 1 I I,r.: 100 %s.b6lal 10.10 m 100% Plan Set 7$ Feat Specs City Comment Review/ Response to 9D% °k flembursables Subtotal 1 00 1 00 1 00 1 00 1 00 1 00 1 00 1 00 I$ I S ,R.:.'ii. R #.'1:`t.a•'1 w'1. 11 ._?•t: .h, b� 1:111 T"k;'.,.,, T.,SW.,.....: 3 F ,i,..:.:.G R,., .S 1'.:- 5�:.:]Ea l,lt, u...f4ar� -;r', 1 11.0 Urban DeSIgn and Way Finding 1101 Ilium 11.02IWayfndng,Fumtshin9s &S9 ,I 1103 Lanascavng and lrr Potb I 1104 iW Ikw yS t' n/P M1 gLot T 'I Ab9mmarl Sl tl I R b ble I 1 1 1 I I$ I 1 Subtotal 1 00 1 00 1 00 I 00 I 00 I 00 1 00 1 00 1$ I E M:R44V. i-_a s x- m•r_':a+S 11YY 1 120 Typea. Sim. and Location RePort (Correlate) I I I I I I I I- E 1 1 Reimbursablesl;T�� �I I 1 1 1 I I 1 1 S bbotal 00 I 00 00 1 00 I 00 00 I 00 1 00 1 I I{lA,i7., 13.0 Sigrtal Design 13.011WSDOT Coordination 1 I 1 'ILA 13.02 Pades ,anSgnOl AOro55WestValle "ghway Desgn 1Sival I I I 13.03 Motllfcabons at Andover Park E Baker Blvd. I I S btelal 00 00 I 00 I 00 I 00 I 00 1 00 I 00 1 E I S 14.0 Riolt-ef- WaYSam- 14.01I"PaI Desaipuon 14.02 1Right -t Plan 14.03 (Title Reports 1 I R b bl I 1I 5 btotal 00 1 00 I 00 I 00 I 00 I 00 1 00 1 00 I S 1 E I iti 1 t-, -1'.r M R1tr1 F Lt:Ll ',.:fl E .+sw R... t'..t, ia,,,_ F I..CF,,, E,. N,,,,;, fi 11 OWN R�] 15,0 Construction Support SeMeae E Re mbursablesl I T I' I Subtotal: 0.0 1 0.0 I 0.0 1 0.0 1 00 I 00 1 0.0 1 0.0 1$ 1 E Total Kdune 34.0 663.0 40.0 418.0 663.0 668.0 114.0 0.0 E S 276,547.081 I E 276.547.03 1 Page 4 of 4 FEEESTIMATE ClgrofTukwlla Tukwlla Urban Center. Pedestrlan/Blcycle Bridge KPG Senior Project Design O "t_." er CA Survey ILA/Survey Oltice Multiplier UD /LA Sum Techniclanl Crew I Admin 2.881745 Task jj ISOOPEOFWORK 64.90 E 56561$ 4013 3125IS 47.66+5 23.08 Reimb. I Contract Amount LO Pmlect Managemem and Administration 101 Project Schedule 102 Design Team Supplemental Agreements I I I I ..Y '1E 1.03 Progress Reports 1 I I I I I E 104 Invoices E L05 Team meetings (Assume 12 meetings& 3 City Workshops) 1 45.0 I I 1 45.0 1 I t_ `'.,1$ 12.468.59 Consultant Meetings w/ City (Assume, 12 meeting) 1 I I I I I .1 E Consuhant Internal Meetings IAsaume 12 meeting) I I I 1 I Relmini soblesil;. I 250.001 E 250.00 J- Subtotal) 450 I 00 I 00 I 450 I 00 00 1 250001 E 1271859 2.0 Design CdtwW Document 2.01 Design Criteria Draft I I I I E 1 2.02 Design Criteria Final I I I I E Reimbursable- r w..... s y- i 5 1 S sbtomll D0 1 0o Do I oo 1 00 1 A 0o 1} I 3.0 Topogreohk:alM BOUMery SUrvev (1(PG &KPFF Chap 3.01 Topographic Mapping Phase 1 r 1 4.0 1 6.0 50.0 1 90.0 1 1 18,209.52 3.02 Topographic Mapping Phase 2 1 1 2.0 1 3.0 30.0 1 48,0 I 9,967.06 I 3.03 Survey Base Review I I 1 I I '„j E Raimbursables .,<..:I�.w...___1= E 3,500.001 E 3,500.00 I SubtMall 00 t 60 I 90 I 800 I 1380 I 00 I 3500001 E 31676581 6X `eoi=C .c, a... S v+.. :n .wrB �T_' ',�tt 4.0 GetedlnlCel Reseamh and lt oc..�:. 4.01 Field FJ.ploraUOM and Laboratory Testing 1 I I 1 I 1 L 1 E 4.02 Geotechnicel Evaluation, Reporting, and Meetings S 4.03 Review of Report and Comments 1 I I I� I I E 'IE Reimbursables ?1.,y Is I Subb,W1 00 1 00 1 00 1 00 I DO I Oo IS 1 Peat 50 Hydraulics (KPFF Civil) 5.01 Meet with Agencies I I 5.02 Establish 100-year FloodPlain 5.03 Establish Structural Clearance N" ate. t ReimDUrsabksl: _:,r'" IA 1r` ,1 I E 1 I I 1 I I R s btotal: 00 I I 00 I 00 00 I OD 1 _00 6.0 FJlVlmnmemel and Perinitting Services (Landau 8 HPF, Civil 6.01 team, AgMq. and Pre.ApPlkatim Meetings 1 1 I I I 6.02 SEPA Checklist 6.03 WSDOT Local Programs ECS S 6.04 Phase 1 Environmental Site Assessment I I I I I I I E 6.05 Biological ASsessmelt(/EFM 1 I E 6.06 Cultural Resources Investigation 6.07 Shoreline Permit t 6.08 Wetlend/Waterway Delineation 1 I 1.___•••'.� E 6.09 Critical Areas Report I I I, E 6.10 Mitigation Construction Documents 6.11 IARPA 1 1 I 1 I 1 E.__ 6.12 Aquatic Lands Easement 1 I I 1 1 l E Re mbu sabl 1 4 L E E I I Subtotal; 00 I 00 I 00 I 00 I 00 I 00 Is 1 y -:•ti N =t. .._r ..::d; ._=tit:.:,.:. t�. v. is___. a: C 7.0 Project Worksh ops 7.01 Internal Team PSE I(ick-Off Meeting 4.0 1 1 4.0 1 1 1 0.._ �:1E 1,210.68' 7.02 TSL Review Project Kkk-off Meeting r 4.0 1 1 4.0 1 1 1 7.03 Tied Arch Concept Workshop Il. E 1210.68 I 4.0 1 1 1 1 1 Tied Arch Alternatives- Gr I I I I 1 4 E 748.10 i West l antl East Approach Concept Workshop I 4.0 I I 4.0 11-- -.J 1,210.68 West APPloach East Approach I I I I y j 7.05 Final Concept Selection Workshop 4.0 I I 4.0 I 1 I ii E 1.210.68 Connection Detail Sketches I I I I I_ .I Suaace Finish Ezemplea I I I I .l$ E Color Examples ,_.__w 1 Study Modal Development I I I I 1 I ,,I E Sketch UP Quality Renderings (6) TIS 7.06 Public Outreach 1 I I 1 1 E Graphics I I I -T_._. I LL I E Reimbursables[ 7E 200.001E 200.00 I I 1 I r r Subtotal 200 I 00 1 160 1 00 r 00 1 00 1 5,7 :..0... 8.0 CIVIL Engi .__.mot ...:.::�4$ 8.01 Concept Workshop and Preferred AR Selection I 8.02 Site Prep and Demolition E 8.03 Horizontal and VeNCaI layout I I 1 I E E Route layout 1 I 1 I I I Horizontal Control I. E 1 1 I I I I Ramp transitions I L E I I I I I Vertical Alignment Vehicular Crossing of Trail I l E I I I 1 Rechannerntian 8aker5t 1 1 1 1 1 __I E Riverview Plaza Driveway Reconstruction JE 8.04 Gmding.WPevalg Terrain Model _.y E Typical Section I I I I I I Coord with KCFD and USACE I I I I 8.05 TESL ..1_ I I I 1 1 "..,1 A 8.06 Surface Water I I il.. ._j E J E TIR Page t of 4 FEEESTIMATE: Chyof Tukwita TUKWIa Urban Center, Pedestrlan/BlgrAe Bridge KPG Senior I Project Designer CAD Survey Offce I Multiplier f I I UD /tA Sur, WSurveylTEChnillanl Crew Admin 2.881745 Task SCOPEOFWORK I 64.901 S 55.561 40.131 31.251 47.661 23.OB Reimb. I CorltiactAmount She Drainage Infiltration 8.07 Utilities City and Private Relocations I I I I I I I I$ FranchiseUlilityCoordination I I I I I N °T' 'J Seattle Public Utility Coordination I I 1 I I I h"" "'y B.08 Chanrlelaation and Signing I I I 1 1:" '''`I ParkingLOlRevislons I I I 1 la,r -j$ Roadway Signing 1 I I I I G°""'" 9 Rivervie w Plaza Parking Lot Circulation Study I I I I I 1"' 1$ Rachannelization Baker St 8.09 Cost Estimate 1 I I 1 I I V 1$ 30% I I I I I I 1 I$ Final I I I I I t 8.10 Speclflcations 1 I 1 I I I_ I 1$ 6o %Outline 1$ 90 Special Provisions 1 I I I I I E IS Final Special Provisions 1 I I I I li'_"'._""' ""'A 8.11 Planshaela I I I I I I IF Site Preparation (4 sheen) 1 I I I I 1` TESC Plans (4 sheets) I I I I I 1` '.1 RoadwaySections(SSheet) I I I I I I k ,.'1E Plan /Profile Sheets(3sheets) 1 I I I I I °I$ Drainage (4Sheen) 1 I I I I I F .I$ Utility (3sheen) Channelaatlon and Signing (3 sheets) 1 I 1 I I I L'mID°_, QC Review I I I I I I I i$ I She Preparation (4 shears) TESC Plans (4 sheets) TESC Detail (I sheet) I I I I .J$ RoadwaySections(lsheal) I I I 1 I I 1'.,- Plan ProOle Sheen (3 sheets) 1 I I I I I I:;'__. I$ PavingDetall11sheet) 1 I I I I I I, Drainage (4 Sheets) 1 I I I I I I: A$ Drainage Detail (1 I$ Unlity(3Sheen) I I I I I Y` ':I utility Detail (1 sheep I I I I I I'C""S Channelization and Signing (4 treats) I I I I I"` Channel action Detail(1treat) 1 I I I I I S QC Review She Preparation (4 sheets) I I 1 I I TESC Plans (4 Sheets) I I I I I I ''_I f f TESC Detail() sheet) Roadway Sectlons(lSheet) Plan/Profile Sheets (3 sheets) I I I I 1 1 IE" 1 Paving Data) (1 sheep 1 I I I I I I 7$ Drainage(3sneets) I I I I I Is IE Drainage Detail(lsneet) I I I I I I 1:' '^"'.j$ Utllity(3sheets) I I I I I I k." :'"7E U[ilhy Detail ("sheet) J$ Channelizetlon and Signing (4 sheets) I I I 1 I 6'x"T' ChannelizationDetall(1Sheet) I I I I I f___Y .:..r -'7E QC Review I I I I I "�"ry 100% 1 I I I I I "'f"' ","^'°1 S Site Preparation (4Sheen) 1 I I I 1 TESC Plans (4 sheets) I I I I I `y TESCDelail(lsneet) I I I I I I I RoadwaySections(lsheet) J$ Plan/Prafile Sheets (3 sheets) Paving Detall(1Sheet) 1 I I I I Ir Drainage (4 sheets) Y I I 1 I S 1$ Drainage Detail(Ssheet) I I I I I I I� ""`�y$ Why (3Shoals) Utnity Delall(isheet) 7_::J$ Chan::: n and signiog(a sheets) I I I I I I G` Chi nnellzetlon Detail (S Sheet) I I I I I I I QC Review I 1 I I I "l$ Final Bid Set I I I I I I G'."" 1$ Site Preparation (4 sheets) 1 I I I I I 1T 1$ TESC Plans (4Sheen) 1 I I I I I 1 S TESCDetail(lsheep 1 I I I I Ir' :.VS Roadway Sections (1 sheet) I 1 1 I I I Ir IS Plan/Profile Sheets(3 Sheets) I I I 1 I 1 1 '"1$ PavingDetail(lsheet) I I I I I I 1: i$ Drainage (4 sheen) I I I I I I I 1$ Dr ainage Detail(1 Sheep I 1 I I I 1 _'.7$ unity (3 sheats) I I I 1 I I 1 Uti lhy Detail (1 Sheet) I I I I I I I `1 S E nnelization and Signing (4 sheets) i I I I I I 17 `.J nnelizatlon Detail (1 sheet) I I I I I V l DO Review Reimbursablesl "7 i Subtotal) 0.0 1 0.0 1 0.0 1 0.0 I 0.0 1 0.0 I S 1 90 Structural E gineering(KPFF) 9.0118asls of Design 9.02 1Biddge Design Deep Foundations 1 I I I I I. 7$ Page 2 of 4 FEEESTIMATE: CgyufTukwlla Tukwila Urban Center, Pede triah/Bit Ae Bridge KIPS J Senior I Project Designer CAD Survey Office Multiplier UD /LA Sum LA/Survey Technician Crew Adman 2,851745 I I I I Task SCOPE OF WORK f 64.901 56.561$ 40.131E 31.251 f 47.66 f 23.05, Relmb. I Contract Amount West Abutment J 1 Y EestAbutment Arch Steel Pipes I I I I 1 I F_ Y Arch AbutmenlConnections 1 I I I 1 I 1� YY ArchTensionTies 1 I I I I I t= ='f Arch Mlecellaneous Connections I I I I i t DeckSuperstluctureFraming 1 1 1 1 I I N y Deck Slab DeckHandRailing 1 I I I I I t- „It Arco Suspension Hangers I I- I _j t 9.03 West Approach Ramp Design 1 1 I I I `y Shaft FDUndapons 1 I I I I I '•.J Concrete Coumns Structural Earth Walls Steel Superstructure S Deck Slab 1 I I I I 1 is Hand Railings 9.04 Fast Approach Ramp O.Ign I I I I 1 j E Shaft Foundations Foundations I I I I C” .1 Concrete Columns _I 1 I I 1 I I 1: S SuucturalEarthWalls f Steel Superstructure 1 I f Deck Slab 1 I I I I �y$ Hand Railings 1 I I I I I x� E M Ileneous Structures I I I I I I E WeyRntlin g Sign Supports and FOUMations 1 I T 1 I 1 �s UtllityProteCtlonStructures 1 I I I „y$ Miscellaneous Retaining Walls Lighting Supports and Foundatlon5 y$ 9.06 knWpated SVUCt I Plan Sheets(Sheet Count355) 1 I I I I I j, GenerelNotesandAbbfwiations General plan antl Fievation 1 I 1 Horizontal Cgntrol Ran r I I E Construction Sequence (2 Sheets) I I I I I E�;,;� j S Foundation Layout Pile Details West Abutment Plan and Elevations WestAautmem Date lls East Abutment Plan and Elevebons 1 I I I EastAbutmenlDetaiis E Superstructure Layout Arch Ran and ElemUon I I I I I E' Arch Sections (2 Sheets) 1 I I I I I f_...... 1)✓ Y AICh Details (3 Sheete) Arch Tenslon Ties aTy E Arch Tension Tie Det"s Y Deck Framing Ran and Elevation (2 Sheets) I I I I E Deck Framing Ran Deck Sections (2 Sheets) Y Deck Details 12 Sheets) I I f Arch Cgrm ion Details (3 Sheets) S I Deck Vertical Support Layout (2 Sheers) 1 I I f Deck Vertical Support Sections (2 Sheets) 1 1 I I I I As Deck Vertical SapPORDerails (2 Sheets) S West Approach Plan and Elevation 1 I I I I `P'- f West Approach Foundation Plan and Ela.Uon 1 I I I f WestAppmach Superstructure Sections west Approach SuperstNcture Details (2 Sheets) West APDmach Deck Sections 1 I 1 1 1 1 y j West Approach Deck Details (2 Sheets) 1 I I I I I E EaRApDroachPlanantlElevatlon IY East Approach Foundation Ran and Elevation I I E East ApPoach Superstructure Sections :ys East Approach Superstructure Details (2 Sheets) I I I I E Eas[Apprpach Deck Sections 1 I I I I I y E East Approach Deck Details (2 Sheets) 1 1 1 1 1 -y f MlacelWneousStructures(2Sheets) I I I I I E 9.07 Deliverabk5 30 %PSE SUbmlt.l r `-j 30% PS E Plan Set E r I I Preliminary Estimated Quantities antl Costs I I I I I I 30% PSE QA/QC 1 I I 60% PSE Submitml r I I 60% PSE Ran Set I I I I F[ E SPeclfcetlon0utline Y Updated Quantities and Costs 1 I I I f '•':.;y j Responses to City 30% PSE Comments I I j f,°— .,'.',Jf 60% PSE QA1QC E 90% PSE Submldal I I I I I I t 9D% PSE Plan Set Dranapedr ciao r I I I 3 T,.As Updated Quantities and Costs E ResponseS to Clty 60 %PSE Comments 1 I I 1 I I IL;; vyw *if W96 PSE QA/QC Final PSE Submittal 1 I I I I Final PSE Plan Set 7 y S 1 I I Final Specification I I I -yt Final Quantities antl Costs t Responses to City 90% PSE 1 I I I I I j .:.r..,: -J s Comments r I I I I I Nv. ,:yf 1 J'_..(t Fine IPSE QA/QC 1 I t ..t I Reimbursables �1- 1 r: -h f 1 t 1 �1 sbhtely 00 1 00 1 00 I oo I 00 I 00 Is I 10.0 Bridge Aesthetics f:pllaboretlon (LMN) Page 3 of 4 FEE ESTIMATE: City OfTukMIa Tukwila Urban Center, Pedestrian /Blcycle Bridge KPG Senior I Project Designer CAD Survey Survey I Office Muhil,iml I UD /1A I Sul WSurvey Technician Crew Admin 2881745 1 I Task 64.901 56.56 40.13 3LZS 1 47.661 S 23.08 Reimb. Contract Amount ISCOPEOFWORK 10.01 Structure I I I 1 I I$ :Bridge Aron Deometn I I I I I I I I I I I: Y I$ I Arch Color CannectOns- Susp Cables I I I I I r"- "1E Coo "echons &idge Connections Abutments I I I I I I kra _1 -+I$ Coo nealons- Tied Amn Connections Lateral SupPOrt 10.02 Approach Ramps Column Treatments I I I I I I ....1 Superstructure Treatments Treatments I I I J$ Deck Eart hwall Treatments 1 I I I I I h HantlraSl System 10.03 Draft Basis of Design Document I I I I I 4.. =1 10.04 30 %Plan Set 1 I I I I I I I I I I 1$ 10.05 30% PSE Debrief (With clly) 10.06 Archlteclurel Sheets /DeSlgn 1 I I 1 I I C -1$ Code Sheet I I 1 I I Elevations I I --'i$ SeMim,s(2sneets) ConnectionDetait(2sheets) Lighting Coordination 1 I I I I I I,- I I I I J$ Approach Sections, East I {L._�_ S Approach Soon= West S 1 I HandrailDetails Sludy Model Development 10.07 Final Bast of Design Document I I I 1- 'e 10.08 60 %Submitlsl I -r..l E 60% Plan Set 1 I I I I I I I I I I "-I Out ine Specs I 60 PSE Debrief lwim coo) CityComment Review /Response to 30% 10.09 90 %SubmitffiI 90% Plan Set DraftSoeos I I 90% FSE Debrief (with city) Clty Comment Review/Resoonse 10.10 100 %SubmlCel 100% Plan Set Final Specs CitYCommentRevlew /Response to 90% ReEmbursables'...�__ Subtatal 0.0 1 0.0 OA i D.0 0.0 00 t S i 110 Urban Design and Way Fining 1 40.0 I I 148.0 I 200.0 I 1 42,607.29 11-01 Illl -lo.t On 1 16.0 I I 40,0 I 64.0 I I 1.�, 13,38L67 11.02 Wayfinding. Furnishings &Signal 30.0 I I 96.0 I 124.0 I I a I.t :')E 27,879.38 ft 1103 Landscaping and 1rh9aiion 1, I I 54.0 I 72.0 III: I$ 17,217.33 11.04 Walkway Selecticm/ Parking Lot Trail Alignment Studies 24.0 _I Reimbursablesl 1 S 500.001$ 500.00 r Subtotal' 110.0 1 0.0 338A 1 460.0 00 00 50000 101 585 68 1 12.0 Typaa,SUe. and Location Report(WmPlete) Reimbursablesr, "1 1- -2 S i SutrtoffiI 1 0.0 00 1 00 1 00 00 00 I S �_S K Z,ii 13.0 Signal Design 6.0 I 20.0 I 20.0 I 20.0 1 1' 1E 8.495.96' 13.01 WSDOT Coordination 13.02 Pedestrian Signal Across West Valley Highway Design 14.0 I 42.0 I 76.0 I 40. 0 I I I. 21,855.15 13.03 Signal Modifications at AnOOVer Park E &Baker 81W. 2.0 I 6 0 i 16.0 I I 12.0 s.. 1 000.001 1 S 42 82.96 1. Reimbursablesl d.SL.,..�:..7 i- 1 Subtotal' 22.0 1 68.0 I 112,0 1 72.0 1 0.0 1 0-0 1 1.000 DO 1 35,634.08 ...a 14.0 ROW-Way Services 7.550.72 14.01 (Legal Description r I 1.0 I 12.0 I 7.0 I 26.0 I 32.0 I 20.0 I I 'g 9.776.32 14.02 RigM1tot -WeY Plan I 8.0 I 3 6.0 I 12.0 I_ S 10,118.73 14.03 Tkle Reports x_6.0 mil 2,000.001 2,000.00 Reimbursablesl� 1.�._ Subtotal' 0.0 16.0 74.0 44.0 1 46.0 1 0.0 1 S 2,000.00 1 S 23,445.77 I is .0 GohsLudkm Support Sen,10- Reimbursables''�� 'i_' 1, f 1 E I S I r I I I I I 1 ..�....:e -ate,. SuMotall 0.0 1 0.0 1 0.0 I 0.0 1 0.0 1 0.0 I S I E Total NOaB 1970 90.0 548.0 7010 184.0 0.0 7.450.001$ .210:85L52� Page 4 Of 4 FEE ESTIMATE City cf Tukwila Tukwila Urban Center, Pedestrian/Blcycle Bridge LMNArohFtect Prolect Projec Project Partner I I I I Intern I Admin I Specs I MuhiPlier QA/QC Manager Designer Architect 31647 I Task I SCOPE OF WORK $72.841 39.42 I ".23 I -14.86 I $23-561 12.75 I 39.42 I 38.42 Reimb I Contract Amount 1.0 Prolea Management and Administration 1.01 Project Schedule 2.0 1 8.0 1 1 1 I 1 0 1 I 1 1.513.59 I I I I I I 1.02 Design Team Supplemental Agreements 1.03 Progress Reports I 12.0 I I I 12.0 2,202.11 1.04 Invoices I 12.0 I I I 120 I I 1 _..1 2,202.11 1.05 Team Meetings (Assume 12 meetings 3 City Workshops) 1 18.0 1 18.0 1 18.0 1 18.0 1 9.0 1 I I 6 1 11,534.66 Consultant Meetings w/ City (Assume 12 meeting) I I 1 1 1 1 I Consultant Internal Meetings (Assume 12 meeting) Reimbursablesl J;._._.�' I' --4 LT .L_ L 1 Subtotal r 20.0 I 50.0 1 1&0 I 18.0 1 9.0 1 25.0 1 0.0 1 0.0 1 I 17,452.46 2.0 Design Crhena Document 2.01 Design Criteria Draft 2.02 Design Criteria Final Reimbursables4_._� -,I 3 a `�T. 5 1 1 1 I 1 I subtaan 00 1 00 1 00 1 00 1 00 1 00 1 00 1 00 1 I I a 3.0 Topographic and Boundary Survey(KPG&KPFF CMI) 3.01 'Topographic Mapping Phase l t._ 1 3.02 Topographic Mapping Phase 2 I I I I 1 I 1 1 k_ a$ 3.03 (Survey Base Review I I I I I I I� I ..d. ReimbursablesF 'i'�._ l ...I. I$ I$ I Subtotal 00 00 1 00 00 I 00 I 00 I 00 I oo I S r �>t t- .4,. w.U, 4.0 Geotechnical Research and Recommendations 7 4.01 Field Explorations and Laboratory Testing 1 I I I I I I 1 I I$ 4.02 Geotachnical Evaluation, Reporting. and Meetings 4.03 Review of Report and Comments 1 I I I I I I I I- Reimbursablesl,': j' his ...1 -L I Subtotal 0.0 1 0.0 1 0.0 1 0.0 1 0.0 1 0.0 1 0.0 0.0 is $,.b._a_ J.' g'l"_.'.__.- ,.a- 5.0 Hydraulics(KPFF CMI) 5.01 Meet with Agencies I I I I I I I t 1 I I I I I I 5.02 Establish 100-year Floodplain 5.03 Establish Structural Clearance Subtotals 0.0 1 0.0 1 0.0 1 0.0 1 0.0 1 0.0 1 0.0 1 0.0 1 Y L 6.0 Environmental and Permitting Services Landau &KPFF CIVIp 6.01 Team, Agency, and Pre Application Meetings L I 1 I I I I I 6.02 SEPA Checklist 6.03 WSOOT Local Programs ECS I I I I I I I 1 1__ _y:,A 6.04 Phase I Environmental She Assessment I I I I I I I Y. a 6.05 Biological Assessment/EFH I I I I I I I I 6.06 Cultural Resources investigation I I 1 I I 1 I I_ 6.07 Shoreline Permit I I I 1 I 1 I I- 6.08 IWetlend/Waterway Delineation I I I Y 1 I I I 6.09 `Critical Areas Report 6.10 Mitigation Construction Documents I I I I 1 I I I 1 -;I 6.11 JARPA 6.12 Aquatic Lands Easement I I I_ I I 1 I 1 ._.t!$ ReimburssDleel'�...v..�I�.,m. I Subtotal 0.0 I 0.0 1 0.0 1 0.0 1 0.0 1 0.0 0.0 1 0.0 I S I S 7.0 Project Workshops 7.01 Internal Team PSE Kick-Off Meeting 1 4.0 I 1 4.0 I I I I I 1._._:- 1,477.28 7.02 TSL Review Project Kick-Dff Meeting I 4.0 I 4.0 I I I I I k_. 1,477.28 7.03 Tied Arch Concept Workshop I 4.0 1 4.0 1 I I I I "1 1,477.28 Tied Arch Alternatives Graphic I 2.0 I 2.0 8.0 I 1 24.0 I I I 3,608.35 7.04 West and East Approach Concept Workshop I 4.0 I 1 4.0 I I I I I 1� 1,477.28 West Approach I 2.0 2.0 1 8.0 1 1 8.0 I I 1 2,419.15 East Approach I 2.0 2.0 1 8.0 I I 8.0 I 1 I 1: 1 ^,J 2,419.15 7.05 Final Concept Selection Workshop I 40 1 I 4.0 1 1 I I I =_y$ 1,477.28 Connection Detail Sketches I 2.0 I 2.0 1 8.0 I I 16.0 1 1 I f .1 3,013.75 Surface Finish Examples 1 2.0 LO 1 4.0 1 I 8.0 1 1 I R Jl 1,736.66 Color Examples 1 2.0 1 1.0 I 4.0 1 I 8 0 I I I I_ i L736.66 Stud Model Development I 1 1 10.0 1 1 40.0 1 I I I,_..:` a� 4,368.31 Sketch Up Quality Renderings (6) I I I 8.0 1 1 16.0 2,305.45 7.06 Public Outreach 1 4.0 1 1 4.0 1 I 1 1 I 3 "S :1 1,477.26 Graphics 1 16.0 1 8.0 1 32.0 1 1 40.0 I 1 I r .'1 12,109.51 Reimbursablesh" _:„t' `-�i 'I; 7C .0 1 2.500.001$ 2,500.00 Subtotal 52.0 1 1B.0 1 114.0 1 0.0 1 16 8.0 1 0.0 1 0.0 1 0.0 1 2.500.00 1 45.080.69 .a�y..._ t. '�',...�ME u�.e ,u. v e _.._x .�M:s #w �.....,=v.. ...�vm.. �i .A. -i�.. ,cos. r.ae 8.0 CMI Engineering 8.01 Concept Workshop and Preferred AK Selection I I I i I I I I 1� __..1 8.02 she Prep and Demolition 8.03 Horizontal and Vertical Layout Route Layout Horizontal Contra I I I I 1 I I I 1 Ramp Vansitions Vertical Alignment Vehicular CrossingafTrail i Rechannelization Baker St 1 Riverview Plaza Driveway Reconstruction I I 1 I 1 I I 1 8.04 Grading and Paving Terrain Model I I I I I I I I k 4 Typical section J Coord with KCFD and USACE I 1 I I i I I I L 8.05 TESC 8.06 Surface Water Page 1 of 4 FEE ESTIMATE City of Tukwila Tukwila Urban Center, Pedestrian/Bicycle Bridge LMN Architects Partner Proj gt I Project Project I Intern Admin I Speer QA/QC Multiplier Mans Ef Designer Architect 3.1547 Task SCOPE OF WORK g 72.84 I 39.42 I 44.23 I $34.861 23.56 I 18.75 I 39.42 I 38.42 Reimo. I CorrbaclAmourrt T)R Site Drainage Infiltration 8.07 UDllties City and Private Relocations Franchise Utility Coordination Seattle Public Wily Coordination 8.08 Channelization and Signing Parking Lot Revisions f Roadway Signing I Riverview Plaza Parking Lot Circulation Study Rechannelization Baker St 8.09 CostFStimate Cas 90% Final 8.10 Speclficatiore 60% Outline 90% Special Provisions I I I I I I Final Special Provisions 8.11 Pianshests 30% Site Preparation (4 sheets) TESC Plans (4 sheets) Roadway Sections (1 sheet) I I I I I I I I I ••�•`I Plan /Profile Sheets (3 sheets) Drainage (4 Sheets) Utility (3 sheets) I I I I I I p..e 7 Channelization and Signing (3 sheets) I I I I I I I I,- `:'"ji QC Rev— Site Preparation (a sneers) TESC Plans (4 sheets) 1 I I I 1 I I n C TESC Detail (1 sheet) I I I I I Roadway Sections (1 sheet) Plan /Profile Sheets (3 Sheets) Paving Detail() sheet) Drainage (4 sheets) Drainage Detail() sheet) Utility (3 sheets) Utility Detail (1 sheet) Channelization and Signing (4 Sheets) Channelization Detail (I sheet) QC Review Site Preparation (4 Sheets) TESC Plans (4 Sheets) TESC Detail() sheet) I I I I I I 1 Roadway Sections() sheet) Plan/Profile Sheets (3sheets) I I I I I I I I Paving Detail() sheet) I I I I I I P Y. Drainage (3 sheers) Drainage Detail (I Sheet) Utility (3 sheets) Utility Detail sheet) Channelization and Signing (4 sheets) Channelization Detail (1 sheet) QC Review I I I I I I I I 1 100% Site Preparation (4 sheets) TESL Plans (4 sheets) TESC Detail (1 sheet) Roadway Sections (I Sheet) Plan/Profile Sheets (3 sheets) Paving Detail (1 Sheet) Drainage (4 Sheets) I Drainage Detail (I Sheet) Utility (3 sheets) Ubiny Detail (1 sheet) I I I I I I I I I. 7 Channelization and Signing (4 sheets) I I I I I I I I I "...I Channelization Detail (1 sheet) 1 I I I I I I 1 7 QC Review Final Bid Set Site Preparation (4 sheets) TESC Plans (4 sheets) TESC Detail (1 Sheet) Roadwa Sections (1 sheep I I I I I I I I V Plan /Pmfile Sheets (3 sheets) I 1 I I I I 1__ Paving Detail (1 chest) Drainage (4 sheets) Drainage Detail (l sheet) Utility(3Shoals) Utility Detail() sheet) Channelization and Signing (4 sheets) Channelization Detail (1 sheet) I I I I I I I 1 :`I QC Review I I I I I I "'1 Reimbu sabl ly .1 „".�"r 1 7° ".s I S Subtotal) 0.0 1 0.0 1 0.0 1 0.0 1 0.0 0.0 1 0.0 1 0.0 1 I 9.0 Sral Engineering VUC(u 9.01 IBasisotDesign 1 I I I I I 1 I 1�.. .1 9.02 I` Brid geDesign I I I I I I I I f'. 11 Page 2 of 4 FEEESTIMATE: Cityof Tukwila Tukwila Urban Center, Pedestrian/Bicycle Bridge LMN ArcnitacC ♦.j�> _.r- Protect Project Project Partner I I Intern I Pdmin I Space I QNQC I I Manager Designer Architect 3.15a7 Y° Task SCOPE OF WORK $72.841 39.42 I 4423 $34.861 23.56 I 18.75 I 39.42 I $38.421 Contrac[Amoum Reimb. F Deep Foundations 1 I I I I I I I 1; ..A West Abutment I$ I I I I I I I East Abutment Arch Steel Pipes I I I I I I I ArchAbutmerltCOnnections Arch Tension Ties Arch Miscellaneous Connections I I I I I I 1 I F• Deck SupersVuctureFraming I I 1 I I I I I I•.. I$ Deck Slab I I I I I I 1 I I. .1, Deck Hand Railing I I I I, I I 1 I L I$ Arch Suspension Hangers 9.03 Wes[ Approach Ramp Design Shaft Foundations 1 I I I I I I I L. I$ Concrete Columns I I I I I I I I L _.....1 Structural Earth Walls I$ Steel Superstructure I I I I I I I ___:_..J Deck Slab 1 I I I I I I I L Hand Railings I I I I, I I I, I r 9.04 East Approach Ramp Design Shaft Fountlations 1 I I I I I I I 1 _�I Concrete Columns 1 I I I I I I I 1;. I$ Structural Earth Wall Steel Superstructure 1 I I I I I I, I F_._ :J Deck Slab Hand Rai lInge 9.05 MLScelleneousstructures I I I I I I I I- Way6nding Sign Supports and Foundations 1 I 1 I I I I, I 1. Utility Protection Structures I I I I I I I, I 1�.__ -_-1 Miscellaneous Retaining Wells 1 I I I I I I, I L __I Lighting Supports and Foundations 1 I I I I I 1 I I.- -I 9.06 Anticipated Strl canal Plan Sheets (Sheet Count t58) s General Notes an tl Abbreviations 1 I I I I I I 4- .1 General Plan and Elevation Horizontal Control Plan I I I I I I I a$ Construction Sequence Sheets) I I I 1 I I I 1 I$ Foundation Layout I$ Pile Details I I I I I I I J$ WestAbutmentPlanandElevations I I I I I I I West Abutment Details East Abutment Plan and Elevations 1 I I I I, 1. I$ East Abutment Details Superstructure Layout I I I I I I I$ AtchPlanandElevaUon 1 I I I I I I L_.__ I$ Arch Sections 12 Sheets) I I I, I I I I I 1 _..1 Arch Details (3 Sheets) 1 I I I I I I I E- _i Arch TensionTies I I I I I I I I -J ArchTensionTieDetails 1 I I I I I I L___ -r r I$ Deck Framing Plan and Elevation (2 Sheets) I I I I I 1 I I` Deck Framing Plan I I I 1, I I I I- —_l Deck Sections (2 Sheets) I I I I I I 1 I r-� -A Deck Details (2Sheets) I I I I I I 1 F< Arch Connection Details (3 Sheets) Deck Vertical Support Layout (2Sheets) 1 I I I I 1 L Deck Verticel Support Sect10ns(2 Sheets) r I I I I IF Deck Vertical Support Details (2 Sheets) I I I I 1 West Approach Plan and Elevation I I I I I I I I 1 -_-_I West Approach Foundation Plan and Elevation I I I I I I I I I$ West App" chSuperstructure Sections I I I I I I I 1- -.A$ West Approach Super structure Dawns (2 Sheets) I I I I I I I I 1 -A West Approach Deck Sections I I I I I I I I __I West Approach Deck Details (2 Sheets) 1 I I I I I I ,1 East Approach Plan and Elevation I I I I I I I '.'1 East Approach Foundation Plan and Elevation 1 I 1 I I I I L_ ___.I East Aoproach5uperstrumure Sections I I I I I I I I Y.___ -1 East Approach Superstructure Details (2 Sheets) I I I I I I I I 1 I$ East Approach Deck Sections 1 I I I I I C 1 East Approach Deck Details (2 Sheets) 1 Miscellaneous Structures (2 Sheets) I I I I I I I 1 __.I 9.07 Dellvembles I I I I I I I I 1 -.f-._ 30% PSE Submittal 30% PSE Plan Set Preliminary EstimatedQuantitiesandCosts I I I I I I I K 30% PSE QA/QC 1 I I I I I I L -,_1 I I I I I I 60% PSE Submittal 1 I I I I I I I k.._ -_1 6o %PSE Plan See I I I I I I I I Y._R_ Specification Outline I I I I I I I L a$ UpdatedQuantitiesandCosrs I I I I I I I I ;'_..1$ Responses to City 30% PSE Comments I I 1 I I I I I 9$ 60 PSE QA/QC 1 I I I I I I I M: '1 I 1$ 90% PSE Submittal I I I I I I I I l_ I$ 90% PSE Plan Set 1 I I I I I I I t.:_..__- -7 Draft Specification I I I I I I I Updated Quantities and Costs I I I I I I I L a$ Responsesto city 60% PSE Comments I I I I I I I I -1 90% PSE QA/QC I I I I I I I f I I I I I I I L__ Final PSE Submittal 1 I I I I I f .1 Final PSE Plan Se I I I I I I I G_ FinalSpeiiflcation I I I I I I I I L Final Quantities and Costs 1 I I I I I I I t -'A Responses to City 90% PSE Comments I I I I I I I E._.� I$ FinalPSEQArQC 1 I I I I I I 1$ Reimbursablesl•a�.ml' i�.._.. _�._r .1. 3 __..:1'.__: S Y$ 1 subtotal 0.0 I 0.0 I 0.0 I o.o I o.o 0.0 I 0.0 I 0.0 I E I E '`�i._..uatcciw �w::tiasp�..�.�.•,a ti:.'xw..s�,w'�.���iv.,t HE ..u..�xv'.��a:J<'o.,y.,n Page 3 of 4 FEE ESTIMATE: City of Tukwlle Tukwila Urban Carrier, Pedestriani Bridge LMN Af htect Project Project Project Multiplier Partner I I intern I Admin Specs I QA/QC I I Manager Designer Architect 3.764/ I I 1 I I I Amount II Task SCOPE OF WORK 72.84 S 39.42 $44231 34.86 $23.56 18.75 8 39.42 38.42 Reimb. 1 1 10.0 Bndge Aesthetics Collaboration (LMN) I 1 I I I I f -�1 10.01 Bridge Structure 1 14.0 I 16.0 I 80.0 I I 40.0 19,342.35 Arch Geometry 1 2.0 I 10 1 2.0 I I 2.0 1,011.65 Arch Color 1 2.0 1 10 I 2.0 1 1 2.0 I I 1 r`_ 1,011.65 Connections.Susp Cables 1 2.0 I 10 1 2.0 I 1 2.0 1 I I I'i r 8 1,011.65 Connections- Bridge Deck 1 2.0 I 10 I 2.0 I I 2.0 I I I Y' 1,011.65 Connections- Abutments 2.0 1 1.0 I 2.0 I 2.0 1 I 1011.65 Connections Tied Arch, 1 2.0 1.0 1 2.0 I I 2.0 1 I I I y� 1 1011,65 Connections Lateral Support 10.02 Approach Ramps I I I 1 1 I 2. 1 2.0 1.0 0 I I 2.0 I I I }r i 1,011.65 GolumnTreatments I 2.0 1 10 2 0 1 1 2.0 I 1 I l° a I$ 101165 Superstructure Treatments 1 2.0 I 10 I 2.0 I I 2.0 I I I 1, 1 1,011.65 Deck Treatments 1 2.0 1 10 I 2.0 I 2.0 I 1 C� -s' j 1,011.65 Earl 11 Treatments 1 2.0 I 2 I 2.0 I 2.0 I I I Y_ 1,136.01 Handrail System -0 1 I I I 1.�- 10.03 Draft Basis of Design Document 10.04 30%Plan Set 1 I I I I I 10.0 16.0 1 I 1 10.0 4,482.01 10.05 30%PSE Debrief (wrih city) f 2.0 I 4.0 1 4.0 1 I I I I 1 1$ 1.515.14 1 I I 1 I 1 1 I 10.06 Architectural Sheen /Design I 6.0 I I 10.0 I 6.0 I I 1 r 2,291.83 Code Sheet 1 I 10.0 10.0 1 16.0 1 6.0 I 1 1 1 +M 4,844'42 Elevations I 1 10.0 I 16.0 I 26.0 1 10.0 1 I I 1 >.-A 7,078.64 Sections (2 sheets) Connection Details (2 sheets) I I 10.0 1 16.0 I 26A 1 10.0 I 1 1�`.:` 7 Lighting Coordination I I 6.0 I 6.0 I 10.0 6.0 S 3,129.02 Approach Sections, East I I 8.0 I 8.0 I 20.0 I 10.0 I I 1 Ir 5,053.83 Approach Secitons, West I I 8.0 I 8.0 1 20.0 1 10.0 I I I 1 e: 5,053.63 1 I 8.0 I 10.0 1 20.0 1 10.0 I I 1 -r 5,332.89 Handrail Details I I I 10.0 I 20.0 I 40.0 I I I I'- 6,567.77 Study Model Development i I I I 10.07 Final Basis of Design Document 1 I I 1 I I I I I I 1-0.08 60%Submittal 1 16.0 10.0 I 1 10.0 1 20.0 I, I I 16.0 1; 9,445.68 60% Plan Set 1 I 10.0 1 4.0 1 10.0 1 I I 26.0 1 8.0 I� "1 7,104.38 Outline Specs 60%PSE Debrief (with city) 1 2.0 4.0 4.0 I 4.0 I I I I FT" r$ 1,955.03 Co, Comment Review Response to 30% 4.0 I 20.0 t 4.0 I I 10.0 I 1 1 S 4.707.70 10.09 90% submittal I I I I I I I I 10.0 1 50.0 I 26A SO.O 1 50.0 1 I 10.0 25.869.74 90% Plan Set 1 I 10.0 1 4,0 I 20.0 1 I I 26.0 1 8.0 Il ...r 8.204.11 Draft Specs 1 2.0 I 4.0 1 I 4.0 I 1 I 1"„ I 1.396.90 90%PSE Debrief (with city) 1 2.0 10.0 1 10.0 I 16.0 I I 8.0 I I 1` Is 5,331.25 City Comment Review /Response to 60% 1 10.10 S00%Submittel I I I 1 8.0 1 15.0 1 16.0 1 24.0 I 24.0 1 1 I 1` 'r$ 10.483.70 100% Plan Set I 4.0 I I 8.0 I I 16.0 I°"'I$ 3.356.95 Final Specs City Comment Review/ Response to 9o% 1 2.0 I 8.0 1 8.0 16.0 1 1 4.0 I v; J 4,566.87 Reimbursablesr i. I `'1� 1 2 2,500.00 Subtotal) 84.0 1 254.0 1 272.0 I 360.0 1 290.0 1 12.0 I 68.0 1 52.0 1 2,500.00 1 167.955.18 110 Urban De.^',ign and Way Finding 11-01 Illumination 11.02 Wayfmding, Furnishngs &Signal I I I I I t'- 11.03 Landscaping and Irrigation 1 I I I I 1 Imo.:--- -1$ 11.04 Walkway Select ion /Parking Lot Trail AlignmentStutlies I I J 1 Reimbursables! 7 1. "�Y`+_1 _:1 =_1 -1: Y 0.0 1 0.0 1 0.0 I 0.0 1 0.0 1 0.0 1 Subtotal 0 I 0.0 1$ I$ 12.0 Types, Size, and Location RePort (Complete) 8 1 Reimburs bl I 1 I `_1: '1" i I J 1 I I I I I I I 1 Subtotal 00 I 00 1 00 1 00 1 00 I o0 I oD I oo I 1 TR 13.0 Signal Design 13.01 WSDOT Coordination I 1 I 1 I 1'.:° '11$ 13.02 Pedestrian Signal Across West Valley Highway Design I 13.03 Signal Modifications at Andover Park E Baker Blvd. Reimbursablesl<�__ r,_ +1 SuMmai r o.0 1 00 1 00 1 0.0 1 00 1 00 I 00 I 00 1$ 1$ 1 14.0 Rlght-of -Way Services I 14.01 Legal Description 14.02 Right -of -Way Plan 14.03 Title Reports Reimbursables'' 1 1'.. 1 E 1 1 I I SuMOtalr 0.0 i 0.0 1 00 O.O I 0.0 0.0 oo i 0.0 Is Construction support Services r 71 Reimbursables'T° 77TT�: I "I.' .'.�.M1 �....1�°°p+.°f �1 1 1 Subtotal' 0.0 1 0.0 1 0.0 1 00 1 0.0 1 0.0 1 0.0 1 0.0 I$ I$ 7B 0 37.0 156.0 322.0 400.0 378.0 467.0 37.0 68.0 520 S S.000.OD 52.0 1 5 1$ 230.488.33 Page 4 of 4 FEE Esnwm c* of Tuw% Tukwila Urban Center, P estralrVffioirale BMV .01 Internal Team PSE ftk-0ff Meaning Se -r Senior Senior I M Senior CAD /GIs Nj.. ,aitaq whaher 1-_f t- I In.j., I 'S "'a", Senior Pro).. Staff T at �otrnd. Stelf 3.2587 I 1 1 I TaskI "'1110"Wo" S 47.00 1 40.00 36.0 32.00 1 $30.001 25.00 31.00 24.00 S 29.00 1 17.00 Reimb. conauses: ArtMM I Tint Ar[n .m.th,es-ap- h 52 LO Project Managema Mendmaninlsdetbn Sch e dule S 102 oe,ilish Team Supplemental Agreements 1.03 Pr 0 shass Reports East AApproach 1.04 In =eratinge 1.05 (Assume meetings 3 Chy M,mh,a,) Con sultant Meetings w/ Chy (Assume U melb1g) Consul Internal leaftles(Ass-12-Ohlo Reirnburaablea Surta Finish Wmpl,, ,j W. Wmisee. Sulatartall 0.0 0.0 1 0.0 0.0 1 ox I 0.0 I 0.0 I 0.0 0.0 I 0.0 I 0.0 I 0.0 I Study Model Development 2.0 Dealp (>fthla Document 201 jloaajisoGiteriaDraflt 102 joseg, Criteria Final Rairmurse.las 7.06 P'bjic 0-th I Graphics S Tl,atwIS,c Reirntarneataresd. r, I I �TM who ItCFD no USACE S OS c 8.06 Is.ohroe weer S TIR n::A Sam o"j- li-;� a,A Sublartal 1 0.0 1 0.0 1 0.13 1 0.0 0.0 0.0 0.0 1 0.0 100 is is 1 -A 3.0 Topo"'Oph" and Boundem Sorrell (Kn PPFf CMI) 3.01 To ph Ma pping Phase `*g' 102 T.p1': Ma pping Phase 2 3.03 Survey Bea. RevW. Raimburealotask 8.09 MInnollaertlan and Sip] g Parkin Lot RmIaiahsr Subastal: 0.0 1 0.0 1 0.0 1 0.0 1 0.0 1 lLo 1 0.0 1 0.0 I 0.0 1 0.0 1 0.0 1 0.0 is zl�Fp q M -G 'I. �P:v WN 4.0 Geotechnited Research and Roommandartlons plollons and laboratory Testing 4.01 Field Una e.0 1 1 44.0 20 4.242.:3 4.02 Goote,imloal Evaluation, Report, and Meetings 1 9 1 10 64.0 2.0 6:0 4.0 -Jxmm 0,147. 4.03 Review of Report and Corn-has Reilb ablest 14156001E 14,156.00 Page 1 of 4 A2 S ILG oo 1 0.0 1 0.0 1 68.0 0.0 1 0.0 1 U.0 1 0.0 ZO 1 8.0 1 4.0 1 14,15&00 1 S 28, 5'0 Hydnaullm (KPFF Chdi) 5.01 Ms. wiN Agencies 02 Establish o'Year Flompl,in o Structu ral 5.03 Establish Clearance ftirnbur,abiesg f is sulanotall 1 0.0 1 0.0 1 0.0 I 0.0 0.0 1 0.0 I 0.0 1 0.0 I 0.0 1 0.0 1 0.0 I 0.0 is is a, rs'isael r'-' -Tit k mph 0, iv, P 6.0 EmAnanarendial and earmlOng Semcaar (Wharru KPFF CMI) 6.01 Team, Agarholr, heAW�hon Meeting and P I 1 6.0 �oo.o I I �Rslol 19,167.:71 6.02 SEPA Me,ldist O 2.0 11.0 4.1 1 1IL 2.955. 4 WSOOT ""I Programs ECS 3.0 1 14.0 1 0 .0 S 3.594351 ite 6.04 Phase I Emn. Site I �0.0 1 1 54.0 4.0 15.0 7.0 8,433.52 6.05 BitegrulMsesenheaVIEF11 6.0 40.0 36.0 5,0 120 1.0 aF, ,*2991 11 .46737 1 S 420.79 606 UResources ra$ Resources I-stigartio, 6.07 Shoreline Permit I I I So I I I I I I I 4.0 60 3 4.0 1 16.0 4.0 7,289.71 6.08 WaMnd/Wty Delineation 2.0 1 2 4.0 10.0 1 10.0 1. 0 609 Chathel k..a Report S. lo.0 ;6.0 24.0 1 10.0 1 to S 50,96 6.10 am C.-rctio, Dowa-ma .ralon 4.0 36.0 29.0 1 1 36.0 1 3.0 1 1 6.1' J.PA 0 0 0 3 3501 1 2 ,369.07 2.0 6.12 Aquatic Lands Easement 593.50 ::0 2: 1 Ig, V"= I 11,476:00 1$ 11,476.001 1 04,04 5.89 Suitionall 4.0 I 10.0 1 67.0 1 2150.0 1 0.0 1 104.0 1 16.0 54.0 I 79.0 1 5.0 1 84.0 1 18.0 1 11,4719.00 1 S .01 Internal Team PSE ftk-0ff Meaning Sustartall 0.0 1 0.0 1 0.0 i Ito I 0.0 I 0.0 1 'S 02 TSL Review Project Wolr4hf Meaning '71 S 3 Tied Arch Concept Mholhop S Tint Ar[n .m.th,es-ap- 7.0s West and U.1 Approach Wa.pl Workshop Wlar Ap r0bon East AApproach 7..S Final Conant Selection workshop con nection Detail Sketches Surta Finish Wmpl,, W. Wmisee. Study Model Development I Sketch Up Quality R-derfarts (6) 7.06 P'bjic 0-th I Graphics S Tl,atwIS,c Reirntarneataresd. r, I I Sustartall 0.0 1 0.0 1 0.0 i Ito I 0.0 I 0.0 1 0.0 I 0.0 I 0.0 I Ito I 0.0 1 0.0 I's 8.0 Ch11 Enameam"K 8.01 Icomairtmalishop am Preferred MSeleolloth ISM Phap ad Derholidon NO 2 3 Hoftembal and VerUcalLeyoot R... "yo. Ho tontal C mtrol tr. cal Alignment Veric arChossing,fThIll Rechannel Wm Baker St I Rivard- Plaza Dh-.y Reconstruction 8.04 GmdlngandPaAng I i 7777� s Terrain Mantel Tl,atwIS,c �TM who ItCFD no USACE S OS c 8.06 Is.ohroe weer S TIR n::A Sam o"j- li-;� a,A Inf, nation =A 8.07 Wild. -A Cary and Prorate Relocation, Franchise Wifty Coo limarbort I I I I Seattle Public Wily Coordination 8.09 MInnollaertlan and Sip] g Parkin Lot RmIaiahsr Roadway Siping RiveMew Plana Parking Lot O-Waon Study MoMna.literam Sake, St I I Page 1 of 4 FEE ESTIMATE: M of Tukwila TuMia Urban Center, Peddethdru'Bkycle Bridge IHrldaY A450CI81ea 51 S enior Staff Senior -D-1 Sul-) IPrincipall sdciatel Senior I Prrolect I ProleR I I I chord. I 3.2587 I Task I SCOPE OF WORK I I I I x COntraq S 65.00 S 56.00 S 47.00 40.00 I 136.001 S 32.00 I 30.00 I $25.001 S 31.00 I E 24.0D Amputti S 29.00 I S 17.0 F-Ii. 8.09 '0 Eadhera I I I I I I I I I 1�" i$ 1 1 60% 1 I I I I 1 I I I I I I" I 1 I Final 8.101 olidarke. I I I I I I I I 1 I E,EZ '4 s 60 %outline 90 %Special Provisions 1 final Special Provisions 8.11 Faraheets Ste Precera8oh l4 she I 1 I I I I I I li" J E I TESL Plans (4 sheets) I j I I I I I Roadway SectionsO sheen I I I I 1 I 1 I L'.F: s I 1 Plar/Proflle Sheets l3 sheets) I Deniage sheets) uulilyl3sheets) I I I I I I I I I Is ChannelllationandSlgiing (3 sheets) I I I I I b'. 'IE 1 QC Review 7 1 S Site Site Preparation (4 sheets) I I I I I 1 j 1>;�' •q �1 E TESC Plans sheets) TESC Oetan lsheet) d-ay s. cti ons M SMet) I Plan /Prone sheets (3 sheets) I I I I I I I I I 1 If PevingDetail(lSheet) Drainage l4Shoals) Drainage Detail (1 sheet) 1 I I I I I I 1 LLs -1 E utility(3sbeetsl ututy DOW (1 sheet) I I I I I I I I I If ChennelizationandSigning (4 Shashi) I I I 1 I I I I 1-' 7E Chennelization Detail (1 sheet) E QORevlew I I I I I I I I li '1 E 1 I I I I I I I I I li �E I 90x 1 I I I I I I I II` _._I s I Site Preparauon (4 sheets) I I I I I I I I I 1 V; i TUC Plans (4 sheets) TESCDetai111sheeU I I I I I I I I Roadway Sections Il sheen 1 I I I I I 1 I I I Il -`'i is Plan/ProBle Sheets 13 Shasta) --I PavingDetanllsheet) I I I I I I I 1E Dratnage (3 sheets) I I I I I I I I I I*'^ "'"'"1_s 1 Drainage Detail() shee4 I 1 I I I I I I I I I I j"- -7E 1 M, Ity (3 sheets) 1 I I I I I I I I I I I r' °°"t °Iis I I rainy Dahill (I sheet 1 I I I I I j I 1'^"' "'As I I Channelizauon and Sgvng l4 sheets) I I I I I I I h 1E I Marine) Imam Detail (1 sheet) s OC Review I I I I I I I I I: `j s SoOx Site Preparation (4 Sheets) I I I I I I I It`°°" 1S TUC none 14 sheets 1 I I I I I I I I 1 I r i j TUC Detae sneer) I 1 I I I I I I I I I I I c s I Roadway sectiona'S Sheen PlaNPrp0le Sheets (3 sheets) Paving D sleet) E 1 Dr mage(4 sheets) I I I I I I I I Drainage Detah (1 sheet) I I 1 I I I I I T3 1 E wliry(3sneels) I I j I I I I I I I 1 '-`is .IityDetaa(l I I I I I I I I I I Ir -'_mss Cnannelization a Sipningl4 sneeul I I I I I I I I I I IE E ..nn on Detail (1 sheet) I I I I I I I If S I QC Review 1 I I I I I I I I 4 "1E Final eta set I I I I I I I B'"'^: J I Site Preparation l4 Shasta) TESCnansl4sheetsl TESC Detail (1 sheet) I I I I I I I 1= 1 E I Roadway sections ll sneetl I I I I I I I I I I 'J$ nan/Fronle sheets 13 sheets) I I 1 I I I I I I�.._� ;1 S Paving Detell (1 sheet) Dratnage (4 Sheets) I I 1 I I I I 1 I I 11" "1 E 1 Drainage Detail ll sneer) E utillbSaneetsl I I I I 1 I I I IP°"- Js MoyDerail(15heeU I I I I I I 1'g Channelizanonanesignng(4sneets) I I I I I I I I 1'�' �"'"i$ Channenzalon Detail (l sheet) I I I I I I I I I 6 "7 E QC Review ReimourSaolesl s I I Suetotal l 0.0 1 0.0 1 0.0 1 0.0 0.0 I 0.0 I 0.0 I 0.0 I DO I Do I 0.0 9.0 SlzucN2l Ehgneedeg(KPFFI 901 Basis of Design S I 2 Bridge Design I I 1 I I I I I I I!: S I Deep Foundations 1 I I I I I I I I I I!'° S I Weetnoulment I I I I I I I I I 1'. -1 I East Ahveneta ruch steel Fices I I I I I I I I I' 'IS I etch Abutment connections mcn Te-imi Ties scenaneous Connepnone I I I 1 I I I li E DeckSUOerslructineFmoing I I I I I I 1 I IT S Deck Slab M 9.04 Deck Hand Railing Arch Suspension Hangers west Appm.. Ramp Deus gh I Shan Foundations Concrete Columns Structural Earth wars Steel Superstructure Deck Slae Hand Rellings East Approach Ramp Design Shalt Foundations Concrete Columns I Structural Earn Waits I Steel Su. South Deck slat I$ ire 1E 1. E xMM FEEESDMATE Cip'of TUWar Tukwlle ulaen Center, PeaestrleNBlrydo Bridge Task I SOOPEOFWORK Hand Railings 9.05 MISCellanedus sWCtYrea Waynmmng Sign auopane and round.bona UOlily Protecaon structures Miscellaneous Retaining Wells ughting SUppo is and Foundations 9.06 AnticlpatadSw IPlsn Sheets(SMat Count S58) General Notes ,,d Adorevlations General man and Elevation Horliantal C hcrvl Plan construction Seduenae (2 Sheeta) Foundation Layout Pile Details West A, ht Plan and Elevabons I West ADuVnem Details I East Adubnent Plan and Eleyatlons 1 East ADUMent Details 1 Suioar --re Layout 1 AM Plan and Elevation Aran Sections (2 Sheets) -h Details (3 Sheets) neeh tension lies Arch Tensbn Tie Details Deck Framing Plan and Elevation (2 Sheets) Deck Framing Plan Deck Sections (25heels) Deck Details (2 Sheets) Arch Connection Deails (35heets) Deck Vemcal SUDaon Layout (2 Sheets) Deck Veni el SupPcn Sections (2 Shea Deck Vertical Support Details (2 Sheets) West AppmaM Plan and El ban West Approach Foundation Plan and Elevation West Approach SupersWcture Sections West Approach Sub"""Mure Details (2 Sheets) pp West Aroach Deck Sections West Approach Deck Deails (2 Sheets) Eon Apooach Plan and N.U. East Approach Foundation Plan and Elevabn Eon Approach: "cture Sections East Approach SudersW "tire Details (2 Sheets) East Approach Deck Sections East Approach Deck Details (2 Sheens) Miscellaneous Structures (2 Sneers) 9.07 DelAemdlas 30% PS Submittal 30 %PSE Plan Set Preliminary Estimated Quantities and Costs 30 %PSE QNQC Principal IAaa S clmel�srinatel Senior $65.001 S 56.00 I $47.001 f 40.00 1 I I I 1 I I I 1 I 1 I I I I I I I I I I I I I I I I I I 1 1 I 1 I I I I I I 1 I I I I I I I 1 I I I I I I I I I I I 1 1 I I senior Project S 36.00 Project I Senior I Staff Staff $32.001 f 30.00 I $25.00 I I I I I I I 1 I I I I I I 1 I I I I I I 1 I I I I 1 I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I 1 I I I I 1 I 1 I 1 I 1 I I I I I I I I 60%PSE Suomldel 60 %PSE plan Set SDecKi tion OWlne ueamed Quanudes and costa Responses m City 30%PSE C.-Ma 60% ME WQC 1 I I I I I I 1 I I I I I I 1 I I I I I 1 I 1 I 7 I 1 I I I 90%PSESubmbtal 90 %PSE Plan Set Draft Specilicedon Updated Quantities and Cons Responses W CId' 60% PSE Comments 90% ME QA/QC I Fine PSE Suammel I fin eI PSEPIan Set I Flnal Soectf tion I Final Quantities and costa I Responses to City 10% PEE Comments I Final ME QA/QC I I I 1 I I I I I I I 1 I I I I I I I I I I subtotal l 0.0 1 0.0 1 0.0 1 0.0 1 0.0 1 0.0 1 0.0 1 0.0 10.01 ;Brldpa Structure Arch Geometry Arch Color I Suso Canles Connections Bridge Deck 1 Connecdona- AMtmenta Connections -Tied Arch Connections lateral supoon 10.02 Approach Ramps Column Treatments Superatno- Tre -ents Deck Treatments Earth (Treatments Handrail System 10031 Draft Bads al' O Ihgn Document 10.04 30%Man Set 10.05 30 %PSE DabHef(etth crM 10.06 AmhbecWral Sheet /Dectim Code sheet Serations Sections (2 sheets) Connection Details (2 an...) uptingc rdbrtion AD Mach Sections, East Approach Sections, West Handrail Details Study Model Develoidment 10.07 Final Bask at Design, Document 10.08 50 %Satan 1 60% Plan Set outline s- 60%PSE Debrief (with city) City Comment Review/ Response to 30% 10.09 90%Subm10a1 90 %Plan Sat Draft S- 90% PSE Debrief (with Clty) Senldr I fAD /GIS I Projen I Support I Mufficler I ran Tach Colyd. Staff 1 3.258] 1 31.001 E 24.00 I $29.00 I f 17.001 Relmo. I CdniractAmourn'I -I$ I is f I f I AE I f 1 is I f" Is I f I I j Is If 1 I IT I I I I tl AE f I I -f s -_1s t. I I I tl .y i s I f te:.AIS I I I tl ::lIis I L IE I 1. ;rJS I I I$ 1 -IS I s IE IS 0.0 0.0 I 0.0 I 0.0 I S I f A #Li f t~i. k #e .sink Ik' A s If L .rlf L J S f F..___ ,7 E f E f f F s Y 1f Page 3 of 4 FEEFSTIMAM CtVW TUkMla Tukwila Urban Center. PedestrizrVillcycle Bridge Iandlau A"SOCIBIa4 Senior Senior Senior Suit Sanror G40/GIS Ind.. Sus.. Multiplier 'I PrInclOall� Senior I Prolecl I Pro)eIX I Staff I I tfn I Tell, I CopN. I Staff 3.256] Task I SODPE OF WORK 1 f 65.001 S 56.00 I 47.00 I f 40.00 I S 36.00 15 32.00 I E 30.00 f 25.00 I a 31.00 I S 24.00 I $29.00 I E 17.001 Reimb. I� condram"oult G CCs-en, Revlew Response to 60% ry I 1010 1 ,00 %Submtttel '00% Men set I I I I I I I 1 1 I I M Final Spars I I I I I I I I I s 1 'Ttt' f I City Comment Review Response to 90% f I I I I I I V= I Reimbursabl Ir. 1 1 sbtatal 1 00 I 00 1 0 0 1 00 1 00 4 00 1 00 1 00 1 00 I 00 1 00 I 00 Is Ia I f 11.o urban o�e�l� ana war Flnema I 13.01 Illumination 1 I I I I 1 I 1 1 1 I 1 =s: T..'i E I 11.02 WavbndinP_ Furnisnlnes d Signal I I I I I I I I I k +t I 11.03 Land-ing and Rrigation 11.04 wsR ySelMion)ftrkinR LOt Trait Alignment Studies Is Sn,nreel 00 I 0.0 I 0.0 1 0.D 1 0.0 1 0.0 I 0.0 1 0.0 I 0.0 I 0.0 0.0 1 0.0 1$ I I I I I I I 1 I S, 00 I 00 1 00 I 00 1 00 1 00 i 00 1 00 1 00 4 0.0 1 00 00 #lai ll,I. 4 kid ^F Pa T h". P""4"%! I 'a p G mot i'I ilgL','h M •..1 mm 13.0 S1gm, Design 13.01 109007 Coordination I I I I I I I I I I f' ..`1 I 13.02 Pedestrian Eignal Across Well Valley Hig,way DesigP I 1 I 1 1 1 I I I I I I 1 r 13.03 SIP/ Modlfmuons at Andover Patk E k Baker Blvd 1 1 1 I 1 1 I I I E l E Is sbtotel oo t o0 I OA I o0 I oo I 00 I 00 I oo I 00 1 00 1 00 I 00 Is If 14.0 RI@,taf -way 5envlces 14 01 IW=l Description 14.02 RIIOIL -0t WaY Plan 14 03 ITde Repo. I 1 Y 1 Y .J i Re1m0Ur50btesir'- "�S1'i�" E 1 E SublWal 1 00 I 00 1 00 1 00 1 00 1 00 1 00 1 00 I 00 1 00 1 00 00 IS {f .nhd"i:F as ".,iG...,i :iP!,... 1 16.0 Csnann qon SUDOin s¢Mar Reimburs G v A• m:��m- �.w..s s Is Subtotal 0.0 1 0.0 1 0.0 1 0.0 1 00 1 0.0 00 1 0.0 1 0.0 1 0.0 i 0.0 I 00 If iE Total Hours, 10.0 67.0 3SD.0 68.0 104.0 16.0 98.0 760 7.0 92.0 220 25,63200 13259231' IFr' IS �S IS IS If 07- 123(h) Adw Council Approval N/A ''r Washington State Department of Transportation Organization and Address Sup plemental Ag reement KPFF Consulting Engineers I�p 9 1601 Fifth Ave, Suite 1600 Number 8 Seattle, WA 98101 Original Agreement Number 07 -123 (h) Phone: 206 622 -5822 Project Number Execution Date Completion Date 05 RW03 12/31 /2011 Project Title New Maximum Amount Payable Tukwila Urban Center, Ped /Bicycle Bridge TSL $244,856.82 Description of Work Time extension for completion of the TSL report and the planning and conducting of public involvement events. There are no changes to the scope or fee as part of this supplement. The Local Agency of CITY OF TUKWILA desires to supplement the agreement entered into with KPFF Consultina Enaineers and executed on and identified as Agreement No. 07 -123 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: I Section 1, SCOPE OF WORK, is hereby changed to read: No Chanae to the Scoae of Work I I Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Revised completion date is December 31. 2011. III Section V, PAYMENT, shall be amended as follows: No Chanae in Pavment As set forth in the attached Exhibit A, and by this reference made part of this supplement. If you concur with this supplement a agree to the changes as stated above, please sign in the appropriate spaces below and return to this offi o final action. By: chard K o son. PE By: Citv of Tukwila Consulta r Si nature 9 a Date 07-123(g) Council Approval N/A 171 Washington State Department of Transportation Supplemental Agreement Organization and Address pp g KPFF Consulting Engineers Number 7 1601 5th Avenue, Suite 1600 Seattle, WA 98101 Original Agreement Number 07 -123 (b). Phone (206) 622 -5822 Project Number Execution Date Completion Date 05 -RWO3 3/31/2011 Project Title New Maximum Amount Payable Tukwila Urban Center, PedBicycle Bridge TSL 244,856.82 Description of Work Time Extension for completion of the TSL report and the planning and conducting of public involvement events. There are no changes to the scope or fee as part of this Supplement. The Local Agency of City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. 07 -123 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. Section 1, SCOPE OF WORK, is hereby changed to read. No chancre to the Scone 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: Revised completion date is March 'i1. ?n1 1 111 Section V, PAYMENT, shall be amended as follows No chancre in Payment as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By David McMullen. P. By: City of Tukwila taci /1 Consultant Signature Approving Authority Signature .u/mh.e_r l DOT Form 140 -063 EF Date Revised 9/2005 C K lG//v, I �S r► Washington State W Department of Transportation Supplemental Agreement Number 6 Original Agreement Number 07 -123 l Project Number 05-RWO3 Organization and Address KPFF Consulting Engineers 1601 5th Avenue, Suite 1600 Seattle, WA 98101 Phone (206) 622 -5822 Execution Date Completion Date 12/31/2010 New Maximum Amoun: Payable 244,856.82 Project Title Tukwila Urban Center, Ped/Bicycle Bridge TSL Description of Work Time Extension for completion of the TSL report and the planning and conducting of public involvement events. There are no changes to the scope or fee as part of this Supplement. The Local Agency of City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No 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 Section 1, SCOPE OF WORK. is hereby changed to read Nn rhanae rn the Senne of Wort- Section IV TIME FOR BEGINNING AND COMPLETION is amended to change the number of calendar days for completion of the work to read Revised completion date is DPremher i1. 7010 Section V PAYMENT shall be amended as follows !n ,•hanae in Payment By David McMullen RP DOT Form 140 -063 EF Revised 912005 Consultant Signature 11 111 By City of Ti4 wila 07- 123(f) Council Approval N/A Date 07 -123 as set forth in the attached Exhibit A. and by this reference made a par: of this supplement. If you concur with this supplement and agree to the changes as stated above please sign in the appropriate spaces below and return to this office for final action L44 Approving Aut mature Li 5 tj c 6-9Z Wim Washington State Department of Transportation Supplemental Agreement Number 5 Original Agreement Number Project Number 07 -123 (0 05 -RWO3 Section 1, SCOPE OF WORK, is hereby changed to read: No rhan to the ,Scone of Work Section V, PAYMENT, shall be amended as follows: No change in Payment By: David McMullen. P.F. DOT Form 140 -063 EF Revised 9/2005 ,46 Consultant Signature Organization and Address KPFF Consulting Engineers 1601 5th Avenue. Suite 1600 Seattle, WA 98101 Phone: (206) 622 -5822 Execution Date New Maximum Amount Payable 244,856.82 111 By: City of Tukwila 07- 123(e) Council Approval N/A Completion Date 5/31/2010 Project Title Tukwila Urban Center, Ped /Bicycle Bridge TSL Description of Work Time Extension for completion of the TSL report and the planning and conducting of public involvement events. There are no changes to the scope or fee as part of this Supplement. The Local Agency of City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. 07-123 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: 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Revised completion date is May 11 2010 as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. brity Signature Date 3 0 f 7) (6//x74 -t. S Washington State Department of Transportation Supplemental Agreement Number 4 Original Agreement Number 07 -123 QC> Project Number 05 -RWO3 Project Title Tukwila Urban Center, Ped/Bicycle Bridge TSL Description of Work Time Extension for completion of the TSL report and the planning and conducting of public involvement events. There are no changes to the scope or fee as part of this Supplement. The Local Agency of City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. 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: Section 1, SCOPE OF WORK, is hereby changed to read: No chance to the Scone of Work. Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Revised completion date is October 31 2019_ Section V, PAYMENT, shall be amended as follows: No change in Payment as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: DOT Form 140 -063 EF Revised 9/2005 David McMullen_ P.E M Consultant Signature Organization and Address KPFF Consulting Engineers 1601 5th Avenue, Suite 1600 Seattle, WA 98101 Phone: (206) 622 -5822 Execution Date New Maximum Amount Payable 244,856.82 1 11 111 By: City of Tukwila 07 123(d) Council Approval N/A Completion Date 10/31/2009 07 -123 Cr App /oving Authority Signature Date O Washington State V`/ Department of Transportation Supplemental Agreement Number 3 Original Agreement Number 07 -123 (c) Project Number 05 -RWO3 Project Title Tukwila Urban Center, Ped /Bicycle Bridge TSL Description of Work Time Extension for completion of the TSL report and the planning and conducting of public involvement events. There are no changes to the scope or fee as part of this Supplement. The Local Agency of City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. 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: Section 1, SCOPE OF WORK, is hereby changed to read: No chance to the S nne 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: Revised completion date is Jane 30. 2009 Section V, PAYMENT, shall be amended as follows: No change in Payment as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: DOT Form 140 -063 EF Revised 9/2005 David McMullen, P.F Organization and Address KPFF Consulting Engineers 1601 5th Avenue, Suite 1600 Seattle, WA 98101 Phone: (206) 622 -5822 Execution Date Completion Date 6/30/2009 New Maximum Amount Payable 244,856.82 111 By: Consultant Signature U Approvin c og /6 if c S City of Tukwila 07 -123 y Signature Date' r V Washington State Department of Transportation Supplemental Agreement Number 2 Original Agreement Number 07 -123 t,, h) Project Number 05 -RWO3 Organization and Address KPFF Consulting Engineers 1601 5th Avenue, Suite 1600 Seattle, WA 98101 Phone: (206) 622 -5822 Execution Date Completion Date 12/31/2008 New Maximum Amount Payable 244,856.82 Project Title Tukwila Urban Center, Ped /Bicycle Bridge TSL Description of Work Time Extension for collection of required site data and project design requirements. There are no changes to the scope or fee as part of this Supplement. The Local Agency of City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. 07 -123 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: Section 1, SCOPE OF WORK, is hereby changed to read: Nn chancre to the ,Scone of Work Section V, PAYMENT, shall be amended as follows: Nn change in Payment ic2 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Revised completion date is December 11 700X 111 as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: DOT Form 140 -063 EF Revised 9/2005 David McMullen. P.F. By: Consultant Signature City of Tukwila Appr iAuthority Signature Date -5/ al a2 052161,Q/76-S r Washington State V, Department of Transportation Supplemental Agreement Number 1 Original Agreement Number 07 -123 (6. Project Number 05 -RWO3 Project Title Tukwila Urban Center, Pedestrian /Bicycle Bridge Description of Work Geotechnical field exploration Section 1, SCOPE OF WORK, is hereby changed to read: See Attachment for descrintinn of Scone of Work Organization and Address KPFF Consulting Engineers 1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 Phone: (206) 622 -5822 Execution Date Completion Date New Maximum Amount Payable 244,856.82 The Local Agency of City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. 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 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: No chancre to Completion Date Section V, PAYMENT, shall be amended as follows: Maximum Amount Payable includes an additional $5.100 for a total of $244.856.82 as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: David K. McMullen, PE DOT Form 140 -063 EF Revised 9/2005 c I Consultant Signature 111 By: City of Tukwila Approving Authority Signature 7 i Date 3 G 67/U4( Exhibit A -1 Scope of Work The following scope of work describes the tasks to be performed by the geotechnical subconsultant to obtain additional field information. The field investigation includes the advancement of two Cone penetrometer test (CPTs) to a depth of 100 ft. One CPT would be advanced west of the Green River, east of the intersection of Baker Boulevard and Christiansen Road. The second CPT would be completed east of the West Valley Highway. Included in the fieldwork is 1/2 day of traffic control to complete the CPT adjacent to the West Valley Highway. The scope of work includes the completion of a right -of -way use application, completion of the one -call utility permit, time to show the CPT subcontractor the site, and time to oversee the CPT located east of the West Valley Highway. Data obtained by the field exploration will be incorporate into the geotechnical technical memorandum. Exhibit G -1 Subconsultant Fee Determination Summary Sheet Project: Tukwila Urban Center, Pedestrian/Bicycle Bridge Type, Size And Location (TSL) Bridge Report Direct Salary Cost (DSC): Classification Senior Associate Senior Project Project Assistant CAD Man Hours Project Coordinator 1.0 Rate Cost 2.0 X 48.00 96.00 X 32.00 0.00 6.0 X 27.00 162.00 6.0 X 18.00 108.00 X 26.00 0.00 X 22.00 22.00 X X X Total DSC 388.00 Overhead (OH Cost including Salary Additives): OH Rate x DSC of 2.1113 x 388.00 819.18 Fixed Fee (FF): FF Rate x DSC of 0.30 x 388.00 116.40 Reimbursables: Itemized 3,776.42 Grand Total 5,100.00 Prepared By: Landau Associates Date: December 17, 2007 DOT Form 140 -089 EF Exhibit G -1 Revised 6/05 Direct Salary Costs Overhead Direct Non Salary Costs Fixed Fee Subconsultant (Landau Associates) Total Exhibit "A" Summary of Payments Basic Agreement $16,846.76 Supplement #1 Total $5,100.00 $21,946.76 $21,946.76 Local Agency Standard Consultant Agreement Architectural /Engineering Agreement Personal Services Agreement Agreement Number Federal Aid Number v3 (co LA (,c,c,,S Agreement Type (Choose one) Lump Sum Lump Sum Amount Cost Plus Fixed Fee Overhead Progress Payment Rate Overhead Cost Method Actual Cost Actual Cost Not To Exceed Fixed Rate Fixed Fee 49,236.00 Specific Rates Of Pay Negotiated Hourly Rate Provisional Hourly Rate Cost Per Unit of Work Index of Exhibits Exhibit "A" Scope of Work Exhibit "D" Payment (by Agreement Type) Exhibit "E" Consultant Fee Determination Exhibit "F" Breakdown of Overhead Cost Exhibit "G" Subcontract Work/Fee Determination Exhibit "H" Title VI Assurances Exhibit "I" Payment Upon Termination of Agreement Exhibit "J" Alleged Consultant Design Error Procedures Exhibit "K" Consultant Claim Procedures Exhibit "M" Certification Documents 30 OA Ok OA THIS AGREEMENT, made and entered into this between the Local Agency of City of Tukwila and the above organization hereinafter called the "CONSULTANT DOT Form 140 -089 EF Revised 6/05 Consultant/Address /Telephone KPFF Consulting Engineers 1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 Page 1 of 8 O OJOc 0 1)1 Ci >�aNc F14-6 r) Project Title And Work Description Tukwila Urban Center, Pedestrian /Bicycle Bridge Type, Size And Location (TSL) Bridge Report Vas) CS. DBE Participation El Yes [83 No Federal ID Number or Social Security Number Do you require a 1099 for IRS? Completion Date Yes No Total Amount Authorized 239,756.82 Management Reserve Fund Maximum Amount Payable 239,756.82 day of Washington, hereinafter called the "AGENCY" /5 2 6R/6/A1.1-L--.3 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: 1 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. 11 Scope of Work The Scope of Work and projected level of effort required for this PROJECT is detailed in Exhibit "A" attached hereto and by this reference made a part of this AGREEMENT. 111 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, and /or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings with the AGENCY and /or such Federal, State, Community, 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 required hours or days notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which 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. The CONSULTANT, and each SUBCONSULTANT, shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The CONSULTANT, and each SUBCONSULTANT, shall carry out applicable requirements of49 CFR Part 26 in the award and administration ofUSDOT- assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT that may result in the termination of this AGREEMENT. Participation for Disadvantaged Business Enterprises (DBE), if required, per 49 CFR Part 26, or participation of Minority Business Enterprises (MBE), and Women Business Enterprises (WBE), shall be shown on the heading of this AGREEMENT. If D /M /WBE firms are utilized, the amounts authorized to each firm and their certification number will be shown on Exhibit "B" attached hereto and by this reference made a part of this AGREEMENT. If the Prime CONSULTANT is a DBE firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY'S "DBE Program Participation Plan The mandatory DBE participation goals of the AGREEMENT are those established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the AGENCY. All Reports, PS &E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C." All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT, and are the 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. Page 2of8 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 CONSULTANT, 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 Provisions The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided in Exhibit "D" attached hereto, and by reference made part of this AGREEMENT. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable portions of48 CFR Part 31. A post audit may be performed on this AGREEMENT. The need for a post audit will be determined by the State Auditor, WSDOT External Audit Office and /or at the request of the AGENCY'S PROJECT Manager. VI Sub Contracting The AGENCY permits sub contracts for those items of work as shown in Exhibit "G" attached hereto and by this reference made part of this AGREEMENT. Compensation for this sub consultant work shall be based on the cost factors shown on Exhibit "G." The work of the sub consultant 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 sub consultant shall be substantiated in the same manner as outlined in Section V. All sub contracts shall contain all applicable provisions of this AGREEMENT. With respect to sub consultant payment, the CONSULTANT shall comply with all applicable sections of the Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT shall not sub contract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY. No permission for sub contracting shall create, between the AGENCY and sub contractor, any contract or any other relationship. A DBE certified sub consultant is required to perform a minimum amount of their sub contracted agreement that is established by the WSDOT Highways and Local Programs Project Development Engineer in consultation with the AGENCY. VII Employment The CONSULTANT warrants that they have 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 consideration, 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 discretion, 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 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 Page 3 of 8 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 Department of Transportation, or the STATE, or the AGENCY, except regularly retired employees, without written consent of the public employer of such person. VIII Nondiscrimination During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in interest agrees to comply with the following laws and regulations: Title VI of the Civil Rights Act of 1964 (42 USC Chapter 21 Subchapter V Section 2000d through 2000d -4a) Federal -aid Highway Act of 1973 (23 USC Chapter 3 Section 324) Rehabilitation Act of 1973 (29 USC Chapter 16 Subchapter V Section 794) Age Discrimination Act of 1975 (42 USC Chapter 76 Section 6101 et seq.) Civil Rights Restoration Act of 1987 (Public Law 100 -259) American with Disabilities Act of 1990 (42 USC Chapter 126 Section 12101 et. seq.) 49 CFR Part 21 23 CFR Part 200 RCW 49.60.180 Page 4 of 8 In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "H" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "H" in every sub contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. IX Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten (10) 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 "I" for the type of AGREEMENT used. No payment shall be made for any work completed after ten (10) days following receipt by the CONSULTANT 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 when 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 CONSULTANT, 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 CONSULTANT in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, 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 may be required to do so, and other factors which affect the value to the AGENCY of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been made using the formula set forth above. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S failure to perform is without the CONSULTANT'S or it's employee's default or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs in accordance with the termination for other than default clauses listed previously. In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervisory 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. This 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 concurrence, 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 CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform work required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement 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. XI Disputes Any dispute concerning questions of fact in connection 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. If the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit "J and disputes concerning claims will be conducted under the procedures found in Exhibit "K 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 Washington, situated in the county in which the AGENCY is located. 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 accordance 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. Page5of8 XIII Legal Relations The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be done under this AGREEMENT. This contract shall be interpreted and construed in accordance with the laws of the State of Washington. The CONSULTANT shall indemnify and hold the AGENCY and the STATE and its 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 or the STATE against and hold harmless the AGENCY or the STATE from claims, demands or suits based solely upon the conduct of the AGENCY or 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 or 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 or the STATE of defending such claims and suits shall be valid and enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S agents or employees. The CONSULTANT'S relation to the AGENCY shall be at all times as an independent contractor. The CONSULTANT shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT'S 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. 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 a new sole source, or an acceptable supplemental agreement, the CONSULTANT shall provide On -Call assistance to the AGENCY during contract administration. 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 otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability and property damage insurance in an aggregate amount not less than two million dollars ($2,000,000) for bodily injury, including death and property damage. The per occurrence amount shall not exceed one million dollars ($1,000,000). C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000) combined single limit. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance secured by the CONSULTANT, the AGENCY will be named on all policies as an additional insured. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by the 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 fourteen (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 ($1,000,000) dollars, whichever is the greater, unless modified by Exhibit "L In no case shall the CONSULTANT'S professional liability to third parties be limited in any way. Page6of8 The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY and the STATE may take such other action as is available to it 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 AGREEMENT accordingly. C. The CONSULTANT must submit any "request for equitable adjustment hereafter referred to as "CLAIM under this clause within thirty (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 CONSULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and conditions 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 If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. 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 "M -1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "M -2" Certification Regarding Debarment, Suspension and Other Responsibility Matters Primary Covered Transactions, Exhibit "M -3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "M -4" Certificate of Current Cost or Pricing Data. Exhibit "M -3" is required only in AGREEMENTS over $100,000 and Exhibit "M -4" is required only in AGREEMENTS over $500,000. XVIII Complete Agreement This document and referenced attachments contain 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, representation, 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 material submitted by the CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof. Page7of8 In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date" box on page one (1) of this AGREEMENT. B y L 1C \N M /a° By a m Consultant KFIFE Co u1 11 V CA AeQrs Agency Z L.-di DOT Form 140 -089 EF Revised 6/05 J Page 8 of 8 PROJECT DESCRIPTION Tukwila Urban Center, Pedestrian /Bicycle Bridge Type, Size And Location (TSL) Bridge Report The Green River stands as a barrier between the City's urban center and the transportation hub of the Sounder Commuter Rail /Amtrak Station. This project is a preliminary step in defining the pedestrian corridor connecting these commuter hubs. This project shall determine the type of structure and its location for crossing the Green River. The bridge is to be a signature piece of the corridor and along with the associated trail provide a direct, safe and enjoyable walking experience. PROJECT OBJECTIVES The overall objective of this project is to develop a connection from the intersection of Baker Boulevard and Christensen Road to the Sound Transit property line of the Sounder Commuter Rail /Amtrak Station. This project will take place in three phases, which include the following: o Type, Size and Location (TSL) Phase o Plans, Specifications and Cost Estimate (PSE) Phase o Construction Management Phase This scope of work shall be for the TSL Phase, which includes surveying, bridge type and size, project aesthetics, civil and structural engineering, trail alignment studies and definition of permitting requirements to enable the bridge TSL to be determined. During and /or at the conclusion of the TSL Phase, the City of Tukwila can exercise the option to supplement KPFF's contract to include the following tasks: PSE Phase o Completion of 30 60 90% and final plans o Contract Specifications o Cost Estimate o Permitting Construction Management Phase Exhibit A -1 Scope of Work Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 2 PROJECT TEAM The project team is made up of the following firms: Owner Prime Consultant Structural Engineering Civil Engineering Urban Planning Surveying Bridge Architecture Environmental Services Geotechnical Engineering SCOPE OF WORK City of Tukwila KPFF Consulting Engineers KPFF Consulting Engineers KPFF Consulting Engineers KPG Inc. KPG Inc. LMN Architects Landau Associates Landau Associates The following is a scope of work for the TSL phase of the project. In addition to the basic scope of services, the Consultant has included additional services that can be performed at the City's request. TASK No. 1.0 PROJECT MANAGEMENT AND ADMINISTRATION Task No. 1.01 Project Schedule A project design schedule shall be created in Microsoft Project that spans from the notice -to- proceed to the completion of the TSL documents. The schedule shall be updated on a monthly basis. Task No. 1.02 Subconsultant Agreements KPFF shall prepare subconsultant contracts for KPG, Inc., Landau Associates, and LMN Architects. Task No. 1.03 Progress Reports Task No. 1.04 Invoices Task No. 1.05 Team Meetings A progress report form shall be provided to each subconsultant. This form shall be filled out on a monthly basis and submitted with the invoice for the work described in the progress report. KPFF shall then compile the reports into a single document to be submitted to the City with the associated monthly invoice. Subconsultants are to prepare monthly invoices for work completed. KPFF shall compile the invoices into a single document to be submitted to the City. The project team shall meet to discuss project issues, schedule, progress, and general coordination of effort as needed. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 3 Deliverables Project work plan Project schedule with monthly updates Monthly progress reports and invoices Team meetings Participation in project meetings (Task No. 10 11) Participation in one additional project meeting to be determined TASK 2.0 DESIGN CRITERIA DOCUMENT KPFF shall prepare the design criteria based on contributions from the project team: Minimum bridge /trail widths. Horizontal geometry constraints (including minimum radii for curves) and allowable design speeds for bicycles. Maximum allowable vertical grades and rates of curvature for both bridge structures and for access ramps. Emergency access requirements. Minimum lighting requirements. Green River hydraulic opening requirements. Requirements for stormwater detention and water quality. Construction criteria within 100 -year flood plain. Utility clearance requirements. Structural loading conditions. Allowable structural deflections and vibrations. Physical /aesthetic impacts on adjacent uses, Coordination with potential future vehicular bridge in similar area. Deliverables Draft Design Criteria Document Final Design Criteria Document Exhibit A Scope of Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 4 TASK 3.0 TOPOGRAPHIC AND BOUNDARY SURVEY KPG shall provide the field survey and mapping necessary to prepare a project base map. Anticipated tasks for the project are summarized below: Task No. 3.01 Aerial Basemap for Identifying Alternatives KPG shall create aerial basemaps for identifying viable alternatives. These basemaps will include City of Tukwila GIS information and King County parcel information. The project area will include Andover Park East (west boundary), BNSF /East City limit line (east boundary), Longacres Way (north boundary) and Strander Boulevard (south boundary). Task No. 3.02 Field Surveying Services KPG shall perform topographic surveying within the entire project corridor, which is defined as Andover Park East (west boundary) to the BNSF /East City limit line (east boundary). Horizontal and vertical control shall be established that is necessary for the boundary and topographic survey of the site. The survey for the defined project corridor shall include all areas required for future pathway connections and bridge location. All field topographic surveying shall be performed to achieve 1 -foot contour interval accuracy, and shall include location of existing 6 inches plus caliper trees, streets, curb and gutter, limits of paving, fences, above- and below ground utilities, drainage features, existing shrub and lawn areas, and existing improvements within the defined project corridor. A separate cost for private utility locating services has been included that assumes 16 hours of underground utility sensing and locating. The field survey includes surveying the banks of the Green River from 50 feet upstream to 50 feet downstream. The river survey shall include top of bank on both sides of the river and cross sections from top of bank to top of water at 25 -foot intervals. Indicate limits of 100 -year flood plain, ordinary high waterline (OHWL) flagged in advance on the bank by Landau Associates. The survey crew shall use City provided Horizontal and Vertical control in the project vicinity and all surveying and mapping shall be based on City Horizontal and Vertical Datum. Task No. 3.03 CAD Base Mapping Services A base map at a scale to be selected by the project engineer shall be developed detailing the items located in the above described field survey. The map shall include positions of record and surveyed boundaries, as well as deeded and platted right -of -way margins for the project area. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 5 It is proposes to use KPG's existing layer standards and point codes for the survey. Once drafted, field verified, and certified, KPG shall provide the project engineer with two Xerox Bond copies of the topographic survey and one digital copy of project survey files (AutoCAD, point files, field notes). Any as -built information gathered during our research shall also be copied and submitted to the engineer with the topographic mapping package. The deliverable submittal package shall include detailed descriptions of point code and layering schema. Task No. 3.04 Project Management and Quality Control KPG has included time and expense for project meetings, management of surveying and drafting efforts, professional review and quality control in our proposal. Deliverables Aerial Project base map (two hardcopies, one electronic copy) Survey Corridor Project base map TASK 4.0 GEOTECHNICAL RESEARCH AND RECOMMENDATIONS Landau Associates shall perform geotechnical engineering. The work is to review existing subsurface soil and groundwater information. The existing information shall be used to establish a basis for providing geotechnical engineering recommendations for the design and construction of the bridge and ramp facilities. If the existing information is inadequate to develop geotechnical recommendations subsurface exploration and laboratory testing can be performed as additional services per Task No. 4.02. The geotechnical work includes the following: Task No. 4.01 Review Available Geologic and Subsurface Information Review previous geotechnical studies, geologic maps, soil surveys, and other available geotechnical information regarding subsurface soil and groundwater conditions in the vicinity of the project. Exhibit A Scope of Wo7'lc Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 6 Task No. 4.02 Subsurface Explorations and Laboratory Testing Subsurface exploration or testing will by performed as an additional services if requested by the City. If existing information is not adequate for establishing geotechnical parameters and recommendations, field exploration can be performed as an additional service. Landau Associates would complete a boring to a maximum depth of 100 ft below the existing ground surface to characterize soil and groundwater conditions at the proposed bridge locations. The boring will be drilled on the west side of the Green River on the existing trail using a truck mounted drill rig and the mud rotary method. Disturbed and relatively undisturbed soil samples will be obtained from the boring on a 2 or 5 ft depth interval. A representative of Landau Associates will mark the exploration location in the field and complete an underground utility locate "Call Before You Dig prior to the start of work. Where underground utilities conflict with proposed exploration location, the exploration will be relocated and a recheck of utilities will be conducted. We will prepare and submit a work plan for review by the City to handle safety issues on the trail during the subsurface investigation. Assumptions: All drilling subcontractors, equipment subcontractors, laboratories, traffic control personnel and other related subcontractor personnel will be selected, hired and paid by the Consultant. Cuttings from the boring will be placed in drums and disposed of at an off site location by the drilling subcontractor. Soil sampling will be in accordance with ASTM D1586 (Standard Penetration Test procedure), ASTM D3550 (Ring -lined Barrel Sampling of Soil), and ASTM 1587 (Thin Walled Tube Sampling of Soil). Concrete pavement coring is not included in our budget. The location and elevation of the boring will not be surveyed as part of this task. A drawing showing the approximate location of the boring will be provided to KPFF so that the survey crews may pick up the location. The boring is located in a paved area and will be patched with concrete. Budget for analytical testing of suspected contaminated soil samples, or disposal of potentially contaminated soil encountered during drilling, is not included in this task. Field exploration will be performed during the daylight hours. Soil samples will be disposed of 90 days after the date of the final report. Laboratory testing will be accomplished to help determine soil classification and pertinent engineering properties of soil. We have budgeted for 15 index tests (dry unit weight, grain -size, Atterberg limit) and 5 moisture content determinations on selected samples from the borings. Exhibit A Scope of WoTP Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 7 Task No. 4.03 Provide Geotechnical Design Recommendations The following recommendations are made from interpreting existing data only. Deliverables Describe anticipated site conditions based on available data and conditions observed in the boring. A geologic description of the area shall be provided based on published information and experience in the area. Provide recommendations for earthwork and site preparation including suitability of on -site soils for reuse in ramp fills, placement and compaction of structural fill, and mitigation of unsuitable soil conditions. Provide recommendations for retaining walls for the ramp fills, including MSE walls, conventional concrete walls, geotextile walls, and others as appropriate. This shall include anticipated allowable earth pressures, soil friction, and footing support. Evaluate the stability of the riverbanks and provide recommended stabilization measures, if necessary. Evaluate estimated settlement of ramp fills and recommend mitigation measures, as appropriate. Conceptual and feasible foundation types for the substructure of the new bridge. Geotechnical design criteria for the bridge, including seismic design requirements and liquefaction hazard analysis (if applicable). Constructability issues and concerns. Draft Geotechnical Technical Memorandum (six hardcopies, one electronic copy) Final Geotechnical Technical Memorandum (six hardcopies, one electronic copy) Exhibit A Scope of Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 8 TASK 5.0 HYDRAULICS The Corps of Engineers (COE) has recertified the Green River Levee. The recertification is only for the west bank, so the 100 -year flood plain on the east side will be estimated. The following is proposed for the hydraulic evaluation: Task No. 5.01 Meet with Agencies Meet with the Corps of Engineers and King County Surface Water Management to obtain the best understanding of the ongoing studies and work along Green River. Task No. 5.02 Establish 100 -year Floodplain Based on existing COE data of the Green River, establish the current elevation of the 100 -year floodplain. Task No. 5.03 Establish Structural Clearance Create a reasonably conservative margin above the floodplain level for all bridge foundations. Deliverables Draft Hydraulic Technical Memorandum (six hardcopies, one electronic copy) Final Hydraulic Technical Memorandum (six hardcopies, one electronic copy) TASK 6.0 ENVIRONMENTAL SERVICES Landau shall determine the required project permits, and document the processes and timelines required for the anticipated permits. Landau shall also estimate the boundaries of wetlands and shorelines on the project area and identify key environmental issues. The project area will include Andover Park East (west boundary), BNSF /East City limit line (east boundary), East Longacres Way (north boundary), and Strander Boulevard (south boundary). This work shall include the following: Task No. 6.01 Data Collection Collect available public domain information concerning wetlands, shorelines, existing habitat data, soils surveys, species distribution data, and other pertinent biological and historical /archeological information. Task No. 6.02 Site Reconnaissance Conduct a site reconnaissance to gain more specific understanding of the physical and biological attributes of the project area. This reconnaissance shall be used to better define the environmental permitting. Exhibit A Scope of Wool 0 Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 9 Task No. 6.03 Species, Habitat and Cultural /Historical Information Obtain current species and habitat information from National Marine Fisheries Service (NMFS), U.S. Fish and Wildlife Service (USFWS), and Washington Department of Fish and Wildlife (WDFW) Priority Habitats and Species database, and Washington Department of Natural Resources Heritage Data. Obtain list of known cultural /historic sites from the State of Washington Department of Archeology and Historic Preservation (DAHP). Review the City's draft Shoreline Inventory and draft Shoreline Restoration Plan. Task No. 6.04 Wetlands, Fish and Wildlife Habitat, Cultural /Historic Resources Landau shall estimate the location of wetlands, fish and wildlife habitat, salmon restoration sites, and cultural /historic resources in the project area using the information from Tasks 6.01, 6.02, and 6.03. Task No. 6.05 Environmental Permits and Environmental Documentation Landau shall identify the permits and environmental documentation that is anticipated for this project. A schedule for obtaining the identified permits and completing the environmental documents shall be created. Opportunities to avoid impacts and /or minimize impacts shall be evaluated during interaction with the project team. A range of alternatives pursuant to and in the context of NEPA and SEPA shall be developed along with their associated costs. Deliverables Draft Environmental Technical Memorandum (six hardcopies, one electronic copy) Final Environmental Technical Memorandum (six hardcopies, one electronic copy) Exhibit A Scope of Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 10 TASK 7.0 PROJECT WORKSHOPS Task No. 7.01 Workshop No. 1 Identify Two to Three Viable Alternatives KPFF with the assistance of the subconsultants shall hold a four -hour workshop with City of Tukwila staff to discuss the trail alignment and bridge alternatives. In preparation for the workshop, the following items will be addressed: Bridge aesthetics options Structural alternatives Corridor alignment alternatives Urban design themes Aerial basemap Permit requirements search Basis of design documentation Geotechnical memorandum The topics for discussion during the workshop will include available right -of -way, pedestrian and bicyclist experiences, construction costs, City property lines, adjacent property lines, environmental considerations including wetlands, riparian habitat, flood plains, topography, and trail geometrical constraints. A summary of the workshop discussions shall be documented in the TSL report. The goal of Workshop No. 1 is the selection of two to three bridge types and trail alignments. These alternatives shall be further refined prior to Workshop No. 2. Task No. 7.02 Workshop No. 2 Public Involvement A public open house or one -on -one contacts will be used to provide project information to and solicited input from affected property owners and the general public. The project consultants will work with the City to develop the open house or one -on -one contact format and materials. Task No. 7.03 Workshop No. 3 Select Preferred Alternative A third workshop shall be held with City staff to examine the cost/benefit of the alternative designs. Trail alignments and bridge types shall be examined to determine the best combination of alignment and type of structure. Drawings and schematic renderings shall be prepared to assist in visualizing the various options. Evaluation matrices shall be examined that rate the alternatives against the project goals. Exhibit A Scope of Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 11 The end of Workshop No. 3 should leave the City with a reasonable idea of the preferred alternative. The preferred alternative shall then be incorporated into the TSL Report. Deliverables Workshop materials Workshop meeting minutes (six hardcopies, one electronic copy) Attending 3 workshops TASK 8.0 CIVIL ENGINEERING KPFF shall perform the civil engineering support work necessary to complete the Design Criteria and TSL Report. Task No. 8.01 Support for Pedestrian Trail Route Assessment This work consists of assisting with the assessment and evaluation of the pedestrian trail alignment concepts, including participation in the project meetings described in Task No. 10 and 11. Task No. 8.02 General Plans and Profiles The Civil portion of the TSL report shall layout the preferred concept alignment including general plan and profile of the bridge and street connection. Profile shall be generated from terrain model information provided within Task 3. Drawings will show essential clearances. Written descriptions of the alignment and associated benefits and complications shall be integrated into the TSL Report. Task No. 8.03 Concept Utility Relocation Plans The Civil portion of the TSL report shall document the preferred concept alignment and shall include concept utility relocation plans for all utilities shown and identified within Task 3. Task No. 8.04 Earthwork Assessment The Civil work includes identifying all volumetric changes within the floodplain based upon the preferred concept alignment. Cut and Fill boundaries will be shown on the General Plan and Profiles, and Typical Sections will be shown on a separate plan. Task No. 8.05 Stormwater Improvements The Civil work includes identifying concept conveyance, treatment, and detention systems for stormwater that would need to be constructed based upon the preferred concept alignment. Stormwater facilities will be designed in accordance with the current City guidelines. Exhibit A Scope of Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 12 Task No. 8.06 Cost Estimate The Civil work includes identifying quantities of proposed civil road and site work, and assessing costs for said work for the preferred concept alignment. Costs shall include other associated items such as administration, design and construction management. Deliverables Participation in project meetings (Task No. 10 11) Civil sections of the TSL Report Stormwater conveyance and treatment concepts Cost Estimate for civil components of preferred alternative Assumptions Traffic and Accident Data for SR 181 (West Valley Highway) and Christensen Road will be provided by others. TASK 9.0 STRUCTURAL ENGINEERING KPFF shall perform the structural engineering work. Task No. 9.01 Bridge Alternative Analysis Once the trail alignment has been determined, the bridge alternatives shall be developed. The member types and sizes shall be determined for discussion in the workshops and inclusion in the TSL report. Conceptual level structural analysis shall establish the member types and depth, railing types, types of foundations, abutment types and sizes, depths of footings and estimated numbers of piles (if piles are required). This work will be done in coordination with the work done under Task 10. Task No. 9.02 Bridge Cost Analysis Cost Estimate: Program costs including administration, design and construction costs shall be estimated for the proposed structures. Funding Sources: As part of the bridge alternative analysis KPFF will assist the City in completing the documentation necessary for seeking additional funding. Task No. 9.03 Bridge Conceptual Drawings Conceptual plan drawings shall show the plan, elevation and typical section for each bridge alternative. The drawings will be supplemented as necessary to define any unique features being implemented. Exhibit A Scope of Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 13 Task No. 9.04 Bridge Sections for TSL Report The criteria, constraints and procedures used in determining the structural alternatives will be included in the bridge sections of the TSL Report. Advantages and disadvantages will be outlined for each alternative including cost and constructability. Deliverables Bridge type alternatives Participation in project meetings (Task No. 10 11) Structural sections of the TSL Report Bridge TSL drawings Cost estimate for structural components TASK 10.0 BRIDGE AESTHETICS COLLABORATION LMN will be providing architectural collaboration through the project alternative analysis. They will assist in creating conceptual bridge forms. LMN along with KPFF will prepare computer generated renderings and /or hand drawings of a maximum of three preferred aesthetic design concepts. A four -hour bridge aesthetic meeting will be held to develop aesthetic design concepts to be presented in Workshop No.1. These early conceptual designs will be used to show the range of options and also stimulate ideas and discussion during the initial workshop. LMN shall create larger scale and more refined renderings of the project alternatives being moved forward from Workshop No.1. These drawings will then be used during Workshop No. 2 to inform the public of the alternatives being considered and during Workshop No. 3 to assist in the preferred alternative selection. After the preferred alternative is selected, LMN will create final renderings and one physical model. LMN as an additional service to the City can produce renderings for more than the three prescribed alternatives and can construct physical models for project alternatives in addition to the preferred alternative. Deliverables Bridge alternative renderings (Assume 3 bridge renderings) Physical model of preferred bridge alternative Participation in project meetings (Task No. 10 11) Participation in Workshop #1 and #3 (Task No. 7.01 7.03) Architectural treatments Cost estimate for architectural treatments Exhibit A Scope of Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 14 TASK 11.0 -URBAN DESIGN AND WAYFINDING KPG shall perform the work integrating this project with the Tukwila Urban Center vision. KPG shall lead the urban design and trail alignment options through the project alternative analysis. Urban design and trail alignment alternatives shall include the following components: Bridge Approaches Wayfinding Trail Alignment Alternatives Landscape Identify Pathway (Tukwila Urban Center) Character Pedestrian Safety Assist with Pathway Design Parameters Identify adjacent roadway crossings at West Valley Highway and Christensen A four -hour corridor project meeting will be held to develop conceptual ideas for the urban design to be presented in Workshop No.1. These early conceptual designs will be used to show the range of options and also stimulate ideas and discussion during the initial workshop. Deliverables Alternative trail alignment renderings Draft Technical Memorandum on evaluation of concept alignments Final Technical Memorandum on evaluation of concept alignments Participation in project meetings (Task No. 10 11) Participation in Workshop #1 and #3 (Task No. 7.01 7.03) Pathway sections Urban design construction materials Cost estimate for trail alignment alternatives Exhibit A Scope of WoT.� Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 15 TASK 12.0 TYPE, SIZE AND LOCATION (TSL) REPORT The TSL report shall describe the project, the proposed structure, and give reasons why the bridge type, size, and location were selected. The report shall include the following items: Cover, Title Sheet, and Index Executive Summary Introduction Project Description Design Criteria Conceptual Studies o Aesthetics o Site constraints o Regulatory constraints o Construction requirements o Foundations o Hydraulics o Urban design o Structure types o Approach styles o Maintenance Project alternatives Cost estimates Appendices o Photographs o Workshop Meeting Minutes o Technical Memorandums Deliverables Draft TSL Report (six hardcopies, one electronic copy) Final TSL Report (six hardcopies, one electronic copy) Exhibit A Scope of W Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 16 SCHEDULE It is anticipated that this proposed work should be completed by March 31, 2008. ASSUMPTIONS The scope of work for obtaining permits, right -of -way acquisition, right -of -way plans, environmental assessment, and construction document preparation shall be proposed and negotiated after the TSL phase of work is complete. The City of Tukwila shall provide the following: o All support files including aerial contours, mapping, photography, and any GIS information that is available for this project site. o Current City Standard Plans. TASK 13.0 PLANS, SPECIFICATIONS AND ESTIMATED COSTS (PSE) PHASE The PSE Phase shall take the preferred alternative selected in the TSL Study through final design and construction documentation. The PSE Phase will include the completion of the design calculations, contract plans, contract specification and the engineer's estimated construction costs. The scope and fee for this task will be determined at a later date. TASK 14.0 GEOTECHNICAL ANALYSIS This task will include the completion of all field exploration and laboratory testing needed to finalize the geotechnical recommendations for the project. Tasks are expected to include field borings, laboratory testing, and foundation type recommendations. The scope and fee for this task will be determined at a later date. TASK 15.0 HYDRAULIC AND SCOUR ANALYSIS This task shall cover the investigation of the hydraulics and scour associated with constructing a bridge over the Green River. This study involves performing a hydraulic analysis, determining the bridge hydraulic opening, calculating scour depths, evaluating abutment and bank protection measures, and preparing documentation to meet the needs and requirements of the project. The scope and fee for this task will be determined at a later date. TASK 16.0 ENVIRONMENTAL SERVICES Environmental services will include the finalization of the list of permits required for the project and the completion of these permits. The scope and fee for this task will be determined at a later date. Exhibit A Scope of Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 17 TASK 17.0 RIGHT -OF -WAY SERVICES This task will include the preparation of right -of -way plans and legal descriptions. It is assumed at this time that the City would determine property values and conduct land acquisition negotiations, as necessary. The scope and fee for this task will be determined at a later date. TASK 18.0 LAND SURVEYING The survey will include locations of utilities, surface features, drainage corridors, and roadway and bridge features. The survey will also include locating test pits and borings and any wetland delineations. The scope and fee for this task will be determined at a later date. TASK 19.0 CONSTRUCTION SUPPORT SERVICES The project team can provide construction support to the City as the project design is completed and the project goes to advertisement and then construction. Tasks could include attending preconstruction meetings, answering contractors' requests for information (RFI), submittal review and site visits. The scope and fee for this task will be determined at a later date. Exhibit D -2 Payment (Cost Plus a Fixed Fee) The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work specified in Section II, "Scope of Work." The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31. A. Actual Costs: Payment for all consulting services for this PROJECT shall be on the basis of the CONSULTANT'S actual cost plus a fixed fee. The actual cost shall include direct salary cost, overhead, direct non salary costs, and fixed fee. DOT Form 140 -089 EF Exhibit D -2 Revised 6/05 1. Direct Salary Costs: The Direct Salary Cost is the direct salary paid to principals, professional, technical, and clerical personnel for the time they are productively engaged in work necessary to fulfill the terms of this AGREEMENT. The CONSULTANT shall maintain support data to verify the direct salary costs billed to the AGENCY. 2. Overhead Costs: Overhead Costs are those costs other than direct costs, which are included as such on the booksof the CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the rateshown in the heading of this AGREEMENT under "Overhead Progress Payment Rate." Total overhead paymentshall be based on the method shown in the heading of the AGREEMENT. The two options are explained as follows: a. Fixed Rate: If this method is indicated in the heading of the AGREEMENT the AGENCY agrees to reimburse the CONSULTANT for overhead at the percentage rate shown. This rate shall not change during the life of the AGREEMENT. b. Actual Cost: If this method is indicated in the heading of the AGREEMENT the AGENCY agrees to reimburse the CONSULTANT the actual overhead costs verified by audit, up to the Maximum Total Amount Payable, authorized under this AGREEMENT, when accumulated with all other Actual Costs. A summary of the CONSULTANTS cost estimate and the overhead computation is shown in Exhibit "E" attached hereto and by this reference made part of this AGREEMENT. When an Actual Cost method is used, the CONSULTANT (prime and all sub consultants) will submit to the AGENCY within six (6) months after the end of each firm's fiscal year, an overhead schedule in the format required by the AGENCY (cost category, dollar expenditures, etc.) for the purpose of adjusting the overhead rate for billing purposes. It shall be used for the computation of progress payments during the following year and for retroactively adjusting the previous year's overhead cost to reflect the actual rate. Failure to supply this information by either the prime CONSULTANT or any of their sub consultants shall cause the AGENCY to withhold payment of the billed overhead costs until such time as the required information is received and an overhead rate for billing purposes is approved. The AGENCY, STATE and /or the Federal Government may perform an audit of the CONSULTANT'S books andrecords at any time during regular business hours to determine the actual overhead rate, if they so desire. 3. Direct Non Salary Costs: Direct Non Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT. These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges and fees of sub consultants. Air or train travel will be reimbursed only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with the AGENCY'S Travel Rules and Procedures. However, air, train, and rental car costs shall be reimbursed in accordance with 48 Code of Federal Regulations (CFR) Part 31.205 -46 "Travel Costs." The billing for Direct Non Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents shall be supplied to the AGENCY upon request. All above charges must be necessary for the services provided under this AGREEMENT. 4. Fixed Fee: The Fixed Fee, which represents the CONSULTANT'S profit, is shown in the heading of this AGREEMENT under Fixed Fee. This amount does not include any additional Fixed Fee, which could be authorized from the Management Reserve Fund. This fee is based on the Scope of Work defined in this AGREEMENT and the estimated person -hours required to perform the stated Scope of Work. In the event the CONSULTANT enters into a supplemental AGREEMENT for additional work, the supplemental AGREEMENT may include provisions for the added costs and an appropriate additional fee. The Fixed Fee will be prorated and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported in the Monthly Progress Reports accompanying the billings. Any portion of the Fixed Fee earned but not previously paid in the progress payments will be covered in the final payment, subject to the provisions of Section IX entitled "Termination of Agreement." 5. Management Reserve Fund: The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement Administrator with the flexibility to authorize additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $100,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the Management Reserve Fund is shown in the heading of this AGREEMENT. This fund may not be replenished. Any changes requiring additional costs in excess of the Management Reserve Fund shall be made in accordance with Section XIV, "Extra Work." 6. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and the Management Reserve Fund. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIV, "Extra Work." No minimum amount payable is guaranteed under this AGREEMENT. B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for reimbursement of Actual Costs plus the calculated overhead and fee on a monthly basis during the progress of the work. Such billings shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under Section III, "General Requirements" of this AGREEMENT. The billings will be supported by an itemized listing for each item including Direct Salary, Direct Non Salary, and allowable Overhead Costs to which will be added the prorated Fixed Fee. To provide a means of verifying the billed salary costs for CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, salary rates, and present duties of those employees performing work on the PROJECT at the time of the interview. C. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent upon receipt of all PS &E, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has twenty (20) days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. D. Inspection of Cost Records: The CONSULTANT and their sub consultants shall keep available for inspection by representatives of the AGENCY, STATE and the United States, for a period of three (3) years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this contract is initiated before the expiration of the three (3) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. Project: Tukwila Urban Center, Pedestrian/Bicycle Bridge Type, Size And Location (TSL) Bridge Report Direct Salary Cost (DSC): Classification Man Hours Rate Cost Principal 72.0 X 56.00 4,032.00 Project Manager 232.0 X 50.00 11,600.00 Senior Engineer II 392.0 X 47.00 18,424.00 Design Engineer II 184.0 X 35.00 6,440.00 Project Coordinator 12.0 X 30.00 360.00 CAD Drafter 272.0 X 30.00 8,160.00 Administration 11.0 X 20.00 220.00 X Overhead (OH Cost including Salary Additives): OH Rate x DSC of 1.2827 x 49,236.00 63,155.02 Fixed Fee (FF): FF Rate x DSC of 0.30 x 49,236.00 14,770.80 Reimbursables: Itemized 500.00 Subconsultant Costs (See Exhibit G): Grand Total Prepared By: KPFF DOT Form 140 -089 EF Exhibit E -1 Revised 6/05 Exhibit E -1 Consultant Fee Determination Summary Sheet (Lump Sum, Cost Plus Fixed Fee, Cost Per Unit of Work) X Total DSC 49,236.00 Date: June 5, 2007 112,095.00 239,756.82 Proposed Amount from Category GL Direct Labor Base $31,345,395 A 1,876,427 6.04% 1,861,791 14,636 A 1,304,259 4.20% 1,294,086 10,173 A 867,041 2.79% 860,278 6,763 A 2,772,262 8.92% 2,750,638 21,624 $0 $13,784,122 44.34% $13,676,606 $107,516 A (6,521,366) A,D (67,166) A,E (23,761) B,F B B A Field Rate Allocation $7,575,004 24.37% $7,515,919 $59,085 5,971,018 19.21% 5,924,444 46,574 577 ,419 1.86% 572,915 4,504 304,488 1.00% 309,012 476 4,771 ,121 15.35% 4,764,781 7,340 137,715 0.44% 137,503 212 53C,160 1.71% 526,025 4,135 539 1.73% 538,461 829 B 152,491 0.49% 152,256 235 A 402,433 1.30% 400,286 3,147 (121,060) B.I 96E,628 3.11% 965,141 1,487 B 335,076 1.09% 337,556 520 (94,782) A,E,K 375,599 1.21% 372,669 2,930 (41,712) B,E,K 518 1.67% 517,385 797 (195,419) B,E,J 357 ,394 1.15% 356,844 550 (154,000) A,N 314,495 1.03% 317,003 2,492 (11,685) A,M 52,755 0.17% 52,344 411 (5,299) B 12,329 0.04% 12,310 19 A 52,825 0.17% 52,413 412 KPFf' Consulting Engine Overhead Schedule �Ob F April Field Accepted gome Overhead Y ount r Composite Overhead Amount from W SD Ref. Rate 510 GL Adj. 330,753 Category 331,263 1.0710 1,583,340 2,439 B,E,J 5 1 330, 109 (3,845) 1,585,7 70 93 335,108 B Employee Morale 0 $26,022,664 $246,841 Money 660,840 ($7,6 38,176) $39, 45 Facilities Cost of M ens $33, 806,786 128.06% 559,9 Total General Overhead Exp $39, 101,06% $47 $38,176) -j 1 59, 4 /o Total Overhead ExP enses 128.06% 151.36 l0 Overhead Rate OFF Reviewed Accepted 10/1 8/06 MR Field Rate Allocation 0 .78% $244,240 $31,084,3 J4 References (Direct Home Labor 3,084 )Labor) Direct Field Lab* Al A) (Du Labor 0.15 a t(° Total A Allocation A (Indirect Labor p91. B Allocation B 0 30,840,064 $7,575,004) rem• 261 with WSDOT Bonus Policy. ($7,575,004 .78%) u nallowable per 48 CFR, 22.103 -1(b)• Total p Adjust 1,091 to comply overtime executive cop per 48 CFR 31.20 -6 (p) pool. T B o CFR 31.201 -2(d)- C Premium overtime p the bonus p allowable p 278. -which was in Llndacmn ;rated costs unallowable Chapter 10 Travel. D Removed excess exeunt ens lion was $1 31.202(a)• Accounting Manual, CFR 31.201 -2(c) overhead 3 48 CFR 2 1 and WSDOT per 48 Excess exectutive compensation in ca n unallowable P 4 8 CFR Direct project costs un per 48 CFR 3 per 48 C 46(x 1 05 Overthne premium 31.205per allowable E i costs and pen hies p er 48 CFR 31.205 15 {a per 48 CFR costs unallowable Excess e mileage and per diem penalties u nallowabl e p a Local meals unallol able p es u nallowable 31.205 violations and p per 48 CFR 3a.20l M13 ter 10 Travel. Excess lodging lan per die co allocable expenses unallowable p Manual M13_g2 Chap ter 10, "travel Prior years exp a and picnic cogs un r and WSDOT Accounting oc °cra ting Manual M13 -82 Excess holiday p per 4846{1 }(2)C) and WSDCT p' per 48 CFR 31.205-14. per 48 CFR 3 1 205 1b(aX2)U) ent unallowable p I per 48 CFR 31.20 -51 Entertainment in overhead per 48 CFR 31.20 CFR 31.205 -14 an d WSDOT Overhead Policy per 48 overhead per 48 CFR 31.20 allowable in a Direct31. 02 costs F Direct project costs unallowable CFR 31.205 -1( unallowable p I Advertising 1 sneer PFD Consulting dine Overhea FVE Spxi13 p 10O6 Meld $oIDe Overhea Accepte Over head Com posite 0 osed OT Rate 10 Gravel. Social px p �VSD Ref. M13 82, Chapter Amount from Pen alties Ad1• Am GL� A OT Accounting�l per 48 CFR 31-205-8. costs unallowable 1 and W SD unallowable p Lobbying Category vameals r able per d wSDOT A 4 8 CFR 31.201 un allowa ble 'e 1 4 8 CF R 31.20 -22(a) any cars u nallow able an 4 1205 4 CFR leage on c ompany contributions unallowable CFI( 31.20i-2(c) Federal use rmaltax pre per 48 Costs in ces Charitable S2 allowable per able per 48 .1( Personal 48 CPR. 25 u nallowa ble L Local meals unallowable per excess of eiises dues un allowa ble costs prior yews exp club e tax preparation 41(1)(5)' M Federal incom 31.205 NWSDOTOOverhead Policy. wableper48CFR a 31.205_35• uiiaU° ble per 48 CFR Litigation settlements ation cos allow MR N ling 3 a wl►lch and 31.201 -arid seasonable relocation CFR 31.20 10 aft 31.201-6. Fg Audit, O Cost allowable per 48 f rom thelastlCP v of money allow a te their uu used the Vo of unallowable costs vItic comple M Cost above, e tion, 401K, cldsegr a used the executive e co mpensa tion, FF does no t lle o ve, vv 1 most of the accounts premium, excess Note olt preen F them al amounts for F;pFF vas able t detc. federal tax preparation., Field Rate Allusion The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT: Urban Planning KPG Inc Surveying_- KPG Inc. Bridge—Architecture LMN Architects Environmental Services Landau _Acsociates__ GeotechnicaLEngineering l.andauAssociates DOT Form 140 -089 EF Exhibit G Revised 6/05 Exhibit G Subcontracted Work Direct Salary Cost (DSC): Classification Senior Designer Project Surveyor Designer Surveyor 2 Man Survey Crew Technician Prepared By: KPG DOT Form 140 -089 EF Exhibit G -1 Revised 6/05 Exhibit G -1 Subconsultant Fee Determination Summary Sheet Project: Tukwila Urban Center, Pedestrian/Bicycle Bridge Type, Size And Location (TSL) Bridge Report Man Hours 51.0 4.0 183.0 40.0 210.0 X X X X X X X X X Rate Cost 60.10 3,065.10 43.75 175.00 38.46 7,038.18 67.30 2,692.00 19.23 4,038.30 Total DSC 17,008.58 Overhead (OH Cost including Salary Additives): OH Rate x DSC of 1.5677 x 17,008.58 26,664.35 Fixed Fee (FF): FF Rate x DSC of 0.35 x 17,008.58 5,953.00 Reimbursables: Itemized 1,940.00 Grand Total 51,565.93 Date: June 5, 2007 Project: Tukwila Urban Center, Pedestrian/Bicycle Bridge Type, Size And Location (TSL) Bridge Report Direct Salary Cost (DSC): Classification Man Hours Rate Cost Partner 21.0 X 258.77 5,434.17 Project Manager 31.0 X 122.92 3,810.52 Project Designer 55.0 X 116.45 6,404.75 Project Architect 134.0 X 103.51 13,870.34 Intern 200.0 X 61.46 12,292.00 Administration 12.0 X 80.87 970.44 Overhead (OH Cost including Salary Additives): OH Rate x DSC of x 42 ,782.22 Fixed Fee (FF): FF Rate x DSC of x 42,782.22 Reimbursables: Itemized Exhibit G -1 Subconsultant Fee Determination Summary Sheet X X X Total DSC 42,782.22 0.00 0.00 900.00 Grand Total 43,682.22 Prepared By: LMN Architects Date: June 5, 2007 DOT Form 140 -089 EF Exhibit G -1 Revised 6/05 Exhibit G -1 Subconsultant Fee Determination Summary Sheet Project: Tukwila Urban Center, Pedestrian /Bicycle Bridge Type, Size And Location (TSL) Bridge Report Direct Salary Cost (DSC): Classification Man Hours Rate Cost Senior Associate 18.0 X 48.00 864.00 Senior Project 36.0 X 32.00 1,152.00 Project 66.0 X 27.00 1,782.00 Assistant 20.0 X 18.00 360.00 CAD 10.0 X 26.00 260.00 Project Coordinator 13.0 X 22.00 286.00 X X X Total DSC 4,704.00 Overhead (OH Cost including Salary Additives): OH Rate x DSC of 2.1113 x 4,704.00 9,931.56 Fixed Fee (FF): FF Rate x DSC of 0.30 x 4,704.00 1,411.20 Reimbursables: Itemized 800.00 Grand Total Prepared By: Landau Associates Date: June 5, 2007 DOT Form 140 -089 EF Exhibit G -1 Revised 6/05 16,846.76 DOT Form 140 -089 EF Exhibit H Revised 6/05 Exhibit H Title VI Assurances During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in interest agrees as follows: 1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non- discrimination in federally assisted programs of the AGENCY, 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 incorporated by reference and made a part of this AGREEMENT. 2. Non discrimination: The CONSULTANT, with regard to the work performed during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub consultants, including procurement of materials and leases of equipment. 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 AGREEMENT covers a program set forth in Appendix B of the REGULATIONS. 3. Solicitations for Sub consultants, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub contract, including procurement of materials or leases of equipment, each potential sub consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT'S obligations under this AGREEMENT and the REGULATIONS relative to non discrimination on the grounds of race, color, sex, or national origin. 4. 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 AGENCY, STATE or the Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall so certify to the AGENCY, STATE or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non compliance: In the event of the CONSULTANT'S non compliance with the non discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT sanctions as it, the STATE or the FHWA may determine to be appropriate, including, but not limited to: Withholding of payments to the CONSULTANT under the AGREEMENT until the CONSULTANT complies, and /or; Cancellation, termination, or suspension of the AGREEMENT, in whole or in part 6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1) through (5) in every sub contract, including procurement of materials and leases of equipment, unless exempt by the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with respect to any sub consultant or procurement as the AGENCY, STATE or FHWA may direct as a means of enforcing such provisions including sanctions for non compliance. Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a sub consultant or supplier as a result of such direction, the CONSULTANT may request the AGENCY and the STATE enter into such litigation to protect the interests of the AGENCY and the STATE and, in addition, the CONSULTANT may request the United States enter into such litigation to protect the interests of the United States. Lump Sum Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made shall total the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the total work required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Cost Plus Fixed Fee Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made, shall total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is to the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Specific Rates of Pay Contracts A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT. Cost Per Unit of Work Contracts A final payment shall be made to the CONSULTANT for actual units of work completed at the time of termination of this AGREEMENT. DOT Form 140 -089 EF Exhibit! Revised 6/05 Exhibit 1 Payment Upon Termination of Agreement By the Agency Other Than for Fault of the Consultant (Refer to Agreement, Section IX) DOT Form 140 -089 EF Exhibit J Revised 6/05 Exhibit J Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution and /or cost recovery procedures in those instances where the agency believes it has suffered some material damage due to the alleged error by the consultant. Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager At the first indication of potential consultant design error(s), the first step in the process is for the Agency's project manager to notify the Director of Public Works or Agency Engineer regarding the potential design error(s). For federally funded projects, the Region Highways and Local Programs Engineer should be informed and involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an agency staff person other than the project manager, who has not been as directly involved in the project, to be responsible for the remaining steps in these procedures.) Step 2 Project Manager Documents the Alleged Consultant Design Error(s) After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed documentation than is normally required on the project. Examples include: all decisions and descriptions of work; photographs, records of labor, materials and equipment. Step 3 Contact the Consultant Regarding the Alleged Design Error(s) If it is determined that there is a need to proceed further, the next step in the process is for the project manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged error(s). The project manager and other appropriate agency staff should represent the agency and the consultant should be represented by their project manger and any personnel (including sub consultants) deemed appropriate for the alleged design error(s) issue. Step 4 Attempt to Resolve Alleged Design Error with Consultant After the meeting(s) with the consultant have been completed regarding the consultant's alleged design error(s), there are three possible scenarios: It is determined via mutual agreement that there is not a consultant design error(s). If this is the case, then the process will not proceed beyond this point. It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case, then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement with the consultant. The settlement would be paid to the agency or the amount would be reduced from the consultant's agreement with the agency for the services on the project in which the design error took place. The agency is to provide H &LP, through the Region Local Programs Engineer, a summary of the settlement for review and to make adjustments, if any, as to how the settlement affects federal reimbursements. No further action is required. There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5. Step 5 Forward Documents to Highways and Local Programs For federally funded projects all available information, including costs, should be forwarded through the Region Highways and Local Programs Engineer to H &LP for their review and consultation with the FHWA. H &LP will meet with representatives of the agency and the consultant to review the alleged design error(s), and attempt to find a resolution to the issue. If necessary, H &LP will request assistance from the Attorney General's Office for legal interpretation. H &LP will also identify how the alleged error(s) affects eligibility of project costs for federal reimbursement. If mutual agreement is reached, the agency and consultant adjust the scope of work and costs to reflect the agreed upon resolution. H &LP, in consultation with FHWA, will identify the amount of federal participation in the agreed upon resolution of the issue. If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration or by litigation. Exhibit K Consultant Claim Procedures The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) are a total of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s) that total $1,000 or less. This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential claim by the consultant. Step 1 Consultant Files a Claim with the Agency Project Manager If the consultant determines that they were requested to perform additional services that were outside of the agreement's scope of work, they may be entitled to a claim. The first step that must be completed is the request for consideration of the claim to the Agency's project manager. The consultant's claim must outline the following: Summation of hours by classification for each firm that is included in the claim; Any correspondence that directed the consultant to perform the additional work; Timeframe of the additional work that was outside of the project scope; DOT Form 140 -089 EF Exhibit K Revised 6/05 Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; and Explanation as to why the consultant believes the additional work was outside of the agreement scope of work. Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation After the consultant has completed step 1, the next step in the process is to forward the request to the Agency's project manager. The project manager will review the consultant's claim and will met with the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's recommendation for federal participation in the claim to the WSDOT Highways and Local Programs through the Region Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from agency funds. If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Highways and Local Programs (if applicable), and FHWA (if applicable) agree with the consultant's claim, send a request memo, including backup documentation to the consultant to either supplement the agreement, or create a new agreement for the claim. After the request has been approved, the Agency shall write the supplement and /or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. No further action in needed regarding the claim procedures. If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures. Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s) If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary for the Director of Public Works or Agency Engineer that included the following: Copy of information supplied by the consultant regarding the claim; Agency's summation of hours by classification for each firm that should be included in the claim; Any correspondence that directed the consultant to perform the additional work; Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; Explanation regarding those areas in which the Agency does /does not agree with the consultant's claim(s); Explanation to describe what has been instituted to preclude future consultant claim(s); and Recommendations to resolve the claim. Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation The Director of Pubic Works or Agency Engineer shall review and administratively approve or disapprove the claim, or portions thereof, which may include getting Agency Council or Commission approval (as appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain concurrence from WSDOT Highways and Local Programs and FHWA regarding final settlement of the claim. If the claim is not eligible for federal participation, payment will need to be from agency funds. Step 5 Informing Consultant of Decision Regarding the Claim The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim(s) and rationale utilized for the decision. Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s) The agency shall write the supplement and /or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. I hereby certify that I am David K. McMullen representative of the firm of KPFF Consulting Engineers 1601 Fifth Avenue, Suite 1600, Seattle, WA 98101 firm I here represent has: Sf02Jo7 Dte DOT Form 140 089 EF Exhibit M 1(a) Revised 6/05 Exhibit M -1(a) Certification Of Consultant Project No. Local Agency and duly authorized 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 the AGREEMENT; (b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this AGREEMENT; or (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 this AGREEMENT; except as hereby expressly stated (if any); I acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. r14\ L{Y1itAVQ_ Signature I hereby certify that I am the AGENCY Official of the Local Agency of City of Tukwila Washington, and that the consulting firm or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: (a) Employ or retain, or agree to employ to 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 hereby expressly stated (if any): I acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. gi ld/0 Date DOT Form 140 -089 EF Exhibit M -1(b) Revised 6/05 Exhibit M -1(b) Certification Of Agency Official tee: if .v Signature Exhibit M -2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions I. 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 (I)(B). of this certification; and D. Have not within a three (3) year period preceding this application /proposal had one or more public transactions (federal, state, or local) terminated for cause or default. II. 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 0:[ 07- 1 0- 7 MALIQc (pate) (Signature) President or Authorized Official of Consultant DOT Form 140 -089 EF Exhibit M -2 Revised 6/05 KPFF Consulting Engineers 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): KPFF Consulting Engineers S0 D ate) DOT Form 140 -089 EF Exhibit M -3 Revised 6/05 Exhibit M -3 Certification Regarding The Restrictions of The use of Federal Funds for Lobbying gc_avti/yvt4L (Signature) President or Authorized Official of Consultant Exhibit M -4 Certificate of Current Cost or Pricing Data This is to certify 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 KPFF Consulting Engineers are accurate, complete, and current as of April 30, 2006 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 KPFF Consulting Engineers Name David K. McMullen Title Associate Date of Execution 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. DOT Form 140 -089 EF Exhibit M -4 Revised 6/05