Loading...
HomeMy WebLinkAboutTIC 2017-02-28 Item 2B - Agreement - 2017 Bridge Repairs and Maintenance: On-Call Engineering Support with TranTech EngineeringCity of Tukwila Allen Ekberg, Mayor TO: Transportation and Infrastructure Committee FROM: Bob Giberson, Public Works Director By: Steve Carstens, P.E., Sr. Program Manager CC: Mayor Ekberg DATE: February 24, 2017 SUBJECT: 2017 Bridge Program — Bridge Repairs /Maintenance Project No. 91710402 On -Call Engineering Support Services ISSUE Approve an On -Call Engineering Support Services contract with TranTech Engineering, LLC (TranTech) for the 2017 Bridge Program. atoll] There are several issues effecting the Annual Bridge Program this year. The Federal Highway Administration (FHWA) has adopted new bridge load rating requirements that take effect within two years and necessitate updating our existing bridge inventory load ratings. The Bridge Replacement Advisory Committee (BRAC) has grant funding applications due in mid -April 2017 and the City has two structures that may be eligible for this funding. The S 119th St Pedestrian bridge also requires additional work to complete its maintenance. DISCUSSION Tukwila has selected TranTech to provide support services for the 2017 Bridge Program through an on -call services scope of work. TranTech was selected based on their extensive familiarity with the City's bridge program. This contract will allow the City to address the new FHWA requirements, BRAC grant applications, and complete maintenance on the S 119th St Pedestrian Bridge. FISCAL IMPACT TranTech has provided an estimated cost of $90,000.00 to perform the work as outlined in the attached scope of work. The remaining 2017 Bridge Program funds have been analyzed and the estimated project costs are within budget. TranTech Enaineerina On -Call Services Bridge Load Rating Updates S 119th St Pedestrian Bridge BRAC Funding Assistance Misc. Bridge Support Totals Proposed Contract 2017 Budget $ 41,000.00 19,000.00 15,000.00 15,000.00 90,000.00 270 000.00 RECOMMENDATION Council is being asked to approve the contract with TranTech Engineering, LLC for the 2017 Bridge Program in the amount of $90,000.00 and consider this item on the Consent Agenda at the March 6, 2017 Regular Meeting. Attachments: Page 19, 2017 CIP Trantech Contract with Scope and Cost Estimate W:APW Eng \PROJECTSVA- RW & RS ProjectsWridge Inspection Programs \Bridge Inspections 2017 (91610402)A02 - Trantech tasks \Info Memo Trantech 022417 gi sb.docx CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Annual Bridge Inspections and Repairs Project No. 9XK10402 DESCRIPTION: Ongoing program of bi-annual inspections, repairs, painting and rehabilitation of the 22 City bridges. Federally required program identifies safety or repair needs in the early stages to minimize hazards and JUSTIFICATION: costs. The number of bridge inspections necessary each year can vary year to year. Inspection frequencies vary from bridge to bridge and King County has provided some inspection services. STATUS: Construction projects will be determined from inspection reports and noted deficiencies/problems. MA|Nl|MPACT: Reduces maintenance costs. COMMENT: Ongoing project, only one year actuo|s are shown in the first column. FINANCIAL Through Estimated (in S000'-1 2011; MR 2o17 9n1u voio rovn 9n91 vorn nFvnmn mnru/ EXPENSES Design 79 40 40 45 45 45 55 55 55 459 Land (RAN) 0 Const. Mgmt. 30 30 40 40 40 50 50 50 330 Construction 118 200 200 250 250 250 300 300 300 2,168 TOTAL EXPENSES 197 270 270 335 335 335 405 405 405 2,957 FUND SOURCES Awarded Grant Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 197 270 270 335 335 335 405 405 405 2,957 TOTAL SOURCES 197 270 270 335 335 335 405 405 405 2,957 Entire System 2017 2022 Capital Improvement Program 19 6 x��tnv^�� Contract Number: ��x�� ^�x x��^�p�xxxm S2OOSouthoanter Boulevard, Tukwila VVA88188 CONSULTANT AGREEMENT FOR BRIDGE PROGRAM ENGINEERING SUPPORT SERVICES THIS ia entered into between the City w[ Tukwila, Washington, hercuuftr referred to as "the City", and TionTocbBo�inco,og` LLC, hereinafter referred \ous "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. l. Project Desianation. The [onyu|Luoi is retained by the City to perform Engineering services in connection with the pr Jcc<k�l�d8rid�c�oo�ruzoEo�in��rin� Support Project. 2. Scope of Services. The Consultant u4rues io perform the services, identified oo Exhibit '^A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. , This Agreement shall beio full force and effect for u period commencing upon execution and ending August 31, 2018, onlcoa sooner |crouiuuicd under the provisions hereinafter specified. lVmdk under this Ag[ceruoui shall commence upon written notice by the City to the Consultant toproceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement uolater than August 3l,2U)0 unless uu extension o{ such time isgranted io writing by the City. 4. Paymen . The Cnnso]iuui shall be paid by the City for completed work and for acrvioca rendered under this Agreement as follows: A. Payment for the work provided by the Consultant sbuU be made as provided on Exhibit ^^B" attached hereto, provided that the total amount of payment to the Consultant mbu|l not exceed $90,000.00 without express written modification of the Agreement signed by the City. H. The [oosu|iuoL may submit vouchers to the City noun per ozoodh during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City uud` upon approval thereof, payment shall be made to the Consultant inthe amount approved. C. Final puyrumut of any balance due the Cooeol(uut of the total contract price earned will be made promptly upon its aaccctuiuroeut and verification by the City after the completion of the work under this /\grcconeu| and its acceptance by the City. D. Puyznuoi as provided in this section aho\1 be full compensation for work performed, services rendered, and for all rno1criola, supplies, cquipnoco( and incidentals necessary to complete the work. E. The Cooao}tun1`s records and accounts pertaining in this Agrecnoco\ are to be kept available for inspection by representatives of the City and the m(u1c of Washington for u period of three (3) years ufLcz [iou| puyounoty. Copies obaU be made available upon rcguc*i. VA 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. Z-) 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. CA revised : 1-2013 Page 2 8 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self- insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. CA revised : 1 -2013 Page 3 9 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non - Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. CA revised : 1 -2013 Page 4 10 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: TranTech Engineering, LLC 12011 NE 1" Street, Suite 305 Bellevue, WA 980 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. DATED this day of , 20 CITY OF TUKWILA CONSULTANT C 0 By: Mayor, Allan Ekberg Printed Name: Grant D Griffin Title: Senior Engineer Attest/Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney CA revised: 1 -2013 Page 5 11 SCOPE OF WORK TRANTECH Engineering Bridge Program Engineering Support City of Tukwila, WA The City of Tukwila has identified several tasks necessary for the advancement oftheir Citywide Bridge Program in 2017. Ibcec ivaka include providing an in-depth hands-on inspection of the I I 9th Street Pedestrian Bridge and preparing a feasibility study for repair options. This tasks also includes working with Tukwila todetorcoiniu�4 repair and cou{io- Ioptions for that bridge as well as for the Green River Pedestrian and Utility Bridge. ()iber tasks include providing FHVV/\ required updates to existing load ratings on six structures, providing support for the development of bridge funding ooudido<c, and for providing ooisco|laucnum engineering support for tasks as identified by the City. All work shall hcinaccordance with WSD07FHWA procedures and requirements and with the requirements of the National Bdd����dou3t�du��8�)��»����. SCUEDULF The contract abuU ron/uio in effect for |K months, hov/cvuc tasks will be completed per the schedule listed under each specific ioak capcciu||y uhccc specific deadlines cou|u)L The management budget bs allocated accordingly. Throughout the conduct of these activities, there will be u close coordination between 'll{/\NIECll Engineering, LLC and the City o[ Tukwila ((]tv). TRANTECH will manage the activities to ensure timeliness of required submittals. The task items listed below will be performed by TRANTECH for the City. Task I —Tiniber Pedestrian Bridge FeasibilitY Study The two timber pedestrian bridges mentioned above are iu need o[maintenance. TRANTECH will provide an assessment of both bridges for use as the City decides what maintenance activities to include in a future maintenance contract. The I 191h Street Pedestrian has a failing paint system and is suffering from weather related deterioration that has caused localized rot. The Bridge has recently undergone timber girder repairs with more work slated for spring and summer 20l7.T{lANTECfl will provide u hands- on inspooboon[ihc lig m Street Pedestrian Bridge, u condition assessment, and ucapacity analysis. The analysis will be used to determine if there is sufficient capacity for continued Tukwila Bddue Program Engineering Support — SCOPE OF WORK TRANTECH ENGINEERING Paac l IN service or if additional rehabilitation is needed to attain a safe load carrying capacity. The analysis will also assess the feasibility of future repairs. The Green River Pedestrian and Utility Bridge was repaired and protected in a 2007 maintenance contract but its timber elements are currently in need of recoating. TRANTECH will use existing inspection information and will perform a routine inspection of the bridge to determine if any additional repairs are necessary prior to the recoating process. 1.1 In -depth Inspection The substructure of the 119`h Street Bridge has not had a recent underdeck and substructure inspection. TRANTECH will provide a hands -on inspection of the underside of the deck, floor system, and piers by use of rope assisted climbing. The condition of the elements will be evaluated and updated in the WSBIS Bridge Inspection Software. The resulting condition information will then be utilized in Task 1.2 to calculate the current capacity of the bridge. The in -depth condition assessment will also be reported in the resulting feasibility report listed below as the Task 1 deliverable. 1.2 Bridge Load Rating TRANTECH will provide a bridge load rating of the 119`h Street Pedestrian Bridge using the results of the in -depth inspection completed in Task 1.1. This as- repaired capacity will take into account the maintenance work done to date. This load rating will assess the current adequacy of the bridge for continued service as well as the feasibility for repairs that may add dead load such as deck overlay options yet to be determined. The initial scope of the load rating is assumed to be for a superstructure rating only. The scope of the load rating may be expanded to include the substructure if deemed necessary after the inspection and by additional scope and budged as approved by the City. TRANTECH will assess any new deterioration found on the Green River Pedestrian and Utility Bridge using analytical tools and information made available by our previous work done during the 2007 repair and coating contract. It is assumed that climbing of this bridge is not necessary based on the relatively recent rehabilitation contract. It is also assumed that the current load rating is still valid and that no update is necessary. A load rating update will be performed if deemed necessary and by additional scope and budged as approved by the City. In the case that any of either Bridge's critical elements have load carrying deficiency, viable strengthening means will be proposed as part of Task Section 1.3. 1.3 Repair and Strengthening Options TRANTECH will provide a report presenting the results of the inspection and structural analysis based on the activities described in Task Sections 1.1 and 1.2. This report will provide Tukwila with necessary decision making information about the feasibility of possible repair options. The report will also indicate if all element capacities are greater than the demand allowing the City to choose rehabilitation activities that will include only "element protection measures" for service life extension. As a non -NBI bridge, federal requirements do not apply. TRANTECH will work Tukwila Bridge Program Engineering Support -- SCOPE OF WORK Page 2 TRANTECH ENGINEERING 13 with the city to dctcrolboo the level of service that meets Inkv/ilu`a needs. As noted above, condition information will also be updated in the YY8|0l3 bridge inspection software for reference during future routine inspections. 1.4 Additional Services The initial scope of this task is to assess the feasibility of repair options for both bridge and N work with the City to determine the best repair and protective coating methods. Once 1bemo decisions are made, TRANTECH can prepare the documents necessary to for a PS&E bid package suitable for advertisement un well as additional professional services upon request. /\ punLiu| list of additional services is provided below. Tbcao additional ecrYicc* are not included in this scope of work, but TKANTECB can readily provide Lbcuc services with u aupp|coocu1a\ scope and fee. • Substructure Loud Rating oF the |] 9th Street Pedestrian Bridge • Load Rating Update for the Green River Pedestrian and Utility Bridge • Bid Assistance • Construction Engineering Support • Construction Management • Bridge Inspection Services Deliverables for Task / Timber Pedestrian Bridge F, euibilimStudv }\n electronic copy o[ the i1om Street Bridge Feasibility Sbxlv Report Two Paper copies of the I I 9th Street Bridge Feasibility Study Report Eight Tukwila owned bridges were identified usneeding Specialized Hauling Vehicle (SHV) updating. Two n[those bridges have had their load rating updates completed with six bridges remaining. The services io this task include utilization o[ the as-built and inventory inspection data to ncr[oou Load Factor Rating ([FR) per current WS[)()7 uudF8,@/A standards including checks. All rating activates will include ratings for Specialized Hauling Vehicles (SHV) and emergency vehicle ratings rating requirements per the FHWA memorandum titled "Load Rating for the FAST Act's Emergency Vehicles" dated November 3 2016. The following are the bridges identified for load rating as part of this task: * TUy{WIL/\5' 3ouiboeotcrBou1ovurd m TUK\YlLA 6; Foster 56mAvenue w Tl]8[WD~A 8; Grady Way w T0KWILAg;East Marginal Wu w TlTl{WlLA|5; Tukwila International Boulevard Tukwila BrN-c Pro-ram Bnaineering Support — SCOPE OyWORK TRANTECH ENGINEERING 14 • TUKWILA 21; Fort Dent Park There are provisions included in this Task to provide the emergency vehicle ratings for the two ZD tn bridges rated at the end of 2016. ZD The Load Rating Reports will consist of: • A Bridge Rating Summary Sheet reflecting the lowest rating factor, including 4-1 1:1 C� Z:' superstructure components. The summary sheet shall be stamped and signed by a professional engineer licensed in the State of Washington. • A brief report of any potential anomalies in the ratings and an explanation of the cause of any rating factor below 1.0. ZD • Hard copy of computer output files used for rating, and any other calculations or special analysis required. 0 A complete set of plans for the bridge. • A CD which contains the final versions of all input and output files, and other calculations created in performing the load rating. • All reports shall be bound in Accopress-type binders. A paper copy of generated reports will be prepared and submitted to the City, Quality Assurance Program is an integral part of our work plan. It includes the following: • Competent and experienced personnel will perform all calculations. The load rating will be thoroughly reviewed and checked by experienced personnel prior to submittal. Delirelwhle'; 'fi n Tsk J Load Ratim Updates Signed hard copies of all load rating reports for each bridge will be submitted to the City on or before December 31, 2017 as required by the FHWA's Memorandum on Load Rating of Specialized Hauling Vehicles dated November 15, 2013. Tash 2 Assumptions and Exclusions • TRANTECH will work from the as-built plans and the inventory inspection report to provide the most accurate condition for the load rating calculations. • Existing load rating analysis will be reviewed and utilized to the extent possible. Some existing load rating analysis may be of little or no use for the update process requiring a complete re-rating. Tukwila Bridge Program Engineering Support -- SCOPE OF WORK Z� Z-1 al TRANTECH ENGINEERING Page 4 IN * No substructure load rating is performed. An estimate of cost for performing Loud Rating services on the identified structures is pn:ueo1cd in Exhibit B. Task 3-11fldge Replacenwnt/ Rehabilitation FWodino Assistance A Federal Bridge Do����|�{��io�h����s��T�3�usi�a��sia^�� City io the development o[o bridge replacement/rehabilitation application package tob submitted to Bridge Replacement Advisory Committee (BRAC) for the 42 d Avenue South Truss in AUco(ox/o. Preliminary funding support analysis has been pocfbroocd over the last few years. TRANTECH will assist the City in assembling and, if necessary, updating the existing construction estimates and analysis. TRANTECH will provide a 1096 uciandc retrofit design for the Boeing /\ooeax Road over Airport Way Bridge ux directed by the City. An estimated cost for this work will also will also bc provided for submittal as uScisooic P[o�7aolpugoci for funding consideration. TRANTECH will provide overall assistance for the initial submittal package preparation per the Call for Projects rnquircmenisuoddcud1ioea./\|aoioclodcd,vvU|bccuudoocdaupportthroogh the spring and summer candidate review period and through the funding meeting iu the Fall of 2017. 'nask 4—MiScellmoeous Bridge Program Support TKANT[CU yho]| provide roisccUancooa cn�iuccdn� Support under the dircc|iouo[ the City o[Ti kn'i|u`x Pn4cci h�uux�cr. /\odcipu\cd vvurk vviU inc|udc tasks associated with the cnns{ruchon phase n[{ho8ocio�&cc�ssD|oudBddocRchubUitu1ionund the &�u|oc Maintenance on 3 Bridges 2015 projects, 1`ukvvi|u Bridge Prograoo1usks as idenhficdbythe City, and other projects as needed. Tukwila B6duu Pro-ram Bn8ucedng Suppou— SCOPBOFWO&K TRANTECH ENGINEERING 11m Exhibit B - Consultant Fee Determination City of Tukwila On-call Engineering Services Timber Ped Bridge Feasibility Study Load Rating Updates Funding Assistance Misc. Bridge Prog Support Grand Total n Egineering L.1- - --- $ 1 9,0TIf $ rrr rr $ 15,0 IIFA